Loading...
HomeMy WebLinkAboutC2018-352 - 4/10/2018 - Approved 2018-352 4/10/18 M2018-052 FCS Construction LP 00 52 23 AGREEMENT This Agreement,for the Project awarded on April 10,2018,is between the City of Corpus Christi (Owner)and FCS Construction,LP (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CEFE F.VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT PROJECT NUMBER E17118 • ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HANSON PROFESSIONAL SERVICES,INC. 4501 GOLLIHAR ROAD CORPUS CHRISTI,TEXAS 78411 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza.P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 calendar 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 15.06 of the General Conditions within 270 calendar days after the date when the Contract Times commence to run. Phase 1 of the Project shall be substantially complete and ready for operation within 100 calendar days. Phase 2 of the Project shall be substantially complete and ready for operation within 240 calendar days. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement DD 52 23-1 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF CEFE F. VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT PROJECT NUMBER E17118 i'FVW RFINHARCi .l .JOSE, B5 S.MARTINEZ JR 1 i 8S3 I 6454 � ;..�..4 City o f Corpus For Electrical Specifications February 19, 2018 Christi February 19, 2018 HANSON PROFESSIONAL SERVICES INC. 4501 GOLLIHAR ROAD, CORPUS CHRISTI, TX 78411 PHONE: (361) 814-9900 FAX: (361) 814-4401 TBPE FIRM REGISTRATION NO. F417 Record Drawing Number: SLF-137 FEBRUARY 19, 2018 THIS PAGE LEFT INTENTIONALLY BLANK 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (ReV01-13-2016) 00 30 00 Bid Acknowledgment Form (Revo1-13-2016) 00 30 01 Bid Form (Revo1-13-2016)(Excel) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience (Rev06-22-2016) 0052 23 Agreement(Rev06-22-2016) 0061 13 Performance Bond (Revo1-13-2016) 0061 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions(Rev3-23-2015)(PDF) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Revo1-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures(Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Revo1-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 0131 13 Prosect Coordination 01 31 14 Change Management 01 33 00 Document Management 0133 01 Submittal Register(Rev 7/3/2014)(Excel) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management Division/ Title Section 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 022020 Excavation and Backfill for Utilities 022022 Trench Safety for Excavations 022040 Street Excavation 022100 Select Material 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications 01050 Field Engineering 01410 Construction Quality Control 02002 Storm Water Pollution Prevention Plan 02200 Excavation and Placement of Fill 02240 Silt Fence 02376 Geosynthetic Clay Liner (GCL) 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02838 Landfill Fence 11300 Leachate and Groundwater Pumps 13250 Synthetic Flexible Membrane Liners- HDPE 13300 Drainage Geonet Installation 13350 Geotextile Installation 16010 Electrical General Requirements 16053 Identification for Electrical Systems Table of Contents 000100-2 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development Project E17118 Rev 06-22-2016 Division/ Title Section 16170 Grounding and Bonding 16402 Electrical Wiring Systems 16421 Utility Service Entrance 16470 Panelboards Appendix Title 1 Soil Boring Logs 2 Groundwater Surface Map 3 Soil and Liner Quality Control Plan END OF SECTION Table of Contents 000100-3 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development Project E17118 Rev 06-22-2016 THIS PAGE LEFT INTENTIONALLY BLANK DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS THIS PAGE LEFT INTENTIONALLY BLANK 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Cefe F. Valenzuela Landfill Sector 3C Disposal Cell Development, City Project E17118 A. The project will consist of Phase 1 & Phase 2 construction (approximately 15.8 acres and 15.4 acres, respectively for a total of 31.2 acres) of a subtitle D landfill sector for the City of Corpus Christi at the Cefe F. Valenzuela Landfill. It is the intent that Phase 1 be completed prior to Phase 2 completion to allow the City to utilize partial Sector 3C. This will include subgrade preparation, excavation, compacted fill, dewatering system installation, composite liner installation, leachate collection system installation, berm construction, evaporation dewatering pond, protective cover, installation of concrete box culverts, drainage improvements, litter containment fence, roadway rehabilitation, storm water pollution prevention plan, and associated electrical services. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $5,816,000. The total time for construction is 270 calendar days. Phase 1 of the Project shall be substantially complete and ready for operation within 100 calendar days. Phase 2 of the Project shall be substantially complete and ready for operation within 240 calendar days. The project is to be complete (Final Completion) and eligible for Final Payment 30 days after the date for Substantial Completion of Phase 2. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm on March 28,2018 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline. As identified in 00 73 00 Supplementary Conditions Article 4-Commencement and Progress of the Work, SC-4.04 Delays in Contractor's Progress, A.4 and 0133 01 Submittal Register, Bids should be accompanied by technical submittals for long lead items to allow submittals to be reviewed so the Owner can issue authorization to procure within three days of the Notice to Proceed. Invitation to Bid and Instructions to Bidders 002113- 1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 3.02 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 If submitting a hard copy bid or bid security by cashier's check or money order, please address envelopes or packages: City of Corpus Christi City Secretary's Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid—Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project No. E17118 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at 2:00 pm on March 28. 2018, at the following location: City Hall Building— City of Corpus Christi Third Floor Parks and Recreation Department, Engineering Services Smart Board Conference Room 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. Invitation to Bid and Instructions to Bidders 002113-2 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on March 7,2018 at 9:00 am at the following location: City Hall Building—Engineering Services Conference Room 1 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi,Texas 78401 ARTICLE 5—COPIES OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 5.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Invitation to Bid and Instructions to Bidders 002113-3 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 7.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda or the related supplemental data as deemed advisable by the Owner or Designer. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 8—BID SECURITY 8.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi,Texas in the amount of 5 percent (5%) of the greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents,the bidder's name and the job name and number and delivered as required in Article 8 below. 8.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition,that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if,within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. Invitation to Bid and Instructions to Bidders 002113-4 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 7.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9—PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly Invitation to Bid and Instructions to Bidders 002113-5 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 0045 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid,the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have Invitation to Bid and Instructions to Bidders 002113-6 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/ MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS sets forth the Owner's requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 17.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. ARTICLE 18—SIGNING OF AGREEMENT 18.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (1) of the Agreement and attached documents to the Owner within 10 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. Invitation to Bid and Instructions to Bidders 002113-7 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 ARTICLE 19—SALES AND USE TAXES 19.01 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. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24- REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. Invitation to Bid and Instructions to Bidders 002113-8 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Invitation to Bid and Instructions to Bidders 002113-9 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources, workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 009101 ADDENDUM NUMBER 1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Project: Development Project Number: E17118 Owner: City of Corpus Christi City Engineer: J.H. Edmonds,P.E. Designer: Hanson Professional Services Inc. Addendum No. 1 Specification Section: 00 9101 Issue Date: 3/9/2018 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved Nam Datf> Addendum Items: OF Tf,41t, Attachment#1: Modification to: •'�' .. JON M. REINH .... 'i 00 2113—1(Page 1) INVITATION TO BID AND /................................i INSTRUCTION TO BIDDERS,ARTICLE 3—DELIVERY AND ��p: 64541 OPENING OF BIDS,3.01 �V '�F�/STER.` (See underlined) t Attachment#2: March 9, 2018 Modification to: 00 30 00—4(Page 4) BID ACKNOWLEDGMENT FORM, ARTICLE 7—ATTACHMENTS TO THIS BID (See underlined) Attachment#3: Modification to: 00 45 16—1(Page 1)STATEMENT OF EXPERIENCE,ARTICLE 1—REQUIREMENTS TO PROVIDE A STATEMENT OF EXPERIENCE (See underlined) Hanson Professional Services Inc. ATTACHMENT #1 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1—DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.1 The City of Corpus Christi,Texas(Owner) is requesting Bids for the construction of the following Project:Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, City Project E17118 A. The project will consist of Phase 1 & Phase 2 construction (approximately 15.8 acresand 15.4 acres, respectively for a total of 31.2 acres)of a subtitle D landfill sector for the City of Corpus Christi at the Cefe F.Valenzuela Landfill. It is the intent that Phase 1 be completed prior to Phase 2 completion to allow the City to utilize partial Sector 3C.This will include subgrade preparation, excavation,compacted fill,dewatering system installation, composite liner installation, leachate collection system installation,berm construction, evaporation dewatering pond, protective cover, installation of concrete box culverts, drainage improvements, litter containment fence, roadway rehabilitation,storm water pollution prevention plan,and associated electrical services. 2.2 The Engineer's Opinion of Probable Construction Cost for the Project is$5,816,000.The total time for construction is 270 calendar days. Phase 1 of the Project shall be substantially complete and ready for operation within 100 calendar days. Phase 2 of the Project shall be substantially complete and ready for operation within 240 calendar days.The project is to be complete (Final Completion)and eligible for Final Payment 30 days after the date for Substantial Completion of Phase 2. 2.3 Advertisement and bidding information for the Project can be found at the followingwebsite: www.CivCastUSA.com 2.4 Contract Documents may be downloaded or viewed free of charge at this website.This website will be updated periodically with Addenda, lists of interested parties, reports,or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm on March 28,2018 to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid, electronic or hard copy, by the specified deadline.As identified in 00 73 00 Supplementary Conditions Article 4-Commencement and Progress of the Work,SC-4.04 Delays in Contractor's Progress,A.4 and 0133 01 Submittal Register, Bids shall be accompanied by Bid Phase Technical Submittals for long lead items to allow submittals to be reviewed so the Owner can issue authorization to procure within three days of the Notice to Proceed. Bid shall also include the Contractor's Statement of Experience as identified in 00 30 00 Bid Acknowledgement Form Article 7-Attachments to this Bid. Failure to include the Bid Phase Technical Submittals and Statement of Experience may be cause for bid resection. ADDENDUM NO. 1 ATTACHMENT#1 PAGE 1 OF 1 Invitation to Bid and Instructions to Bidders 002113-1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project No. E17118 Rev 01-13-2016 ATTACHMENT #2 commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 270 days after the date when the Contract Times commence to run. 6.2 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. G. BID PHASE TECHNICAL SUBMITTALS H. SECTION 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditionsand the Supplementary Conditions.The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.1 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.2 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority maybe rejected as non-responsive.The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required, shall attach documentation of signatory authority to the Bid Form. 10.3 Bidders who are individuals("natural persons"as defined by the Texas Business Organizations Code §1.002),but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.4 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing ADDENDUM NO 1 ATTACHMENT#2 PAGE 1 OF 1 Bid Acknowledgement Form 003000-4 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development,Project No. E17118 Rev 01.13.2Ct1t ATTACHMENT #3 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—ARTICLE 1- REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder,all Bidders must complete and include the Statement of Experience with their Bids to demonstrate the Bidders'responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner.The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify,enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section.A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement,prepared no later than 90 days prior to the City Engineer's request,signed and dated by the Bidder's owner, president or other authorized party,specifying all current assets and liabilities. ARTICLE 2—ARTICLE 2-EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid,the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order,who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above provide a written narrative describing how much time will be devoted toeach ADDENDUM NO. 1 END OF ADDENDUM NO. 1 ATTACHMENT#3 PAGE 1 OF 1 Statement of Experience 004516-1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development,Project No. E17118 Rev 06-22-2016 009101 ADDENDUM NUMBER 2 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Project: Development Project Number: E17118 Owner: City of Corpus Christi City Engineer: J.H. Edmonds P.E. UK (Fat) IL Designer: Hanson Professional S ces Inc. Addendum No. 2 Specification Section: 00 9101 Issue Date: ___ _ 3a'23/2018 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approor�!!s f GiI) Z z 3 wlAu Zol N Date ,�.aa•�o��O� OF Addendum Items: Attachment#1: Modification to Bid Item A-26 ROADWAY r JON M.REINHARO..AX REHABILITATION. Replace Page 1 of Section 00 30 01. .. 64541"***"** ' (See underlined) Attachment#2: � 0 Clarification of Bid Item A-22-Leachate Collection System M�rch 2 , 2018 Riser Headwall. Replace Page 4 of Section 0129 01. (See underlined) f Attachment#3: Clarification of maximum confining pressure of permeability testing. Replace entire Section 02376 GEOSYNTHETIC CLAY LINER(GCL). (See underlined) Attachment#4• Clarification of minimum drainage geocomposite transmisivity.Replace entire Section 13300 DRAINAGE GEONET INSTALLATION. (See underlined) Attachment#5: Modification to Bid Item A-26 ROADWAY REHABILITATION. Replace Sheet 2 of Drawings. (See cloud) Hanson Professional Services Inc. ATTACHMENT #1 00 30 01 BID FORM Project Name: CEFE F. VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT Project Number: E17118 Owner: CITY OF CORPUS CHRISTI TEXAS Bidder: OAR: Designer: HANSON PROFESSIONAL SERVICES INC. Basis of Bid ESTIMATED EXTENDED ItemT DESCRIPTION UNIT UNIT PRICE QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) A-1 MOBILIZATION (MAX 5%)/DEMOBILIZATION LS 1 $ $ A-2 BONDS AND INSURANCE LS 1 A-3 EXCAVATION CY 210,550 A-4 COMPACTED STRUCTURAL FILL CY 6,600 A-5 UNDERDRAIN TRENCHES LF 6,300 I A-6 UNDERDRAIN RISER EA 1 1 I A-7 UNDERDRAIN PUMP&DISCHARGE PIPING EA I 1 A-8 CONSTRUCTION OF EVAPORATION DEWATERING POND CY I 3,000 A-9 ROADWAY/BERM CONSTRUCTION CY 10,000 A-10 SUBGRADE PREPARATION AC 31.2 A-11 GEOSYNTHETIC CLAY LINER (UNREINFORCED) I SF 1,361,745 A-12 GEOSYNTHETIC CLAY(REINFORCED) SF 55,036 A-13 TEXTURED GEOMEMBRANE SF 70,546 A-14 SMOOTH GEOMEMBRANE I SF 1,361,745 I I A-15 ILEACHATE COLLECTION GEOCOMPOSITE(SINGLE SIDED) SF 1,361,745 A-16 LEACHATE COLLECTION GEOCOMPOSITE (DOUBLE SIDED) SF 55,036 A-17 LEACHATE RISER AND SUMP EA 1 A-18 LEACHATETRENCH LF 7,000 A-19 LEACHATE COLLECTION PUMP & ELECTRICAL SERVICE EA 1 I A-20 LEACHATE FORCEMAIN LF 500 A-21 PROTECTIVE COVER CY 103,600 A-22 LEACHATE COLLECTION SYSTEM RISER HEADWALL EA 4 A-23 IBOX CULVERT((3) 10'X 6') I LF 90 A-24 ILITTER CONTAINMENT FENCE & NEW LANDFILL MARKERS LF 1,000 A-25 DRAINAGE IMPROVEMENTS LS 1 A-26 ROADWAY REHABILITATION SY 2,133 A-27 STORM WATER POLLUTION PREVENTION PLAN LS 1 1 I A-28 ILANDFILL GRID MARKERS EA 20 SUBTOTAL PART A-GENERAL(Items A-1 thru A-27) Part B-ALLOWANCES(per SECTION 0123 10 ALTERNATES AND ALLOWANCES) B-1 JALLOWANCE FOR REMOVAL AND RELOCATION OF ADC MATERIAL LS 1 $ 50,000 $ 50,000.00 SUBTOTAL PART B-ALLOWANCES (B-1) $ 50,000.00 ADDENDUM NO. 2 ATTACHMENT#1 PAGE 1 OF 1 Bid Form Page 1 of 2 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell, Project E17118 Rev 01-13-2016 ATTACHMENT #2 S. Bid Item A-19 - Leachate Collection Pump & Electrical Service: 1. This item includes the installation of the leachate collection pump and required electrical services for operation. 2. Measuring for payment is by each basis. T. Bid Item A-20- Leachate Forcemain: 1.. This item includes the installation of the HDPE leachate forcemain from Sector 3C sump to Leachate Evaporation Pond #1. 2. Measuring for payment is by the linear foot basis. Ll. Bid Item A-21 - Protective Cover: 1. This item includes the placement of 2 ft. protective cover over the finished Sector 3C floor per specifications. 2. Measuring for payment is on a cubic yard basis. V. Bid Item A-22 - Leachate Collection System Riser Headwall: 1. This item includes the leachate collection system riser headwall concrete structure at Sector 3C sump and three other headwalls at the 6" leachate collector cleanout riser pipe locations including all cleanout risers. 2. Measuring for payment is by each basis. W. Bid Item A-23 - Box Culvert ((3) 10' x 6'): 1. This item includes the installation of three precast concrete box culverts (HL 93 loading) including concrete apron, headwall and curb per drawings and specifications. 2. Measurement for payment is by the linear foot basis. X. Bid Item A-24- Litter Containment Fence & New Landfill Markers: 1. This item includes the installation of an 18 ft. tall litter containment fence including footings, posts,wire fabric, bracing, concrete, connections, hardware, and 6 new required landfill grid marker signs attached to fence as directed by City Solid Waste personnel. 2. Measurement for payment is by the linear foot basis. Y. Bid Item A-25- Drainage Improvements: 1. This item includes drainage improvements from the box culverts to Storm Water Pond #3 (Collector Channel #5-CC5), concrete rubble riprap for soil erosion,the drainage Swale between Sector 3C and the perimeter roadway that flows into the box culverts, the drainage swale on the west side of Sector 3C, and seeding. 2. Measurement for payment is on a lump sum basis. Z. Bid Item A-26- Roadway Rehabilitation: 1. This item includes the rehabilitation of the perimeter roadway directly south of Sector 3C.The existing base material shall be removed and stockpiled at a location as directed ADDENDUM NO, 2 ATTACH M ENT#2 PAGE 1 OF 1 Measurement and Basis for Payment 1 012901-4 Cefe F. Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 01-13-2016 ATTACHMENT #3 SECTION 02376 GEOSYNTHETIC CLAY LINER (GCL) 1. GENERAL 1.1 DESCRIPTION This Section covers the technical requirements for the furnishing and installation of the geosynthetic clay liner described herein. All materials used shall meet the requirements of this specification, and all work shall be performed in accordance with the procedures provided herein and the contract drawings. All work shall comply with Appendix 3 —Soil and Liner Quality Control Plan (SLQCP). In the event of a conflict between the SLQCP and this specification, the SLQCP shall take precedence. 1.2 REFERENCES A. ASTM D 2216, Laboratory Determination of Water (Moisture) Content of Soil and Rock B. ASTM D 4632, Grab Breaking Load and Elongation of geotextile C. ASTM D 6243, Standard Test Method for Determining the Internal and Interface Shear Strength of Geosynthetic Clay Liner by the Direct Shear Method D. ASTM D 6496, Standard Test Method for Determining Average Peel Strength Between the Top and Bottom Layers of Needle-Punched Geosynthetic Clay Liners E. ASTM D 6768, Standard Test Method for Tensile Strength of Geosynthetic Clay Liners F. ASTM D 4643, Determination of Water (Moisture) Content of Soil by the Microwave Oven Method G. ASTM D 5199, Measuring Nominal Thickness of geotextile and geomembrane H. ASTM D 5321, Determining the Coefficient of Soil and Geoysynthetic or Geosynthetic Friction by the Direct Shear Method I. ASTM D 5887, Measurement of Index Flux Through Saturated Geosynthetic Caly Liner Specimens Using a Flexible Wall Permeameter J. ASTM D 5888, Storage and Handling of Geosynthetic Clay Liners K. ASTM D 5889, Quality Control of Geosynthetic Clay Liners L. ASTM D 5890, Swell Index of Clay Material Component of Geosynthetic Clay Liners M. ASTM D 5891, Fluid Loss of Clay Component of Geosynthetic Clay Liners N. ASTM D 5993, Measuring Mass Per Unit Area of Geosynthetic Clay Liners ADDENDUM NO. 2 ATTACHMENT#3 PAGE 1 OF 8 City of Corpus Christi Job No. 17LO159 Sector 3C Disposal Cell Development 02376- 1 1.3 SUBMITTALS A. Product Data: Submit the following data at least five working days prior to delivery of the GCL to the site. 1 . Bentonite Data. a. Copy of quality control certificates issued by the manufacturer. b. Test reports from the manufacturer demonstrating compliance with swell index and fluid loss properties. 2. GCL Roll Data. a. Statement of production date or dates. b. Manufacturer's test data demonstrating compliance with GCL properties including bentonite mass per unit area, bentonite moisture content, grab tensile strength, index flux, permeability, lap joint permeability, and hydrated internal shear strength. c. Certification that needle punched GCL material has been continuously inspected for broken needles using an in--line metal detector and all broken needles have been removed. d. GCL delivery, storage, and handling instructions. e. Geomembrane installation instructions. f. Sample warranties for review. B. Schedules and Drawings 1. Submit installation schedule two weeks prior to installation. Include hours worked per day, week and per shift. Indicate all weather delay built into schedule. 2. Installation layout drawings: Two weeks prior to installation of GCL, submit drawings showing the panel layout. C. Qualifications. 1. Submit two weeks prior to installation, name of installer, and resume of installation supervisor/field engineer to be assigned to the project. 2. Submit two weeks prior to installation, resumes of all individuals to be performing installation operations. D. Equipment: Submit two weeks prior to installation, a list of equipment stating quantities and types to be used on this project. E. Field Quality Control Documents. 1. Submit quality control documentation prepared during installation. 2. Submit daily prior to the start of installation, subgrade acceptance certificate signed by the installation supervisor for each area to be covered by GCL. ADDENDUM NO. 2 ATTACHMENT#3 PAGE 2OF8 City of Corpus Christi Job No. 17L0159 Sector 3C Disposal Cell Development 02376-2 F. Submit upon completion of the installation: 1. Certificate stating the GCL has been installed in accordance with the plans and specifications. 2. The warranty obtained from the manufacturer and the installation warranty. 1.4 QUALIFICATIONS A. Manufacturer. Geosynthetic clay liner shall be the product of a GCL Manufacturer who has produced the proposed GCL using the same bentonite, geotextiles, and sewing thread for at least five completed projects and shall have produced a minimum of 5,000,000 square feet of the proposed GCL. B. Installer. The installer shall have installed GCL at a minimum of five projects of comparable scope and complexity and shall have installed a minimum of 1,000,000 square feet of GCL. 1.5 QUALITY ASSURANCE A. The Owner shall engage and pay for the services of a Construction Quality Assurance Consultant (CQAC) and Construction Quality Assurance (CQA) Laboratory for monitoring the quality and installation of GCL material being installed unless otherwise specified. The CQAC will be onsite and verify quality control testing of GCL products in accordance with the SLQCP-Appendix B at the frequency of testing indicated in Table III- Standard Tests on GCL Material. B. CQAC will collect samples for conformance testing upon delivery of materials to the site. Alternatively, the GCL manufacturer may submit samples directly to the CQA Laboratory. The OWNER will pay for shipping (ground) and conformance testing of the minimum number of samples based on the required roll quantity and test frequency plus one additional sample of each material type. Additional testing required for multiple manufacturing lots or substantial gaps in roll numbers delivered will be conducted at the expense of the INSTALLER. These expenses will include shipping, testing, and other costs incurred by the QAC or the QAL. The cost of expedited shipping (other than by ground service) will be borne by the INSTALLER. 1.6 DELIVERY, STORAGE AND HANDLING A. General: Conform to the manufacturer's requirements. B. Delivery. ADDENDUM NO. 2 ATTACHMENT#3 PAGE 3OF8 City of Corpus Christi Job No. 17LO159 Sector 3C Disposal Cell Development 02376- 3 1. Deliver materials to the site only after the Engineer accepts required submittals. 2. Separate damaged rolls from undamaged rolls and store at locations designated by the Engineer until proper disposition of the material is determined by the Engineer. 3. Engineer will determine damage. 4. GCL rolls shall be labeled and packaged in UV resistant, waterproof protective covering and shall be wrapped around a central core. Packaging shall be inspected upon delivery and any tears shall be repaired to restore a waterproof protective barrier around the GCL. C. Storage. 1. Store GCL rolls in the space allocated by the Owner. 2. Store GCL rolls to protect from puncture, dirt, grease, water, moisture, mud, mechanical abrasions, excessive heat or other damage. 3. Store GCL rolls on a prepared surface (not on blocks or wooden pallets). Storage area shall be level, dry and well drained. 4. Stack GCL no more than four rolls high. 5. GCL rolls shall be covered with a waterproof tarpaulin or plastic sheet if stored outdoors. D. Handling. 1. GCL rolls shall not be dragged, lifted by one end, or dropped to the ground from the delivery vehicle. 2. A pipe or solid bar of sufficient strength to support the full weight of the roll without significant bending shall be used for all unloading and handling activities. 3. Chains shall be used to link the ends of the core pipe to the ends of a spreader bar. The spreader bar shall be wide enough to prevent the chains from rubbing against the ends of the GCL roll. 4. A stinger bar protruding from the end of a forklift may be used as an alternate handling method. The stinger bar shall be at least three- fourths the length of the core and also must be capable of supporting the full weight of the GCL without significant bending. 5. If recommended by the manufacturer, a sling handling method utilizing appropriate loading straps may be used. 1.7 WARRANTY A. Provide manufacturer's warranty that states that the GCL material meets all requirements of the contract documents and that forthe intended use, the GCL is warranted for 20 years against deterioration on a pro ADDENDUM NO. 2 rata basis. ATTACHMENT#3 PAGE 4OF8 City of Corpus Christi Job No. 17LO159 Sector 3C Disposal Cell Development 02376 -4 f B. Provide installer's warranty that states that the GCL shall not fail due to improper installation within two years. 2. PRODUCTS 2.1 GCL PROPERTIES GCL shall be a manufactured product consisting of a sodium montmorillonite clay (bentonite) layer evenly distributed between two geotextiles. GCL shall conform to the property requirements listed in Tables 1 and 2 and shall be free of tears, holes, or other defects, which may affect its serviceability. Where required, encapsulating geotextiles shall be mechanically bonded together using a needle punch or stitch bonding process. Needle punched and stitch bonded GCLs shall be continuously inspected for broken needles using an inline metal detector and broken needles shall be removed. The minimum manufactured GCL sheet width shall be 13.5 feet and the minimum manufactured GCL sheet length shall be 98 feet. TABLE 1-GCL PROPERTIES (Unreinforced) BENTONITE TEST METHOD TEST VALUE Swell Index Test, minimum ASTM D 5890 24 ml Fluid Loss, maximum ASTM D 5891 18 ml GCL Bentonite Mass/Unit Area, ASTM D 5993 0.8 Ibslft2 MARV Note 2 Tensile Strength, ASTM D 6768 30 lbs/in MARV, Peak Mid-Plane Shear Strength ASTM D 5321 150 psf(hydrated) Minimum at a normal stress of 200 psf ASTM D 6243 Peel Strength, MARV ASTM D 6496 1 Win Hydraulic Conductivity ASTM D 5887 1 x 10-9 cm/sec Note 4 ADDENDUM NO. 2 ATTACHMENT#3 PAGE 5 OF 8 City of Corpus Christi Job No. 17LO159 Sector 3C Disposal Cell Development 02376 -5 TABLE 2 -GCL PROPERTIES (Reinforced) BENTONITE TEST METHOD TEST VALUE Swell Index Test, minimum ASTM D 5890 24 ml Fluid Loss, maximum ASTM D 5891 18 ml GCL Bentonite Mass/Unit Area, ASTM D 5993 0.8 Ibslft?MARV Note 2 Tensile Strength ASTM D 6768 30 lbs/in MARV, Peak Mid-Plane Shear Strength ASTM D 5321 500 psf(hydrated) minimum at a normal stress of 200 psf ASTM D 6243 Peel Strength MARV ASTM D 6496 3.5lb1in, Note 3 Hydraulic Conductivity ASTM D 5887 1x10-9cmisec Note 4 Note 1: MARV =minimum average roll value. Note 2: Bentonite mass/unit area shall be computed at 0 percent moisture content. Moisture content shall be determined by ASTM D 2216 or ASTM D 4643. Bentonite mass/unit area is exclusive of glues added to the bentonite. Note 3:The peel test applies to geotextile backed GCL products only. Note 4: The Independent Laboratory (Conformance Testing) permeability testing will be performed at 8.5 psi confining pressure. The Manufacturer Quality Control (MQC) shall ensure that the Geos nthetic ClaV Liner (GCL) has a permeability no greater than 1 x 10-9 cm/sec at a maximum 8.5 psi confining pressure. 2.2 MATERIALS A. Reinforced GCL must be used on side slopes of the installation area and unreinforced GCL may be used on flat areas of the site as shown on the plans. B. A 6-inch overlap guideline shall be imprinted on both edges of the upper geotextile component of the GCL as a means for providing quality assurance of the overlap dimension. Lines shall be printed in easily visible, non-toxic ink. 2.3 ACCESSORY BENTONITE. The granular bentonite or bentonite sealing compound used for seaming, penetration sealing and repairs shall be made from the same natural sodium bentonite as used in the GCL and shall be as recommended by the GCL manufacturer. 3. EXECUTION ADDENDUM NO. 2 ATTACHMENT#3 3.1 SUBGRAdE PREPARATION PAGE 6 OF 8 A. The subgrade shall be compacted, smooth, and free of vegetation, standing water, construction debris, sticks, sharp rocks, abrupt elevation changes or other foreign matter that could damage the GCL. B. Immediately prior to GCL deployment, the subgrade shall be rolled with a City of Corpus Christi Job No. 17LO159 Sector 3C Disposal Cell Development 02376- 6 smooth-drum compactor of sufficient weight to remove wheel ruts, footprints or other surface irregularities. All protrusions extending more than one-half inch from the subgrade shall either be removed, crushed or pushed into the surface with the smooth-drum compactor. C. Each day during placement of GCL, the CQAC and installer shall inspect the surface on which GCL is to be placed and certify in writing that the surface is acceptable. 3.2 GCL PLACEMENT A. GCL shall be installed as soon as practical after completion and approval of the subgrade; but GCL shall not be deployed if it is frozen. B. Rolls shall be delivered to the work area in their original packaging. Immediately prior to deployment, the packaging shall be carefully removed without damaging the GCL. C. GCL which has been hydrated prior to being covered by an overlying geomembrane shall be removed and replaced: Hydrated GCL is defined as material which has become soft as determined by squeezing the material with finger pressure or material which has exhibited swelling. D. Equipment which could damage the GCL shall not be allowed to travel directly on it. If the installation equipment causes rutting of the subgrade, the subgrade must be restored to its originally accepted condition before placement continues. E. Dragging of GCL panels over the ground surface shall be minimized. A temporary geosynthetic subgrade covering commonly known as a slip sheet or rub sheet may be required to reduce friction damage during placement. F. The GCL shall be placed so that seams are parallel tothe direction ofthe slope. G. Deployed GCL panels shall lie flat on the subgrade surface, with no wrinkles or folds. H. Only those GCL panels which can be anchored and covered in the same day shall be unpackaged and installed. If exposed GCL cannot be permanently covered before the end of a working day, it shall be temporarily covered with plastic or other waterproof material to prevent hydration. 3.3 SEAMS A. Panels shall be positioned with the overlap recommended by the manufacturer, but not less than 6 inches after shrinkage for panel sides and 18 inches after shrinkage for panel ends as observed prior to FML placement. B. Dirt or other foreign matter shall be removed from the overlap area immediately prior to seaming. C. If recommended b the manufacturer, ranular bentonite of the same type Y � g Yp as the bentonite used for the GCL shall be placed along the entire overlap width at a minimum rate of 0.25 lbs./linear foot or ADDENDUM NO.2 as recommended by the manufacturer. ATTACHMENT#3 PAGE 7 of 8 D. Construction adhesive or other approved seaming methods recommended by the manufacturer shall be used for horizontal seams on City of Corpus Christi Job No. 17L0159 Sector 3C Disposal Cell Development 02376-7 i slopes. Overlaps which occur on slopes shall be constructed with the up slope GCL shingled over the down slope GCL. Alternate seaming methods may be approved if recommended by the manufacturer. 3.4 REPAIRS A. Holes or tears in GCL shall be repaired by placing a patch of GCL extending a minimum of 12 inches beyond the edges of the hole or tear on all sides. If recommended by the manufacturer, granular bentonite or bentonite mastic shall be applied in the overlap area. B. Patches shall be secured with a construction adhesive or other approved methods as recommended by the manufacturer. 3.5 PLACEMENT OF GEOMEMBRANE COVER A. Although direct vehicular contact with the GCL is to be avoided, lightweight, low ground pressure vehicles (such as 4-wheel all-terrain vehicles) may be used to facilitate the installation of the geosynthetic material placed over the GCL. Use of ATV equipment is subject to the approval of the CQAC. B. When a textured geomembrane is installed over the GCL, a temporary geosynthetics covering known as a slip sheet or rub sheet may be used to minimize friction during placement and to allow the textured geomembrane to be more easily moved into its final position. END OF SECTION ADDENDUM NO. 2 ATTACHMENT#3 PAGE 8OF8 City of Corpus Christi Job No. 17LO159 Sector 3C Disposal Cell Development 02376 -8 ATTACHMENT #4 SECTION 13300 DRAINAGE GEONET INSTALLATION 1. GENERAL The Contractor shall be responsible for performing the installation of the drainage geonet in accordance to the Soils and Liner Quality Control Plan (SLQCP) and the plans. 2. MATERIALS All drainage net material shall comply with the requirements of the plans and the SLQCP. As outlined on the plans and in the proposal, the Contractor has the option of using a geocomposite consisting of combinations of geotextile and drainage net for various components of the construction. If a geocomposite is selected, the drainage net component shall comply with all the requirements of the plans, specifications and SLQCP. The required minimum drainage geocomposite transmissivity properties are as follows.. Confining Pressure (psf) / RatedT (m2/sec) 2,120 / 8.10E-04 6,520 / 6.03E-04 12,240 / 4.04E-04 3. QUALITY CONTROL TESTING REQUIREMENTS The Quality Control Organization (QCO) shall be responsible for performing the necessary quality assurance test prior to and during installation. The QCO will be required to certify that, based on the testing they performed, the material was installed according to the SLQCP. The Construction Quality Assurance Consultant (CQAC) will collect samples for conformance testing upon delivery of materials to the site. Alternatively, the Drainage Geonet manufacturer may submit samples directly to the Construction Quality Assurance (CQA) Laboratory. The OWNER will pay for shipping (ground) and conformance testing of the minimum number of samples based on the required roll quantity and test frequency plus one additional sample of each material type. Additional testing required for multiple manufacturing lots or substantial gaps in roll numbers delivered will be conducted at the expense of the INSTALLER. These expenses will include shipping, testing, and other costs incurred by the QAC or the QAL. The cost of expedited shipping (other than by ground service) will be borne by the INSTALLER. 4. MEASUREMENT AND PAYMENT Drainage Geonet shall not be measured and paid for as a separate item, but shall be included in the One- or Two-sided Geocomposite bid item. Geocomposite shall be measured by the net installed surface area, using the procedure identified on the plans, and shall be paid for at the Unit Price Bid set forth in the proposal. The payment shall be full compensation for completing the work as specified, complete in place. Sector 3C Disposal Cell Development Job No. 17LO159 City of Corpus Christi 13300 -1 ADDENDUM NO.2 ATTACHMENT#4 *** END OF SECTION *** PAGE 1 OF 1 ATTACHMENT #5 ° ° caNsu�TANVS sNcer ESTIMATED QUANTITIES SUMMARY TABLE GENERAL NOTES I ceaccr Na n�oiss BASIS OF BID sIAN cnvEreI 'c^T'arvs w Tx EV NT aF a Dlscreevarvn,THE M R swrvcErvT REIIIEMENT Mav v°recxasE marere FreaND M Txs nn aF mrevus cxrelsTl.Tre rvEAesST%a°U c_IS m1ATED HEAT THEIA avEHETlarvs Ares ESTIMATED 21,THE IIN'are SHaLL caMVLETE THE varex uswc mE Fauavwc SE UErvcE. ITEM DESCRIPTION UNIT smreM varere wuunary vreEvsrvnary vLArv. QUANTITY ff s R�(PE M) DF ANT.DS1reFOArv1ES rvDTED S I—R TD cDMMErv1 „RK I—TxE-NER IND ErvGINIER 1'n LS I �.THE mrvTreacrare sxuL EiELD vEw'EISTwc GIDES AND ELEVATIorvS IRIR m mMMEN111:area. TE ry pnan TD ary pn DID s ,m "TH RANFA, ED 4FM'S: EE G GR SOEIIFIIATIDrvS FE ENT oM THE 1111 DF 1DreoDS 1HreISTI ArvD orewlDm IN AooErvDI11 TD Dry THE FErv1E. Z ­A=ST—TU—ILL 1THE--l—R SHILL TAIE ALL NE—SARI IRE­­T.'N'T LL ` NN S FAILIRE I o TE THE IN.ILLALL RE,­ESS REL«ATED TIM°Ere PoLE LArv°LL R, FDre o�SE 0 - A-1 IND—R.N RISER EA re DS AT rvo I—DNI ms TD THE Drv:,Ere. - h S _L TAE ALL NE, N(W ZNs ALL El LANDF Q. DES.ArvN DreDDrvw,ATEre MDrvITDreIry „EL F oMMAK MEAT D ADDITpry ST TD-ES DLLE IDry S.STEM Irv1LDDI ololry e� .—R-1- lAl/M°`D w,rvEre. pry DF THE REIrvI RE.—TIM°Ere mLE wrvDFILL MAreITEreS mre oITASE 2 _ „A. D1ITOLES S EE­GRADE IRE.—I.N DE AT D ADDITIDrvAL-ST TD THE D,N_ 'Dry DF SwL TD Dry-SITE A�reEDATE Dre F.R 'AL„ILL rvm E111EED S.DDD FT oreoTERIVE 1wEre MATERI L SELL rvm E11l%D 11 E x a= LINER(Urvresrvmre ) =3 s ES S L DE TRANSI—ED TD THE A111VE E,:,EEry,AM ArvD s�,,DAVE A�:EEIT,E111E11T AS SomI111ALL. a e re�reEIrvFDre1ED� DIS11DS,LI ILL 1—AT rvD ADDITI-AL 1VERED TD—-NER. ADT-N-ED DTHEA ISE Iry'IR ITlrv�D.THE DAre. a�e � n RDre SITALL DDTAIry ArvD oA1 mre 1DrvSTreU1TIDry K x 1DrvTreA1TDre SHALL M,ININ A SAa:,DreITIrvD DISTArv1E—M AEEND UTILITI-EMENTS.T NG THEITL" 1_ _ - TE SDED F' V TI IN v TE�Doua�E DED HE a �oLDM,T.Rl E11IAVATIDrvS, HI1H AreE SUDS�DIAre1 TD THE 1DST DF THE _ AD_N,L c.ST ES-A- ASTD THE w NER SELF DATA 1-1-D AS AooEN.11 TD SOEIIFI�,TIDrvS.AT reEwTm UTILITI Dre AooLI�,DLE FE,TUreE. b a H oreolUREMENT TD THE 1111.FAI M S-1-11D ED D�-DID I—,FART A.LDrvD LEAD TIME ITEMS Irv1LUDE THE—L-IING. - DE - p a(n s THIS MA. L DED, z Ere,REEN ED) .E Iia EEE�o°oSU—T A S­D­��THE RELIED­NSTR­.N 41TIVITIES.THE-NER—R­­ 4-16 L—HIE­LL—ON , RT((a)mes7 re 1 Dr TiD MDs DE A11Rw A-iD L111TE maEalory TRErv14 er THE w:rvEre vrelare Ta mMMErvnrvc mE reEureD:areK THE m _.R S—L 1—DE e MIrTALS Fare THE AD ITEMS ary THE DID DATE14�TEM DR— N STRU­N S—ES S­'T`'E'ER THAN 2H'V S E'ER SEES . Y RRRT U u A AND THE D­­FDR 11—H S H RE.IIN IN I— IEMA11IMUM TESTING SCHEDULE H SEc'RC IN.N "s xA DESCRIPTION RATE EST.QUANTITYLF- w° 16 IAK1(P AN c1) DEreMED EVAmreATary Areca°:E(Ha•�ACHAre EVAooreATlory ITOHosi­D 1—NGcDrvsTreUITIDry TD THE AHDoreoL,Dre-TreErv1H.1ITFILL IERMeT UrecE - a LS IreERIory of THE urvDFILL warvASEre DE A 11ED To—ASS N-ML EN—LINES U ER THE AND lRD R-SU-4DE ST EET/MATERIAL z _ oorvrreA A—KILL IER LF 1H/LIFT D.rSLOIpI)N HRryre IEATI�EN s°xE'SO.LRm DoH°oT"TPTIS.xI�ITEwI��O E oEl%"%p TNIDT°,"`R°L oLAry DENSITIES TreErv1HDE�AEOHALT ETreEL,� ?DD LF/LArvE/LIFT - a w Z N "E SYMBOLS AS DErvSITES-SUmreA 5 Qg a w IIN �iaarvoire�acrare N vc ENoce DENT, THE`1INT1cr"oaR MTEMs. FLIXIBLE BNS. J SECTION DETAIL INDICATORS Es rvaT__M T TH sysnFE ,y,w P.w aio/rea EVE T T Fare IEVE arvaLvsrs 3—c N U Z W ary ren aR TESTING RE-RED DEcausE aF TELT FawreE srvau eE valDs pMiEMSITa E Txreu a-i s) ITER UMITSre IER EOD c Nz 1RE71- AQTO i11O TTE`ai DIIATIDry n DS ECTION CUTS xAUE ry�rv1re Sm D1 R TA"HNo%aLITIULAT PUry DA„T�. ITEM Dre A(S•4rvDAreD) lElMcTEreIa SDUre1E 4" >a o 'A oIA :ET x LL MILL TEST -ER14L S-11E E o F �re a LLM <m 3 HII.S SHw,ry 1UT IS 1«A::ry w""I`i�.irvoF';xE1OiA° �°r E`° ErvSITEs DF 1DMOAITED ae re aaEreIAL SDUre1E 2 4 SE(ASreav ST Em �ANE/LIFT w F "A°"i - v o vi 77 s `T`UT DIIAT:Dry n SECTION TITLE NE „cel) w w �E c arvmn'nITrvED-.1RESSIorv.,1 141 m SS.1FH m SERIDry IS SHo, SERIDSHEETry.S DITA:,ry rsE` M`ou" E� xMTTH��Saw a9 i�+AI�UMaEa�i1O ASN°/OEC THE HATE'LLEUN .SYSTE"NTITIEs°(<�`SSo'LE—E aE<1,r<—T"EDDF Arv1THEHDre DEUNES- T FDre FAILUreES AreE rvDT wa°DED. To 1orvDU1T q a y. 2 a 40 z DETAIL TITLE TRENIro SEE DID ITEMS A-12,4-13 AVD A HE ­­1 S44LL MEASUIE o REWItl10RIMiNG NA aDETAIL IS S D„ry SHEETDETAIL IS­N reI T oloE rvwre TITEHE TDo- D AT THE S.lE TDE DFL—TH S 1E A 1LEARI rek TITISER LE-H Dry THE IDEVIDUSl TESTED SE1TIDrv,THE 111.MAY D Ere IE-TESTS AS-E-DYIF AIry Dre DRY waw S LF 137 END OF ADDENDUM NO.2 Report Created On:3/28/2018 2:27:49 PM PROJECT: E17118 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development BIDDER: FCS Construction, LLC TOTAL BID: $5,273,159.46 COMPLETION TIME: Not Required BIDDER INFO: 6991 Main Street Frisco,TX 75034 P:469-576-1205 F: 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings,Specitications,and Contract Documents,this Bid Proposal is submitted by FCS construction, LP (type or print name of company)on:2:00 PM Wednesday,March 28,2018 for CEFE F.VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT,PROJECT NUMBER E17118 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.C!vCastUSA.com If submitting hard copy bids or bid security in the form of a cashier's or certified check,please send to: The City of Corpus Christi,Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid- CEFE F.VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT,PROJECT NUMBER E17118 All envelopes and packages (including FEDEX envelopes) must clearly identify,on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2—BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with Owner on the form included in the Contract Documents,to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 2113 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 3-23-I k Bid Acknowledgement Form 00 30 00-1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development,Project No. E17118 Rev01-13.2016 ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder 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. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress,and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any,at or adjacent to the Site;and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site;and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information,observations, and documents on: A. The cost, progress, and performance of the Work; B. The means,methods,techniques,sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder 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. 3.08 The Bidder 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. 3.09 The Bidder has correlated the information known to the Bidder, 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. Bid Acknowledgement Form 003000-2 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project No. E17118 Revol-13-2016 3.10 The Bidder has given the OAR written notice of all conflicts,errors,ambiguities,or discrepancies that the Bidder has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed,and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5--EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid,the Bidder's responsibility,the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value,and whether the Bidder has met the minimum specific project experience requirements,and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids,to waive any and all irregularities in the Bids,or to reject non-conforming, non-responsive or conditional Bids. In addition,the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner,changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE,may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement,if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally,the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 100 calendar days for Phase 1 and 240 calendar days for Phase 2 after the date when the Contract Times Bid Acknowledgement Form 003000-3 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development,Project No.E17118 Rev 01-13-2015 commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 270 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS,the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 3000 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. SECTION 00 30 01 BID FORM. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. ARTICLE 8—DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9—VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name,state of residency,and federal tax identification number in the Bid Form. 10.02 The Bidder,or the Bidder's authorized representative,shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner,or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s)signing the Bid must have the authority to bind the Bidder to a contract,and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals("natural persons" as defined by the Texas Business Organizations Code§1.002), but who will not be signing the Bid Form personally,shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing Bid Acknowledgement Form 003000-4 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development,Project No.E17118 Rev01-13-2015 body authorizing the submission of the Bid and designating the individual(s)authorized to execute documents on behalf of the Bidder. Bidders using an assumed name(an "alias")shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency,or as otherwise existing, ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: FCS Construction, LP (typed or printed full legal name of Bidder) By: &6L-W4aS-1-- (individual's signature) Name: Curtis Davee (typed or printed) Title: Vice President (typed or printed) Attest: (individual's signature) State of Residency: Texas Federal Tax Id. No. 20-1661939 Address for giving notices: P.O. Box 190829 Dallas, TX 75219 Phone: 214-975-0808 Email: cdavee@friscocs.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder,or if the authorized individual is a representative of a corporation, partnership,or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-5 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project No.E17118 Rev 01-13-2016 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ® Bidder(includes parent company or majority owner)qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: FCS Construction, LP (typed or printed) By: 4LW6-c�— (signature--attach evidence of authority to sign) Name: Curtis Davee (typed or printed) Title: Vice President Business address: 9550 John Elliot suite 106 Frisco, TX 75033 Phone: 214-975-0808 Email: cdavee@triscocs.com END OF SECTION Compliance to State Law an Nonresident Bidders 00 30 02-1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA". See reverse side for Filing Requirements,Certifications and definitions. COMPANY NAME: FCS Construction, LP P.O. Box 190829 STREET 9550 John Elliot, Suite 106 P.O.BOX: Dallas, TX 75219 ADDRESS Frisco, TX 75033 CITY: Frisco STATE: Texas ZIP: 75033- FIRM IS: 1. Corporation ❑ 2. Partnershipex 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an ownership interest" constituting 3%or more of the ownership in the above named"firm.' Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee N/A 4. State the names of each employee or officer of a"consultant"for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005 - 1 Cefe F. Valenzuela Landfill Sector 3C Disposal Cell Development,Project E17118 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Curtis Davee Title: :, e '1—e� d nw.. (Type or Print) Signature of Certifying Person: Date: 03/28/2018 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture,receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005- 1 Cefe F. Valenzuela Landfill Sector 3C Disposal Cell Development,Project E17118 Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: CEFE F.VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT PROJECT NUMBER E17118 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding;or with any official or employee of the Owner as to quantity, quality,or price in the prospective contract,or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: FCS Construction, LP (typed or printed) By: (signature--attach evidence of authority to sign) Name: Curtis Davee (typed or printed) Title: Vice President Business address: 9550 John Elliot, suite 106 Frisco, TX 75033 Phone: 214-975-0808 Email: cdavee@friscocs.com END OF SECTION Non-Collusion Certification 00 30 06-1 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development,Project E177118 11-25-2013 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (,'1�ime,legal slattis and addrawt) (Nlane, legal slalus and principal place e f hrc►inem) FCS Construction, LP The Guarantee Company of North America USA This document has important 9550 John W. Elliot Drive, Suite 106 One Towne Square, Suite 1470 legal consequences.consultation Frisco, TX 75033 Southfield, MI 48076 with an attorney is encouraged with respect to its completion or OWNER: modification. (Name.legal status and addr em) Any singular reference to City of Corpus Christi Contractor,Surety,Owner or other party shall be considered 1201 Leopard Street plural where applicable. Corpus Christ, TX 78401 BOND AMOUNT: $ 5% G.A.B. Five Percent of the Greatest Amount Bid PROJECT: (Nance,location oraddmsg audl'rn}ectmunber,ifarty) Cefe P Valenzuela Landfill Sector 3C Disposal Cell Development, Robstown, TX; Project No. El 7118 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of tlu Contractor within the time specified in the bid documents,or within such tints period as tnny be agreed to by the Owner and Contractor,and the Contractor either(l)enters into a contract with the Olv'rter in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the_jurisdiction of the Project and o$ien4ise acceptable to the 0,mier,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger mnount for which the Owner may in good faith contract with another party to perlbnn the wort-covered by said bid,then this obligation shall be null and void,otherwise to remain in lull force and ellect.The Surely hereby waives any notice gran agreement between tite Owner and Contractor to extend the lime in which the Owner may accept the bid.Waiverornotice by tho surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time Ibr acceptance of bids specilied in the bid dowuments.and the Owner and Contractor shall obtain the surety's consent l'r an extension beyond sixty(60)days. If this Bond is issued in connection vrith a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been rurnishcd to comply ivith a statutory or other legal requirement in the location orthe Prgjccy any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herel'rom and provisions confirming to such statutory or other legal requirement shall be deemed incorporated herein.When so lirmished.the intent is that this Bond shall be construed as a statutory bond and not as u common law bond. Signed and scaled this 28th day of March, 2018 FCS Construction, LP (Principal) (Seal) !11'ilaess) By: 64�fza"-qP (Title) The Guarantee Company of North America USA ISrrrel}) (.SealJ (TI'trrre>tiyWCk Crow� By: (7r11e) nie Petr nek Attorney-in-Fact S-0054JAS 8/10 THE The Guarantee Company of North America USA GUARANTEF Sa�eld,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA,a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint Steve Foster,Jack M.Crowley,Luke J.Nolan,Jr.,Deborah English,JennWer Rosales,Tonie Pelranek Wills or Texas,Inca its true and lawful attorney(s)—in—fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so,and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 316t day of December,2003. The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. in connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. 4. In Connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. �►«s¢e IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 2A day of October,2015. } THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the preceding instrument,to me personally known, and being by me duly swam,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America LISA offices the day and year above written. County of Oakland My Commission,Expires February 27,20 16 17 Acting in Oakland County 1,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this day of rt "'"" Randall Musselman,Secretary PRODUCT DATA SHEET GSE BentoLiner EC Geosynthetic Clay Liner GSE BentoLiner"EC" is a lightly needle-punched reinforced composite geosynthetic H clay liner(GCL)comprised of a uniform layer of granular sodium bentonite encapsulated between a woven and a nonwoven geotextile.The product is intended for use on relatively AT THE CORE: flat slope surfaces and low load applications where minimal internal shear strength This composite clay liner is required. is intended for use on relatively flat slope surfaces and low load applications where minimal internal shear strength is required. Product Specifications Tested Property 1rest Method I Frequency Value Geotextile Property Cap Nonwoven,Mass/Unit Area ASTM D 5261 1/200,000 ft2 3.0 oz/yd2 MARV" Carrier Woven,Mass/Unit Area ASTM D 5261 1/200,000 ft2 3.1 oz/yd2 MARV Bentonite Property Swell Index ASTM D 5890 1/100,000 Ib 24 m1/2 g min Moisture Content ASTM D 4643 1/100,000 Ib 12%max Fluid Loss ASTM D 5891 1/100,000 Ib 18 ml max Finished GCGIPriI Bentonite,Mass/Unit Area 121 ASTM D 5993 1/40,000 ft2 0.75 Ib/ft2 MARV Tensile Strength(') ASTM D 6768 1/40,000 ft2 30 Ib/in MARV Peel Strength ASTM D 6496 1/40,000 ft2 1 Ib/in MARV ASTM D 4632(4) 6 Ib MARV Hydraulic Conductivity(') ASTM D 5887 1/Week 5 x 10.1 cm/sec max Index Flux(') ASTM D 5887 1/Week 1 x 10.8 m3/m2/sec max Internal Shear Strength(') ASTM D 6243 Periodically 150 psf Typical TYPICAL ROLL DIMENSIONS Width x Length(7) Typical Every Roll 15.5 ft x 150 ft Area per Roll Typical Every Roll 2,325 ft2 Packaged Weight Typical Every Roll 2,600 Ib NOTES: •MMinimum Average Roll Value. •(oAt 0%moisture content. •(')Tested in machine direction. •(oModiYied ASTM D 4632 to use a 4 in wide grip.The maximum peak of five specimens averaged in machine direction. •(s)Deaired,deionized water @ 5 psi maximum effective confining stress and 2 psi head pressure. •(')Typical peak value for specimen hydrated for 24 hours and sheared under a 200 psf normal stress. •(')R011 widths and lengths have a tolerance of±1%. GSE is a leading manufacturer and marketer of geosynthetic lining products and services.We've built a reputation of reliability through our dedication to providing consistency of product,price and protection to our global customers. Our commitment to innovation,our focus on quality and our industry expertise allow F I r us the flexibility to collaborate with our clients to develop a custom,purpose-fit solution. E N V I RON M E NTAL'" DURABILITY RUNS DEEP For more information on this product and others,please visit us at GSEworld.com,call 800.435.2008 or contact your local sales office. This Information is provided for reference purposes only and is not intended as a warranty or guarantee.GSE assumes no liability in connection with the use of this Information. Specifications subject to change without notice.GSE and other trademarks in this document are registered trademarks of GSE Lining Technology,LLC in the United States and certain foreign countries.REV 13JUN2012 PRODUCT DATA SHEET GSE BentoLiner NSL Geosynthetic Clay Liner GSE BentoLiner"NSU' is a needle-punched reinforced composite geosynthetic clay liner H (GCL)comprised of a uniform layer of granular sodium bentonite encapsulated between a woven and a nonwoven geotextile.The product is intended for moderate to steep AT THE CORE: slopes and moderate to high load applications where increased internal shear strength is This composite clay liner is required. intended for moderate to steep slopes and moderate to high load applications where increased internal shear strength is required. Product Specifications Tested Property ---]IT��l Frequency Value Geotextile Property JI Cap Nonwoven,Mass/Unit Area ASTM D 5261 1/200,000 ft2 6.0 oz/yd2 MARV" Carrier Woven,Mass/Unit Area ASTM D 5261 1/200,000 ft2 3.1 oz/yd2 MARV Bentonite Property Swell Index ASTM D 5890 1/100,000 Ib 24 m1/2 g min Moisture Content ASTM D 4643 1/100,000 Ib 12%max Fluid Loss ASTM D 5891 1/100,000 Ib 18 ml max Finished GCGIPriI Bentonite,Mass/Unit Area 121 ASTM D 5993 1/40,000 ft2 0.75 Ib/ft2 MARV Tensile Strength(') ASTM D 6768 1/40,000 ft2 30 Ib/in MARV Peel Strength ASTM D 6496 1/40,000 ft2 3.5 Ib/in MARV ASTM D 4632(4) 21 Ib MARV Hydraulic Conductivity(') ASTM D 5887 1/Week 5 x 10.1 cm/sec max Index Flux(') ASTM D 5887 1/Week 1 x 10.8 m3/m2/sec max Internal Shear Strength(') ASTM D 6243 Periodically 500 psf Typical TYPICAL ROLL DIMENSIONS Width x Length(7) Typical Every Roll 15.5 ft x 150 ft Area per Roll Typical I Every Roll 2,325 ft2 Packaged Weight Typical Every Roll 2,600 Ib NOTES: •"'Minimum Average Roll Value. •(oAt 0%moisture content. •(')Tested in machine direction. •(oModiYied ASTM D 4632 to use a 4 in wide grip.The maximum peak of five specimens averaged in machine direction. •(s)Deaired,deionized water @ 5 psi maximum effective confining stress and 2 psi head pressure. •(')Typical peak value for specimen hydrated for 24 hours and sheared under a 200 psf normal stress. •(7)R011 widths and lengths have a tolerance of±1%. GSE is a leading manufacturer and marketer of geosynthetic lining products and services.We've built a reputation of reliability through our dedication to providing consistency of product,price and protection to our global customers. Our commitment to innovation,our focus on quality and our industry expertise allow r I r us the flexibility to collaborate with our clients to develop a custom,purpose-fit solution. E N V I RON M E NTAL'" DURABILITY RUNS DEEP For more information on this product and others,please visit us at GSEworld.com,call 800.435.2008 or contact your local sales office. This Information is provided for reference purposes only and is not intended as a warranty or guarantee.GSE assumes no liability in connection with the use of this Information. Specifications subject to change without notice.GSE and other trademarks in this document are registered trademarks of GSE Lining Technology,LLC in the United States and certain foreign countries.REV 13JUN2012 �D���� ��E Specification Review Clarifications Project: Cefe F.Valenzuela Landfill Sector 3C Cell Date March 15,2018 Products: 1) Unreinforced BentoLiner ECE GCL; 2)Reinforced BentoLiner NSLE GCL; 3)60 mil Smooth HDPE Geomembrane; 4)60 mil double-side Textured HDPE Geomembrane; 5)6 oz/yd2 single-sided FabriNet 250 Geocomposite; 6)6 oz/yd2 double-sided FabriNet 250 Geocomposite Sections: Section 13250 Synthetic Flexible Membrane Liners-HDPE pg. 1-3; Section 13300 Drainage Geonet Installation pg. 1; Section 13350 Geotextile Installation pg. 1; Section 02376 GCL pg. 1-9;Attachment 10 Soil&Liner Quality Control Plan(Revised May 1998) Clarifications/Exceptions Section 02376-2.Part 1.3.A.2.b GSE asks that this section be amended per the following: • GSE does not test for nor certify to lap joint permeability testing. GSE can supply material to a laboratory of the customer's choice for testing. GSE asks that this be acceptable. Section 02376-4.Part 1.7.A GSE asks that this section be amended per the following: • GSE shall provide a limited five (5)year GCL Material Warranty on a pro-rata basis in accordance with GSE's Standard Warranty Terms and Conditions. SLOCP.Section 3.pg. 19.Part 3.2.1 : SLOCP.Section 3.pg.20.Table 10-3.1 GSE asks that this section be amended per the following: • Direct Shear testing(ASTM D 5321 and D 6243) is a performance test,not an index test. As such,GSE does not perform or certify to direct shear results since the test relies on site- specific conditions. Interface values are greatly affected by(1)the material interface, (2)the rate of displacement,and (3)the normal load applied. However,GSE understands that this test is critical to design confirmation and can supply material to a laboratory of the customer's choice for testing. SLOCP.Section 3.pg.20.Table 10-3.1 GSE asks that this section be amendedper the following: GCL Properties Project Specifications GSE Specifications Free Swell USP-NF-XXVII ASTM D5891 Fluid Loss API Spec 13A 13B ASTM D5890 Permeability GRI GCL-2 or ASTM D5084 ASTM D5887 SLOCP,Section 4,pg.23.Part 4.1 GSE asks that this section be amended per the following: • As of January 1, 1998,the National Sanitation Foundation (NSF) no longer lists geomembrane manufacturers nor supports any geomembrane regulations. The current industry standard for HDPE geomembrane(smooth&textured) is GRI Test Method GM13.GSE asks that this be acceptable. SLQCP.Section 4.pg. 27.Table 10-4.1 GSE asks that this section be amended per the following: T 281-443-8564 GSE ENVIRONMENTAL,LLC D:\Bryan Work Files\Bid Drawings 2018\Corpus Christi\Bid Submittals\Cefe F.Valenzuela LF 19103 GUNDLE ROAD Sector 3C Cell Spec Review.docx HOUSTON.TEXAS 77073 MG SOLMAX.COM • GSEWORLD.COM iS Q L M AX G S E Specification Review Clarifications • ASTM D4218 is the current,relevant,and most widely accepted test method for testing carbon black content on polyethylene compounds such as HDPE geomembranes. GSE requests that ASTM D4218 be acceptable in lieu of ASTM D1603. • ASTM D6693 is the current,relevant,and most widely accepted test method for testing tensile properties on HDPE geomembranes.GSE requests that ASTM D6693 be acceptable in lieu of ASTM D638. • ASTM D4833 is the current,relevant,and most widely accepted test method for testing puncture strength on HDPE geomembranes. GSE requests that ASTM D4833 be acceptable in lieu of FTM Std. 101C Method 2065. Geomembrane PropertiesProject Specifications GSE Specifications Dimensional Stability Test 1/100,000 ft2 and every resin Certify Only lot ➢ Please note that GSE was only provided with confining pressure and required transmissivity per the below table,with no other testing conditions.Therefore,GSE 6 oz/yd2 double-sided&single-sided FabriNet 250 Geocomposite will meet the transmissivities listed below at the given loadings at 0.1 gradient,between steel plates, for a seat time of 15 minutes.GSE asks that this be acceptable. 3. In Figure appendix 10 ATT 10C.1-Note 2-GE.000MPOSITE DRAINAGE LAYER TRANSMISSIVITY IS SPECIFIED IN APPENDIX 15A-4(Pg-562 E17118 Specs).I don't see appendix I 5A-4 In the documents.What Vansmissivity will be required for the Geocomposites? Required minimum drainage geocomposite transmissivity properties are as follows: © Confining Pressure(psf)/Rated T(m2/s) 2,120 8.10E-04 6,520 603E-04 12,240 4.04E-04 T 281-443-8564 GSE ENVIRONMENTAL,LLC D:\Bryan Work Files\Bid Drawings 2018\Corpus Chrisd\Bid Submittals\Cefe F.Valenzuela LF 19103 GUNDLE ROAD Sector 3C Cell Spec Review.docx HOUSTON.TEXAS 77073 MG SOLMAKCOM • GSEWORLD.COM A� rD �o Zr ZQ vo �z >> dim p �z 0 mo DN �z =_ __ y � a� Nm �X I �p nD I l09©000.000090000®00�0000000000000®•0 n m r _mmr sz n - rr ©eo •o=o@ooa ®•o�oo =000®•oa@o=ooa®•00000ao®-o r� D Cl r I xD ,O O ® O r � O _ to ©a0 000�©00 @0 000>0a0®•O 00>O+ ® 00.Oa000000000> v O �a - m O O MO 0 O ------------ O s � m ' v D ® Z m r r D O i o � =©-© o = •©©ooao=0 000b=�oo-o>> >oa=�o=o-0000' 0 ®I o -oo-oOo<o •o�ooa000 •©o'-r@o@a oa�orooa=®oWCo@2o= ® I 0 c� o .o cam= 0 9@,000' 00,0 ,Oa' pdd03p39 634c5 339N1 I® ® O O A rD �o rZOZr- 20 „o Z wm p -<z N< 0 mo a� Nm Z �d o.o000®0000©boon®o©oo©0000®m©oo©0000®o� d d a000®0000®o©�o®0000©o©oo® '00000©oo®0000 r �N y a000®0000®0000©000000000©o'000®000000000cb0000© xD Y � oo®i00000000®000 o' o o o o. .,•- 00000®00000000®00000000` �tE0n q o ? •00000 00000®®00011 ol 000®®o©0000000®000000000®o�0000000®o©o v e _ O fll i o00000000000p0000®0000000000000000000®0�0000000®oeo� m o n e 0 D ° 0000000©000 ®00000000000 0io®0000000 o 000 oo o e 0000000 ® r r D O —co 00009�8cccccgoac,o �i0000000000000�0®00000000011 C o ,. - •o•o®000000000 00000000®oo 000000®00000 oio �00000000000 d 0000000®........................ 000)0000®000000 'io®0000©0000®000©00000000 0 '0 o ® ®00000®0000©boon®00000000 'ie 000000000®oo�000000®0000 �e ®° ©o 000000©oo®p°ea p000©©0000000 000000 0©©000®0000 ®000®o©00000Ie®o o O����� X00 aao,oeuia .on`ss� © OOO i Q ® 000 ®® DO ® 0 ® ad o it 0© O O� A� rD �o Zr �m ;p �z ¶0 mo n� Nm �c r n m r 000©0000000000000�0®000000 �mm r O r ISI©i O v 70 O a = O e - m 61 ®0000®oo�000000®o�000000�o®oo®0000�l N 0 ® - -- - - - 6 I® ® z m r r D c 0000®000�00000®000®®® ©® b o 0 0 BOO � OO O 3a6'ea O O I O O O O Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Liner installation Falcon Environmental Lining Systems, Inc. Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year 2017 EMR 1 .82 1 Year 1 201-61 EMR 1 .81 1 Year 2015 1 EMR 2 Subcontractor Year I EMR Year EMR Year EMR Statement of Experience 004516-7 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 619 WORKERS COMPENSATION EXPERIENCE RATING Risk Name:FALCON ENVIRONMENTAL LINING SYSTEMS INC Risk ID: 420368127 Rating Effective Date:06272017 Production Date:01/19/2017 State: TEXAS State Wt I Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses I Act Prim Losses Losses Losses Losses rx 071 9,30 15,999 6,693-----_---0 -�_-- ?3.750 --�_ 0 0 (A)(B (C)Exp Excess (D)Expected (E)Exp Prim (F)Act Exc (G)Ballast (H)Act Inc (I)Act Prim Wt Losses(D-E) Losses Losses Losses(H-1) Losses Losses 1.071 1 9,300 15,999 6,693 01 23,7501 01 01 Primary Losses Stabilizing Value Ratable Excess Totals Ol C'(1-A)+G (A) (F) (j) Actual 0 32,405 0 32,405 -- —(E) --- ---- C.(1-A)+G (A) (C) (K) Expected 6,693 32,405 651 39,749 ARAP FLARAP I SARAP MAI Exp Mod Factors .82 J Copyright 1993-2017,All rights reserved.This product is comprised of.mpll,tons and Information which are the proprietary and exclusive property of the National Coundl on Compemeban Insurance,Inc.(NCCI).No further use,dissemination,sale,transfer,assign—ot or disposition of this product.in wtrole or in part,may be made without the poor written sent of NCCI.This product is furnished'As is"As available'Wth all defects'and Includes Information--able at the bme of publication only.NCCI makes no repree-nems or rt..u,s of any kind relating b the product and hereby e,pm,,Iy diadaims any and all„press.statutory.or implied warranties,including the implied wananty of merchantability.flbess fora Particular purpo.....rocy.oompleteness, urremoess.or correcthsss of any Infor—tion or product hmishad hereunder.All mspwMbility,for the use of and for any and all resuhs derived or obtained through the use of the product are die and user's and NCCI shall trot have any liability hereto Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING O0c,L Risk Name:FALCON ENVIRONMENTAL LINING SYSTEMS INC Risk ID: 420368127 Rating Effective Date:06/2712017 Production Date:01/19/2017 State: TEXAS 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001181362 Eff Date: 06/27/2013 Exp Date: 06/27/2014 Code .ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses - Losses Losses 6229 1.25 .42 438,064 5,476 2,300 8809 .06 .35 181,713 109 38 8810 .06 .39 69,477 42 16 Subject I Total Act Inc Policy Total: 689,25 Premium: 21,40811Losses: o 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001181362 Eff Date: 06/27/2014 Exp Date: 06/27/2015 Code ELR D- Payroll Expected Exp Prim am gat IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 6229 1.25 .42 433,889 5,424 2,27811 8809 .06 .35 180,380 108 38 8810 O6 .39 68,830 41 16 Subject Total Act Inc Policy Total: 683,09 Premium: 21,206 Losses: 8 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001181362 Eff Date: 06/27/2015 Exp Date: 06/27/2016 Code ELR I D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses _—J 6229 1.25 .42 372,658 4,658 1,956 8809 .O6 .35 171,634 103 36 8810 .06 .39 62,634 38 15 Subject Total Act Inc Policy Total: 606,92 Premium: 18,301 Losses: 0 O Copyright 1993-2017,All rights reserved.This product is compdsad of compilations and Information which are the proprietary and exclusive property of the National Coundl on Compensation Insurance,Inc.(NCCI).No further use,dlssemination,sale,transfer.assignment or disposition of this product,in whole or in part,may be made without o prior wdnen consentof NCCI.This product Is furnished'A.Is'As avagabI7With all defects'and includes information available at the time of publication only,NCCI makes no representations or warranfles of any kind relating to the productand hereby expressly declaims any and all express,statutory,or Implied warranaea,Including the Implied warranty,of merchantability,Otnesa for a particular purpose,accuracy,completeness,—entheas,or correctness of any Information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the and user's and NCCI shall not have any liability thereto. Total by Policy Year of all cases$2000 or leas. D Disease Lon X Ex-Madical Coverage U USLBH W C Catastrophic Lose E Employers Liability Loss R Limited Loss Page 2 of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Risk ID: 420368127 Rating Effective Date:06/27/2016 Production Date: 01/15/2016 State: TEXAS 6,it Aef Iric Losses Losses Losses Losses ACtPrirn Losses rx 07 9 13 15 691 6 561 01 23,0001 01 0 X (H)Aaf Inc (1)Act Prim Losses 0 9,130 15,691 6,561 I 01 23,0001 __of 6. tAW 0"Vat P III b'd Rat bIwExcess Totals C"(1 -A)+G (A) (F) (J) Actual 0 31.491 0 31,491 (E) C (I -A)+G (A) (C) ,Expected 6,561 1 31,491 639 38,691 'MAA :PExp Mod (J) (K) Factors 81 0 Copyright 19932016.All rights reserved. This product Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI).No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or In part,may be made without the prior written consent of NCCI.This product Is furnished"As Is""As available'With all defects"and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or Implied warranties,including the implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all rosults derived or obtained through the use of the product are the end user's and W-Cl shall not have any liability thereto, Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING NCCI Risk Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Risk ID: 42036812 Rating Effective Date:06/27/2016 Production Date: 01/15/2016 State: TEXAS 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 000.1181362 Eff Date: 06/27/2012 Exp Date: 06/27/2013 Act Prilll ................... sse, -1 05525. 6229 1.13. .42 471,412 5,327 2,23711 —-------- 18809 .07 .35 186,863 131 46 88101 .06 .41 73,691 44. 18 ISubject Total Act Inc Policy Total: 731,966 Premium: 20,902 Losses: 0 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001181362 Eff Date: 06/27/2013 Exp Date: 06/27/2014 c nG iN C 6229 1.131 .42 438,064 4,950 2,0791 -------- 8809 .07 .35 181,713 127 44 j -----— ........ 8810 .06 .41 69,477 42 1711 ISubjectI ITota I Act Inc Policy Total: 689,25Premium: 21,4081[Losses: 0 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001181362 Eff Date: 06127/2014 Exp Date: 06/27/2015 NOW 6229 11.13� .42 433,88911 4,9031 2,0591 8809 .071 .35— 180,3801 126 44 L 17-1 8810 -.06 .41 68,830� 411 17 683,09 Premium: Total Act Inc Policy Total: 683, Premium: 21,206 Losses: 01 @Copyright 19932016.All rights reserved. This product is comprised of compilations and Information which are the proprietary and exclusive property of the National-Council 0 Compensation Insurance,Inc.(NCCI).No further use,dissemination,sale,transfer,assignment or disposition of this product,In whole or in part,may be made without the prior written consent of NCCI.This product Is furnished"As le"As avallable""With all defects"and Includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,Including the Implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any Information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability thereto. 'Total by Policy Year of all cases$2000 or less. D Disease Loss X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss #Limited Loss Page 2 of 2 WORKERS COMPENSATION EXPERIENCE RATING & Risk Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Risk ID: 420368127 ` I i Rating Effective Date:06127/2015 Production Date: 02/20/2015 State: TEXAS Billi .E L6S e qct Inc Losses Act . Prim Eosex Lapses Lgs`sesLosses [u I o8l 8,740 11,4831 2,7371 01 7,5001 01 ol eito Prim (F):Act exc (G)Ablfast: (H)Act Inc 1 (1)Act Prien 1tYt ,Lasses(1�,>w) �ossiss Losses. Losses(N=!) Losses Lossea 1.081 1 8,746 11.483 2,7371 of 7,5001 0� 01 :Ratable Excess Totals C*(l -A)+G (A) (F) (J) ---- Actual 015,546 0 15,546 (E) C (1-A)+G (A) (C) Expected 2,737 15,546 700 18,983 T.. RAI F77776��d . ....... ... Factors .82 REVISED TING RATING REVISED TO REFLECT APPROVED RATING VALUES 0 Copyright 19932016.All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or in part,may be made without the prior written consent of NCCI.This product Is furnished"As Is""As available"With all defects'and includes information available at the time of publication only. NCCI makes no representations ma ons OT warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the implied warranty of mercha n7tobi;ity.Fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the Lisa of the product are the end user's and NCCI shall not have any liability thereto. Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name:FALCON ENVIRONMENTAL LINING SYSTEMS INC Risk ID: 420368127 Rating Effective Date:06/27/2015 Production Date: 02/20/2015 State: TEXAS 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001-181362 Eff Date: 06/27/2011 Exp Date: 06127/2012 ........... j"d p X.P.. nrh Actlim ct Prim A Losses. Losses 6229 .79 .241 478,066 3,777 9061 1 188091 .07 .201 187,200 131 L 2611 8810 1 .06 .22 76,5901 46 1011 ISubjectITotal Act Inc l -- ,Policy Total: 741,85Premium: 2.1,193 (Losses: pl 11 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001181362 Eff Date: 06/27/2012 Exp Date: 06/27/2013 7Act Pnin 6229 .79 .24 471,412 3,724 894 8809 .07 .20 186,863 131 26 18810 .06 .22 73,691 ISubject 44 10 otal Act IPolicy Total: 731,96EremIum: 20,902 (Losses: Lo s s e s: Inc 0 42-TEXAS Firm ID: Firm Name: FALCON ENVIRONMENTAL LINING SYSTEMS INC Carrier: 29939 Policy No. 0001 1 81 362 Eff Date: 06/27/2013 Exp Date: 06/27/2014 Claim boUl: 'IJ: OF Aa kgggi�-Lasses f r; RE "M S 6229 .79 J4 43.8,0,64 3,461 8311 8809 .07 .20 181,713 127 25 8810 .06 .22 69,477 42 9 ISubject 1 Total Act Inc Policy Total: 689,25Premium: 21,408 ;Losses: 0� JI C Copyright 19932016,All rights reserved.This product Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI).No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or In part.may be made without the prior written consent of NCCI.This product Is furnished"As Is""As available""With all defects"and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,Including the implied warranty of merchantability.fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability thereto. -Total by Policy Year of all cases$2000 or less. D Disease Loss X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss *Limited Loss Page 2 of 2 FalconEnvironmental Lining Systems, Inc. P.O.Box 4306 Odessa,TX 79760 Phone 432—366-2611 5200 Johnson Rd.Odessa,TX 79764 Fax 432—366-2999 9/13/17 PARTIAL EXPERIENCE RECORD OF COMPLETED INSTALLATIONS AEP/WTU OlKLAUNION POWER STATION Mr. Randy Chapman POND LINER POND 911 12567 FM Road 3430 2001 1,458,266 sq. ft. 60 mil HD Smooth Vernon, Texas 76384 328,500 sq. ft. Geotextile 8 oz. 940/886-2740 Cell 940/886-8660 2002 POND LINER PONDS #8, 9, & 10 3,011,954 sq. ft. 60 mil HD Smooth 657,000 sq. ft. Geotextile 8 oz. 2003 POND LINER POND #2 1,622,880 sq. ft. 60 mil HD Smooth 355,500 sq. ft. Geotextile 8 oz. 2008 POND LINER POND 93 1,182,510 sq. ft. 60 mil HD Conductive Sm. 342,297 sq. ft. 8 oz Geotextile 2009 POND LINER POND 44 1,304,100 sq. ft. 60 mil HD Conductive Sm. 243,000 sq. ft. 8 oz. Geotextile 2010 POND LINER PONDS 912, 413 1,233,844 sq. ft. 60 mil HD Conductive Sm. 2011 POND LINER PONDS 91, #5 2,796,570 sq. ft. 60 mil HD Conductive Sm. ABILENE ENVIRONMENTAL LANDFILL Mr. Roy Knowles JONES COUNTY SOLID WASTE P.O. Box 3252 LANDFILL CELL 91 Abilene, TX 79604-3252 2015 172,960 sq. ft. 60 mil HD Smooth 325/668-8327 76,970 sq. ft. 60 mil HDT Textured 25,800 sq. ft. Geotextile 172,960 sq. ft. I-Sd. Geocomposite 76,970 sq. ft. 2-Sd. Geocomposite 2014 CELL 1-213 114,153 sq. ft. 60 mil HDPE Smooth 114,153 sq. ft. S-Sd. Geocomposite 44,890 sq. ft. 60 mil HDPE Textured 44,890 sq. ft. Dbl.-Sd. Geocomposite 11,997 sq. ft. 12 oz. Geotextile J.D.ABRAMS,L.P. Mark DeHarde CITY OF EL PASO—CLINT LANDFILL 1171 Larry Mahan 2004 822,847 sq. ft. 60 mil HD Smooth El Paso, Texas 79925 97,641 sq. ft. 60 mil HD Textured 915/593-7393 898,288 sq. ft. 8 oz. FabriNet. 2-sided 800,646 sq. ft. Non-reinforced GCL 97,641 sq. ft. Reinforced GCL 36,000 sq. ft. Geotextile 8 oz. AMERICAN COTTON GROWERS Gerald Gohlke LAGOON LINERS P.O. Box 430 2005 630,000 sq. ft. 60 mil HD Smooth Littlefield, TX 79339 806/385-6401 2006 105,609 sq. ft. 60 mil HD Smooth BEAVERS CONSTRUCTION COMPANY Mr. Skipper Beavers CITY OF WICHITA FALLS P. O. Box 149 1998 LANDFILL CELL 13 & CAP Bowie, Texas 76230 378,630 sq. ft. 60 mil HD Smooth 940/872-3822 378,630 sq. ft. 60 mil HDT 490,086 sq. ft. 40 mil LLD 464,796 sq. ft. Geocomposite 420,390 sq. ft. Geotextile CITY OF WICHITA FALLS 2001 LANDFILL CELL 1 608,580 sq. ft. HD Smooth 46,800 sq. ft. HDT 2-sided 605,500 sq. ft. Geocomposite 8 oz. 1-sided 63,747 sq. ft. Geotextile 8 oz. 2002 CITY OF GARLAND LANDFILL CELL 2 649,806 sq. ft. 60 mil HD Smooth 60,853 sq. ft. 60 mil HDT Textured 684,979 sq. ft. Geocomposite 2-sided 97,200 sq. ft. Geotextile 2 C.F. JORDAN COMMERCIAL, L.P. AFTON GENERATING STATION PONDS 7700 C.F. Jordan Drive 2006-2007 348,300 sq. ft. 80 mil HD Smooth El Paso, TX 79912 371,925 sq. ft. 40 mil HD Smooth 351,000 sq. ft. Hypernet CRA ENVIRONMENTAL SERVICES Mr. Shawn Cooper CITY OF LAREDO LANDFILL 13431 Cullen Blvd. CELLS 9 & 10 Houston, Texas 77047 1998 292,056 sq. ft. 60 mil HDPE 713/734-3090 292,056 sq. ft. CETCO GCL 242,761 sq. ft. Geonet 260,761 sq. ft. Geotextile 49,295 sq. ft. Geocomposite 2000 CITY OF PECOS LANDFILL 284,130 sq. ft. 60 mil HD Smooth 105,300 sq. ft. 60 mil 2-Sided HD Textured 2001 CITY OF SNYDER, TX LANDFILL CELLS 2B & 2C 65,097 sq. ft. 60 mil Smooth GUNDSEAL 138,654 sq. ft. 60 mil Textured GUNDSEAL 141,084 sq. ft. 2-Sided Geocomposite 65,518 sq. ft. I-Sided Geocomposite 2001 WILLIAMS ENERGY MITCHELL 91 BRINE POND McPHERSON, KS 298,200 sq. ft. HyperNet/Geonet 313,950 sq. ft. 40 mil HD Smooth 141,750 sq. ft. 60 mil HD Smooth 169,650 sq. ft. 2-Sided HDW TEXTURED CHARTER WASTE MANAGEMENT,INC. Mr. Roy Knowles LANDFILL SUBTITLED ODESSA, TX. 12035 W. Murphy CELL # 1 Odessa, Texas 79763 224,322 sq. ft. 60 mil HDPE& HDT 325/668-8327 224,322 sq. ft. 15 mil & 30 mil GUNDSEAL CELLS 92 - #3 464,052 sq. ft. 60 mil HDPE 464,052 sq. ft. 15 mil Smooth GUNDSEAL 3 145,612 sq. ft. 60 mil HDT 145,000 sq. ft. 30 mil Textured GUNDSEAL 189,549 sq. ft. Geotextile 16 oz. 322,472 sq. ft. Geocomposite CELLS 94,5,6,7,8,9 1996-2002 1,675,307 sq. ft. 60 mil HDPE 1,675,307 sq. ft. 15 mil & 30 mil GUNDSEAL 1,082,558 sq. ft. Geocomposite 592,749 sq. ft. Geotextile 2004-2007 625,000 sq. ft. 60 mil HDPE 310,000 sq. ft. Geocomposite 625,000 sq. ft. 15 mil GUNDSEAL CHEVRON PIPE LINE Mr. Tracy Long COAHOMA STATION, BIG SPRING, TX. 1426 County Road 135 198,891 sq. ft. 60 mil HDPE Roscoe, Texas 79545 10 1,145 sq. ft. Geotextile 16 oz. 325/766-3656 98,323 sq. ft. Geonet CITY OF ALBUQUERQUE,NEW MEXICO Camp, Dresser&McKee, Inc. CERRO COLORADO MUNICIPAL 903/654-4888 LANDFILL 511,695 sq. ft. 60 mil HDPE& HDT SECTOR 2 197,000 sq. ft. HDPE 37,000 sq. ft. HDT CITY OF AMARILLO,TEXAS Vista Environmental Services Co. CELL 4, PHASE 7 LANDFILL John F. Drake 86,940 sq. ft. HDPE Smooth P.O. Box 1072 2004-2005 618,116 sq. ft. 60 mil Textured Canyon, TX 79015-1072 716,558 sq. ft. GCL sq. ft. 806/655-8461 687,300 sq. ft. Geocomposite 8 oz. 2-Sd. CITY OF BROWNSVILLE, TEXAS 700 S. Joe Colunga BROWNSVILLE LANDFILL 1 AREA 3 Brownsville, Texas 78520 1999 365,923 sq. ft. 60 mil HDPE Smooth 4 Inspector: Raba Kistner Engineer, 38,250 sq. ft. 60 mil HD Textured Consultants 374,907 sq. ft. Geocomposite Edwardo Choquis CONSTRUCTION CHIMNEX DRAINS 210/699-9090 Ext. 238 CITY OF CORPUS CHRISTI,TEXAS P.O. Box 9277 J.C. ELLIOTT LANDFILL EXPANSION Corpus Christi, Texas 78469 SECTOR 8 LINER IMPROVEMENTS Inspector: Trinity Testing 1999 41,089 sq. yds. 60 mil HDPE Smooth Edward Vasquez 5,041 sq. yds. 60 mil HD Textured 361/854-4774 9,334 sq. yds. Geocomposite 4,800 sq. yds. Geotextile Shiner Moseley and Associates J.C. ELLIOTT LANDFILL LINER 555 N. Carancahua, Suite 1650 SECTOR 8 LINER& FINAL CAP Jon M. Reinhard 2005 378,000 sq. ft. 60 mil HDPE Smooth Corpus Christi, Texas 78478 128,700 sq. ft. 60 mil HD Textured 361/880-3500 505,575 sq. ft. Ultraflex VF 994,845 sq. ft. Geocomposite 6 oz. 2-Sd 36,000 sq. ft. Geotextile 2005 SECTOR 11 LINER&FINAL CAP 381,600 sq. ft. 60 mil HD Smooth 98,100 sq. ft. 60 mil HD Textured 86,400 sq. ft. 40 mil LLDPE Textured 406,215 sq. ft. 40 mil LLDPE Smooth 180,090 sq. ft. 6 oz. 2-Sd. Geocomposite CITY OF CORPUS CHRISTI,TEXAS Shiner Moseley and Associates CEFE F. VALENZUELA LANDFILL Jon M. Reinhard SECTOR 3D CELLS & EVAPORATION 555 N. Carancahua, Suite 1650 PONDS Corpus Christi, Texas 78478 2006 1,297,800 sq, ft. 60 mil HDPE Smooth 361/880-3500 46,800 sq. ft. 60 mil HD Textured 2-Sd. 687,010 sq. ft. Geocomposite 6 oz. 76,500 sq. ft. Geotextile 12 oz. 2009 CEFE F.VALENZUELA LANDFILL SECTOR 4B CELL 580,950 sq. ft. 60 mil HDPE Smooth 76,950 sq. ft. 60 mil HD Textured 666,000 sq. ft. 2-Sd. Geocomposite 99,000 sq. ft. 12 oz. Geotextile 5 CITY OF CORSICIANA, TEXAS Larry Murray CITY OF CORSICIANA LANDFILL 200 N. 12th Street 1995-1999 1,250,000 sq. ft. 60 mil HDPE Smooth Corsicana, Texas 75110 2,250,000 sq. ft. Geocomposite& 903/654-4888 Geotextile 2005 239,400 sq. ft. 60 mil HDPE Smooth 58,500 sq. ft 60 mil HD Textured 2-Sd 280,140 sq. ft. Geocomposite 6 oz. 2-Sd. CITY OF ENID, OKLAHOMA Sanitation Department ENID LANDFILL CELL 9-D Enid, Oklahoma 188,370 sq. ft. 60 mil HD Smooth 188,370 sq. ft. Geotextile 16 oz. CITY OF LUBBOCK, TEXAS Parkhill, Smith & Cooper WEST TEXAS REGIONAL LANDFILL Holly Holder CELL 1-B 422285 1h Street 2001 550,620 sq. ft. 60 mil HD Smooth Lubbock, Texas 79423 189,000 sq. ft. 60 mil 2-Sided HD Textured 806/473-2200 701,008 sq. ft. 2-Sided Composite 8 oz. 189,000 sq. ft. Bentomat ST 549,000 sq. ft. Claymax 20OR 2003 CELL 2 887,616 sq. ft. 60 mil HD Smooth 427,262 sq. ft. 60 mil HDT Textured 890,688 sq. ft. Non-Reinforced GCL 427,422 sq. ft. Reinforced GCL 1,315,658 sq. ft. Geocomposite Brown, McKee, Inc. 2001 CITY OF LUBBOCK AIRPORT J. L. McKee POND LINER FOR TRAINING FACILITY P.O. Box 3279 47,250 sq. ft. HD CONDUCTIVE Lubbock, Texas 79452 21,000 sq. ft. HyperNet Geonet 806/745-4511 45,063 sq. ft. Geotextile 10 oz. CITY OF MIDLAND,TEXAS Kay Snyder LINE RAW WATER POND Midland, Texas 79701 901,000 sq. ft. 60 & 40 mil HDPE 432/685-7262 1999 LANDFILL LINER 581,000 sq. ft. 60 mil HDPE 6 27,000 sq. ft. 60 mil HDT 581,000 sq. ft. 15 mil Smooth GUNDSEAL 27,000 sq. ft. 30 mil Textured GUNDSEAL 610,000 sq. ft. Geocomposite LAGOON 997,500 sq. ft. 30 mil HDPE 168,000 sq. ft. 40 mil HDPE 217,500 sq. ft. 8 oz. Geotextile Ballasting System 2001 LANDFILL PIT 3, PHASE 2 463,680 sq. ft. 60 mil HDPE 217,305 sq. ft. 60 mil HD Textured 641,200 sq. ft. 8 oz. 2-Sided Composite 181,125 sq. ft. 30 mil Textured GUNDSEAL 448,245 sq. ft. 15 mil Smooth GUNDSEAL 2009 LANDFILL PIT 2 549,800 sq. ft. 60 mil HDPE Smooth 69,604 sq. ft. HD Textured 615,239 sq. ft. GCL 615,239 sq. ft. 2-Sd. Geocomposite CITY OF SAN ANGELO,TEXAS Attn: Operations CONTRACT 1 EFFLUENT RESERVOIRS 72 W. College Ave, 2nd Floor San Angelo, Texas 76903 6,991,129 sq. ft. 60 mil HDPE 325/657-4205 Biggs &Mathews LANDFILL CELL 11A David Clark 2014 289,800 sq. ft. 60 mil HDPE Smooth 817/223-5784 23,400 sq. ft. 60 mil HDPE Textured 287,625 sq. ft. S-Sd. Geocomposite 20,700 sq. ft. Dbl.-Sd. Geocomposite 317,775 sq. ft. GCL 27,000 sq. ft. 16 oz. Geotextile CITY OF SNYDER,TEXAS Freese Nichols LANDFILL CELL 1 Fort Worth, Texas 76109-4895 250,000 sq. ft. 60 mil GUNDSEAL 7 817/735-7492 250,000 sq. ft. Geocomposite Biggs &Mathews 2013 LANDFILL CELL 2 David Clark 411,810 sq. ft. 60 mil GUNDSEAL Smooth 817/223-5784 96,510 sq. ft. 60 mil GUNDSEAL Textured 411,810 sq. ft. S-Sd. Geocomposite 96,510 sq. ft. Dbl.-Sd. Geocomposite CUNNINGHAM CONSTRUCTORS &ASSOC.,INC. Mike Cunningham 2001 CITY OF CRANE WWTP P.O. Box 2237 646,370 sq. ft. 60 mil HDPE Georgetown, Texas 78627 646,370 sq. ft. Geotextile 10 oz. D.E. RICE CONSTRUCTION Kenny Purcell COLORADO RIVER MUNICIPAL WATER P.O. Box 3344 DISTRICT TERMINAL STORAGE Borger, Texas 79008 RESERVOIR FOR O.H. IVIE PUMP 806/274-7187 618,000 sq. ft. 60 mil HDPE Smooth 332,000 sq. ft. 60 mil HD Textured CITY OF LUBBOCK, TEXAS LANDFILL 1998 398,087 sq. ft. 60 mil HDPE Smooth 347,342 sq. ft. HD Textured 681,546 sq. ft. CETCO GCL 717,528 sq. ft. Geocomposite CITY OF WICHITA FALLS, TEXAS Inspectors: 2000 LANDFILL CELL CAP 912, CELL 914 LandTec Engineers CELL: 5450 E. Loop 820 South 291,519 sq. ft. 60 mil HDPE Smooth Ft. Worth, Texas 76119 15,420 sq. ft. 60 mil HD Textured Ray Campbell 306,939 sq. ft. Geocomposite 817/572-3627 CAP: Mobile: 817/313-0923 542,142 sq. ft. 40 mil VFPE 468,729 sq. ft. Geotextile 6 oz. 86,022 sq. ft. Geocomposite 2000 SANTA FE LAKE CAP CLOVIS,NM 289,800 sq. ft. 60 mil HD Smooth 299,040 sq. ft. 10 oz.1-Sided FabriNet 2004 CITY OF DUMAS, TX WWTP 912,870 sq. ft. 60 mil HD Smooth 8 27,000 sq. ft. Geotextile 10 oz. 2005 CONOCO/PHILLIPS PHILTEX PLANT 85,926 sq. ft. 100 mil HD Smooth 2006 XCEL CUNNINGHAM STATION 478,327 sq. ft. 60 mil HD Smooth 130,227 sq. ft. 16 oz. Geotextile 2008 CITY OF ROSWELL LANDFILL CAP 805,000 sq. ft. CETCO Reinforced GCL 2013 CITY OF LAMESA LANDFILL CELL 4 149,708 sq. ft. 60 mil HDPE Smooth 36,619 sq. ft. 60 mil HDPE Textured 186,327 sq. ft. GCL 186,327 sq. ft. 8 oz. 2-Sd. Geocomposite 2017 PHILLIPS 66 WRB REFINING, LP 2,444,000 sq. ft. 60 mil HDPE Smooth Black/White Conductive 1,222,000 sq. ft. 8 oz. 1-Sided Geocomposite 1,222,000 sw. ft. Geonet ELECTRICIDAD PARA EL PROGESO CFE Aldolfo Rodriguez L-1 & L-2 LAGOON Torreon, Mexico 2,184,472 sq. ft. 60 & 30 mil HDPE 001/52-5545-2478 ENVIRONMENTAL SPECIALTIES INTERNATIONAL,INC. FREDERICKSBURG LANDFILL CELL 7 7949 Pecue Lane, Suite A 2015 220,500 sq. ft. 60 mil HDPE Smooth Baton Rouge, LA 70809 45,800 sq. ft. 60 mil HDPE Textured 268,000 sq. ft. GCL Biggs &Mathews 268,000 sq. ft. Geocomposite David Clark 817/223-5784 FORNEY POWER PLANT Richard Drake Construction Co. POND LINER AND WATER Reggie Horton 2002 CONTAINMENT CURTAIN 6290 Hwy. 271 N. 521,640 sq. ft. 60 mil HD Smooth Powderly, Texas 75473 201,600 sq. ft. Nom HD Smooth 9 972/564-9910 518,292 sq. ft. Geotextile 16 oz. FSC CONSTRUCTION Curtis Davee DILWORTH LANDFILL CELL 4A P.O. Box 190829 2014 BLACKWELL, OK Dallas, TX 75219 190,908 sq. ft. 60 mil HDPE Textured 469/576-1205 185,395 sq. ft. 8 oz. Geotextile HAMMETT EXCAVATION,INC. Galen Hammett CITY OF DALLAS McCOMMAS BLUFF 1545 CR 2917 CELL 6D 1 Dodd City, TX 75438 2013 667,121 sq. ft. 60 mil HDPE Textured 903/271-3906 630,896 sq. ft. Dbl-Sd 8 oz. Geocomposite 72,000 sq. ft. 8 oz. Geotextile 2016 CELL 6B 1 & 6D2 1,345,650 sq. ft. 60 mil HDPE Textured 1,352,835 sq. ft. Geocomposite 153,000 sq. ft. Geotextile HUGHES CONSTRUCTION COMPANIES Russ Larson SALT LAKE CITY INTERNATIONAL 900 N. Redwood Road AIRPORT SURPLUS CANAL LINER North Salt Lake City, Utah 84054 466,785 sq. ft. 100 mil HDPE 801/292-1411 HUNTSMAN POLYMERS CORPORATION Tom Hoggard BRINE PONDS P.O. Box 3986 1998 1,237,756 sq. ft. 40 mil HDPE Odessa, Texas 79760 1,220,506 sq. ft. 60 mil HDPE 432/640-8916 1,302,404 sq. ft. Geotextile 16 oz. 614,859 sq. ft. 60 mil HDC 2000 - 2002 322,200 sq. ft. 60 mil HD WHITE CONDUCTIVE 322,200 sq. ft. Geotextile 16 oz. JAMES INDUSTRIAL CONSTRUCTORS Keith Coleman ODESSA POWER PLANT POND LINERS P.O. Box 77760 2000 565,110 sq. ft. 60 mil HD Smooth Baton Rouge, Louisiana 299,880 sq. ft. 30 mil HD Smooth 70879-7760 565,110 sq. ft. Geotextile 16 oz. 225/753-5715 10 L.A. FULLER& SONS CONSTRUCTION, LTD. XCEL ENERGY-NICHOLS STATION 2006 POND 18 376,740 sq. ft. 60 mil HD Smooth 97,875 sq. ft. 40 mil HD Smooth 270,000 sq. ft. 8 oz. Geotextile 76,500 sq. ft. Geonet L.D. KEMP EXCAVATING,INC. Mike Brackney CITY OF DENTON LANDFILL PHASE II 5409 Denton Hwy. 2002 491,625 sq. ft. 60 mil HD Smooth Ft. Worth, Texas 79031 135,240 sq. ft. 60 mil HD Textured 817/281-4470 529,105 sq. ft. 1-Sided Geocomposite 8 oz. 97,875 sq. ft. 8 oz. 2-Sd. Geocomposite 2006 CITY OF EL PASO—CLINT LANDFILL PHASE I, CELLS 3-6 1,479,517 sq. ft. 60 mil HD Smooth 237,425 sq. ft. 60 mil HDT Textured 1,479,517 sq. ft. Non-Reinforced GCL 244,077 sq. ft. Reinforced GCL 1,479,517 sq. ft. 8 oz. 1-Sd. Geocomposite 237,425 sq. ft. 8 oz. 2-Sd. Geocomposite 2013 CITY OF PLAINVIEW LANDFILL SECTOR 2 CELL C 364,600 sq. ft. 60 mil HDPE Smooth 364,600 sq. ft. GCL 2014 CITY OF GARLAND, TX- HINTON LANDFILL CELL 6 705,000 sq. ft. 60 mil HDPE Smooth 52,000 sq. ft. 60 mil HDPE Textured 706,300 sq. ft. S-Sd. Composite 50,800 sq. ft. Dbl.-Sd. Composite 12,000 sq. ft. Geotextile 2016 CITY OF GARLAND—HINTON LANDFILL CELL 7 714,090 sq. ft. 60 mil HDPE Smooth 47,850 sq. ft. 60 mil HDPE Textured 701,400 sq. ft. 1-Sd. Geocomposite 98,250 sq. ft. 2-Sd. Geocomposite 11 LAGUNA CONSTRUCTION CO., INC. Bob Wells BLACK ROCK DAM RENOVATION P.O. Box 206 2001 246,330 sq. ft. 60 mil HD Smooth Laguna,New Mexico 87026 505/552-6003 LOCO HILLS GSF Mitchel Johnson BRINE POND LINER 1231 Old Annetta Road 2006 202,000 sq. ft. 60 mil HD Smooth Aledo, Texas 76008 202,000 sq. ft. 40 mil HD Smooth 202,000 sq. ft. Geocomposite LONGHORN EXCAVATORS, INC. Jack Parker CITY OF CORPUS CHRISTI 8653 fm 2759 2008 CEFE F. VALENZUELA LANDFILL Richmond, TX 77449 SECTOR 4A 327,600 sq. ft. 60 mil HD Smooth 567,065 sq. ft. 6 oz. FabriNet XL4 2-Sd. 64,152 sq. ft. 12 oz. Geotextile 105,300 sq. ft. 60 mil HD Textured 2-Sd. ONYX CONTRACTORS Jimmy McClelland CITY OF KINGSVILLE, TX LANDFILL P.O. Box 60547 2001 478,170 sq. ft. 60 mil HD Smooth Midland, Texas 79711 280,800 sq. ft. 2-Sided HD Textured 432/381-2360 277,676 sq. ft. 2-Sided Composite 8 oz. 442,288 sq. ft. 1-Sided Composite 8 oz. 263,250 sq. ft. Bentomat ST GCL 459,000 sq. ft. Claymax 20OR GCL 2014 UEP ENERGY MABEE C FRAC PIT 324,000 sq. ft. 40 mil HDPE Smooth 324,000 sq. ft. 40 mil S-Sd. HDPE Textured 648,000 sq. ft. 10 oz. Geotextile (2-layers) PRATER EQUIPMENT Mark Pirtle CITY OF AMARILLO, TX LANDFILL P.O. Box 746 1999 CELL AREA 4—PHASE 3 Comanche, Texas 76442 440,000 sq. ft. 60 mil HDPE 254/842-5878 440,000 sq. ft. CETCO GCL 440,000 sq. ft. Geocomposite RANGER EXCAVATING, LP Will Lyons WACO LANDFILL PHASE VI 12 5222 Thunder Creek Rd., B-1 329,570 sq. ft. 60 mil HDPE Smooth Austin, TX 78759 2015 78,780 sq. ft. 60 mil HDPE Textured 512/331-5551 329,570 sq. ft. S-Sd. 8 oz. Geocomposite 73,830 sq. ft. Dbl.-Sd. 8 oz. Geocomposite 403,400 sq. ft. Reinforced GCL 24,000 sq. ft. 12 oz. Geotextile REMEDIAL CONSTRUCTION SERVICES,INC. Steve Birdwell NORIT AMERICAS, INC. 9720 Derrington MINE TREATMENT SETTLING PONDS Houston, Texas 77064 2000 3,251,625 sq. ft. 40 mil HDPE Smooth 281/955-2442 324,000 sq. ft. 1-Sided Composite 6 oz. 2002-2003 CHEVRON REFINERY EL PASO, TX 347,760 sq. ft. 60 mil HDPE Smooth 315,900 sq. ft. 60 mil HD Textured 969,850 sq. ft. 60 mil Smooth GUNDSEAL 273,980 sq. ft. 60 mil Textured GUNDSEAL 850,425 sq. ft. 2-Sided Composite 6 oz. 985,500 sq. ft. Geotextile 8 oz. REPUBLIC WASTE Ed Rhodes C & T LANDFILL CAP, LINN, TEXAS 1150 Estate Dr., Suite F 1998 1,446,000 sq. ft. 40 mil LLDPE Abilene, Texas 76602 1,446,000 sq. ft. CETCO GCL 325/676-4901 1,040,000 sq. ft. Geotextile 421,200 sq. ft. Composite SUBTITLED CELL 3 193,808 sq. ft. 60 mil HDPE 58,800 sq. ft. 60 mil HD Textured 245,492 sq. ft. Composite 248,152 sq. ft. CETCO GCL REYNOLDS,INC. Mike Benter SANDY CREEK ENERGY STATION 6451 Germantown Rd. 2010 365,200 sq. ft. 60 mil HDPE Textured Middleton, OH 45042 365,200 sq. ft. 8 oz. Geocomposite 1-Sd. 812/865-3232 RODMAN,LLC Curtis Davee CITY OF WACO, TEXAS P.O. Box 957 LANDFILL PHASE IV-B 13 Frisco, TX 75034 2005 403,200 sq. ft. 60 mil HDPE Smooth 469/576-1205 222,300 sq. ft. 60 mil HD Textured 2-Sd. 581,450 sq. ft. Geocomposite 8 oz. 22,500 sq. ft. Geotextile 12 oz. CITY OF DALLAS, TEXAS 2007 McCOMMAS BLUFF L.F. CELL 6-A 1,473,750 sq. ft. 60 mil HDT Textured 2-Sd. 1,422,291 sq. ft. 8 oz. Geocomposite 2-Sd. 108,000 sq. ft. 8 oz. Geotextile 2008 CITY OF WACO, TEXAS LANDFILL 327,600 sq. ft. 60 mil HD Smooth 152,100 sq. ft. 60 mil HDT Textured 2-Sd 315,375 sq. ft. 8 oz. Geocomposite I-Sd. 135,039 sq. ft. 8 oz. Geocomposite 2-Sd. 27,027 sq. ft. 12 oz. Geotextile SOUTHWEST DISPOSAL SERVICE Chad Williams POND LINERS- 3 PONDS 3300 N. A Street 493,832 sq. ft. 40 mil HDPE Smooth Bldg. 1, Suite 232 2010- 493,832 sq. ft. 60 mil HDPE Smooth Midland, TX 79705 2011 493,832 sq. ft. 2-Sd. Geocomposite 432-685-0700 229,554 sq. ft. Geotextile TASWA David Clark TASWA LANDFILL 25090 Hwy. 56 2008 491,400 sq. ft. 60 mil HD Smooth Whitesboro, TX 76273 117,000 sq. ft. 60 mil HD Textured 2-Sd. 817-223-5784 518,375 sq. ft. 8 oz. FabriNet XL4 1-Sd. 168,300 sq. ft. 8 oz. FabriNet XL7 2-Sd. 126,000 sq. ft. 8 oz. Geotextile TERVITA LLC (US) Lee Guthrie LOS ANGELES, TX LANDFILL PIT 2 10613 W. Sam Houston Pkwy. 1,978,684 sq. ft. 60 mil HDPE Textured Suite 300 2013 2,026,184 sq. ft. Geocomposite Houston, TX 77064-4657 9,000 sq. ft. 16 oz. Geotextile TEXAS WATER& SOIL CO.,INC. Todd Neff WILSON WWTP POND 3022 West FM 2105 2013 93,456 sq. ft. 60 mil HDPE Smooth San Angelo, TX 76901 88,809 sq. ft. Geotextile 325/656-9816 14 T.J. LAMBRECHT COMPANY Bob Nash ARLINGTON LANDFILL SECTOR 2 2603 W. Euless Blvd. 1998 983,700 sq. ft. 60 mil HDPE Euless, Texas 76040 983,700 sq. ft. Geocomposite 817/540-1700 1998 CITY OF FARMERS BRANCH, TX CAMELOT LANDFILL CELL #1 530,372 sq. ft. 60 mil HDPE 530,372 sq. ft. Geocomposite TRASHAWAY SERVICE,INC. Bobby Pilkington LANDFILL SUBTITLE D San Angelo, Texas 630,392 sq. ft. 60 mil HD Smooth 325/653-6957 629,493 sq. ft. Geotextile 6 oz. 38,000 sq. ft. Geotextile 16 oz. LANDFILL SUBTITLE D 2000 246,330 sq. ft. 60 mil HD Smooth 126,000 sq. ft. 2-sided FabriNet 8 oz. 103,040 sq. ft. 2-Sided FabriNet 6 oz. 103,750 sq. ft. Claymax 20OR GCL 2003 LANDFILL SUBTITLE D 362,250 sq. ft. 60 mil HD Smooth 175,500 sq. ft. HD Textured 2-Side 356,845 sq. ft. 2-sided FabriNet 6 oz. 360,846 sq. ft. GCL 2004 LANDFILL SUBTITLE D 203,770 sq. ft. 60 mil HD Smooth 57,561 sq. ft. HD Textured 2-Side 261,362 sq. ft. 2-sided FabriNet 6 oz. 203,770 sq. ft. CETCO 20OR GCL 57,561 sq. ft. CETCO ST GCL XCEL ENERGY SERVICES,INC Chris Burrier TOLK STATION POND 911 Attn: A/P MULESHOE, TEXAS 414 Nicollet Mall, MP07 2002 565,110 sq. ft. 60 mil HD Smooth Minneapolis,MN 55401 94,500 sq. ft 16 oz. Geotextile 806/378-2182 2004-2005 TOLK STATION PONDS 914 & 48 MULESHOE, TEXAS 1,154,633 sq. ft. 60 mil HDPE Smooth 15 252,000 sq. ft. Geotextile 16 oz. 2007 TOLK STATION POND #12 579,600 sq. ft. 60 mil HD Smooth 126,000 sq. ft. 16 oz. Geotextile 2008 TOLK STATION POND #10 579,600 sq. ft. 60 mil HD Smooth 126,585 sq. ft. 16 oz. Geotextile 2012 TOLK STATION NEW POND 1,362,060 sq. ft. 60 mil HDPE Smooth 607,500 sq. ft. 16 oz. Geotextile 2015 TOLK STATION POND #15 579,600 sq. ft. 60 mil HDPE Smooth 126,000 sq. ft. 16 oz. Geotextile Chris Burrier SPS NICHOLS STATION LIME SLUDGE P.O. Box 1261 POND Amarillo, TX 79105 2006 536,130 sq. ft. 60 mil HD Smooth 806-378-2182 265,500 sq. ft. 16 oz. Geotextile 280,000 sq. ft. GUNDSEAL 2007 HARRINGTON STATION POND 49 246,330 sq. ft. 60 mil HD Smooth 97,875 sq. ft. 40 mil HD Smooth 144,000 sq. ft. 16 oz. Geotextile 99,225 sq. ft. HyperNet Geonet 2008 HARRINGTON STATION POND 98 277,200 sq. ft. 60 mil HD Smooth 117,450 sq. ft. 40 mil HD Smooth 159,228 sq. ft. 16 oz. Geotextile 107,550 sq. ft. HyperNet Geonet 2008 MADDOX STATION PONDS HOBBS,NM 138,600 sq. ft. 60 mil HD Smooth 90,000 sq. ft. 16 oz. Geotextile 16 UVALDE NATIONAL FISH HATCHERY Manuel 308,477 sq. ft. 40 mil HD Textured Uvalde, Texas 210/278-2419 FALCON ENVIRONMENTAL LINING SYSTEMS, INC. HAS BEEN LINING PONDS WITH HIGH DENSITY POLYETHYLENE SINCE JANUARY, 1981. FALCON ENVIRONMENTAL LINING SYSTEMS, INC. HAS BEEN IN BUSINESS FOR 52 YEARS. 17 PRODUCT DATA SHEET GSE FabriNet 250 mil Geocomposite GSE FabriNet 250 mil geocomposite consists of a 250 mil thick GSE HyperNet geonet H heat-laminated on one or both sides with a GSE nonwoven needle-punched geotextile. The geotextile is available in mass per unit area range of 6 oz/yd2 to 16 oz/yd 2.The AT THE CORE: geocomposite is designed and formulated to perform drainage function under a range of A 250 mil thick GSE anticipated site loads,gradients and boundary conditions. HyperNet geonet heat-laminated on one or both sides with a nonwoven needle-punched Product Specifications geotextile. Geocomposite 6 oz/yd2 8 oz/yd2 10 oz/yd2 Transmissivity«l,gal/min/ft(m2/sec) ASTM D 4716 1/540,000 ft2 Double-Sided Composite 2.4(5 x 10 4) 2.4(5 x 10 4) 1.4(3 x 10 4) Single-Sided Composite 7.2(1.5 x 10 3) 7.2(1.5 x 10 3) 4.8(lx 10 3) Ply Adhesion,Ib/in ASTM D 7005 1/50,000 ft2 1.0 1.0 1.0 �aee+neS'cerrex+,sa_G Hy 'Net' Geonet Core Thickness,mil ASTM D 5199 1/50,000 ft2 250 250 250 Transmissivity«l,gal/min/ft(m3/sec) ASTM D 4716 14.5(3 x 10 3) 14.5(3 x 10 3) 14.5(3 x 10 3) Density,g/cm3 ASTM D1505 1/50,000 ft2 0.94 0.94 0.94 Tensile Strength(MD),Ib/in ASTM D 7179 1/50,000 ft2 55 55 55 Carbon Black Content,% ASTM D 4218 1/50,000 ft2 2.0 2.0 2.0 �e�teSkt�I Mass per Unit Area,oz/yd2 ASTM D 5261 1/90,000 ft2 6 8 10 Grab Tensile Strength,Ib ASTM D 4632 1/90,000 ft2 160 220 260 Grab Elongation ASTM D 4632 1/90,000 ft2 50% 50% 50% CBR Puncture Strength,Ib ASTM D 6241 1/540,000 ft2 435 575 725 Trapezoidal Tear Strength,Ib ASTM D 4533 1/90,000 ft2 65 90 100 AOS,US sieve()(mm) ASTM D 4751 1/540,000 ft2 70(0.212) 80(0.180) 100(0.150) Permittivity,sec' ASTM D 4491 j 1/540,000 ft2 j 1.5 1.3 1.0 Water Flow Rate,gpm/ft2 ASTM D 4491 1/540,000 ft2 110 95 75 UV Resistance,%retained ASTM D 4355 per formulation 70 70 70 (after 500 hours) NOMINAL ROLL DIMENSIONS(4' ' Roll Width,ft 15 15 15 Roll Length,ft Double-Sided Composite 230 210 210 Single-Sided Composite 260 260 250 Roll Area,ft2 Double-Sided Composite 3,450 3,150 3,150 Single-Sided Composite 3,900 3,900 3,750 NOTES: •("All geotextile properties are minimum average roll values except AOS which is maximum average roll value and UV resistance is typical value.Geonet core thickness is nominal value. •(oGradient of 0.1,normal load of 10,000 lost,water at 70'F between steel plates for 15 minutes.Contact GSE for performance transmissivity value for use in design. •(3)Component properties prior to lamination. • (op oll widths and lengths have a tolerance of±1%. GSE is a leading manufacturer and marketer of geosynthetic lining products and services.We've built a reputation of reliability through our dedication to providing consistency of product,priceIW and protection to our global customers. M Our commitment to innovation,our focus on quality and our industry expertise allow SF us the flexibility to collaborate with our clients to develop a custom,purpose-fit solution. E N V I RON M E NTAL'" DURABILITY RUNS DEEP For more information on this product and others,please visit us at GSEworld.com,call 800.435.2008 or contact your local sales office. This Information is provided for reference purposes only and is not intended as a warranty or guarantee.GSE assumes no liability in connection with the use of this Information. Specifications subject to change without notice.GSE and other trademarks in this document are registered trademarks of GSE Environmental,LLC in the United States and certain foreign countries.REV 04JUN2014 �• � 4# Ste= •" r° fy �'. r�'.7 �r .yam �•�"�. - - - f / � 't .4 y V ICA r .3'�j_ pry t�"�t yl.. 5• .. .l ! tit A �pi•.���!' - - t •��.S{ 5 j �bf r n WW �+; „_� Conter l- 1.0 INTRODUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 2.0 COMMITMENT TO QUALITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 3.0 MANUFACTURING QUALITY ASSURANCE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 4.0 MANUFACTURING QUALITY ASSURANCE ORGANIZATION. . . . . . . . . . . . . . . . . . . 1 5.0 STAFF & SCHEDULING. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 6.0 PRODUCT IDENTIFICATION & DOCUMENTATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 7.0 RECORDS RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 8.0 TESTING CAPABILITIES. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 9.0 MATERIAL QUALITY ASSURANCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 Appendix A: Minimum Testing Frequencies for GSE Raw Materials . . . . . . . . . . . . . . . . . 4 1.0 INTRODUCTION This manual provides an overview of the GSE Manufacturing Quality Assurance Program for GSE geonet and geocomposite products. It is intended for use by GSE's customers to enhance their understanding of the quality system under which GSE geonet and geocomposite products are manufactured. 2.0 COMMITMENT TO QUALITY GSE is committed to meeting or exceeding customer's requirements and industry standards.This commitment to quality is established through a documented quality management system,continuous employee training, investment in technology and emphasis on process control.GSE has allocated resources to ensure that this commitment to quality translates into the best products and services for its customers. 3.0 MANUFACTURING QUALITY ASSURANCE GSE has an on-site quality assurance laboratory at each manufacturing facility worldwide. Each facility has a fully equipped,well staffed,dedicated laboratory with strict guidelines to maintain a high level of quality and up-to-the- minute results on GSE's finished products. GSE has a rigorous set of minimum standards and an effective test program to assure compliance has been established.These procedures and requirements are frequently reviewed and adjusted to assure compliance with current market demands and/or predetermined project specifications.Also raw materials and process parameters are controlled to provide products complying with GSE's minimum characteristics and regulatory standards. 4.0 MANUFACTURING QUALITY ASSURANCE ORGANIZATION GSE quality assurance department assures that only products meeting GSE and/or the customer's requirements are released for shipment.The quality assurance personnel are directly responsible for monitoring,testing,and providing feedback to the manufacturing department ensuring the production of the specified product quality. Each member of the quality assurance team must participate in detailed training that includes factory exposure. The GSE quality assurance team consists of the manufacturing quality assurance laboratories,engineering staff and manufacturing personnel. The combination of expertise and experience from these groups provide GSE with the proper tools to maintain the highest level of product quality and customer service in the industry. 5.0 STAFF & SCHEDULING The quality assurance laboratories are staffed during any manufacturing run.A continuous communication link is maintained between the laboratory and manufacturing personnel, maximizing production efficiency and product quality. 6.0 PRODUCT IDENTIFICATION & DOCUMENTATION A. Roll Numbering Each roll of geonet and geocomposite is assigned a unique roll number.The quality assurance laboratory maintains records documenting the raw materials and resulting product quality information. B.Approval Procedure Results for each tested roll of product are checked against both GSE and customer's specifications for compliance.The quality assurance laboratory approves those materials that meet these requirements for shipment. C. Non-Conformance Material that does not meet GSE's minimum standards or customer's specifications is given a roll number, but is rejected and separated from the approved material. The rejected material is then identified as non- conformaning and will not be used. Material that meets GSE's minimum standards, but does not meet a stricter customer's specification will not be allocated to that customer, but will be placed into inventory as a GSE's standard material. Geonet&Geocomposite Products GSE ENVIRONMENTALT' D. Documentation Quality assurance certificates are generated and supplied for each roll of geonet and geocomposite product to include all relevant quality assurance information about the material.The geotextile components of the drainage geocomposite materials are tracked throughout the manufacturing process.Therefore,traceability reports are available. 7.0 RECORDS RETENTION GSE maintains reports and/or samples for products produced and sold. Records and/or samples are maintained according to GSE's standard retention policy as outlined below. MATERIAL ITEM YEAR Raw Materials Resin Supplier Test Reports and Certifications z 2 GSE Resin Test Reports z 2 Resin Sample Retain(Archive) z 2 Geonets and Geocomposites Raw Test Data(in computer database) z 5 Qualty Control Certificates(in computer database) z 5 Sample Retain(approximately one square foot) z 5 8.0 TESTING CAPABILITIES GSE maintains high capacity,state-of-the-art laboratory equipment suitable for performing the procedures in Houston,Texas,and Kingstree,South Carolina. Both quality assurance laboratories are accredited by the GAI-LAP Program. The appropriate certificates are maintained for review upon request by authorized parties. A. Routine Testing GSE has developed a strict quality assurance program,which exceeds all industry's standard practices and/or customer's specifications. The testing program covers raw materials and finished goods and is adhered to by all GSE's quality assurance laboratories.The laboratory equipment used by GSE represents the most modern equipment available and it meets or exceeds the requirements of all the test standards used.Test frequencies and the number of test specimen per sample are established based on statistical analysis and complexity of procedures. B.Other Testing Capabilities In addition to routine testing,GSE's laboratories are equipped to perform a wide variety of other tests as required for unusual requests or product development. Further, although the GSE quality assurance laboratories are fully equipped and able to perform most routinely specified tests in the industry,there are some tests that are more economically performed by a dedicated testing facility.GSE believes requirements for such testing should be carefully considered and defined in terms of specific design requirements if they are found to be necessary. 9.0 MATERIAL QUALITY ASSURANCE GSE has established strict specifications for all raw materials and finished products.Test results must fall within the acceptable limits of GSE and customer's specifications. A. Raw Material GSE uses two types of raw materials in the manufacture of geonet products: natural resin and masterbatch. Natural resin is the base material that is used to make a geonet.It contains stabilizers to prevent degradation from occurring during and after extrusion.Masterbatch is the term referring to the concentrated carbon black material blended with the natural resin to produce the finished product.The natural resin and masterbatch are blended at the appropriate ratio at the manufacturing stage.The masterbatch can contain other additives depending upon the geonet product to be produced.GSE verifies the properties of each lot of raw material prior to their utilization. When natural resin is received,samples are taken and subjected to the tests as outlined in Appendix A.All GSEworld.com Manufacturing Quality Assurance Manual 2 test data are entered into the computer database and checked for accuracy,consistency and compliance with GSE's specifications.The material is not accepted unless all standard test requirements are met and the GSE's test values meet the requirements set forth in the raw material specifications. The GSE test results for each lot of resin are provided in a separate report upon request.Virgin resin is normally received in railcar lots. If resin is received by other transport and/or in other quantities,an equivalent suitable sampling procedure is provided (i.e. not less than one sample per shipment or one sample for each 50,000 Ib,23,000 kg). In the production of geocomposite products,geotextiles laminated to one or both sides of the geonet can also be considered a raw material or component of the finished product. Quality assurance certificates are provided for all geotextile rolls bonded to the geocomposite. B. Geonet Products Geonet drainage products are produced with bi-planar,tri-planar,or tri-axial geometry. Please see GSE geonet data sheets for test methods,frequencies and specifications. 1. Sampling A one foot by roll width sample is cut for quality assurance testing from every tenth roll produced.An archive sample is cut from each tested roll.This sample is taken from a random location then labeled and stored for future reference.Test frequencies and the number of test specimen per sample are established based on statistical analysis of the available data and complexity of the test procedures. 2. Evaluation of Results All data are entered into a computer database for calculation and comparison to established order specifications. If materials do not meet the required GSE's standards and/or the customer's specifications, the manufacturing personnel will appropriately make the adjustments.Only products meeting GSE's standards and/or customer's specifications will be approved for shipment. 3. Reporting A quality assurance certificate is issued for every roll of finished product.This report identifies the standards on which the GSE approval is based along with the actual test results demonstrated by the material. C.Geocomposite Products Geocomposite products are produced by heat bonding a geotextile to one or both sides of a geonet product. Sampling evaluation of results and reporting practices are the same as for geonet products with the exception of testing for composite products. Please see GSE geocomposite data sheets for test methods,frequencies and specifications. D.Third Party Conformance Sampling Some specifications require independent quality assurance and/or conformance testing.GSE can provide assistance with the sampling of products by arranging for the conformance samples to be taken during production. By taking samples during production rather than on site or after production,the customer can be assured that the samples are clean and available for conformance testing in a timely manner. GSE encourages customers to audit its manufacturing operations,to collect samples and conduct independent conformance testing prior to shipment of materials. E. Product Shipping It is GSE's policy to ship only products that have been tested and approved. All shipments are packaged according to industry's standard practices and/or customer's specifications. Only approved handling methods are used to move rolls into and out of shipping containers, please see the GSE Installation Quality Assurance Manual for more details. Geonet&Geocomposite Products GSE ENVIRONMENTAL'" 3 Appendix A: Minimum Testing Frequencies for GSE Raw Materials Property Test Metod"I Natural Resin Density ASTM D1505 once per resin lot Melt Flow Index ASTM D 1238(190/2.16) once per resin lot Carbon Black Content ASTM D 1603*/4218 N/A Carbon Black Dispersion ASTM D 5596 N/A Notes: •GSE utilizes test equipment and procedures that enable effective and economical confirmation that the product will conform to specifications based on the noted procedures.Some test procedures have been modified for application to geosynthetics.All procedures and values are subject to change without prior notification. • Refer to GSE's ISO 9000 quality manual for raw material requirements for individual products. •*Modified. GSEworld.com Manufacturing Quality Assurance Manual 4 GSE is a leading manufacturer and marketer of geosynthetic lining products and services.We've built a reputation of reliability through our dedication to providing consistency of product,price and protection to our global customers. Our commitment to innovation,our focus on quality and our industry expertise allow us the flexibility to collaborate with our clients to develop a custom,purpose-fit solution. For more information on this product and others,please visit us at GSEworld.com,call 800.435.2008 or contact your local sales office. DURABILITY RUNS DEEP GSE ENVIRONMENTAL'" REV 02JUL2014 PRODUCT DATA SHEET GSE NO Smooth Geomembrane GSE HD is a smooth high density polyethylene(HDPE)geomembrane manufactured `*J with the highest quality resin specifically formulated for flexible geomembranes.This product is used in applications that require excellent chemical resistance and endurance AT THE CORE: properties. An HDPE geomembrane used in applications that require excellent chemical resistance and endurance properties. Product Specifications These product specifications meet GRI GM 13 Tested Property Nall mil 40 mi!1J 60 mil Thickness,mil ASTM D 5199 every roll 30 40 60 80 100 Lowest individual reading 27 36 54 72 90 Density,g/cm3 ASTM D1505 200,000 Ib 0.940 0.940 0.940 0.940 0.94 Tensile Properties(each direction) ASTM D 6693,Type IV 20,000 Ib Strength at Break,Ib/in-width Dumbbell,2 ipm 114 152 228 304 380 Strength at Yield,Ib/in-width 63 84 126 168 210 Elongation at Break,% G.L.2.0 in 700 700 700 700 700 Elongation at Yield,% G.L.1.3 in 12 12 1 12 12 12 Tear Resistance,Ib ASTM D1004 45,000 Ib 21 28 42 56 70 Puncture Resistance,Ib ASTM D 4833 45,000 Ib 54 72 108 144 180 Carbon Black Content,%(Range) ASTM D 1603'/4218 20,000 Ib 2.0-3.0 2.0-3.0 2.0-3.0 2.0-3.0 2.0-3.0 Carbon Black Dispersion ASTM D 5596 45,000 Ib Note°' Note") Note°' Note°' Note°' Notched Constant Tensile Load,hr ASTM D 5397, 200,000 Ib 500 500 500 500 500 Appendix Oxidative Induction Time,mins ASTM D 3895, 200,000 Ib >100 >100 >100 >100 >100 200°C;02,1 atm TYPICAL ROLL DIMENSIONS Roll Length'2),ft 1,120 870 560 430 340 Roll Width(,ft 22.5 22.5 22.5 22.5 22.5 Roll Area,ft2 25,200 19,575 12,600 9,675 7,650 NOTES: •(')Dispersion only applies to mear spherical agglomerates.9 of 10 views shall be Category 1 or 2.No more than 1 view from Category 3. •(2)Roll lengths and widths have a tolerance of±I%. •GSE HD is available in rolls weighing approximately 3,900 Ib. •All GSE geomembranes have dimensional stability of±2%when tested according to ASTM D 1204 and LTB of<-77"C when tested according to ASTM D 746. •*Modified. GSE is a leading manufacturer and marketer of geosynthetic lining products and services.We've built a reputation of reliability through our dedication to providing consistency of product,price and protection to our global customers. Our commitment to innovation,our focus on quality and our industry expertise allow GSE us the flexibility to collaborate with our clients to develop a custom,purpose-fit solution. E N V I RON M E NTAL'" DURABILITY RUNS DEEP For more information on this product and others,please visit us at GSEworld.com,call 800.435.2008 or contact your local sales office. This Information is provided for reference purposes only and is not intended as a warranty or guarantee.GSE assumes no liability in connection with the use of this Information. Specifications subject to change without notice.GSE and other trademarks in this document are registered trademarks of GSE lining Technology,LLC in the United States and certain foreign countries.REV 10DEC2014 PRODUCT DATA SHEET GSE HO Textured Geomembrane GSE HD Textured is a co-extruded textured high density polyethylene(HDPE) `*J geomembrane available on one or both sides. It is manufactured from the highest quality resin specifically formulated for flexible geomembranes.This product is used in AT THE CORE: applications that require increased frictional resistance,excellent chemical resistance and An HDPE geomembrane endurance properties. used in applications that require increased frictional resistance, excellent chemical resistance and endurance properties. Product Specifications These product specifications meet GRI GM13 30 mil 40 mil 60 mil El0 mil 100 mil Thickness,mil ASTM D 5994 every roll 30 40 60 80 100 Lowest individual reading 27 36 54 72 90 Density,g/cm3 ASTM D 1505 200,000 Ib 0.940 0.940 0.940 0.940 0.940 Tensile Properties(each direction ASTM D 6693,Type IV 20,000 Ib Strength at Break,Ib/in-width Dumbell,2 ipm 45 60 90 120 150 Strength at Yield,Ib/in-width 63 84 126 168 210 Elongation at Break,% G.L.2.0 in 100 100 100 100 100 Elongation at Yield,% G.L.1.3 in 12 12 12 12 12 Tear Resistance,Ib ASTM D1004 45,000 Ib 21 28 42 56 70 Puncture Resistance,Ib ASTM D 4833 45,000 Ib 45 60 90 120 150 Carbon Black Content,%(Range) ASTM D 1603`/4218 20,000 Ib 2.0-3.0 2.0-3.0 2.0-3.0 2.0-3.0 2.0-3.0 Carbon Black Dispersion ASTM D 5596 45,000 Ib Note°' Note°' Note°' Note°' Note°' Asperity Height,mil ASTM D 7466 second roll 16 18 18 18 18 Notched Constant Tensile Load(2',hr ASTM D 5397, 200,000 Ib 500 500 500 500 500 Appendix Oxidative Induction Time,mins ASTM D 3895, 200,000 Ib >100 >700 >100 >100 >700 200°C;02,1 atm TYPICAL ROLL DIMENSIONS Roll Lengthi ft Double-Sided Textured 830 700 520 400 330 Single-Sided Textured 1,010 780 540 410 330 Roll Width('),ft 22.5 22.5 22.5 22.5 22.5 Roll Area,ft2 Double-Sided Textured 18,675 15,750 11,700 9,000 7,425 Single-Sided Textured 22,725 17,550 12,150 9,225 7,425 NOTES: • )Dispersion only applies to near spherical agglomerates.9 of 10 views shall be Category 1 or 2.No more than 1 view from Category 3. •c2>NCTL for GSE HD Textured is conducted on representative smooth membrane samples. •(3)RoII lengths and widths have a tolerance oft]%. •GSE HD Textured is available in rolls weighing approximately 4,000 Ib. •All GSE geomembranes have dimensional stability of t2%when tested according to ASTM D 1204 and LTB of<-77°C when tested according to ASTM D 746. •*Modified. GSE is a leading manufacturer and marketer of geosynthetic lining products and services.We've built a reputation of reliability through our dedication to providing consistency of product,price and protection to our global customers. Our commitment to innovation,our focus on quality and our industry expertise allow GSE us the flexibility to collaborate with our clients to develop a custom,purpose-fit solution. E N V I RON M E NTAL'" For more information on this product and others,please visit us at DURABILITY RUNS DEEP GSEworld.com,call 800.435.2008 or contact your local sales office. This Information is provided for reference purposes only and is not intended as a warranty or guarantee.GSE assumes no liability in connection with the use of this Information. Specifications subject to change without notice.GSE and other trademarks in this document are registered trademarks of GSE lining Technology,LLC in the United States and certain foreign countries.REV IODEC2014 I Nsco SUBMITTAL DATA PROJECT Cefe F. Valenzuela Landfill LOCATION Robstown, TX PREPARED FOR Cefe F. Valenzuela Landfill SUPPLIER ISCO ITEM DESCRIPTION HDPE Pipe & Landfill accessories REVIEW COMMENTS: Table 1: Typical Cell Classification by Current Thermoplastic Piping Material Designation Code PHYSICAL. ASTM PE2708 PE3608 PE4710 PROPERTY TEST UNITS CELL TYPICAL CELL TYPICAL CELL TYPICAL METHOD NUMBER VALUE NUMBER VALUE NUMBER VALUE >0.925 >0.940 >0.947- DENSITY D 1505 GR/cc 2 0.940 3 0.947 4 0.955 MELT INDEX D 1238 GR/10 MIN 3 <0.4-0.15 4 <0.15 4 <0.15 FLEXURAL D 790 PSI 3 40,000 , 110,000- 5 110,000- MODULUS -<80 000 <180,000 <180,000 TENSILE D 638 PSI 2600 3000 3000- HDPE Pipe STRENGTH ; <3000 4 <3500 4 <3500 RESISTANCE TO SLOW CRACK F 1473 HOURS ( 500 MIN 6 100 MIN 7 500 MIN GROWTH HYDROSTATIC DESIGN BASIS, D 2387 rSI 3 1250 4 1600 4 1600 HDB COLORED 2%MIN CAR- 2%MIN CAR- UV STABILIZER D 1603 % E wITH UV C C BON BLACK BON BLACK STABILIZER Notes: 1)The density provided is base resin density(without the influence of carbon black).Typical PE4710 HDPE pipe has a density of 0.956 to 0.964 with carbon black. 2)To be designated a PE4710,the pipe resin must meet certain supplementary requirements established by the Hydrostatic Stress Board(HSB)of the Plastics Pipe Institute(PPI). It should be noted that other PE thermoplastics piping material designation codes do exist and may be encountered in the market place occasionally. However,the three primary PE thermoplastic piping material designations codes of Table 1 represent the principle PE piping products in the market today. For more information regarding these other thermoplastic piping material designation codes,please contact your ISCO sales professional. Table 2 below provides a simplification of Table 1 and illustrates the relative ease with which PE piping products may be specified. Using this approach allows the designer or specifier to accurately designate the appropriate PE piping product through the use a single thermoplastic piping material designation code and a relatively simple text string that establishes the physical property requirements for seven key performance properties. Table 2: Representative Minimum Cell Classification by Thermoplastic Piping Material Designation Code THERMOPLASTIC PIPING MATERIAL MINIMUM CELL CiLASSIFICATION DESIGNATION CODE PER ASTM D3350 PE2708 233373E PE3608 345464C PE4710 445474C The selected thermoplastic piping material designation code and minimum cell classification is then combined with the appropriate production and installation standards to effectively specify a tough, durable PE piping system. ISCO Industries can provide model specifications for a wide range of PE pipe applications. These model specifications are available at www.isco-pipe.com or by contacting your ISCO sales professional. 1-800-345-ISCO www.isco-pipe.com ©Copyright 2013 ISCO Industries,Inc° All Rights Reserved. 13 I SCO I TM • VSolo For reference only.Actual dimensions may vary. MAM para referencia.Las dimensiones reales pueden variar. HDPE PIPE SIZES Tamanos HDPE tuberias IPS PE3608 AND PE4710 IPS PE3608 y PE4710 PE3608 Pressure Rating 100 psi 89 psi 80 psi Resistencia a la Presion PE4710 Pressure Rating 125 psi 111 psi 100 psi Resistencia a la Presion •D Actual •D Min Wall Avg ID Weight Min Wall Avg ID Weight Min Wall Avg ID Weight DE Nominal DE Actual Espesor Mini- D1 Promedio Peso Espesor Mini- D1 Promedio Peso Espesor Mini- D1 Promedio Peso m.de Pared mo de Pared mo de Pared 3/4 1.05 --- --- --- -- --- --- --- --- --- 1 1.32 --- --- --- --- --- --- --- 11/4 1.66 --- --- --- --- --- -- 11/2 1.9 --- --- --- --- --- -- 2 2.38 0.14 2.079 0.431 --- --- --- 3 3.5 0.206 3.064 0.94 --- --- --- --- --- --- 4 4.5 0.265 3.939 1.55 0.237 3.998 1.39 0.214 4.046 1.27 5 5.375 0.316 4.705 2.2 0.283 4.775 1.98 0.256 4.832 1.801 5 5.563 0.327 4.869 2.36 0.293 4.942 2.12 0.265 5.001 1.94 6 6.625 0.39 5.799 3.36 0.349 5.886 3.01 0.315 5.956 2.75 7 7.125 0.419 6.236 3.86 0.375 6.33 3.48 0.339 6.406 3.17 8 8.625 0.507 7.549 5.69 0.454 7.663 5.1 0.411 7.754 4.662 10 10.75 0.632 9.409 8.834 0.566 9.551 7.92 0.512 9.665 7.242 12 12.75 0.75 11.16 12.43 0.671 11.327 11.14 0.607 11.463 10.19 14 14 0.824 12.254 14.983 0.737 12.438 13.43 0.667 12.587 12.282 16 16 0.941 14.005 19.57 0.842 14.215 17.54 0.762 14.385 16.042 18 18 1.059 15.755 24.77 0.947 15.992 22.2 0.857 16.183 20.304 20 20 1.176 17.506 30.58 1.053 17.768 27.41 0.952 17.981 25.07 22 22 1.294 19.256 37 1.158 19.545 33.162 1.048 19.779 30.33 24 24 1.412 21.007 44.031 1.263 21.322 39.47 1.143 21.577 36.1 26 26 1.529 22.758 51.856 1.368 23.099 46.701 1.238 23.375 42.486 07 Q 28 28 1.647 24.508 60.154 1.474 24.876 54.189 1.333 25.173 49.266 y 30 30 1.765 26.259 69.068 1.579 26.653 62.196 1.429 26.971 56.585 32 32 1.882 28.009 78.557 1.684 28.429 70.755 1.524 28.77 64.37 34 34 2 29.76 88.7 1.789 30.206 79.865 1.619 30.568 72.657 36 36 2.118 31.511 99.457 1.895 31.983 89.571 1.714 32.366 81.446 (n 42 42 2.471 36.762 135.372 2.211 37.314 121.925 2 37.76 110.874 J Q 48 48 2.824 42.014 176.813 2.526 42.644 159.198 2.286 43.154 144.833 LU W 54 54 3.176 47.266 223.713 2.842 47.975 201.502 2.571 48.549 183.253 Q 63 62.99 3.706 55.143 303.398 3.315 55.97 273.362 3 56.631 249.57 65 65 3.824 56.894 1 322.967 3.421 1 57.747 290.994 3.824 1 58.438 322.967 1. Pressures are based on using water at 23°C(73T). 1. Las presiones estan basadas en el use de agua a 23°C(73T) Q 2. Average inside diameter calculated using nominal OD and minimum wall plus 2. EI diametro interno promedio calculado el diametro externo nominal y la pared 6%for use in estimating fluid flows. Actual ID will vary. minima mas 6%para use la estimaci6n de flujos de fluidos.EI diametro interno 3. Other piping sizes or DR's may be available upon request. real variara. 4. Standard Lengths: 3. Otros tamanos o DR de tuberia pueden estar disponibles bajo pedido. • 40'for 2"-24" 4. Longitudes estandar • 50'for 26"and larger 40 pies para 2-24 pulgadas • Coils available for 3/4-4"(6"by special order) 50 pies para 26 pulgadas o mayores • Bobinas disponibles para 3/4 a 6 pulgadas(8 pulgadas para pedidos especiales) M1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com . North American Version 7.1.15 For reference only.Actual dimensions may vary. r ' • i. Solo para referencia.Las dimensiones reales pueden variar. HDPE PIPE SIZES Tamanos HDPE tuberias IPS PE3608 AND PE4710 IPS PE3608 y PE4710 3 M �o PE3608 Pressure Rating 160 psi 128 psi 110 psi D Resistencia a la Presion PE4710 Pressure Rating 200 psi 160 psi 138 psi Resistencia a la Presion 9 ly •D Actual •D Min Wall Avg ID Weight Min Wall Avg ID Weight Min Wall Avg ID WeightCD DE Nominal DE Actual m.de Pared D1 Promedio Peso mo de Pared D1 Promedio • �. CD 3/4 1.05 0.095 0.848 0.13 --- --- --- --- --- N D 1 1.32 0.12 1.062 0.2 --- --- --- -- � 1�/4 1.66 0.151 1.34 0.314 --- --- --- --- --- --- 11/2 --11/2 1.9 0.173 1.534 0.411 --- --- --- --- --- --- 2 2.38 0.216 1.917 0.642 0.176 2.002 0.534 0.153 2.05 0.47 3 3.5 0.318 2.825 1.395 0.259 2.95 1.16 0.226 3.021 1.02 4 4.5 0.409 3.633 2.31 0.333 3.793 1.92 0.29 3.885 1.687 5 5.375 0.489 4.339 3.29 0.398 4.531 2.73 0.347 4.64 2.4 5 5.563 0.506 4.491 3.523 0.412 4.689 2.928 0.359 4.802 2.58 6 6.625 0.602 5.348 5 0.491 5.585 4.152 0.427 5.719 3.656 7 7.125 0.648 5.752 5.78 0.528 6.006 4.8 0.46 6.15 4.21 8 8.625 0.784 6.963 8.47 0.639 7.271 7.04 0.556 7.445 6.197 10 10.75 0.977 8.678 13.16 0.796 9.062 10.932 0.694 9.28 9.626 12 12.75 1.159 10.293 18.51 0.944 10.748 15.38 0.823 11.006 13.53 14 14 1.273 11.302 22.32 1.037 11.801 18.54 0.903 12.085 16.31 16 16 1.455 12.916 29.15 1.185 13.487 24.22 1.032 13.812 21.3 18 18 1.636 14.531 36.89 1.333 15.173 30.651 1.161 15.538 26.95 20 20 1.818 16.145 45.541 1.481 16.859 37.84 1.29 17.265 33.28 22 22 2 17.76 55.105 1.63 18.545 45.79 1.419 18.991 39.712 24 24 2.182 19.375 65.58 1.778 20.231 54.49 1.548 20.717 47.92 26 26 2.364 20.989 77.44 1.926 21.917 64.261 1.677 22.444 56.532 28 28 2.545 22.604 89.785 2.074 23.603 74.522 1.806 24.17 65.563 30 30 2.727 24.218 103.076 2.222 25.289 85.543 1.935 25.897 75.264 32 32 2.909 25.833 117.285 2.37 26.975 97.324 2.065 27.623 85.672 34 34 3.091 27.447 132.411 2.519 28.661 109.905 2.194 29.35 96.714 36 36 3.273 29.062 148.454 2.667 30.347 123.208 2.323 31.076 108.424 42 42 --- --- --- 3.111 35.404 167.675 2.71 36.255 147.568 48 48 --- --- --- --- --- --- 3.097 41.435 192.774 54 54 --- --- --- --- --- 3.484 46.614 243.921 63 62.99 --- --- -- 65 65 1 --- I --- I --- 1. Pressures are based on using water at 23°C(731F). 1. Las presiones estan basadas en el use de agua a 23°C(73T) 2. Average inside diameter calculated using nominal OD and minimum wall plus 2. EI diametro interno promedio calculado el diametro externo nominal y la pared 6%for use in estimating fluid flows. Actual ID will vary. minima mas 6%para use la estimaci6n de flujos de fluidos.EI diametro interno 3. Other piping sizes or DR's may be available upon request. real variara. 4. Standard Lengths: 3. Otros tamanos o DR de tuberia pueden estar disponibles bajo pedido. • 40'for 2"-24" 4. Longitudes estandar • 50'for 26"and larger 40 pies para 2-24 pulgadas • Coils available for 3/4-4"(6"by special order) 50 pies para 26 pulgadas o mayores • Bobinas disponibles para 3/4 a 6 pulgadas(8 pulgadas para pedidos especiales) 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 8 6 5 9 P—MST H ITEM SIZFJDRPART NUMBER DESOUPHOJ H 1 6"DR 111PS 35W1199 2 ROM OF 1/2"DIA HOLE5,1g0 DEGAP—,,9", 2 6"DR ll IPS STMGERED 2"AND W DEG(4 TOIPL ROWS) G ® G O O v F ® F 0 E E "R P7� A a B D � D J— ( ) 90° 90° -- 90° c 9U c S—.IA SECnIXJ� g NOITO—E B wc.(']s[o)Cn swiFrvo®�pi No ntpxaxa sTaxoatos�vnau iViscMo�nom�e�s�oits sHw�.n. REVI MHLSTORY TESTING �as�a�a xw.E: OOoasl o��c[m uaosHuirvoT -Yo Hxi nurvTn�ry nF,.Ra,unory FOR uivaO�a sHowrv. oFscwPHaN DATE By R�wRFo:rvorvF G CEFE F.VALENZUELA LF {XY)MMISA�IMENSI pJ[rvnT�s FORaaarv�Fau[v. F.ry/n I ✓�O� nuT'Nco u°E Fw's o'u°Nwin°M �rvn rvuusmm�Fr��ov,HnP�s rvoica,ncu,wo enu,RFsrvorvonR,cnnory of OEvunory avF�e,umR. RF:xln nom, oiion'oP,w�°oFaucFN`rv�FOPREss�orv°N' "Eu�FR �ry Rvcus,Oh,FR rvusTRF,wRRou®Rv,s<owous,a,e,wo rvo �„rvlp m x 6"HDPE PERF PATTERN A oR b12612o1i m orn q��awnrn PII—IN e Der DE oWWgS'w�watcII—Lo[F}rcaali F[A T - uciuRF oimFrs rvoioFslcwFons avawt aowis FOR[aurvFnm Gawc. blzblzoii,�� Ec 61 J 6 5 9 3 2 1 8 J 6 1 1 1 PARTS LIST ITEM SIIE/DR DESCRIPTION 1 16"IPS DR 1I q ROWS 11 111 DIA.HOLES,90 DEG.APART,6"C-C, 2 14"IPS DR ll STAGGERED B"AND 11 DEG.(8 TOTAL R-3 D D O o D c ® OSECTINBB C B A 90O/ 90° q5° B B A SECTION A NOT TO SGLE REVISION HISTORY xnwry ev: mTE ore�xunE. ('Tsm"E.iaes[s xiExoso waiHEPtm uvcruaswirvsssu�usnorvC TISCO shall mzn�ta�i nsa fabncabo�toleran�ce ofl/2"for REV DESCRIPTION DATE nSyESLEY WELLS 10/16/2015 CEFE F.VALENZUELA LF all dimenision shown on fabricated item(s). A a -Isco shall maintaina fabncaoon tolerance o ft 2°for I SC-0 Oma A f,bricated elbows. vswm ev: *speciec mlerances may be promaea by casromer bat a KEVIN KocH 10116IM1 18'&14"PERF PATTERN sbe ap Proved byi CO lndustnes prior to fabrication. *Machined item tolerance will vary between size aM par[. awed ay. mrE - ContaR LSCO for available tolerance. D Or/cs/Asauats TE aurin o0Ess4-1—IJIeeTl orI BIE J 6 5 9 3 2 1 Is • r For reference only.Actual dimensions may vary. " ' " Solo para referencia.Las dimensiones reales pueden variar. END CAP Tapa De Extremo Moleada MOLDED A L Pressure Rating 125 psi 200 psi 250 psi 333 psi Resistencia a la Presion Nominal Size(in) A L 3/4 2.04 1 2.09 11/4 3.25 1112 2.58 2 3.12 7 3 2.87 7.43 4 3 7.75 6 4.22 10.25 8 5.14 12.41 'No Reducing Section Q " HAVE A TECHNICAL y QUESTION? Online or offline-visit the ISCO Resource J ,I Center for our technical library and other IV helpful documents. If you can't find what you need there, call 800-345-4726 and one a -- of our engineers will be able to assist you. - - gTiene aiguna pregunta tecnica?En linea o fuera de linea-visite el Centro de Recursos de ISCO en http://www. - isco-pipe.com/resource-center/para ver nuestra biblioteca tecnica y otros documentos utiles.Si no puede encontrar ahi N to que necesita,(lame al 800-345-4726 y uno de nuestros Q I ingenieros le ayudara. www.isco-pipe.com/resourge-center 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 For reference only.Actual dimensions may vary. rN Solo para referencia.Las dimensiones reales pueden variar. CROSS Cruz Fabricada FABRICATED 3 M M A D r W 3 v CD v' cD N D r� I- 3 Pressure Rating50 psi 81 psi 101 psi 134 psi Resistencia a la Presion Nominal Size(in) Actual.. Tamafio nominal DE Aatual (in) (in) 2 2.375 3.4525 9.28 3 3.5 3.38 10.26 4 4.5 3.35 11.2 6 6.625 5.6875 18 8 8.625 7.6875 24 10 10.75 6.5 23.75 12 12.75 8 28.75 14 14 8 30 16 16 8 32 18 18 10 38 20 20 10 40 22 22 10 42 24 24 10 44 28 28 48 124 30 30 46 122 32 32 46 124 36 36 46 128 1. Some size/DR combinations may have limited availability. 1. Algunos Tamano/DR Combinaciones puede tener disponibilidad limitada. 2. Thinner DR fittings may not be available in some sizes. 2. Accesorios DR mas delgadas pueden no estar disponibles en algunos 3. Dimensions can be reduced for shipping purposes.Fusion equipment and tamanos methods should be considered. 3. Dimensiones pueden reducirse por razones de envio.Equipos y rretodos de fusion deben ser considerados. 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 8 / 1 2 1 1 PARTS LIST y ITEM I QTY I—TRU-1 JESYRIPTICN y 1 1 1 40181/10 118"OR 1/LOW P—SURE ENO CAP 6 6 45° (TYP) I R E F O F— D 5"1 s ® � O 0 c c 1" L 3 B icE�nFQ wT ,qNp - era of 2ECRIP HISTCRV nwry ev. Jnrt a.�x wr.E'. =Tia'%mina REV JEScRIPTICN DATE Rcoov RFpRES 6/2/2014 CONCPET DRAWING p tlMc;amnbo— afae,��af�om�e;a��eof,z fu, o �.-ED1v. � ' S C "tOW PRESSURE END CAP KEVIN KOOH 6/214114 J0. �fm„nee aW� A w/PERF PATTERN A Eq.S ®n srze P s oT1mTw¢cT�ou4 ,A _1 AN7-1­Qll / e.6 i 4 3 wn S vaal `) PARTS` ITEM DESCRIPTION Um� ELBOW! _ ,[( , !! :) (( � [( (} _ (( m) ;! C, , () )) . (( � \ \ �2 }� )} ,)) , ) �� :) \ ( � m, E 6 . , \ � m 4v (): ®/ � cEI'r DRAWING ƒ | S C.O ? , mom«moo \ _ /_ � �_ !« , , z ! 4 a z 1 I _sem ITEM I QTY IPARToves (\ 1 ! 1 ! 14018m9 \\\ 7§( D r}} D §>j (�} f\} Zi\ (\} )(\ j\) c (\\ c \ < /\ t§} (\} \)} }() <}j : )\\ / B :\} ! B C° D� /\ ae \\\ � \ 9 g7' a :\t � §§Z })(\ P\ r /\ ^ Concept drawma A /% | s � z A I . DU . , . . . . . IS"DR 2 53 deg elbow /\ :z m® E - Z:\: °v Iz1 4 3 2 1 rWF e I TIVk or reference only.Actual dimensions may vary. Solo para referencia.Las dimensiones reales pueden variar. CONCENTRIC REDUCER Reductor Concentrico Li 1:]B L I I ', I ' A Pressure Rating 63 psi 80 psi 100 psi 125 psi 138 psi 160 psi 200 psi 250 psi 333 psi Resistencia a la Presi6n Nominal Size(in) A B L Nominal Size(in) A B L Tamario nominal (in) (i n) (in) Tarnafic,nominal (i n) (in) (in) 1 x1/2 1.5 1.25 4 14x12 7 7 18 1 xa/4 1.5 1.75 4.5 16x12 7 7 14 11/4 x 1 1.86 1.92 4.25 16 x 14 7 7 18 11/2x3/4 2.5 2.4 5.69 18x12 8 8 19 11/2x1 2.5 2.28 5.75 18x14 7 7 14 1%x1Ya 1.88 2 4 18x16 7 7 18 2 x 3/4 3.25 1.25 6.25 20 x 18 7 7 14 2 x 1 2.49 2.88 6.31 22 x 20 8 8 20 2 x 11/4 3.15 2.56 6.44 24 x 18 8 8 19 2 x 11/2 2.5 2.72 6 24 x 20 9 9 18 3 x 2 3.22 2.5 6.65 24 x 22 8 8 17 4 x 2 3 3 11.87 26 x 24 8 8 17 4 x 3 3.13 3.13 8.62 28x26 8 8 17 5 x 4 1.75 1.25 3.75 30 x 24 8 8 18 U) Q 6x3 5.12 3.94 11.42 30x28 8 8 19 y 6 x 4 4.22 3.75 9.13 32 x 30 8 8 17 N 6x5 4.8 4.15 11.2 34x32 8 8 17 y 8 x 4 4.65 3.55 11.425 36 x 30 8 8 19 N t9 8 x 6 5 4.64 10.7 36 x 32 8 8 18 10x6 6 6 12 36x34 8 8 17 U) 10 x 8 6.63 6.25 14.98 42 x 36 10 10 23 J 12x8 6 6 16 48x42 16.5 16.5 36 Q 12 x 10 6.63 6.25 14.88 54 x 48 16.5 16.5 36 LU 14x10 7 7 14 63x54 1 16.5 1 16.5 1 37.5 Q H U) Q 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 Is Nk • r For reference only.Actual dimensions may vary. AHOARDS Solo para referencia.Las dimensiones reales pueden variar. TEE Te Moldeada MOLDED r FC 'x x i A L Pressure Rating 125 psi 200 psi 250 psi 333 psi Resistencia a la Presiori Nominal Size(in) Actual.. Tamano nominal DE Actual (in) (in) (in) 3/4 2.63 1.75 3 6.12 1 2.63 1.75 3 6.38 1% 2.63 1.88 3 6.76 11/2 2.63 2.3 4 8.5 2 2.81 2.54 5 9.28 3 3 2.9 5 10.26 4 3 2.9 6 11.2 6 4.38 4.38 9 18 8 6 6 12 24 10 6 6 13 26.5 12 7.5 7.5 15.88 31.75 1. Some size/DR combinations may have limited availability. 1. Algunos Tamano/DR Combinaciones puede tener disponibilidad limitada. 2. Other DRs available with counter-bored ID at fitting end. 2. Otros proyectos de resoluci6n disponibles con receta aburrido identificaci6n en final apropiado. U) Q y _N 'i N � r�r ISCO IN ACTION 5 " a HDPE -the better choice for challenging terrain - visit the L w link below for more information. HDPE la mejor opcion para terrenos diffciles-haga clic aqui para mas nformacion: ft1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 For reference only.Actual dimensions may vary., ary. r JFJ-$' J Solo para referencia.Las dimensiones reales pueden variar 900 ELBOW Codo Ce 900 N MOLDED Moldeado M M ` r Cn 3 CD C FC !y fD N JA � 3 Pressure Rating 125 psi 200 psi 250 psi 333 psi Resistencia a la Presion Nominal Size(in) A FC 3/4 2.63 4 1 2.63 4 11/4 2.63 4 1112 2.63 4 2 2.81 4.5 3 3 5.13 4 3 5.75 6 4.38 9 8 6 12 10 6 13.25 12 7.5 15.88 1. Some size/DR combinations may have limited availability. 1. Algunos Tamano/DR Combinaciones puede tener disponibilidad limitada. 2. Other DRs available with counter-bored ID at fitting end. 2. Otros proyectos de resolucion disponibles con receta aburrido identificacion en final apropiado. ISCO IN ACTION Visit the link below to find out how ISCO provided delivery for fittings, saving the customer from delaying the project for months. Servicio oportuno para el canal de riego de Utah-haga clic - aqui para ver como ISCO ofrecio entrega para accesorios, ayudando al cliente a no retrasar el proyecto por meses. 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 Is Nk • r For reference only.Actual dimensions may vary. AHOARDS Solo para referencia.Las dimensiones reales pueden variar. FLANGE Adaptador De Brida ADAPTER D L �' 32.5 26 21 17 15.5 13.5 11 9 7 Pressure Rating 63 psi 80 psi 100 psi 125 psi 138 psi 160 psi 200 psi 250 psi 333 psi Resistencia a la Presion Nominal Actual•. Tarnario DE Aatu.1 (in) (in) 3/4 1.05 1.85 4.02 - - 0.39 - - - - - - 1 1.315 2.36 4.02 - - 0.39 - - - - - - 1% 1.66 2.8 4.02 - - 0.39 - - - - - - 1% 1.9 3.15 4.02 - - 0.39 - - - - - - 2 2.375 4 6 0.45 0.45 0.402 0.402 0.402 0.402 0.402 0.402 0.402 3 3.5 5 6 0.625 0.625 0.598 0.598 0.598 0.598 0.598 0.598 0.598 4 4.5 6.598 6.8 1 1 0.8 0.8 0.8 0.8 0.8 0.8 0.8 6 6.625 8.5 8 1.2 1.2 0.799 0.799 0.799 0.799 0.799 0.799 0.799 8 8.625 10.598 9 1.625 1.625 1 1 1 1 1 1 1 10 10.75 12.799 10.75 2.299 1.5 1.299 1.299 1.299 1.28 0.902 0.902 0.902 12 12.75 15.252 11 2.598 1.875 1.54 1.5 1.5 1.54 1 1 1 14 14 17.5 11 3 2 1.701 1.701 1.701 1.625 1.098 1.098 1.098 16 16 20 12 3.858 2.25 1.902 1.902 1.902 1.875 1.201 1.201 1.201 Q18 18 21.098 12 3.63 2.5 2.1 2.1 2.1 2 1.25 1.25 1.25 N 20 20 23.5 12 3.938 3.49 2.3 2.3 2.3 2.27 1.39 1.39 1.39 22 22 25.6 12 4.36 3.92 2.5 2.5 2.5 2.5 1.52 1.52 1.52 i 24 24 27.9 14 4.643 4.36 2.9 2.9 2.9 2.75 1.667 1.667 1.667 N (p 26 26 29.75 14 - 4.643 2.955 2.955 2.955 2.955 1.711 1.711 1.711 28 28 32 14 - 5 3.182 3.182 3.182 3.182 1.842 1.842 1.842 U) 30 30 34 14 - 5.357 3.409 3.409 3.409 3.409 1.974 1.974 1.974 J 32 32 36.125 14 - 5.714 3.636 3.636 3.636 3.636 2.105 2.105 2.105 Q � 34 34 38.125 14 - 6.071 3.864 3.864 3.864 3.864 2.237 2.237 2.237 W 36 36 40.5 14 - 6.429 4.091 4.091 4.091 4.091 2.368 2.368 2.368 Q 42 42 47.125 21 4.772 4.773 4.773 4.773 2.763 2.763 2.763 48 48 53.5 21 - - 5.455 5.455 5.455 5.455 3.158 3.158 3.158 54 54 59.625 21 - - - - - - 3.553 3.553 3.553 U) 63 62.99 1 66.79 1 21 - - - - - - 4.145 1 4.145 1 4.145 Q 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 For reference only.Actual dimensions may vary. r ' • Solo para referencia.Las dimensiones reales pueden variar. I BACK-UP RING - DUCTILE IRON Anillo De Respaldo- De Hierro Dlictil Para FOR USE WITH FLANGE ADAPTER Uso Con EI Adaptador De Brida 3 3 M D r 0 0 3 OD BH BC N 0 �T 3 Nominal Pressure Nominal Pressure Rating Actual OD OD BC BH T Bolt# Size(in) Rating Actri OD OD BC BH T Bolt# Size(in) DR Resist- C,n) DR Res - un) C,n) (in) lin) (in) nominal ;""MgL nominal Presi6ni 3/ 7 335 1.05 3.88 2.75 0.625 0.5 4 24 17 125 24 32.00 29.50 1.375 1.95 20 1 7 335 1.315 4.25 3.13 0.625 0.56 4 26 7 335 26 34.25 31.75 1.375 2.53 24 1% 7 335 1.66 4.63 3.5 0.625 0.63 4 26 11 200 26 34.25 31.75 1.375 2.38 24 1 y2 7 335 1.9 5 3.88 0.625 0.69 4 26 17 125 26 34.25 31.75 1.375 2 24 2 7 335 2.375 6 4.75 0.75 0.75 4 28 9 250 28 36.5 34 1.375 2.6 28 2 11 200 2.375 6 4.75 0.75 0.5 4 28 11 200 28 36.5 34 1.375 2.5 28 3 7 335 3.5 7.5 6 0.75 0.94 4 28 17 125 28 36.5 34 1.375 2.3 28 3 11 200 3.5 7.5 6 0.75 0.53 4 30 9 250 30 38.75 36 1.375 2.8 28 4 7 335 4.5 9 7.5 0.75 0.94 8 30 11 200 30 38.75 36 1.375 2.6 28 4 11 200 4.5 9 7.5 0.75 0.55 8 30 17 125 30 38.75 36 1.375 2.28 28 6 7 335 6.625 11 9.5 0.875 1 8 30 26 80 30 38.75 36 1.375 2.06 28 6 11 200 6.625 11 9.5 0.875 0.63 8 32 9 250 32 41.75 38.5 1.63 3 28 8 7 335 8.625 13.5 11.75 0.875 1.12 8 32 11 200 32 41.75 38.5 1.63 2.75 28 8 11 200 8.625 13.5 11.75 0.875 0.85 8 32 26 80 32 41.75 38.5 1.63 2.12 28 10 7 335 10.75 16 14.25 1 1.19 12 34 11 200 34 43.75 40.5 1.63 2.93 32 10 11 200 10.75 16 14.25 1 0.98 12 34 17 125 34 43.75 40.5 1.63 2.44 32 12 7 335 12.75 19 17 1 1.5 12 34 26 80 34 43.75 40.5 1.63 2.14 32 12 11 200 12.75 19 17 1 1.25 12 36 9 250 36 46 42.75 1.63 3.8 32 14 7 335 14 21 18.75 1.125 1.63 12 36 11 200 36 46 42.75 1.63 3.03 32 14 11 200 14 21 18.75 1.125 1.38 12 36 17 125 36 46 42.75 1.63 2.75 32 16 7 335 16 23.5 21.25 1.125 1.88 16 36 26 80 36 46 42.75 1.63 2.5 32 16 11 200 16 23.5 21.25 1.125 1.65 16 42 11 200 42 53 49.5 1.63 4.06 36 18 7 335 18 25 22.75 1.25 1.9 16 42 13.5 160 42 53 49.5 1.63 3.66 36 18 11 200 18 25 22.75 1.25 1.67 16 42 21 100 42 53 49.5 1.63 3 36 20 7 335 20 27.5 25 1.25 2.13 20 48 11 200 48 59.5 56 1.63 4.53 44 20 11 200 20 27.5 25 1.25 1.81 20 48 17 125 48 59.5 56 1.63 3.94 44 22 7 335 22 29.5 27.25 1.375 2.3 20 48 26 80 48 59.5 56 1.63 3.5 44 22 11 200 22 29.5 27.25 1.380 2 20 54 17 125 54 66.25 62.75 1.88 4 44 24 7 335 24 32 29.5 1.375 2.5 20 54 26 80 54 66.25 62.75 1.88 3.75 44 24 9 250 24 32 29.5 1.375 2.13 20 63 17 125 62.99 73 69.25 1.88 3.15 52 24 11 200 24 32 29.5 1.375 2.17 20 63 1 26 1 80 62.99 73 1 69.25 1.88 1 2.8 52 1. Standard surface treatment is painted primer.Optional surface treatments are 1. Tmtamiento de la superficie Standard esta pintado de imprimaci6n.Tratamientos available as galvanized,epoxy-coated,or powered-coated.Availabilities may be superficiales opcionales estan disponibles como galvanizado,recubierto de extended. polvo epoxi-recubiertos o.Disponibilidades podran prorrogarse. 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 IN a I TM Is VSolo For reference only.Actual dimensions may vary. para referencia.Las dimensiones reales pueden variar. BLIND FLANGE Brida Ciega De HDPE Y PVC HDPE AND PVC 0 0 B OD BC H 0 0 � T Nominal Size(in) Material .. ,."-1 materiales (in) (in) (in) (i n) Perno# 3/a HDPE,PVC 3.875 2.75 0.625 1 4 1 HDPE,PVC 4.25 3.13 0.625 1 4 1% HDPE,PVC 4.625 3.5 0.625 1 4 1 Yz HDPE,PVC 5 3.88 0.625 1 4 2 HDPE,PVC 6 4.75 0.75 1 4 3 HDPE,PVC 7.5 6 0.75 1 4 4 HDPE,PVC 9 7.5 0.75 1 8 6 HDPE,PVC 11 9.5 0.875 1 8 8 HDPE,PVC 13.5 11.75 0.875 1 8 10 HDPE,PVC 16 14.25 1 1 12 12 HDPE,PVC 19 17 1 1 12 14 HDPE,PVC 21 18.75 1.125 1 12 16 HDPE,PVC 23.5 21.25 1.125 1 16 18 HDPE,PVC 25 22.75 1.25 1 16 20 HDPE,PVC 27.5 25 1.25 1 20 22 HDPE,PVC 29.5 27.25 1.375 1 20 24 HDPE,PVC 32 29.5 1.375 1 20 ~ 26 HDPE 34.25 31.75 1.375 1 24 Q 28 HDPE 36.5 34 1.375 1 28 y N 30 HDPE,PVC 38.75 36 1.375 1 28 .y 32 HDPE 41.750 38.5 1.625 1 28 36 HDPE,PVC 46 42.75 1.625 1 32 9 40 HDPE 50.75 47.25 1.625 1 36 42 HDPE 53 49.5 1.625 1 36 J 48 HDPE 59.5 56 1.625 1 44 Q 54 HDPE 66.25 62.75 1.875 1.5 44 cc 63 HDPE 73 69.25 1.875 1.5 52 W Q 1. Bolt circle for IPS Blind Flanges are the same for DIPS Blind Flanges 24"and 1. La circunferencia de los pernos en las bridas ciegas ips es que el de las bridas smaller. ciegas dips de 24 pulgadas o menos. 2. HDPE and PVC Blinds are not rated for full pressure above 6". 2. Las bridal ciegas de hdpe y pvc por encima de 6 pulgadas no estan categori- 3. Steel Blinds may not be fully pressure rated above 10"depending on pipe zadas para presi6n maxima. (system)DR. 3. Las bridas ciegas de acero puede que no esten categorizadas para presi6n Q total por encima de 10 pulgadas dependiendo del dr de la tuberia(sistema) ft1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 Is • r FtAHOARDL� or reference only.Actual dimensions may vary. Solo para referencia.Las dimensiones reales pueden variar. 450 ELBOW Codo De 450 MOLDED Moldeado .x FC A Pressure Rating 125 psi 200 psi 250 psi 333 psi Resistencia a la Presi6n Nominal Size(in) Pipe.. Tamafio nominal DE Tubo (in) (in) 3/4 1.05 2.05 2.28 1 1.315 2.17 2.48 11/4 1.66 2.44 2.83 11/1 1.9 2.64 3.07 2 2.375 2.64 3.23 3 3.5 3.13 5 4 4.5 3 5 6 6.625 4.38 7 8 8.625 6 11 10 10.75 6 13.25 12 12.75 7.5 15.75 1. Some size/DR combinations may have limited availability. 1. Algunos Tamano/DR Combinaciones puede tener disponibilidad limitada. 2. Other DRs available with counter-bored ID at fitting end. 2. Otros proyectos de resoluci6n disponibles con receta aburrido identificaci6n en final apropiado. U) Q y _N 'i N t9 J Q W Q H Q 0 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 oul Designation: F 1941 - 07 INTERNATIONAL Standard Specification for Electrodeposited Coatings on Threaded Fasteners (Unified Inch Screw Threads (UN/UNR))' This standard is issued under the fixed designation F 1941;the number immediately following the designation indicates the year of original adoption or,in the case of revision,the year of last revision.A number in parentheses indicates the year of last reapproval.A superscript epsilon(e)indicates an editorial change since the last revision or reapproval. INTRODUCTION This specification covers the coating of steel unified inch screw threaded fasteners by electrodepo- sition.The properties of the coatings shall conform to the ASTM standards for the individual finishes listed. Coating thickness values are based on the tolerances for lA and 2A external Unified Inch Screw Threads.The coating must not cause the basic thread size to be transgressed by either the internal or external threads. The method of designating coated threads shall comply with ASME B 1.1. With normal methods for depositing metallic coatings from aqueous solutions, there is a risk of delayed failure due to hydrogen embrittlement for case hardened fasteners and fasteners having a hardness 40 HRC or above.Although this risk can be managed by selecting raw materials suitable for the application of electrodeposited coatings and by using modern methods of surface treatment and post heat-treatment (baking), the risk of hydrogen embrittlement cannot be completely eliminated. Therefore, the application of a metallic coating by electrodeposition is not recommended for such fasteners. 1. Scope* of this standard to establish appropriate safety and health 1.1 This specification covers application, performance and practices and determine the applicability of regulatory limita- dimensional requirements for electrodeposited coatings on tions prior to use. threaded fasteners with unified inch screw threads. It specifies 2, Referenced Documents coating thickness,supplementary hexavalent chromate or triva- lent chromite finishes, corrosion resistance, precautions for 2.1 ASTM Standards: 2 managing the risk of hydrogen embrittlement and hydrogen B 117 Practice for Operating Salt Spray (Fog)Apparatus embrittlement relief for high-strength and surface-hardened B 487 Test Method for Measurement of Metal and Oxide fasteners. It also highlights the differences between barrel and Coating Thickness by Microscopical Examination of Cross rack plating and makes recommendations as to the applicability Section of each process. B 499 Test Method for Measurement of Coating Thick- 1.2 The values stated in inch-pound units are to be regarded nesses by the Magnetic Method:Nonmagnetic Coatings on as standard.The values given in parentheses are mathematical Magnetic Basis Metals conversions to SI units that are provided for information only B 504 Test Method for Measurement of Thickness of Me- and are not considered standard. tallic Coatings by the Coulometric Method 1.3 The following precautionary statement pertains to the B 567 Test Method for Measurement of Coating Thickness test method portion only, Section 9, of this specification: This by the Beta Backscatter Method standard does not purport to address all of the safety concerns, B 568 Test Method for Measurement of Coating Thickness if any,associated with its use.It is the responsibility of the user by X-Ray Spectrometry B 659 Guide for Measuring Thickness of Metallic and Inorganic Coatings This specification is under the jurisdiction of ASTM Committee F16 on Fasteners and is the direct responsibility of Subcommittee F16.03 on Coatings on 'For referenced ASTM standards, visit the ASTM website, www.astm.org, or Fasteners. contact ASTM Customer Service at service@astm.org.For Annual Book of ASTM Current edition approved Dec. 1, 2007. Published January 2008. Originally Standards volume information,refer to the standard's Document Summary page on approved in 1998.Last previous edition approved in 2006 as F 1941—00(2006). the ASTM website. *A Summary of Changes section appears at the end of this standard. Copyright©ASTM International,100 Barr Harbor Drive,PO Box C700,West Conshohocken,PA 19428-2959,United States. 1 F 1941 —07 TT • i • ------•------ NOTE 1—Black dot(•)indicates test surface. FIG. 1 Significant Surfaces on Externally Threaded Fasteners D 6492 Practice for Detection of Hexavalent Chromium On the assembled fastener. Figs. 1 and 2 illustrate significant Zinc and Zinc/Aluminum Alloy Coated Steel surfaces on standard externally threaded and internally E 376 Practice for Measuring Coating Thickness by threaded fasteners. Magnetic-Field or Eddy-Current(Electromagnetic)Exami- nation Methods 4. Classification F 606 Test Methods for Determining the Mechanical Prop- 4.1 Coating Material— The coating material shall be se- erties of Externally and Internally Threaded Fasteners, lected and designated in accordance with Table 1. Washers, Direct Tension Indicators, and Rivets 4.2 Coating Thickness—The coating thickness shall be F 1470 Guide for Fastener Sampling for Specified Mechani- selected and designated in accordance with Table 2: cal Properties and Performance Inspection 4.3 Chromate Finish—When not specified, the hexavalent F 1624 Test Method for Measurement of Hydrogen Em- or trivalent chromiate finish shall be used at the option of the brittlement Threshold in Steel by the Incremental Step manufacturer and its appearance shall be selected in accor- Loading Technique dance with the designation selected in Table 3. F 1940 Test Method for Process Control Verification to 4.3.1 Trivalent Chromite Finish—Unless otherwise speci- Prevent Hydrogen Embrittlement in Plated or Coated fied, the typical appearance of the trivalent chromite finish Fasteners shall be transparent, colorless and shall not be subjected to the 2.2 ASME Standard:3 requirements of typical appearance as determined in Table 3.In 131.1 Unified Inch Screw Threads (UN and UNR Thread addition, the classification code to be used shall be appended Form) with the letter"T"(for example,Fe/Zn 5CT,as defined in Table 2.3 National Aerospace Standard(AIA):4 ALL ). NASM-1312-5 Fast Test Method - Method 5: Stress Dura- bility 5. Ordering Information for Electroplating 2.4 IFI Standard.5 5.1 When ordering threaded fasteners to be coated by IFI-142 Hydrogen Embrittlement Risk Management electrodeposition in accordance with this specification, the 3. Terminology following information shall be supplied to the electroplater: 5.1.1 The desired coating, coating thickness, the chromate 3.1 Definitions: finish, the color and appearance (if applicable), or the classi- 3.1.1 local thickness—the mean of the thickness measure- fication codes as specified in Tables 1-3. (for example, Fe/Zn ments,of which a specified number is made within a reference 5C denotes yellow zinc plated with a minimum thickness of area. 0.0002 in. on significant surfaces.) 3.1.2 minimum local thickness—the lowest local thickness 5.1.2 The identification of significant surfaces (optional). value on the significant surface of a single article. 5.1.3 The requirement, if any, for stress relief before elec- 3.1.3 reference area—the area within which a specified troplating, in which case the stress-relief conditions must be number of single measurements are required to be made. specified. 3.1.4 significant surface—significant surfaces are areas 5.1.4 The requirements, if any, for hydrogen embrittlement where the minimum thickness to be met shall be designated on relief by heat treatment(baking) stating the tensile strength or the applicable drawing or by the provision of a suitably marked surface hardness of the fasteners and/or baking time and sample. However, if not designated, significant surfaces shall temperature. be defined as those normally visible, directly or by reflection, which are essential to the appearance or serviceability of the NOTE 1—Fasteners with a specified maximum hardness of 34 HRC and fastener when assembled in normal position, or which can be below have a very low susceptibility to hydrogen embrittlement and do the source of corrosion products that deface visible surfaces on not require baking. 'Available from American Society of Mechanical Engineers (ASME),ASME O• International Headquarters,Three Park Ave., New York, NY 10016-5990, http:// www.asme.org. 4 Available from Standardization Documents Order Desk, DODSSP, Bldg. 4, Section D,700 Robbins Ave.,Philadelphia,PA 19111-5098. 5 Available from Industrial Fasteners Institute(IFI), 1717 East 9th Street,Suite NOTE 1—Black dot(•) indicates test surface. 1105,Cleveland,OH 44114-2879. FIG.2 Significant Surfaces on Internally Threaded Fasteners 2 0 F 1941 —07 TABLE 1 Designation of Common Coating Materials 9.3, shall show neither corrosion products of coatings (white Coating Designation Coating Type corrosion) nor basis metal corrosion products (red rust) at the end of the test period. The appearance of corrosion products Fe/Zn Zinc visible to the unaided eye at normal reading distance shall be Fe/Cd Cadmium cause for rejection, except when present at the edges of the Fe/Zn-Co Zinc Cobalt Alloy Fe/Zn-Ni Zinc Nickel Alloy tested fasteners. Refer to Annex Al for neutral salt spray Fe/Zn-Fe Zinc Iron Alloy performance requirements for zinc, zinc alloy and cadmium coatings. TABLE 2 Designation of Coating Thickness 6.3 Thickness—The coating thickness shall comply with requirements of Table 2 when measured in accordance with NOTE 1—The conversion factor from inch to microns is 2.54 X 104(for 9.1. example,0.0001 in.=2.54 pm). 6.3.1 Restrictions on Coating Thickness—This specification Thickness Designation Minimum Thickness in. imposes minimum local thickness requirements at significant surfaces in accordance with Table 2. Thick or thin local 3 0.0001 thickness in a location other than a significant surface shall not 5 0.0002 s 0.0003 be a cause for rejection. However the following restrictions 12 0.0005 apply: 6.3.1.1 Minimum coating thickness at low current density TABLE 3 Designation of Chromate Finish areas,such as the center Of a bolt Or recesses,must be sufficient to provide for adequate chromate adhesion. NoTE 1—Coated fasteners with trivalent chromite (Cr+3) are not 6.3.1.2 External Threads—Maximum coating thickness at subjected to the required yellow, opaque, and black color. See Appendix high current density threaded tips must provide for class 3A X5 NoTE 2—When fasteners are coated with trivalent chromite(Cr+3)the GO thread gauge acceptance. classification code to be used shall be appended with the letter"T". 6.3.1.3 Internal Threads—Maximum coating thickness Of Designation Type Typical Appearance internal threads must provide for class IB,2B,Or 3B GO thread gage acceptance. A Clear Transparent colorless with slight iridescence 6.3.1.4 Surfaces such as threads,holes,deep recesses,bases B Blue-bright Transparent with a bluish tinge and slight irides- Of angles, and similar areas On which the specified thickness Of cence C Yellow Yellow iridescent deposit cannot readily be controlled, are exempted from D Opaque Olive green,shading to brown or bronze minimum thickness requirements unless they are specially E Black Black with slight iridescence designated as not being exempted.When such areas are subject F Organic Any of the above plus organic topcoat to minimum thickness requirements, the purchaser and the manufacturer shall recognize the necessity for either thicker deposits on other areas or special racking. 5.1.5 The requirements,if any,for the type of electroplating 6.3.2 Applicability to Unified Inch Screw Threads: process (barrel-plating or rack-plating). See Section 10 and Appendix X1. 6.3.2.1 The applicability of the required coating to unified 5.en The designation of coated thread class shall comply inch screw threads is limited by the basic deviation of the with ASME B 1.1. threads,and hence limited by the pitch diameter,allowance and tolerance positions. Refer to Appendix X3 as a guideline for 6. Requirements the tolerances of the various thread sizes and classes and the 6.1 Coating Requirements—The electrodeposited coating as coating thickness they will accommodate. ordered shall cover all surfaces and shall meet the following 6.3.2.2 Because of the inherent variability in coating thick- ness by the barrel-plating process, the application of a mini- 6.1.1 The coating metal deposit shall be bright or semi- requirements: mum coating thickness of 0.0005 in.is not recommended for a bright unless otherwise specified by the purchaser,smooth,fine standard screw thread by this method due to the fact thatdimensional allowance of most threaded fasteners normally grained, adherent and uniform in appearance. 6.1.2 The coating shall be free of blisters, pits, nodules, does not permit it.If the size of the fastener is large enough to roughness, cracks, unplated areas, and other defects that will economically use the rack-plating process, then the latter shall affect the function of the coating. be used to obtain this thickness requirement. If heavier 6.1.3 The coating shall not be stained, discolored or exhibit coatings are required allowance for the deposit buildup must be any evidence of white or red corrosion products. made during the manufacture of fasteners. 6.1.3.1 Slight discoloration that results from baking,drying, 6.3.3 Applicability to Wood Screws and Thread Forming or electrode contact during rack-plating,or all of these,as well Screws—Any classification code in Table 2 may be applied to as slight staining that results from rinsing shall not be cause for screws that cut or form their own threads. rejection. 6.4 Hydrogen Embrittlement Relief. 6.2 Corrosion Resistance—Coated fasteners, when tested 6.4.1 Requirement for Baking—Coated fasteners made from by continuous exposure to neutral salt spray in accordance with steel heat treated to a specified hardness of 40 HRC or above, 3 0 F 1941 -07 case-hardened steel fasteners,and fasteners with captive wash- 7. Dimensional Requirements ers made from hardened steel shall be baked to minimize the 7.1 Threaded components, except those with spaced and risk of hydrogen embrittlement. Unless otherwise specified by forming threads, supplied for electrodeposited coating shall the purchaser, baking is not mandatory for fasteners with comply with ASME B 1.1. Screw threads that are specifically specified maximum hardness below 40 HRC. manufactured to allow the application of 0.0005 in. or greater NoTE 2—With proper care many steel fasteners can be plated without coating thickness by the barrel-plating process, must adhere to baking by correlating process conditions to the susceptibility of the a special allowance specified by the manufacturer or in ASME fastener material to hydrogen embrittlement, and by applying adequate B 1.1. The other dimensional characteristics shall be as speci- process control procedures,such as those outlined in Appendix X4.2.Test fied in the applicable standard Or drawing. It should be noted Method F 1940 is a recognized verification method for process control to that modifications to the threads Of a fastener could affect its minimize the risk of hydrogen embrittlement. Upon agreement between properties Or performance, or both. Refer to Appendix X3 for the supplier and the purchaser,this test method can be used as a basis for determining if baking should be mandated in a controlled process further information on effects Of coating on pitch diameter, environment. allowances and tolerances for external and internal threads. 6.4.2 Baking Conditions—At the time of publication of this 8. Sampling specification it was not considered possible to give an exact 8.1 Sampling for coating thickness,salt spray and embrittle- baking duration.Eight hours is considered a typical example of ment testing shall be conducted based on lot size in accordance baking duration. However, upon agreement between the pur- with Guide F 1470. chaser and the manufacturer,baking times between 2 and 24 h at temperatures of 350 to 450°F are suitable depending on the 9. Test Methods type and size of the fastener,geometry, mechanical properties, 9.1 Coating Thickness—Unless otherwise specified, the re- cleaning process and cathodic efficiency of the electroplating quirement to measure coating thickness is applicable to sig- process used.The baking conditions shall be selected based on nificant surfaces only. The test methods for determining the the results of recognized embrittlement test procedures such as coating thickness are defined in Test Methods B 487, B 499, Test Methods F 606, F 1624, F 1940, or NASM-1312-5. B 504, B 567, B 568, Guide B 659, or Practice E 376 as 6.4.2.1 Bake time and temperatures may require lowering to applicable. minimize the risk of solid or liquid metal embrittlement 9.2 Embrittlement Test Method—The embrittlement test resulting from alloy compositions such as those containing lead method shall conform to those specified in Test Methods or from the lower melting point of cadmium (610°F) in F 1940 for process verification, or F 606, F 1624, or NASM- comparison to zinc (786°F). 1312-5 for product testing. 6.4.2.2 Fasteners must be baked within 4 It, preferably 1 h 9.3 Corrosion Resistance—The requirement to determine after electroplating. Baking to relieve hydrogen embrittlement corrosion resistance is applicable to significant surfaces only. must be performed prior to the application of the chromate When specified in the contract or purchase order, a salt spray finish because temperatures above 150°F damage the chromate test shall be conducted in accordance with Practice B 117. To film thereby negating its performance. secure uniformity of results, samples shall be aged at room 6.4.3 Hydrogen Embrittlement Testing—Hydrogen em- temperature for 24 It before being subjected to the salt spray brittlement testing is mandatory for fasteners with a specified test. hardness of 40 HRC or above unless the electroplating process 9.4 Trivalent Chromite Finish—The presence of hexavalent has been qualified in accordance with Test Method F 1940(that chromium shall be determined in accordance with Practice is, the process has been shown not to cause embrittlement for D 6492. a given product or class of product).This specification does not require mandatory testing of fasteners having a specified 10. Electroplating Processes hardness below 40 HRC, unless otherwise specified by the 10.1 Two electroplating processes are most commonly used purchaser. to apply a metallic coating by electrodeposition on threaded 6.5 Trivalent Chromite Finish—The use of hexavalent chro- fasteners: barrel-plating and rack-plating. When thread fit or mium is prohibited when processing coated fasteners to the thread integrity, or both, is a concern for externally threaded requirement of 4.3.1. Coated fasteners shall be free of hexava- fasteners, rack-plating is preferable to barrel-plating. Refer to lent chromium when tested in accordance with the test method Appendix XI. defined in 9.4. 4 F 1941 -07 ANNEX (Mandatory Information) Al. NEUTRAL SALT SPRAY PERFORMANCE TABLE A1.1 Classification Code and Neutral Salt Spray Corrosion Protection Performance of Zinc and Cadmium Coatings NOTE—When fasteners are coated with trivalent chromite(W),the classification code to be used shall be appended with the letter"T" Minimum First Appearance of First Appearance of First Appearance of Classification Code Coating Thickness, Chromate Finish White Corrosion Red Rust Red Rust Designation Product, Cadmium, Zinc, in. (hour) (hour) (hour) Fe/Zn or Fe/Cd 3A 0.0001A A 3 24 12 Fe/Zn or Fe/Cd 313 ... B 6 24 12 Fe/Zn or Fe/Cd 3C ... C 24 36 24 Fe/Zn or Fe/Cd 3D ... D 24 36 24 Fe/Zn or Fe/Cd 5A 0.0002 A 6 48 24 Fe/Zn or Fe/Cd 513 ... B 12 72 36 Fe/Zn or Fe/Cd 5C ... C 48 120 72 Fe/Zn or Fe/Cd 5D ... D 72 168 96 Fe/Zn or Fe/Cd 5E ... E 12 72 Fe/Zn or Fe/Cd 8A 0.0003 A 6 96 48 Fe/Zn or Fe/Cd SB ... B 24 120 72 Fe/Zn or Fe/Cd 8C ... C 72 168 120 Fe/Zn or Fe/Cd 8D ... D 96 192 144 Fe/Zn or Fe/Cd 8E ... E 24 120 72 Fe/Zn or Fe/Cd 12A 0.0005 A 6 144 72 Fe/Zn or Fe/Cd 12B ... B 24 192 96 Fe/Zn or Fe/Cd 12C ... C 72 240 144 Fe/Zn or Fe/Cd 12D ... D 96 264 168 Fe/Zn or Fe/Cd 1213k ... E 24 192 96 Low coating thickness impairs chromate adhesion and performance. TABLE A1.2 Classification Code and Neutral Salt Spray Corrosion Protection Performance of Zinc-Cobalt Coatings First Minimum Appearance of First Classification Coating Chromate Zinc Alloy Appearance of Code Thickness, Finish Corrosion in. Designation Product Red Rust (hour) (hour) Fe/Zn-Co 5C 0.0002 C 96 240 Fe/Zn-Co 5D ... D 96 240 Fe/Zn-Co 5E ... E 100 240 Fe/Zn-Co 5F ... F 196 340 Fe/Zn-Co 8C 0.0003 C 96 240 Fe/Zn-Co 8D ... D 96 240 Fe/Zn-Co 8E ... E 100 240 Fe/Zn-Co 8F ... F 200 340 Fe/Zn-Co 12B 0.0005 B 12 240 Fe/Zn-Co 12C ... C 96 400 Fe/Zn-Co 12D ... D 96 400 Fe/Zn-Co 12E ... E 100 400 Fe/Zn-Co 12F ... F 196 500 5 0 F 1941 —07 TABLE A1.3 Classification Code and Neutral Salt Spray Corrosion Protection Performance of Zinc-Nickel Coatings First First Minimum Appearance of Appearance Coating Chromate Zinc Alloy of Classification Code Thickness, Finish Corrosion Red Rust in. Designation Product (hour) (hour) Fe/Zn-Ni 513 0.0002 B 20 150 Fe/Zn-Ni 5C ... C 120 500 Fe/Zn-Ni 5D ... D 180 750 Fe/Zn-Ni 5E ... E 100 500 Fe/Zn-Ni 513/F ... B/F 150 300 Fe/Zn-Ni5C/F ... C/F 240 620 Fe/Zn-Ni5D/F ... D/F 300 1000 Fe/Zn-Ni5E/F ... E/F 220 620 Fe/Zn-Ni 813 0.0003 B 20 240 Fe/Zn-Ni 8C ... C 120 720 Fe/Zn-Ni 8D ... D 180 960 Fe/Zn-Ni 8E .. . E 100 720 Fe/Zn-Ni 813/F ... B/F 150 400 Fe/Zn-Ni8C/F ... C/F 240 840 Fe/Zn-Ni 8D/F ... D/F 300 1200 Fe/Zn-Ni 8E/F ... E/F 220 840 Fe/Zn-Ni 12B 0.0005 B 20 500 Fe/Zn-Ni 12C . . . C 120 960 Fe/Zn-Ni 12D . . . D 180 1000 Fe/Zn-Ni 12E . . . E 100 960 Fe/Zn-Ni 1213/F . . . B/F 150 620 Fe/Zn-Ni12C/F . . . C/F 240 1080 Fe/Zn-Ni 12D/F . . . D/F 300 1500 Fe/Zn-Ni 12E/F . . . E/F 220 1080 TABLE A1.4 Classification Code and Neutral Salt Spray Corrosion Protection Performance of Zinc-Iron Coatings First First Minimum Chromate Appearance of Appearance Classification Code Coating Finish Zinc Alloy of Red Rust Thickness,in. Designation Corrosion (hour) Product(hour) Fe/Zn-Co 5E 0.0002 E 144 312 Fe/Zn-Co 8E 0.0003 E 144 312 Fe/Zn-Co 12E 0.0005 E 144 480 APPENDIXES (Nonmandatory Information) XI. STANDARD ELECTRODEPOSITION PROCESSES X1.1 Barrel-Plating Process—The preparation and metallic damage the external threads of fasteners. The effect of thread coating of threaded fasteners is usually accomplished by the damage is worse on heavy fine threaded fasteners than on light barrel-plating process.In this process,quantities of an item are course threaded fasteners.In some of the process steps,notably placed within a containment vessel, called a barrel.The barrel the electrocleaning and electroplating steps, an electric current is designed to move the group of items,together, through each is applied to the group of items.The cascading action randomly of the process steps, allowing ready ingress and egress of exposes the surface of each individual piece to the process processing solutions and rinses.As the barrel is moved through electrodes while also maintaining electrical continuity between the process steps, it is also rotated such that the individual all of the parts.The local coating thickness on a part is a result items are constantly cascading over one another. This can of the electrical current density at that location. Therefore, the 6 0 F 1941 —07 coating thickness on an individual screw or bolt tends to be rack-plating process,particularly on large size fasteners where greatest at the extremities(head and threaded tip).The extremi- thread fit and/or damage is a concern, or for smaller size ties being the high current density areas receive the greatest fasteners, when it is economically feasible. In this process, coating thickness.In contrast,the center or recesses such as the quantities of an item are placed on a support,called a rack.The bottom of the threads, which are the low current density areas, rack is designed to move the group of items, together,through receive the lowest coating thickness. This phenomenon is each of the process steps, allowing ready ingress and egress of accentuated with increasing length and decreasing diameter of processing solutions and rinses. In some of the process steps, the screw or bolt. The extremity-to-center coating thickness notably the electrocleaning and electroplating steps, an electric ratio increases with increasing length and decreasing diameter, current is applied to the group of items. The electrical but is also a function of process parameters such as plating continuity is maintained between the parts by the rack itself. solution chemistry and efficiency, anodic/cathodic efficiency, The average current density is usually low enough such that the average current density and plating time. extremity-to-center coating thickness ratio is much lower than with barrel-plating. The external thread damage is also mini- X1.2 Rack-Plating Process—The preparation and metallic mized in comparison to barrel-plating due to the absence of coating of threaded fasteners can be accomplished by the tumbling. X2. GUIDELINES FOR CHOOSING BETWEEN BARREL-PLATING AND RACK-PLATING X2.1 Short screws and bolts are those with a length-to- X2.2 Tables X2.1 and X2.2 indicate the recommended diameter ratio equal to or less than 5. Long screws and bolts electroplating process for each size of externally coarse(UNC) have a length-to-diameter ratio greater than 5 but less than 10. and fine (UNF) threaded fasteners for all thickness classes in Special processing is normally required for bolts with a ratio Table 2. For externally threaded fasteners with UNS and UN greater than 10 in order to minimize the extremity-to-center thread series, rack-plating is recommended. For internally thickness ratio. threaded fasteners barrel-plating is generally suitable. TABLE X2.1 Recommended Electroplating Process for Each Size of Externally Coarse Threaded Fasteners(UNC) NoTE 1—Barrel-plating process(B) and rack-plating process(R). Diameter Length(L) (D)' 5D<L<_ 10D 10D<L- 20D<L<_ (in.) L:5 5D 20D 30D L>30D 1/4 B B B B R 5/16 B B B B R 3/a B B B R R 7/16 B B B R R 1/2 B B R R R 9/16 B B R R R 5/3 B B R R R 3/4 B R R R R 7/3 R R R R R 1 -4 R R R R R 7 0 F 1941 -07 TABLE X2.2 Recommended Electroplating Process for Each Size of Externally Fine Threaded Fasteners(UNF) NoTE 1-Barrel-plating process(13) and rack-plating process(R). Diameter Length(L) (D)' 5D<L< 10D 10D<L<_ 20D<L<_ (in.) L:5 5D 20D 30D L>30D 1/4 B B B B R 6/16 B B B R R 3/8 B B B R R 7/16 B B R R R 1/2 B B R R R 9/16 B B R R R 6/8 B R R R R 3/4 R R R R R 7/8 R R R R R 1 -4 R R R R R X3. COATING ACCOMMODATION TOLERANCES FOR EXTERNALLY AND INTERNALLY THREADED FASTENERS X3.1 This specification does not impose maximum thick- TABLE X3.1 Coating Accommodation Tolerances for Externally ness values on high current density areas, where the coating Coarse Threaded (UNC)Fasteners thickness tends to be the greatest. On an externally threaded Maximum Allowable Pitch Diameter Allowance fastener this occurs at the threaded tip. Measuring coating Thread Pitch, Diameter, for 1A and 2A Coating Thickness thickness on the threaded portion of a fastener is possible but TPI in. Thread Classes, on impractical for in-process quality control verification. For this in. Threaded Tip, reason the control mechanism specified in this document is by x 0.0001 in. means of GO thread gauges. Nevertheless Tables X3.1-X3.4 20 1/4 0.0011 2.75 illustrate maximum coating thickness permitted by Class IA 18 6/6 0.0012 3.00 and 2A allowance, and are supplied as an informative guide- 16 % 0.0013 3.25 line. 14 7/6 0.0014 3.50 13 1/2 0.0015 3.75 NoTE X3.1-The following information is based on ASME 131.1 12 9/,6 0.0016 4.00 Section 7.That standard should be consulted for more detailed informa- 11 6/8 0.0016 4.00 10 3/4 0.0018 4.50 tion. 9 7/8 0.0019 4.75 8 1 0.0020 5.00 X3.2 Size limits for standard external lA and 2A thread 7 11/8 and 11/4 0.0022 5.50 classes apply prior to coating. The external thread allowance 6 13/8 and 11/2 0.0024 6.00 5 11/4 0.0027 6.75 may thus be used to accommodate the coating thickness on 41/2 2 and 21/4 0.0029 7.25 threaded fasteners,provided the maximum coating thickness is 4 21/2 0.0031 7.75 no more than '/4 of the allowance. Thus, threads after coating 4 23/4 and 3 0.0032 8.00 4 31/4 and 31/2 0.0033 8.25 are subject to acceptance using a basic Class 3A GO gage and 4 33/4 and 4 0.0034 8.50 a class 2A gage as a NOT-GO gage. X3.3 In certain cases size limits must be adjusted, within X3.3.3 Where allowance must be maintained after coating the tolerances,prior to coating,in order to insure proper thread for trouble free thread fit. fit. This applies to the following cases: X3.4 Tables X3.1-X3.4 provide maximum thickness values X3.3.1 Standard internal threads, because they provide no based only on the allowance for the lA and 2A thread classes. allowance for coating thickness. It assumes that the external thread pitch diameter is at the X3.3.2 Where the external thread has no allowance,such as maximum and that the internal thread pitch diameter is at the Class 3A threads. minimum of the tolerance (see Fig. X3.1). 8 0 F 1941 -07 TABLE X3.2 Coating Accommodation Tolerances for Externally Fine Threaded(UNF) Fasteners Pitch Diameter Maximum Allowable Thread Diameter, Allowance for 1A Coating Thickness Pitch, in and 2A Thread on Threaded Tip, TPI Classes, x 0.0001 in. in. 28 1/4 0.0010 2.50 24 5/16 and 3/6 0.0011 2.75 20 7/16 and 1/2 0.0013 3.25 18 9/16 and 5/6 0.0014 3.50 16 3/4 0.0015 3.75 14 7/6 0.0016 4.00 12 1,1'/6 and 1'/4 0.0018 4.50 12 13/6 and 11/2 0.0019 4.75 TABLE X3.3 Coating Accommodation Tolerances for Externally Threaded (UNS) Fasteners Pitch Diameter Allowance Maximum Allowable Thread Pitch,TPI Diameter, for 1A and 2A Coating Thickness on in. Thread Classes, Threaded Tip, in. x 0.0001 in. 14 1 0.0017 4.25 TABLE X3.4 Coating Accommodation Tolerances for Externally Threaded (UN) Fasteners Pitch Diameter Maximum Allowable Thread Diameter, Allowance Coating Thickness Pitch, for 1A and 2A on TPI infor Thread Classes, Threaded Tip, in. x 0.0001 in. 8 1 1/6 and 1 1/4 0.0021 5.25 8 13/6, 11/2 and 15/8 0.0022 5.50 8 13/4, 17/6 and 2 0.0023 5.75 8 21/4 and 21/2 0.0024 6.00 8 23/4 0.0025 6.25 8 3,31/4 and 31/2 0.0026 6.50 8 33/4 and 4 0.0027 6.75 .4597 m 4565 of 2A% °A N T°�°, .4548 J w 130% z Q U N LLI of 2A zwl 97.5% w CC = v j of 2A Z BASIC v .4500 PITCH DIAMETER Allowance 30%of 2A r, .44857 -T-7 .4485 y 75% Q D g of 2A ¢ w C W Q a N .4463 x 150% (nJ W of 2A m v V4435 Tolerance Range is shown by the .4411 1 a shaded areas FIG. X3.1 Relationship of Pitch Diameter Allowance for Classes of Fit on 1/2-13 UNC Thread 9 0 F 1941 —07 X4. APPLICATION REQUIREMENTS X4.1 Cleaning of Basis Metal—Thorough cleaning of the X4.2.1.5 Control the plating bath temperature to minimize basis metal is essential in order to ensure satisfactory adhesion, the use of brighteners. appearance and corrosion resistance of the coating. X4.2.1.6 Select raw materials with a low susceptibility to X4.2 Hydrogen Embrittlement Risk Management: hydrogen embrittlement by controlling steel chemistry, micro- X4.2.1 Process Considerations—The following are some structure, and mechanical properties. general recommendations for managing the risk of hydrogen X4.2.2 Process Control Verification—Test Method F 1940 embrittlement. For more detailed information refer to IFI-142. should be used as a test method for process control to minimize X4.2.1.1 Clean the fasteners in non-cathodic alkaline solu- the risk of hydrogen embrittlement. Periodic inspections tions and in inhibited acid solutions. should be conducted according to a specified test plan.The test X4.2.1.2 Use abrasive cleaners for fasteners having a hard- plan should be designed based upon the specific characteristics ness of 40 HRC or above and case hardened fasteners. of a process, and upon agreement between the purchaser and X4.2.1.3 Manage anode/cathode surface area and efficiency, the manufacturer. The testing frequency should initially estab- resulting in proper control of applied current densities. High lish and subsequently verify over time, the ability of a process current densities increase hydrogen charging. to produce parts that do not have the potential for hydrogen X4.2.1.4 Use high efficiency plating processes such as zinc embrittlement. chloride or acid cadmium. X5. USE OF TRIVALENT CHROMIUM (Cr+3) ON COATED FASTENERS X5.1 In applications where the use of hexavalent chromium X5.1.1 Additionally, since yellow iridescence noted in the (Cr+6) is prohibited, coated fasteners with a supplementary designation C of the Table 3 is characteristic of hexavalent chromate finish must be supplied with a trivalent chromium chromium (Cr+6), the use of yellow dye with trivalent chro- (Cr+3). mium (Cr+3) may be misleading and is not recommended. SUMMARY OF CHANGES Committee F16 has identified the location of selected changes to this standard since the last issue (F 1941-00(2006)) that may impact the use of this standard. (1) Section 1.1: Added "hexavalent and trivalent" to improve (5) Section 6.5: Added additional requirements regarding 6.5 clarity. the trivalent chromite finish. (2) Section 2.1: Added D 6492 Practice for Detection of (6) Section 9.4: added a standard practice to determine the Hexavalent Chromium On Zinc and Zinc/Aluminum Alloy presence of hexavalent chromium. Coated Steel. (7) Table 3:Added note to address supplemental requirements (3) Section 4.3: Added supplemental requirements to address with trivalent chromite finish Table 3. trivalent chromite finish. (8) Table Al.1:Added a note to address supplemental require- (4) Section 5.1.1: Added the color and appearance (if appli- ments with trivalent chromium as listed in Table Al.1. cable), when trivalent chromite finish is required. (9) Added Appendix X5 (Nonmandatory information). ASTM International takes no position respecting the validity of any patent rights asserted in connection with any item mentioned in this standard.Users of this standard are expressly advised that determination of the validity of any such patent rights,and the risk of infringement of such rights,are entirely their own responsibility. This standard is subject to revision at any time by the responsible technical committee and must be reviewed every five years and if not revised,either reapproved or withdrawn.Your comments are invited either for revision of this standard or for additional standards and should be addressed to ASTM International Headquarters. Your comments will receive careful consideration at a meeting of the responsible technical committee,which you may attend.If you feel that your comments have not received a fair hearing you should make your views known to the ASTM Committee on Standards,at the address shown below. This standard is copyrighted by ASTM International, 100 Barr Harbor Drive,PO Box C700, West Conshohocken,PA 19428-2959, United States. Individual reprints(single or multiple copies)of this standard may be obtained by contacting ASTM at the above address or at 610-832-9585 (phone), 610-832-9555 (fax), or service@astm.org (e-mail); or through the ASTM website (www.astm.org). 10 Description Qty Description Qty 2" Standard Zinc 2"XL Zinc 5/8-11 x 4 Stud Zinc 4 5/8-11 x 8 Stud Zinc 4 5/8-11 HeavyHex Nut Zinc 8 5/8-11 HeavyHex Nut Zinc 8 5/8 Flat washer Zinc 8 5/8 Flat washer Zinc 8 3" Standard Zinc 3"XL Zinc 5/8-11 x 5 Stud Zinc 4 5/8-11 x 8 Stud Zinc 4 5/8-11 HeavyHex Nut Zinc 8 5/8-11 HeavyHex Nut Zinc 8 5/8 Flat washer Zinc 8 5/8 Flat washer Zinc 8 4" Standard Zinc 4"XL Zinc 5/8-11 x 5-1/4 Stud Zinc 8 5/8-11 x 13-5/8 Stud Zinc 8 5/8-11 HeavyHex Nut Zinc 16 5/8-11 HeavyHex Nut Zinc 16 5/8 Flat washer Zinc 16 5/8 Flat washer Zinc 16 6" Standard Zinc 6"XL Zinc 3/4-10 x 5-7/8 Stud Zinc 8 3/4-10 x 15-1/2 Stud Zinc 8 3/4-10 HeavyHex Nut Zinc 16 3/4-10 HeavyHex Nut Zinc 16 3/4 Flat washer Zinc 16 3/4 Flat washer Zinc 16 8" Standard Zinc 8"XL Zinc 3/4-10 x 6-1/8 Stud Zinc 8 3/4-10 x 16-3/8 Stud Zinc 8 3/4-10 HeavyHex Nut Zinc 16 3/4-10 HeavyHex Nut Zinc 16 3/4 Flat washer Zinc 16 3/4 Flat washer Zinc 16 10" Standard Zinc 10"XL Zinc 7/8-9 x 7-3/4 Stud Zinc 12 7/8-9 x 18-5/8 Stud Zinc 12 7/8-9 HeavyHex Nut Zinc 24 7/8-9 HeavyHex Nut Zinc 24 7/8 Flat washer Zinc 24 7/8 Flat washer Zinc 24 12" Standard Zinc 12"XL Zinc 7/8-9 x 8-1/2 Stud Zinc 12 7/8-9 x 20-3/8 Stud Zinc 12 7/8-9 HeavyHex Nut Zinc 24 7/8-9 HeavyHex Nut Zinc 24 7/8 Flat washer Zinc 24 7/8 Flat washer Zinc 24 14" Standard Zinc 14"XL Zinc 1-8 x 10-1/8 Stud Zinc 12 1-8 x 21-1/4 Stud Zinc 12 1-8 HeavyHex Nut Zinc 24 1-8 HeavyHex Nut Zinc 24 1 Flat washer Zinc 24 1 Flat washer Zinc 24 16" Standard Zinc 16"XL Zinc 1-8 x 10-1/2 Stud Zinc 16 1-8 x 23-7/8 Stud Zinc 16 1-8 HeavyHex Nut Zinc 32 1-8 HeavyHex Nut Zinc 32 1 Flat washer Zinc 32 1 Flat washer Zinc 32 18" Standard Zinc 18"XL Zinc 1-1/8 x 11 Stud Zinc 16 1-1/8 x 24-7/8 Stud Zinc 16 1-1/8 HeavyHex Nut Zinc 32 1-1/8 HeavyHex Nut Zinc 32 1-1/8 Flat washer Zinc 32 1-1/8 Flat washer Zinc 32 20" Standard Zinc 20"XL Zinc 1-1/8 x 12 Stud Zinc 20 1-1/8 x 26-3/4 Stud Zinc 20 1-1/8 HeavyHex Nut Zinc 40 1-1/8 HeavyHex Nut Zinc 40 1-1/8 Flat washer Zinc 40 1-1/8 Flat washer Zinc 40 24" Standard Zinc 24"XL Zinc 1-1/4 x 13 Stud Zinc 20 1-1/4 x 29-3/8 Stud Zinc 20 1-1/4 HeavyHex Nut Zinc 40 1-1/4 HeavyHex Nut Zinc 40 1-1/4 Flat washer Zinc 40 1-1/4 Flat washer Zinc 40 36" Standard Zinc 36"XL Zinc 1-1/2 X 18" Stud Zinc 32 1-1/2 X 50" Stud Zinc 32 1-1/2 HeavyHex Nut Zinc 64 1-1/2 HeavyHex Nut Zinc 64 1-1/2 Flat washer Zinc 64 1-1/2 Flat washer Zinc 64 48" Standard Zinc 48"XL Zinc 1-1/2 X 18" Stud Zinc 44 1-1/2 X 50" Stud Zinc 44 1-1/2 HeavyHex Nut Zinc 88 1-1/2 HeavyHex Nut Zinc 88 1-1/2 Flat washer Zinc 88 1-1/2 Flat washer Zinc 88 m 125-150 LB. PIPE FLANGE GASKETS 125 - 150 LB. RING 125 - 150 LB. FULL FACE PIPE SIZE NEW STD.ASA PIPE SIZE NEW STD.ASA NO. HOLE BOLT OLD STD. I.D. I.D.AND O.D. OLD STD. I.D. I.D.AND O.D. HOLES DIA. CIRCLE 1/2 27/32 X 1-7/8 1/2 27/32 X 3-1/2 4 5/8 2-3/8 3/4 1-1/16 X 2-1/4 3/4 1-1/16 X 3-7/8 4 5/8 2-3/4 1 1-5/16 X 2-5/8 1 1-5/16 X 4-1/4 4 5/8 3-1/8 1-1/4 1-21/32 X 3 1-1/4 1-21/32 X 4-5/8 4 5/8 3-1/2 1-1/2 1-29/32 X 3-3/8 1-1/2 1-29/32 X 5 4 5/8 3-7/8 2 2-3/8 X 4-1/8 2 2-3/8 X 6 4 3/4 4-3/4 2-1/2 2-7/8 X 4-7/8 2-1/2 2-7/8 X 7 4 3/4 5-1/2 3 3-1/2 X 5-3/8 3 3-1/2 X 7-1/2 4 3/4 6 3-1/2 4 X 6-3/8 3-1/2 4 X 8-1/2 8 3/4 7 4 4-1/2 X 6-7/8 4 4-1/2 X 9 8 3/4 7-1/2 4-1/2 5 X 7 4-1/2 5 X 9-1/4 8 3/4 7-3/4 5 5-9/16 X 7-3/4 5 5-9/16 X 10 8 7/8 8-1/2 6 6-5/8 X 8-3/4 6 6-5/8 X 11 8 7/8 9-1/2 7 7-5/8 X 10 7 7-5/8 X 12-112 8 7/8 10-3/4 8 8-5/8 X 11 8 8-5/8 X 13-1/2 8 7/8 11-3/4 9 9-5/8 X 12-112 9 9-5/8 X 15 12 7/8 13-1/4 10 10-3/4 X 13-3/8 10 10-3/4 X 16 12 1 14-1/4 12 12-3/4 X 16-1/8 12 12-3/4 X 19 12 1 17 14 14 X 17-3/4 14 14 X 21 12 1 1/8 18-3/4 15 15 X 19 15 15 X 22-1/4 16 1 1/8 20 16 16 X 20-1/4 16 16 X 23-1/2 16 1 1/8 21-1/4 18 18 X 21-5/8 18 18 X 25 16 1 1/4 22-3/4 20 20 X 23-7/8 20 20 X 27-112 20 1 1/4 25 22 22 X 26 22 22 X 29-112 20 1 1/4 27-114 24 24 X 28-1/4 24 24 X 32 20 1 3/8 29-112 26 26 X 30-1/2 26 26 X 34-1/4 24 1 3/8 31-3/4 28 28 X 32-3/4 28 28 X 36-1/2 28 1 3/8 34 30 30 X 34-3/4 30 30 X 38-3/4 28 1 3/8 36 32 32 X 38 32 32 X 41-3/4 28 1 5/8 38-1/2 34 34 X 39 34 34 X 43-3/4 32 1 5/8 40-1/2 36 36 X 41-1/4 36 36 X 46 32 1 5/8 42-3/4 38 38 X 43-5/8 38 38 X 48-3/4 36 1 5/8 45-1/4 40 40 X 45-5/8 40 40 X 50-3/4 36 1 5/8 47-1/4 42 42 X 48 42 42 X 53 36 1 5/8 49-1/2 44 44 X 50-1/8 44 44 X 55-1/4 40 1 5/8 51-3/4 46 46 X 52-1/8 46 46 X 57-1/4 40 1 5/8 53-3/4 48 48 X 54-1/2 48 48 X 59-1/2 44 1 5/8 56 * UNLESS OTHERWISE SPECIFIED ON ORDER, OLD STANDARD SIZES WILL BE SUPPLIED TYPE OF MATERIAL BUNA-N (NITRILE) SHEET BUTYL SHEET CLOTH INSERTED SHEET DARPAC COMPRESSED SHEET EPDM (ETHYLENE PROPYLENE) GRAPHITE SHEET (SUBJECT TO CARTON CHARGE) HYPALON SHEET NEOPRENE - 50 THRU 70 DURO NEOPRENE DIAPHRAGM - DUCK INSERTED RED RUBBER SHEET SILICONE SHEET- 50 THRU 70 DURO TAN PURE GUM TETRABLUE SHEET PACKING TETRAGLAS-T GASKET CLOTH VEGETABLE FIBER SHEET (SUBJECT TO MINIMUM QUANTITY ORDER) VITON (FLUOROELASTOMER) WHITE FOOD GRADE RUBBER WIRE INSERTED TETRAGLAS-T Darco Southern, Inc. • P.O. Box 454 • Independence, VA 24348 Toll Free Phone: 888.327.2655 • Toll Free Fax: 800.327.2610 • Website:www.darcosouthern.com 35 For International Orders: Phone: 276.773-2711 • Fax: 276-773-0208 0250-300 LB. PIPE FLANGE GASKETS 250 -300 LB. RING 250-300 LB. FULL FACE PIPE SIZE NEW STD.ASA PIPE SIZE NEW STD.ASA NO. HOLE BOLT OLD STD. I.D. I.D.AND O.D. OLD STD. I.D. I.D.AND O.D. HOLES DIA. CIRCLE 1/2 27/32 X 2-1/8 1/2 27/32 X 3-3/4 4 5/8 2-5/8 3/4 1-1/16 X 2-5/8 3/4 1-1/16 X 4-5/8 4 3/4 3-1/4 1 1-5/16 X 2-7/8 1 1-5/16 X 4-7/8 4 3/4 3-1/2 1-1/4 1-21/32 X 3-1/4 1-1/4 1-21/32 X 5-1/4 4 3/4 3-7/8 1-1/2 1-29/32 X 3-3/4 1-1/2 1-29/32 X 6-1/8 4 3/4 4-1/2 2 2-3/8 X 4-3/4 2 2-3/8 X 6-1/2 8 7/8 5 2-1/2 2-7/8 X 5-1/8 2-1/2 2-7/8 X 7-1/2 8 7/8 5-7/8 3 3-1/2 X 5-7/8 3 3-1/2 X 8-1/4 8 7/8 6-5/8 3-1/2 4 X 6-1/2 3-1/2 4 X 9 8 7/8 7-1/4 4 4-1/2 X 7-1/8 4 4-1/2 X 10 8 7/8 7-7/8 4-1/2 5 X 7-5/8 4-1/2 5 X 10-1/2 8 7/8 8-1/2 5 5-9/16 X 8-1/2 5 5-9/16 X 11 8 7/8 9-1/4 6 6-5/8 X 9-7/8 6 6-5/8 X 12-1/2 12 7/8 10-5/8 7 7-5/8 X 10-7/8 7 7-5/8 X 14 12 7/8 11-7/8 8 8-5/8 X 12-1/8 8 8-5/8 X 15 12 1 13 9 9-5/8 X 12-7/8 9 9-5/8 X 16-1/4 12 1 14 10 10-3/4 X 14-1/4 10 10-3/4 X 17-112 16 1-1/8 15-1/4 12 12-3/4 X 16-5/8 12 12-3/4 X 20-112 16 1-1/4 17-3/4 14 14 X 19-1/8 14 14 X 23 20 1-1/4 20-1/4 16 16 X 21-1/4 16 16 X 25-1/2 20 1-3/8 22-112 18 18 X 23-1/4 18 18 X 28 24 1-3/8 24-3/4 20 20 X 25-3/4 20 20 X 30-1/2 24 1-3/8 27 22 22 X 27-3/4 22 22 X 33 24 1-3/8 29-1/4 24 24 X 30-1/2 24 24 X 36 24 1-5/8 32 26 26 X 32-7/8 26 26 X 38-1/4 28 1-5/8 34-1/2 28 28 X 35-3/8 28 28 X 40-3/4 28 1-5/8 37 30 30 X 37-1/2 30 30 X 43 28 1-7/8 39-1/4 32 32 X 38-5/8 32 32 X 45-1/4 28 1-7/8 41-1/2 34 34 X 41-5/8 34 34 X 47-1/2 28 1-7/8 43-1/2 36 36 X 44 36 36 X 50 32 2-1/8 46 38 38 X 46-1/8 38 38 X 52-1/4 32 2-1/8 48 40 40 X 48-3/4 40 40 X 54-1/4 36 2-1/8 50-1/4 42 42 X 50-3/4 42 42 X 57 36 2-1/8 52-3/4 44 44 X 53 44 44 X 59-1/4 36 2-1/8 55 46 46 X 55-1/4 46 46 X 61-1/2 40 2-1/8 57-1/4 48 48 X 58-3/4 48 48 X 65 40 2-1/8 60-3/4 * UNLESS OTHERWISE SPECIFIED ON ORDER, OLD STANDARD SIZES WILL BE SUPPLIED TYPE OF MATERIAL BUNA-N (NITRILE) SHEET BUTYL SHEET CLOTH INSERTED SHEET DARPAC COMPRESSED SHEET EPDM (ETHYLENE PROPYLENE) GRAPHITE SHEET (SUBJECT TO CARTON CHARGE) HYPALON SHEET NEOPRENE - 50 THRU 70 DURO NEOPRENE DIAPHRAGM - DUCK INSERTED RED RUBBER SHEET SILICONE SHEET- 50 THRU 70 DURO TAN PURE GUM TETRABLUE SHEET PACKING TETRAGLAS-T GASKET CLOTH VEGETABLE FIBER SHEET (SUBJECT TO MINIMUM QUANTITY ORDER) VITON (FLUOROELASTOMER) WHITE FOOD GRADE RUBBER WIRE INSERTED TETRAGLAS-T Darco Southern, Inc. • P.O. Box 454 • Independence, VA 24348 36 Toll Free Phone: 888.327.2655 • Toll Free Fax: 800.327.2610 • Website:www.darcosouthern.com For International Orders: Phone: 276.773-2711 • Fax: 276-773-0208 f cormerly known NORDSTROM" POLYVALVE@ NordstroW is a registered trademark of i=lowsewell POLYP AL VE POLY-MATER@ VAL VES FOR WATER, WA S TFRIGATI0N 1\\�\EDC0�Ig2 _ ISO 9001 Zoos POLYVALVE '. ) DOD . ANDRONACOO 29onj G. mdo �A ANDRONAGO lNDUSTWES copotpeny Why use Polyvalve Poly-Water° valves? Polyvalve Poly-Water° valves are everything you'd expect from the company that invented polyethylene valves. More than three million Polyvalves have been sold since 1976 and are in use throughout the world. Here's why: Rugged and reliable Polyvalve Poly-Water°valves are the strongest part of a polyethylene piping system. Drop-tight shutoff from dual elastomeric seats. 2" - 16" design Fused body shell removes leak paths to atmosphere. Multiple elastomeric stem seals. No metal internal parts. High-grade polymeric materials eliminate corrosion. Smooth full bore gives excellent flow characteristics in both full and standard port designs. Wide variety of trim for your specific application. Flanged and Transition end configuration available. 'i2"—z" Polyvalve IITM (C-style)design 2 Note: Has high-strength stainless steel stem.2"C-style is standard bore only. www.PolyvalvoUSA.com Why use polyethylene valves? EXPENSIVE WELDED JOINTS INTERNAL SCALING BRITTLE IRON PIPE - . DAMAGE FROM a FROST HEAVE AND EXTERNAL x POTENTIAL LEAK GROUND MOVEMENT CORROSION PATH All Metal System (Welded or Bolted) • Subject to external corrosion, internal scaling and damage from ground movement. Too-rigid pipe can rupture during frost heave or heavy pressure in hot weather. • 30% of all system water is lost to leaks. HIGH COST METAL VALVEAL zoo r 1 _._.. .. DAMAGE FROM 4 POLYETHYLENE TO FROST HEAVE AND ., ;, "rte q METAL POTENTIAL GROUND MOVEMENT ,. "` 1 LEAK Polyethylene Pipe-to-Metal Valve Installation: Subject to the inherent weakness of combining incompatible materials. Vulnerable to ground movement during extremes of cold or heat. 30% of all systems water is lost to leaks. FUSION '' FUSION All-Polyethylene Systems. • Intrinsically safe—the valve is an integral part of the pipe. • No leak points. • No chance of corrosion. • Flexible polyethylene systems less susceptible to ground movement. 29monj A+7 ANOR ONAC0 ONOUSTRrE5 copotpeny Poly-Water° Valve Availability MATERIALS Potable Water NSF/ANSI 61 Wastewater Irrigation 1/2"through 2" 1/2"through 2" 1/2"through 2" Item Standard Port 2'Full Port Through 16" Standard Port 2'Full Port Through 16" Standard Port 2"Full Port Through 16" Body Polyethylene Adapter Polypropylene` Ground Water Seal Neoprene Seat EPDM VKM(Viton) Buna-N Stem Seal EPDM VKM(Viton) Buna-N Ball Acetal Polypropylene Acetal Polypropylene Acetal Polypropylene Seat Retainer Acetal Polypropylene Acetal Polypropylene Acetal Polypropylene Stem Stainless Steel Modified Phenylene Oxide Stainless Steel Modified Phenylene Oxide Stainless Steel Acetal Note:12"has gearbox and cast iron 2"square nut adapter. ,gyarfaLJe woth Ua0ged 8"will have a choice of either gearing or wrench. enLfs 6003t't the 8"Wrench adapter material is Acetal. factory for airrrensiens Acetal should not be used in services with more than 3 parts per million chlorine. died Pricing Body and End Resin Chart Polyvalve Poly-Water°valves are available in HDPE only. Resin Material Color ASTM Material Supplier Designation Material Density Dow DGDA 2490 Black PE3408/4710 High Maximum Allowable Service Pressures for Polyvalve Poly-Water®Valves DGDA 2490 (Additional SDR sizes are available, please consult factory.) SDR 9 SDR 11 SDR 13.5 SDR 17 psig bar prig bar psig bar prig bar PE 3408/4710 Material (074°F 200 13.8 160 11 128 8.8 100 6.9 @23°G 200 13.8 160 11 128 8.8 100 6.9 * Consult factory for higher pressures. 4 www.Polyvalvc-USA.com Poly-Water° Valve Availability Poly-Water® Valve Availability Chart (Ball Valves for Potable Water, Wastewater and Irrigation) Size (Inches) Size (Metric) Body Pieces Port End Config. CV Kv Equiv. Feet Available of Pipe SDRs 1/2 16-20 2 fullt BF* or SF** 18 260 2 9.0 3/a 25 2 fullt BF 25 361 3.2 9.0, 10, 11 1 32 2 fullt BF 40 577 3.8 9.0, 11, 13.5 1'/a 40 2 standardt BF 45 649 1 9.6 9.0, 11, 13.5 2 55-63 3 full BF 175 2528 3.8 9.0, 11, 17 50-63 2 standardt BF 110 1586 9.6 9.0, 11, 17 3 90 3 full BF 390 5624 5.3 9.0, 11, 13.5, 17 90 3 standard BF 240 3461 14.1 9.0, 11, 13.5, 17 4 100-110-125 3 full BF 700 10094 5.8 9.0, 11, 13.5, 17 100-110 3 standard BF 400 5768 17.8 9.0, 11, 13.5, 17 6 150-160-180 3 full BF 1800 25957 6.1 9.0, 11, 13.5, 17 160 3 standard BF 900 12978 24.3 9.0, 11, 13.5, 17 8 225 3 full BF 3650 52633 5.5 9.0, 11, 13.5, 17 225 3 standard BF 1350 19467 40.3 9.0, 11, 13.5, 17 10 250 3 full BF 7000 73542 4.5 9.0, 11, 13.5, 17 12 315 3 full BF 7000 73542 10.6 9.0, 11, 13.5, 17 14 355 3 standard BF 7000 73542 4.5 9.0, 11, 13.5, 17 16 400 3 standard BF 7000 73542 4.5 9.0, 11, 13.5, 17 F°TYP" Note:C, in US gal/min @ 1 psi A P Butt Fusion E Kv in litres/min @ 1 bar 4 P "Socket Fusion t Polyvalve//(C-Style)Valves Available with flanged ends. E 1 E 1 Both ductile iron or composite backup rings. Contact the factory for A dimensions and pricing. ANSI Metric Valve Dimensions (mm) Size Port A B C D E Weight Size Port A B C D E weight (Ib.) (kg.) 1/2 full 10.0 3.4 4.8 2.8 0.50 1.2 16-20 full 254 86 122 71 12.7 0.5 3/4 full 10.0 3.4 4.8 2.8 0.75 1.2 25 full 254 86 122 71 19.1 0.5 1 standard 10.0 3.4 4.8 2.8 0.90 1.2 32 standard 254 86 122 71 22.9 0.5 1114 standard 10.0 3.4 4.8 2.8 0.90 1.2 40 standard 254 86 122 71 22.9 0.5 2 full 14.7 6.4 9.1 4.2 1.82 3.8 55-63 full 373 164 231 106 46.2 1.7 standard 13.0 4.5 6.5 3.7 1.30 3.1 50-63 standard 330 115 165 94 33.0 1.4 full 15.0 8.0 11.4 3.5 2.50 8.9 90 full 381 203 290 89 63.5 4.0 3 standard 12.8 6.4 9.1 3.6 1.90 4.5 standard 325 164 231 91 48.0 2.0 full 20.0 10.4 15.0 3.1 3.62 19.5 100-110 full 508 264 381 77 91.9 8.8 4 standard 15.0 8.0 11.4 3.8 2.50 8.9 &125 standard 381 203 290 95 63.5 4.0 full 21.0 12.6 18.6 3.9 5.20 38.0 150-160 full 533 320 472 99 132.1 17.2 6 standard 20.0 10.4 15.0 5.3 3.62 23.0 &600 standard 508 263 381 133 91.9 10.4 8 full 69.8 12.5 19.9 24.0 6.60 98.0 full 1773 318 504 610 168.0 44.5 standard 20.0 12.6 18.6 4.0 4.78 42.5 225 standard 508 320 472 127 102.0 19.3 Gear Operated Gear Operated 8 full 69.8 14.8 22.2 24.0 6.30 134.0 225 full 1773 636 561 610 160 60.8 10 full 55.25 17.5 27.7 15.75 9.91 305.0 250 full 1403 443 704 400 251.7 138.3 12 full 83.8 17.5 27.7 30.0 9.91 305.0 14 standard 55.25 17.5 27.7 15.75 9.91 305.0 315 full 2129 443 704 762 251.7 138.3 16 standard 55.25 17.5 27.7 15.75 9.91 305.0 355 standard 1403 443 704 400 251.7 138.3 400 standard 1403 443 704 400 251.7 138.3 'Optional vent holes.Contact factory for other vent and bypass options. Note.Valves are generally available in these metric sizes and may be available in other metric dimensions.Due to wall thickness considerations,all SDRs in some sizes may not be available. C Contact your Polyvalve representative for exact availability. J Note.Polyvalve proudly offers pup lengths to customer specifications. 29onj G. mdo an ANDRONAGO lNDLf5TR;5S erkarrpany How to Order Please provide the following information when you order: Valve size Valve body material Full or standard bore . ; . Standard Dimension Ratio (SDR) number _ Butt fusion end configuration is standard Flanged and transition end configuration available Polyvalve Poly-Water° Valve Figure Number System Specifies Pipe Size Identifies the valve as a Polyvalve Poly-Water valve for potable water,wastewater and irrigation With sizes up to 16" Polyvalve Poly-Water valves come in the widest Material designation: 9.DOW DGDA 2490 range of sizes on the market.They're shipped in cartons to shield them from ultraviolet light and protect the valve ends from damage. Defines flow passage(full or standard)and end FOR USE IN: connection(ANSI or Metric dimension): • POTABLE WATER 1.Full opening-American iron pipe size ends . WATER AND WASTEWATER* 2.Standard opening-American iron pipe size ends • IRRIGATION 3.Full opening-Metric ends 4.Standard opening-Metric ends • STORM SEWER 5.Full opening-CTS ends or other special • GRAVITY SEWER feature ends 6.Standard opening-CTS ends or other special • GEOTHERMAL feature ends 7.Full StandardOpeningpe Opening - There are currently no AWWA standards relating to PE ps a.Standard Opening-Dips valves. However: 1/2"—3" Polyvalve Poly-Water°valves are Standard Dimension Ratio(SDR) suitable for use With PE pipe and tubing complying with 00.XXX Specifies Wall Thickness(CTS) AWWA C901. N-Specifies NSF Certified Sizes 4"—16" Polyvalve Poly-Water°valves for potable W-Specifies Wastewater water comply with the relevant fittings clauses of AWWA I-Specifies Irrigation C906. Special Features Polyvalve is an ISO 9001 certified company. X - 6 9 X X X - X - X Special feature ends include integral socket ends,stub ends SDR, * For 1/2" - 2" Polyvalve 11 (C-style), Poly-Water°valves are flanges,transition,pups,stem extensions,venting,purge,bypass,etc. recommended for water with a pH range of 6 to 8. For applications with pH outside of this range consult cus- tomer service. *Available in Copper Tubing Standard sizes (CTS) 6 *Available in ductile iron pipe standard. (Dips) www.PolyvalvoUSA.com Polyvalve 4855 Broadmoor Ave Kentwood, M1.49512 Ph. 616.656-2260 Fax 616.656-2264 www.PolyvalveUSA.com kill 6 C$ f99i Cp�q ISO 9001 2008 To find your local Polyvalve representative, visit www.PolyvalveUSA.com or call 616-656-2260 POLYVALVE Polyvalve has established industry leadership in the design and manufacture of its products.When properly selected,this Pelyvalve product Is designed to perform Its intended function safely during its useful life.Hmaever,the purchaser or user of Polyvalve products should he avian that Polyvalve products might he used in numerous applications under •.vide variety of industrial service conditions.Although Polyvalve can(and often does)provide general guidelines,It cannot provide specific data and warnings fur all puss ibla applications.The purchaser/user must therefore assume the ultimate responsibility for the proper sizing and selection,in stallatin n.operation,and maintenance of Polyvalve products.The purchaser/user should read and understand the Installation Operation P4aintanance(IOM)Instructions included with the product,and train its employees and contractors In the safe use of Polyvalve products in connection•,vith the specific application. While the information and specifications contained in this literature are believed to he accurate,they are supplied for informative purposes only and should nut he considered certified or as a guarantee of satisfactory results by reliance thereon. Nothing contained herein is to be construed as awarranty or guarantee,express or implied,regarding any matter vi th respect to this product.Because Polyvalve is continually improving and upgrading its product design,the specifications, dimensions and information contained herein are subject to change without notice.Should any question arise concerning these provisions,the purchaser/user should contact Pulyvalve at any one at its worldwide operations or offices. ©2012 Polyvalve,Kentwood,MI,USA. www.PolyvalveUSA.com Stainless Steel Discharge Adapter "NW" Series G� EPG's NW Series Stainless Steel Discharge Adapters are designed for leachate,monitoring and remediation piping applications. The discharge adapters fasten through a riser or sump wall to allow for quick and easy pump connections and disconnections. Features include: Solid 316 Stainless Steel construction for "C" models. All others are 304 Stainless Insert and housing have tapered slide fittings and Viton O-ring seals, to maximize liquid-tight slip joint sealing Designed for maximum service life and ease of maintenance Built in 90° elbow with blind top that has female threads to accept threaded pipe to facilitate easy removal Reduces the need for personnel to enter hazardous locations to make pump connections and disconnections EPDM gasket for inner and outer wall with a washer and lock nut to make a gas tight seal Extended length discharge allows adapter to fit through 1/4" to 4" material wall thickness 1.5", 2", 3" and 4" NPT sized fittings for pump, lift-out, and discharge pipes MODEL "A" "B" Minimum I.D. NW1.5SS-C 1.5" NPT 4" 8" NW2SS-C 2" NPT 5" 8" NW3SS 3" NPT 6.25" 12" "j;" NW4SS 4" NPT 8.125" 12" "A Sold By: Bulletin 0286b CompaniesManufacturer of :II .. • . Environmental and • ..11 County '. Maplei www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 P��G Cam and Groove Couplings Part A Male Adapter x Female Thread Note: Cam and Groove Couplings are NOT -NPT Standard designed for compressed gas applications. -BSP,BST&NPSM Available EVER-TOTE' Premium Cam and Groove Couplings Size Aluminum Forged 316 Stainless Polypropylene Brass Steel 1/2" **305AAL **305ABR **305ASS *305APP 3/4" 307AAL 307ABR 307ASS 307APP 1" 310AAL 310ABR 310ASS 310APP 1-1/4" 312AAL 312ABR 312ASS 312APP 1-1/2" 315AAL 315ABR 315ASS 315APP 2" 320AAL 320ABR 320ASS 320APP EVER-TITE°Couplings also Available in 2-1/2" 325AAL 325ABR 325ASS — Hard Coat or Anodized Aluminum, 3" 330AAL 330ABR 330ASS 330APP Monel, Hastalloy C,and Carpenter 201 4" 340AAL 340ABR 340ASS 340APP 5" 350AAL t350ARB 350ASS — 6" 360AAL t360ARB 360ASS — 8" 380AAL — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable '5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. Tough-TOTE" - Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron 1/2" **3E05AAL *3E05ACB **3E05ASS — *3E05ANY *3E05APP 4w : 3/4" 3E07AAL 3E07ACB 3E07ASS — 3E07ANY 3E07APP 1" 3E10AAL 3E10ACB 3E10ASS — 3E10ANY 3E10APP 1-1/4" 3E12AAL 3E12ACB 3E12ASS — °3E12ANY °3E12APP 1-1/2" 3E15AAL 3E15ACB 3E15ASS 3E15AD1 3E15ANY 3E15APP 2" 3E20AAL 3E20ACB 3E20ASS 3E20AD1 3E20ANY 3E20APP 2-1/2" 3E25AAL 3E25ACB 3E25ASS — — - 3" 3E30AAL 3E30ACB 3E30ASS 3E30AD1 3E30ANY 3E30APP 4" 3E40AAL 3E40ACB 3E40ASS 3E40AD1 3E40ANY 3E40APP 5" 3E50AAL 3E50ACB — — — — 6" 3E60AAL 3E60ACB 3E60ASS — — — 8" 3E80AALA — 3E80ASS — — — **EVER-TITE®and Tough-TITE'"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. °on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. U-TITE Utility Cam and Groove Couplings � .° Size Aluminum 316 Stainless Steel 1-1/2" 31-115AAL 31-115ASS 2" 31-120AAL 31-120ASS - 3" 31-130AAL I 31-130ASS - 4" 31-140AAL 31-140ASS 2 Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. T wwPw.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 'C Cam and Groove Couplings Part B Female Coupler x Male Thread Note: Cam and Groove Couplings are NOT -NPT Standard designed for compressed gas applications. -BSP&BST Available EVER—TOTE' Premium Cam and Groove Couplings Size Aluminum Forged 316 Stainless Polypropylene Brass Steel (Stainless Steel Handles) 1/2" **30513AL **305BBR **305BSS *30513PP Y 3/4" 307BAL 307BBR 307BSS 307BPP 1" 310BAL 31 01313R 310BSS 31 013P 1-1/4" 312BAL 312BBR 312BSS `31213PP 1-1/2" 315BAL 315BBR 315BSS 315BPP Investment Cast Stainless Steel Handles 2" 320BAL 320BBR 320BSS 320BPP 2-1/2" 325BAL 325BBR 325BSS — Standard on EVER-TITS°Aluminum 3" 330BAL 330BBR 330BSS 330BPP Couplers(Brass Handles Available; 4" 340BAL 340BBR 340BSS 340BPP Standard on 8" Parts) 5" 350BAL 1350BRB 35OBSS — 6" 360BAL 1360BRB 360BSS — EVER-TITE°Couplings also Available in 8" "38013AL Hard Coat or Anodized Aluminum, EVER-TITE°and Tough-TITE-1/2"Aluminum,Brass and Stainless Parts Monel, Hastal loy C,and Carpenter 200 are not interchangeable ,5"and 6"are Red Brass. on 1/2"size,the coupler and adapter portion is to the 3/4"standard. on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. "8"Part has 4-handle design Tough-TOTE" Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron (Stain less Steel Handles) (Stainless Steel Handles) 1/2" **3E05BAL **3E05BCB **3E05BSS — *3E05BNY *3E05BPP $ -- 3/4" 3E0713AL 3E07BCB 3E07BSS — 3E0713NY 3E07BPP 1" 3E1013AL 3E10BCB 3E1013SS — 3E1013NY 3E1013PP 1-1/4" 3E1213AL 3E12BCB 3E1213SS — `'3E12BNY "3E1213PP 1-1/2" 3E1513AL 3E15BCB 3E1513SS 3E1513D1 3E15BNY 3E15BPP Brass Handles Standard 2" 3E2013AL 3E20BCB 3E20BSS 3E2013D1 3E20BNY 3E2013PP on Tough-Tite'"Aluminum 2-1/2" 3E25BAL 3E25BCB 3E25BSS — — — Couplers 3" 3E30BAL 3E30BCB 3E30BSS 3E30BD1 3E30BNY 3E30BPP 4" 3E40BAL 3E40BCB 3E40BSS 3E40BD1 3E4013NY 3E4013PP 5" 3E50BAL 3E50BCB — — — — 6" 3E60BAL 3E60BCB 3E60BSS 8.. EVER-TITE°and Tough-TITE'"1/2"Aluminum,Brass and Stainless Parts are not interchangeable on 1/2"size,the coupler and adapter portion is to the 3/4"standard. on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. U-TITE Utility Cam and Groove Couplings Size Aluminum 316 Stainless Steel 1-1/2" 3U1513AL 3U1513SS 2" 3U20BAL 3U20BSS 3" 3U30BAL 3U30BSS 4" 3U40BAL 3U40BSS Brass Handles Standard on U-TITE Aluminum Couplers Note: If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. 3 www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 P��G Cam and Groove Couplings Part C Female Coupler x Hose Shank Note: Cam and Groove Couplings are NOT designed for compressed gas applications. EVER—TOTE® Premium Cam and Groove Couplings Size Aluminum Forged 316 Stainless Polypropylene Brass Steel (Stainless Steel Handles) 1/2" **305CAL **305CBR **305CSS *305CPP 3/4" 307CAL 307CBR 307CSS 307CPP 1" °310CAL 310CBR 310CSS 310CPP 1-1/4" 312CAL 312CBR 312CSS °312CPP 1-1/2" °315CAL 315CBR 315CSS 315CPP 2" °320CAL 320CBR 320CSS 320CPP Investment Cast Stainless Steel Handles 2-1/2" °325CAL 325CBR 325CSS — Standard on EVER-TITS®Aluminum 3" °330CAL 330CBR 330CSS 330CPP Couplers(Brass Handles Available; 4" °340CAL 340CBR 340CSS 340CPP Standard on 8" Parts) 5" °350CAL t350CRB 350CSS — 611 tt°360CAL t360CRB 360CSS — EVER-TITE®Couplings also Available in 8" °380CAL — — — Hard Coat or Anodized Aluminum **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts Monel, Hastalloy C,and Carpenter 201 are not interchangeable 1",1-1/2",2",2-1/2",3",4",5"and 6"aluminum parts have machined shanks. t5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. tt 6"Aluminum available in 4-handle design(360CAL4) 8"Part has 4-handle design Tough-TOTE" .., ► Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron (Stainless Steel Handles) (Stainless Steel Handles) } 1/2" **3E05CAL **3E05CCB **3E05CSS — *3E05CNY *3E05CPP 3/4" 3E07CAL 3E07CCB 3E07CSS — 3E07CNY 3E07CPP I 1" 3E10CAL 3E10CCB 3E10CSS — 3E10CNY 3E10CPP 1-1/4" 3E12CAL 3E12CCB 3E12CSS — '3E12CNY '3E12CPP 1-1/2" 3E15CAL 3E15CCB 3E15CSS 3E15CD1 3E15CNY 3E15CPP Brass Handles Standard 2" 3E20CAL 3E20CCB 3E20CSS 3E20CD1 3E20CNY 3E20CPP on Tough-Tight'M 2-1/2" 3E25CAL 3E25CCB 3E25CSS — — — Aluminum Couplers 3" 3E30CAL 3E30CCB 3E30CSS 3E30CD1 3E30CNY 3E30CPP 4" 3E40CAL 3E40CCB 3E40CSS 3E40CD1 3E40CNY 3E40CPP 5" 3E50CAL 3E50CCB — — — — 6" 3E60CAL 3E60CCB 3E60CSS — — — 8" °3E80CALA — 3E80CSS — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. 8"Part has 4-handle design U-TITE —.in M_ Utility Cam and Groove Couplings Size Aluminum 316 Stainless Steel 1-1/2" 31-115CAL 31-115CSS 2" 31-120CAL 3U20CSS 3" 31-130CAL 3U30CSS 4" 31-140CAL 3U40CSS Brass Handles Standard on U-TITE Aluminum Couplers 4 Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. T 'C www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 Cam and Groove Couplings Part D Female Coupler x Female Thread Note: Cam and Groove Couplings are NOT -NPT Standard designed for compressed gas applications. -BSP, BST, &NPSMAvailable EVER-TOTE® art amp Premium Cam and Groove Couplings Size Aluminum Forged 316 Stainless Polypropylene Brass Steel (Stainless Steel Handles) 1/2" **305DAL **305DBR **305DSS *305DPP 3/4" 307DAL 307DBR 307DSS 307DPP 1" 31 MAL 310DBR 31 ODSS 310DPP f 1-1/4" 312DAL 312DBR 312DSS 312DPP 1-1/2" 315DAL 315DBR 315DSS 315DPP 2" 320DAL 320DBR 320DSS 320DPP Investment Cast Stainless Steel Handles 2-1/2" 325DAL 325DBR 325DSS — Standard on EVER-TITS®Aluminum 3" 330DAL 330DBR tt330DSS 330DPP Couplers(Brass Handles Available; 4" 340DAL 340DBR tt340DSS 340DPP Standard on 8" Parts) 5" 350DAL t350DRB 350DSS — 6" 360DAL t360DRB tt360DSS — EVER-TITE°Couplings also Available in 8" 1 °380DAL I — I — — Hard Coat or Anodized Aluminum **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts Monel, Hastal loy C,and Carpenter 20® are not interchangeable r5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. 3",4"and 6"Stainless Steel available in 4-handle design 8"Part has 4-handle design Tough-TOTE"' Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron (Stainless Steel Handles) (Stainless Steel Handles) I I 1/2" **3E05DAL **3E05DCB **3E05DSS — *3E05DNY *3E05DPP 3/4" 3E07DAL 3E07DCB 3E07DSS — 3E07DNY 3E07DPP 1" 3E10DAL 3E10DCB 3E10DSS — 3E10DNY 3E10DPP �I 1-1/4" 3E12DAL 3E12DCB 3E12DSS — °3E12DNY °3E12DPP 1-1/2" 3E15DAL 3E15DCB 3E15DSS 3E15DD1 3E15DNY 3E15DPP Brass Handles Standard 2" 3E20DAL 3E20DCB 3E20DSS 3E20DD1 3E20DNY 3E20DPP on Tough-TITE'M 2-1/2" 3E25DAL 3E25DCB 3E25DSS — — — Aluminum Couplers 3" 3E30DAL 3E30DCB 3E30DSS 3E30DD1 3E30DNY 3E30DPP 4" 3E40DAL 3E40DCB 3E40DSS 3E40DD1 3E40DNY 3E40DPP 5" 3E50DAL 3E50DCB — — — — 6" 3E60DAL 3E60DCB 3E60DSS — — — 8" �3E80DALA — 3E80DSS — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. `on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. 8"Part has 4-handle design U-TITE Utility Cam and Groove Couplings p o , Size Aluminum 316 Stainless Steel 1-1/2" 3U15DAL 31-115DSS 2" 31-120DAL 3U20DSS � 3" 31-130DAL 3U30DSS 4" 31-140DAL 3U40DSS Brass Handles Standard on U-TITE Aluminum Couplers Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. 5 www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 P��G Cam and Groove Couplings Part E Male Adapter x Hose Shank Note: Cam and Groove Couplings are NOT designed for compressed gas applications. EVER—TOTE® Premium Cam and Groove Couplings .—= Size Aluminum Forged 316 Stainless Polypropylene Brass Steel 1/2" **305EAL **305EBR **305ESS *305EPP 3/4" 307EAL 307EBR 307ESS 307EPP 1" 310EAL 310EBR 310ESS 310EPP 1-1/4" 312EAL 312EBR 312ESS °312EPP 1-1/2" °315EAL 315EBR 315ESS 315EPP 2" °320EAL 320EBR 320ESS 320EPP 2-1/2" °325EAL 325EBR 325ESS — 3" °330EAL 330EBR 330ESS 330EPP 4" °340EAL 340EBR 340ESS 340EPP EVER-TITS®Couplings also Available in 5" 350EAL t350ERB 350ESS — Hard Coat or Anodized Aluminum 6" 360EAL t360ERB 360ESS — Monel, Hastalloy C,and Carpenter 201 8" 380EAL — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable 1",1-1/2",2",2-1/2",3",4",5"and 6"aluminum parts have machined shanks. t5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. Tough-TOTE" Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron 1/2" **3E05EAL **3E05ECB **3E05ESS — *3E05ENY *3E05EPP 3/4" 3E07EAL 3E07ECB 3E07ESS — 3E07ENY 3E07EPP 1" 3E10EAL 3E10ECB 3E10ESS — 3E10ENY 3E10EPP 1-1/4" 3E12EAL 3E12ECB 3E12ESS — °3E12ENY °3E12EPP 1-1/2" 3E15EAL 3E15ECB 3E15ESS 3E15ED1 3E15ENY 3E15EPP 2" 3E20EAL 3E20ECB 3E20ESS 3E20ED1 3E20ENY 3E20EPP — - 2-1/2" 3E25EAL 3E25ECB 3E25ESS — — — 3" 3E30EAL 3E30ECB 3E30ESS 3E30ED1 3E30ENY 3E30EPP 4" 3E40EAL 3E40ECB 3E40ESS 3E40ED1 3E40ENY 3E40EPP 5" 3E50EAL 3E50ECB — — — — 6" 3E60EAL 3E60ECB 3E60ESS — — — 8" 3E80EALA — 3E80ESS — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. U-TITE Utility Cam and Groove Couplings Size Aluminum 316 Stainless Steel 1-1/2" 31_115EAL 31-115ESS 2" 31_120EAL 31-120ESS 3" 31_130EAL I 31-130ESS 4" 31_140EAL 31-140ESS - — 6 Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. T 'C www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 Cam and Groove Couplings Part F Male Adapter x Male Thread Note: Cam and Groove Couplings are NOT -NPT Standard designed for compressed gas applications. -BSP, BST, &NPSM Available EVER—TOTE® r� ---- Premium Cam and Groove Couplings ' Size Aluminum Forged 316 Stainless Polypropylene - Brass Steel 1/2" **305FAL **305FBR **305FSS *305FPP 3/4" 307FAL 307FBR 307FSS 307FPP 1" 310FAL 310FBR 310FSS 310FPP 1-1/4" 312FAL 312FBR 312FSS °312FPP 1-1/2" 315FAL 315EBR 315FSS 315FPP 2" 320FAL 320FBR 320FSS 320FPP 2-1/2" 325FAL 325FBR 325FSS — 3" 330FAL 330FBR 330FSS 330FPP 4" 340FAL 340FBR 340FSS 340FPP EVER-TITS®Couplings also Available in 5" 350FAL t350FRB 350FSS — Hard Coat or Anodized Aluminum 6" 360FAL t360FRB 360FSS — Monel, Hastalloy C,and Carpenter 201 8" 380FAL — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable '5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. Tough-TOTE" Hifi Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron - 1/2" **3E05FAL **3E05FCB **3E05FSS — *3E05FNY *3E05FPP 3/4" 3E07FAL 3E07FCB 3E07FSS — 3E07FNY 3E07FPP 1" 3E10FAL 3E10FCB 3E10FSS — 3E10FNY 3E10FPP 1-1/4" 3E12FAL 3E12FCB 3E12FSS — °3E12FNY °3E12FPP 1-1/2" 3E15FAL 3E15FCB 3E15FSS 3E15FD1 3E15FNY 3E15FPP 2" 3E20FAL 3E20FCB 3E20FSS 3E20FD1 3E20FNY 3E20FPP 2-1/2" 3E25FAL 3E25FCB 3E25FSS — — — 3" 3E30FAL 3E30FCB 3E30FSS 3E30FD1 3E30FNY 3E30FPP 4" 3E40FAL 3E40FCB 3E40FSS 3E40FD1 3E40FNY 3E40FPP 5" 3E50FAL 3E50FCB — — — — 6" 3E60FAL 3E60FCB 3E60FSS — — — 8" 3E80FALA — — — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. "on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. U-TITE Utility Cam and Groove Couplings Size Aluminum 316 Stainless Steel 1-1/2" 31_115FAL 3U15FSS - 2" 31-120FAL 3U20FSS 3" 31-130FAL 3U30FSS 4" 31-140FAL 3U40FSS Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. 7 www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 'C Cam and Groove Couplings Part DC Dust Cap Note: Cam and Groove Couplings are NOT designed for compressed gas applications. EVER—TOTE® Premium Cam and Groove Couplings Size Aluminum Forged 316 Stainless Polypropylene Brass Steel (Stainless Steel Handles) 1/2" **305DCAL **305DCBR **305DCSS *305DCPP 3/4" 307DCAL 307DCBR 307DCSS 307DCPP 1" 310DCAL 31ODCBR 310DCSS 310DCPP Investment Cast Stainless Steel Handles 1-1/4" 312DCAL 312DCBR 312DCSS 312DCPP Standard on EVER-TITS®Aluminum 1-1/2" 315DCAL 315DCBR 315DCSS 315DCPP Couplers(Brass Handles Available; 2" 320DCAL 320DCBR 320DCSS 320DCPP Standard on 8" Parts) 2-1/2" 325DCAL 325DCBR 325DCSS — 3" 330DCAL 330DCBR 330DCSS 330DCPP EVER-TITS°Couplings also Available in 4" 340DCAL 340DCBR 340DCSS 340DCPP Hard Coat or Anodized Aluminum 5" 350DCAL t350DCRB 350DCSS — Monel, Hastalloy C,and Carpenter 201 6" 360DCAL t360DCRB 360DCSS — 8" �380DCAL — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable t5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. `on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. 8"Part has 4-handle design Tough-TOTE" Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron (Stainless Steel Handles) (Stainless Steel Handles) f 1/2" **3E05DCAL *3E05DCCB **3E05DCSS — *3E05DCNY *3E05DCPP 3/4" 3E07DCAL 3E07DCCB 3E07DCSS — 3E07DCNY 3E07DCPP 1" 3E10DCAL 3E10DCCB 3E10DCSS — 3E10DCNY 3E10DCPP 1-1/4" 3E12DCAL 3E12DCCB 3E12DCSS — °3E12DCNY °3E12DCPP Brass Handles Standard 1-1/2" 3E15DCAL 3E15DCCB 3E15DCSS 3E15DCD1 3E15DCNY 3E15DCPP on Tough-TITETM 2" 3E20DCAL 3E20DCCB 3E20DCSS 3E20DCD1 3E20DCNY 3E20DCPP Aluminum Couplers 2-1/2" 3E25DCAL 3E25DCCB 3E25DCSS — — — 3" 3E30DCAL 3E30DCCB 3E30DCSS 3E30DCD1 3E30DCNY 3E30DCPP 4" 3E40DCAL 3E40DCCB 3E40DCSS 3E40DCD1 3E40DCNY 3E40DCPP 5" 3E50DCAL 3E50DCCB — — — — 6" 3E60DCAL 3E60DCCB 3E60DCSS — — — 8" °KWDCAL — 3E80DCSS — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. `on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. 8"Part has 4-handle design U-TITE - Utility Cam and Groove Couplings I Size Aluminum 316 Stainless Steel 4e {© . 1-1/2" 31-115DCAL 3U15DCSS 2" 3U20DCAL 3U20DCSS 3" 3U30DCAL 3U30DCSS Brass Handles Standard on U-TITE Aluminum Couplers 4" 3U40DCAL 3U40DCSS 8 Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. T 'C www.callapg.com 713-675-5271 FAX 713-675-2730 1-800-888-5223 FAX 1-800-444-3252 Cam and Groove Couplings Part DP Dust Plug Note: Cam and Groove Couplings are NOT Not to be used in pressure applications designed for compressed gas applications. EVER—TOTE® Premium Cam and Groove Couplings Size Aluminum Forged 316 Stainless Polypropylene Brass Steel 1/2" **305DPAL **305DPBR **305DPSS *305DPPP 3/4" 307DPAL 307DPBR 307DPSS 307DPPP 1" 31ODPAL 31ODPBR 310DPSS 31ODPPP 1-1/4" 312DPAL 312DPBR 312DPSS °312DPPP 1-1/2" 315DPAL 315DPBR 315DPSS 315DPPP EVER-TITS®Couplings also Available in 2" 320DPAL 320DPBR 320DPSS 320DPPP Hard Coat or Anodized Aluminum 2-1/2" 325DPAL 325DPBR 325DPSS — Monel, Hastalloy C,and Carpenter 20® 3" 330DPAL 330DPBR 330DPSS 330DPPP 4" 340DPAL 340DPBR 340DPSS 340DPPP 5" 350DPAL t350DPRB 350DPSS — 6" 360DPAL t360DPRB 360DPSS — 8" 380DPAL — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable t5"and 6"are Red Brass. *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. 'on 1-1/4"size,the coupler and adapter portion is to the 1-1/2"standard. Tough-TOTE" Industrial Cam and Groove Couplings Size Aluminum Brass 316 Stainless Ductile Nylon Polypropylene Steel Iron 1/2" **3E05DPAL **3E05DPCB **3E05DPSS — *3E05DPNY *3E05DPPP 3/4" 3E07DPAL 3E07DPCB 3E07DPSS — 3E07DPNY 3E07DPPP 1" 3E10DPAL 3E10DPCB 3E10DPSS — 3E10DPNY 3E10DPPP 1-1/4" 3E12DPAL 3E12DPCB 3E12DPSS — — — 1-1/2" 3E15DPAL 3E15DPCB 3E15DPSS 3E15DPD1 3E15DPNY 3E15DPPP 2" 3E20DPAL 3E20DPCB 3E20DPSS 3E20DPD1 3E20DPNY 3E20DPPP 2-1/2" 3E25DPAL 3E25DPCB 3E25DPSS — — — 3" 3E30DPAL 3E30DPCB 3E30DPSS 3E30DPD1 3E30DPNY 3E30DPPP 4" 3E40DPAL 3E40DPCB 3E40DPSS 3E40DPD1 3E40DPNY 3E40DPPP 5" 3E50DPAL 3E50DPCB — — — — 6" 3E60DPAL 3E60DPCB 3E60DPSS — — — 8" — — 3E80DPSS — — — **EVER-TITE®and Tough-TITE"1/2"Aluminum,Brass and Stainless Parts are not interchangeable *on 1/2"size,the coupler and adapter portion is to the 3/4"standard. U-TITE =` Utility Cam and Groove Couplings Size Aluminum 316 Stainless Steel 1-1/2" 31-115DPAL 3U15DPSS 2" 31-120DPAL 3U20DPSS 3" 31-130DPAL 3U30DPSS 4" 31-140DPAL 3U40DPSS Note:If a dash(—)appears in lieu of a published part number,please inquire regarding current availability. 9 Is Nk • r For reference only.Actual dimensions may vary. ANOARDS Solo para referencia.Las dimensiones reales pueden variar. TRANSITION FITTING Accesorio Transicion HDPE A HDPE TO MALE THREADED METAL Macho Roscado ---------------------------- OD ---------------- A B L Pressure Rating 125 psi 200 psi 250 psi 333 psi Resistencia a la Presion Nominal Size(in) Actual•. Tamano nominal DE Actual (in) (in) (i n) 112 0.840 1.6 6.4 8 3/ 1.050 1.8 6.2 8 1 1.315 2 4.25 6.25 11/4 1.660 2.5 6.75 9.25 11/2 1.900 2.5 6.75 9.25 2 2.375 3 6.25 9.25 3 3.500 4 5.25 9.25 4 4.500 4 5.25 9.25 6 6.625 5 7 12 8 8.625 7.0 8.0 15 10 10.750 8.0 8.0 16 12 12.750 9.0 9.0 18 1. Available in Brass,Carbon Steel(Epoxy Coated),304 and 316 Stainless Steel 1. Disponible en bronce,acero al carbono recubierto con Epoxy y acero inoxidable 304 y 316. Q y ISCO ONLINE .y AND ON-THE-GO co Find the resources you need by visiting - isco-pipe.com on your desktop or mobile device. w ISCO en linea y en marcha:encuentre los recursos que necesita visitando isco-pipe.com en su dispositivo de escritorio o movil. N Q www.isco-pipe.com 1-800-345-4726 ISCO PRODUCT CATALOG www.isco-pipe.com North American Version 7.1.15 Specifications :o•y: High Impact PVC Models: Flanged Types - ' Type: EPDM, ■p ■ ■■ ■ ■ Gate Valve Models available with NSF-61 Certification Standard Features Type P Parts (Sizes 1-1/2" - 6") • Straight-through flow with minimal pressure PARTS drop NO. DESCRIPTION PCS. MATERIAL • Unique sliding cylindrical plug design provides 1 Body 1 PVC larger seating area than conventional gate 2 Gate (Plug) 1 PP valves 3 Stem 1 PVC • Made of durable, corrosion resistant plastic 4 Bonnet(A) 1 PVC • No metal to media contact anywhere in valve 5 Bonnet(B)" 1 PVC • Clean-out (drain) plug in bottom area of valve 6 Thrust Bearing 1 Set PP body in models with polypropylene gate 7 Bolt, Nut,Washer - Stainless Steel 304 8 Hand Wheel 1 PP • Rated for full vacuum service 9 Indicating Cover 1 PC • Light weight for easier and economical 10 Indicating Ring 1 PVC installation 11 Guide Pin 1 Stainless Steel 304 • Positive bubble-tight shut-off 12 Guide Pin Holder 1 PVC 13 Gasket 1 EPDM • Visual position indicator 14 O-Ring (A) 1 EPDM 15 Washer 1 PVC Options 16 Nut 1 Stainless Steel 304 • 2" square operating nut 17 O-Ring (B) 1 EPDM, Others • Stem extensions 18 O-Ring (C) 2 EPDM, Others . Locking handles 23 Sheet Gasket 1 EPDM, Others • Electric actuation, up to 3" 24 Plug 1 PVC Stem holder • FKM seals 2" SQUAR E OPERATING NUT f~-® Caution • Never remove valve from pipeline under pressure. • Always wear protective gloves and goggles. 35 Green Street,P.O.Box 653,Malden,MA 02148•Tel:800-343-3618•781-321-5409•Fax:800-426-7058•E-mail: asahi@asahi-america.com Register at our interactive web site for on line ordering,product availability,order tracking,and many useful features: www.asahi-america.com Type P Gate Valves Sizes 1 -1/2" - 6" oA 12 16 14 15 11 8 fV = 10 9 13 7 6 4 = 18 5 3 17 raD1 1 2 5",6" 0 U -- -- I - 0 a t 23 n-oh L -- - 24 Troubleshooting What if fluid still flows when fully closed? 2. Engaging part of stem and/or plug damaged 1. Body or plug is worn or damaged. Replace. or broken. Need to replace stem and/or plug. 2. Seat is worn or damaged. Replace. What if there are leaks between bonnet and body? 3. Foreign material caught at the bottom of 1. Bolts are not tightened properly. Tighten body. Needs cleaning. diagonally and evenly. What if handle does not engage with stem? 2. 0-ring between body and bonnet damaged or 1. Stem damaged or broken. Change stem. worn. Change 0-ring. Dimensions (Sizes 1-1/2" - 6") NOMINAL ANSI CLASS 150 SIZE INCHES mm d d1 D C n h L t D1 A l H1 H2 H Pressure vs. Temp. 1 1/2 40 1.57 - 5.00 3.88 4 0.62 6.50 0.87 4.72 4.72 1.93 4.21 5.20 9.41 (PSI, WATER, NON-SHOCK) 2 50 1.97 - 6.00 4.75 4 0.75 7.01 0.91 5.12 5.12 2.36 5.28 5.35 10.63 NOMINAL 21/2 65 2.56 - 7.00 5.50 4 0.75 7.48 0.94 6.10 6.10 2.95 5.98 5.91 11.89 SIZE30° F 120° F 3 80 2.95 - 7.50 6.00 4 0.75 7.99 0.98 6.69 6.69 3.35 6.69 6.10 12.79 INCHES mm 4 100 3.94 - 9.00 7.50 8 0.75 9.02 1.06 7.68 7.68 4.33 8.15 6.42 14.57 11/2-8 40-200 150 5 125 4.92 4.33 10.00 8.50 8 0.88 10.24 1.06 9.25 9.25 4.61 8.94 7.09 16.03 10 250 110 6 150 5.91 5.12 11.00 9.50 8 0.88 10.51 1.06 10.63 10.63 5.43 10.35 7.17 17.52 12-14 300-350 75 ASAHI/AMERICA Rev.D 06-06 Gate Valves Type P Type P Parts (Sizes 8" - 1411 ) Sizes: 8" - 14" PARTS NO. DESCRIPTION PCS. MATERIAL oA 1 Body 1 PVC 3 2 Gate (Plug) 1 PP 9 3 Stem 1 PVC = s 4 Bonnet(A) 1 PVC 4a Bush (A) 1 PP a = oDt 4b Knock Pin (A) 1 PP 1 LL 5 Bonnet(B)" 1 PVC 7 5a Bush (B) 1 PP _ 5b Knock Pin(B) 1 PP = Detail of flange 14" 6 Thrust Bearing 1 Set High Carbon Chromium 7 Bolt, Nut,Washer - Stainless Steel 304 o 8 Hand Wheel 1 PP 9 Indicating Cover 1 PC n1-M t 10 Indicating Ring 1 PVC n_o L L 11 Guide Pin 1 Stainless Steel 304 12 Guide Pin Holder 1 PVC 13 Gasket 1 EPDM CV Values Weight (POUNDS) 14 O-Ring (A) 1 EPDM 15 Washer 1 PVC NOMINAL NOMINAL 16 Nut 1 Stainless Steel 304 SIZE Cv SIZE FLANGED 17 Screw 1 Stainless Steel 304 INCHES mm INCHES mm 18 O-Ring (B) 1 EPDM, Others 1 1/2 40 130 1 1/2 40 7.50 19 O-Ring (C) 3 EPDM, Others 2 50 180 2 50 10.20 20 O-Ring (D) 1 EPDM, Others 21 O-Ring (E) 1 EPDM, Others 2 1/2 65 415 2 1/2 65 13.00 22 O-Ring (F) 1 EPDM, Others 3 80 470 3 80 16.60 23 Sheet Gasket 1 EPDM, Others 4 100 690 4 100 22.00 24 Plug 1 PVC 5 125 1000 5 125 29.00 1a Body Metal Inserts- - Copper Alloy 6 150 1400 6 150 42.00 Stem holder 8 200 2900 8 200 68.50 ** 8"and 12"sizes: 4 inserts;14"size: 8 inserts 10 250 3700 10 250 95.00 Sample Specification 12 300 5200 12 300 150.00 All Gate Valves shall be constructed of High Impact 14 350 7000 14 350 188.00 PVC and have no metal-to-media contact. The gate shall be a tapered cylindrical plug design (PP or SBR). PVC shall conform to ASTM D1784 Cell 75 psi at 7D degrees F sizes 12" and 14". The valve Classification 12454-A, & PP to ASTM D41D1 Cell shall have a non-rising stem, come standard with Classification PPD21DB67272. Valves shall have a sealed position indicator, clean-out plug (PP gate pressure rating of 15D psi at 7D degrees F sizes 1-1/2" style only) and EPDM or FKM seals as manu- through 8", 11D psi at 7D degrees F size 1D", and factured by Asahi/America Inc. Dimensions (Sizes: 8" - 14") NOMINAL ANSI CLASS 150 SIZE INCHES mm d d1 D C n h n1 - M L t D1 A l H1 H2 H 8 200 7.72 6.61 13.50 11.75 6 0.88 2-3/4 UNC 11.50 1.10 12.20 12.20 7.09 9.45 13.27 22.72 10 250 9.72 8.27 16.00 14.25 12 0.98 - 14.96 1.18 14.17 14.17 8.90 10.63 16.54 27.17 12 300 11.73 10.04 19.00 17.00 10 0.98 2-7/8 UNC 15.75 1.22 16.14 16.14 10.75 12.60 18.90 31.50 14 350 13.70 11.69 21.00 18.75 8 1.14 4- 1 UNC 16.93 1.26 17.32 17.91 12.56 12.20 23.62 35.83 35 Green Street,P.O.Box 653,Malden,MA 02148•Tel:800-343-3618•781-321-5409•Fax:800-426-7058•E-mail: asahi@asahi-america.com Register at our interactive web site for on line ordering,product availability,order tracking,and many useful features: www.asahi-america.com Specif ications SingleUnion: Models: Socket,Threaded, Flanged (ANSI), Butt • Seats:Bodies: PVC, CPVC, PIP and PVDF EPDM, FKM, PTFE Seals: EPDM, PTFE • • • Foot Valve ' '■ Models True Union Ball Check Valve are available with NSF-61 Certification Standard Features (Sizes 1/2" - 2") Parts List - True Union (Sizes 1/2" - 2") • Uniseat/seal of EPDM or FKM PARTS • Ball is the only moving part. It unseats to permit NO. DESCRIPTION PCS. MATERIAL flow in one direction but seals against seat to 1 Body 1 PVC,CPVC, PP, PVDF prevent backflow. 2 Ball 1 PVC,CPVC, PP,PVDF • May be used vertically or horizontally 3 End Connector 2 PVC,CPVC, PP, PVDF • Minimum shut-off of 5 psi 4 Union Nut 2 PVC,CPVC, PP, PVDF • All sizes rated for full vacuum service 5 Stop Ring(A) 1 PVC,CPVC, PP, PVDF • Solid thermoplastic ball 8 Stop Ring(B)' 1 PVDF 9 Seat 1 EPDM,FKM,PTFE Options: 10 O-Ring 1 EPDM,FKM,PTFE • PTFE coated FKM uniseat/seal 3a Ring" 1 Stainless Steel 304 • Spring-loaded ball to assist ball in seating faster Used for flanged end "Used for CPVC body,threaded end, 1/2"-1" FLANGED END L n-oh t 3 8 4 9 5 1 2 THREADED END SOCKET END SPIGOT END 3 3 3 - - a e v a 1 L L L Dimensions (Sizes 1/2" - 2") FLANGED THREADED SOCKET SPIGOT(BUTT END) NOMINAL size ANSI CLASS PVC,CPVC PP, PVDF(DIN) PP,PVDF(iPs) PP, PVDF 150 PP,PVDF DIN 16962 DIN 3442 PP PVDF INCHES mm D C n h L t d1 L L d D1 d1 d2 F1 L d1 d2 L L d1 L L d1 L t t L 1/2 15 3.50 2.38 4 0.62 5.12 0.47 1/2-14NPT 0.59 3.39 0.591.89 0.848 0.836 0.688 3.43 0.768 0.760 0.57 3.19 0.83 0.87 3.31 0.787 0.728 0.098 0.075 4.00 3/4 20 3.88 2.75 4 0.62 6.10 0.55 3/4-14NPT 0.67 4.06 0.79 2.36 1.058 1.046 0.719 3.86 0.965 0.957 0.63 3.70 1.03 1.00 4.43 0.984 0.866 0.106 0.075 4.35 1 25 4.25 3.12 4 0.62 6.50 0.55 1-111/2NPT 0.79 4.45 0.98 2.76 1.325 1.310 0.875 4.371.240 1.232 0.71 4.13 1.30 1.13 4.35 1.260 0.866 0.118 0.094 4.75 11/4 32 - - - - - - 11/4-111/2NPT 0.87 5.00 1.22 3.78 1.670 1.655 0.938 4.92 - - - - - - - - - - 11/2 40 5.00 3.88 4 0.62 7.56 0.63 11/2-111/2NPT 0.98 5.94 1.57 3.78 1.912 1.894 1.094 5.941.947 1.937 0.93 5.62 1.89 1.37 5.57 1.969 1.260 0.181 0.118 5.75 2 50 6.00 4.75 4 0.75 8.43 0.63 2-111/2NPT 1.10 6.97 2.01 4.17 2.387 2.369 1.1 566.77 2.461 2.445 1.08 6.69 2.36 1.50 6.49 2.480 1.417 0.228 0.118 6.50 35 Green Street,P.O.Box 653,Malden,MA 02148•Tel:800-343-3618.781-321-5409•Fax:800-426-7058•E-mail: asahi@asahi-america.com Register at our interactive web site for on line ordering,product availability,order tracking,and many useful features: www.asahi-america.com i • • • SINGLE UNION Parts List - Single Union (Sizes 3" - 411) FLANGED ' ,'�ti'.i`� PARTS +. NO. DESCRIPTION PCS. MATERIAL 1 Body 1 PVC,CPVC,PP, PVDF 2 Ball 1 PVC,CPVC, PP, PVDF 3 End Connector 1 PVC,CPVC,PP, PVDF 4 Union Nut 1 PVC,CPVC, PP, PVDF 5 Stop Ring(A) 1 PVC,CPVC,PP, PVDF 6 Flange PVC,CPVC,PVDF 7 Stub PVC,CPVC, PVDF SINGLE UNION 8 Stop Ring(B)' 1 PVDF SINGLE UNION THREADED 9 Seat 1 EPDM, FKM, PTFE CKET _ SOUsed for flanged end Dimensions (Sizes 3" - 4") FLANGED SOCKET THREADED SPIGOT(BUTT END) NOMINAL sizE ANSI Class PVC,CPVC PP,PVDF(DIN) PP,PVDF(IPS) PP,PVDF 150 ASTM SCH40 DIN 16962 DIN 3442 PP PVDF INCHES mm d D1 D C n h L t1 t2 jd117 L d1 L L d1 L L d1 L L d1 L t t L 3 80 3.07 5.98 7.50 6.00 4 0.75 12.20 0.71 0.87 85 9.57 3.512 Ed2 81.408.46 3.4801.874 9.55 3-8 NPT 1.38 8.74 3.543 1.4960.3230.169 11.67 4 1003.94 8.27 9.007.508 0.75 15.63 0.710.87 000 12.20 4.293 81.63 11.46 4.480 2.252 12.60 4-8 NPT1.7712.09 4.331 1.752 0.394 0.209 13.93 FLANGED END L n-oh ti tz n-oh SPIGOT END SOCKET END THREADED END 3 8 4 9 5 1 2 7 6 L L L 4 9 1 2 4 2 4 a 1 L L l � e o El L- Thm Union, Single Union, Sample Specification - (BALI.cHEcK vALvEs) and Foot Valve All ball check valves and foot valves shall be of solid Weight (POUNDS) Cv Values thermoplastic construction,and shall be designed with an elastomeric uniseat/seal for tight shut-off under NOMINAL NOMINAL pressure. Sizes 1/2"through 2"shall be of True SIZE SOCKET FLANGED SIZE Cv Union design,while 3"&4"shall be Single Union INCHES mm INCHES mm design. The same seal shall function as both the ball 1/2 15 0.22 0.66 1/2 15 6.5 seat and the union seal. PVC shall conform to ASTM D1784 Cell Classification 12454-A,CPVC shall 3/4 20 0.44 1.10 3/4 20 17 conform to ASTM D1784 Cell Classification 23567-A, 1 25 0.66 1.54 1 25 25 PP shall conform to ASTM D4101 Cell Classification 1 1/2 40 1.54 2.20 1 1/2 40 86 PPD21DB67272 and PVDF shall conform to ASTM 2 50 2.20 3.31 2 50 130 D3222 Cell Classification Type II. Ball Check valves 3 80 6.17 9.92 3 80 280 and foot valves sizes 1/2"- 2"shall be rated 150 psi at 70 degrees F,3"and 4" rated 100 psi at 70 4 100 14.99 24.25 4 100 500 degrees F,as manufactured by Asahi/America, Inc. ASAHI/AMERICA Rev.E 09-08 Ball Check Foot • • • Parts List Foot Valve (Sizes 1/2" - 2") Parts List Foot Valve (Sizes 3" - 4") PARTS PARTS NO. DESCRIPTION PCS. MATERIAL NO. DESCRIPTION PCS. MATERIAL 1 Body 1 PVC 1 Body 1 PVC 2 Ball 1 PVC 2 Ball 1 PVC 3 End Connector 1 PVC 3 End Connector 1 PVC 4 Union Nut 1 PVC 4 Union Nut 1 PVC 5 Stop Ring(A) 1 PVC 5 Stop Ring(A) 1 PVC 8 Stop Ring(B)' 1 PVDF 6 Flange' 1 PVC 9 Seat 1 EPDM,FKM, PTFE 7 Stub' 1 PVC 10 O-Ring 2 EPDM,FKM, PTFE 9 Seat 1 EPDM,FKM,PTFE 11 Screen 1 PVC 11 Screen 1 PVC Used for flanged end Used for flanged end SIZES 1/2"-2" SIZES 3"-4" FLANGED END FLANGED END L L n-oh t 8 4 95 1 2 10 3 t n-oh 3 4 9 5 1 O2 O7 n i ewe o ��o 00000000 000a Y0000 a ®00000000 eeeeeeN Oeeeeeee 00000.00 sessseee • 00000 0000000 e se 11 a 0000 I 11 L L 3 3 (D / L � @@ o a 0 _l ® e a @ a m a m 1 L L SOCKET END THREADED END THREADED END SOCKET END Pressure vs. Temperature -BALL CHECK AND FOOT VALVES (PSI, WATER, NON-SHOCK) NOMINAL PVC CPVC PIP PVDF SIZE 30° F 30° F 121° F 141° F 176° F -5° F 86° F 141° F -30° F 141° F 176° F 196° F INCHES mm 120° F 120° F 140° F 175° F 195° F 85° F 140° F 175° F 140° F 175° F 195° F 210° F 1/2-2 15-50 150 150 120 90 60 150 90 60 150 125 110 90 3-4 80-100 100 100 90 60 45 75 60 45 100 90 60 45 Foot Valve Wt. (LBS) Dimensions (1/2"-4,I) Caution NOMINAL NOMINALSOC. THR'D FLG. a Never remove valve from pipeline under SIZE SOCKET FLANGED SIZE pressure. INCHES FMITI INCHES mm D2 L L L e Always wear protective gloves and goggles. 1/2 15 0.22 0.66 1/2 15 2.36 4.73 4.69 5.40 3/4 20 0.44 0.88 3/4 20 2.76 5.32 5.52 6.40 1 25 0.66 1.32 1 25 3.78 6.24 6.32 6.90 1 1/2 40 1.54 3.31 1 1/2 40 5.24 8.33 8.33 8.50 2 50 2.20 3.31 2 50 5.24 8.97 9.17 10.50 3 80 7.71 11.02 3 80 11.80 12.60 11.80 14.60 4 100 15.43 23.14 4 100 18.25 18.25 18.25 20.25 35 Green Street,P.O.Box 653,Malden,MA 02148•Tel:800-343-3618.781-321-5409 a Fax:800-426-7058•E-mail: asahi@asahi-america.com Register at our interactive web site for on line ordering,product availability,order tracking,and many useful features: www.asahi-america.com 004516 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request,signed and dated by the Bidder's owner, president or other authorized party,specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid,the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible,the Owner may notify the next apparent low Bidders in order,who will then be required to submit the Statement of Experience for review,until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. if key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each Statement of Experience 00 45 16-1 Cefe F.Vafenzuela Landfill Sector 3c Disposal Cell Development, Project E17118 Rev 06-22-2016 function,their qualifications to fulfill each role,and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formai training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. 2.07 In determining the responsibility of the Bidder,the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship,issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project,and problems with the lack of quality of documentation provided. In addition to the work produced,the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction,an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. Statement of Experience 004516-2 Cefe F.Valenzuela Landfill Sector 3c Disposal Cell Development, Project E17118 Rev 06-22-2016 ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder"includes the firm,corporation, partnership,or other legal entity represented by the Bidder or anyone acting for such firm,corporation, partnership,or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement,suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments, convictions,administrative orders,draft orders,final orders,and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code,Chapter 60.2(c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the"TCEQ"),the United States Environmental Protection Agency(the"EPA"),the U.S. Fish and Wildlife Service,the U.S.Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service,agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States, B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2)cases in which final orders have been entered by the Occupational Safety and Health Review Commission(the "OSHRC")against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one (1)case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five(5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death,within the past ten(10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. Statement of Experience 004516-3 Cefe F.Valenzuela Landfill Sector 3c Disposal Cell Development, Project E17118 Rev 06-22-2016 ARTICLE 4—PROVIDE INFORMATION TO DEMONSTRATE THE ABILITY OF THE BIDDER TO PROVIDE SUBCONTRACTING OPPORTUNITIES THAT WILL MEET THE OWNER'S ESTABLISHED GOALS FOR MINORITY,MBE,AND DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive,or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. 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 if color is used in the printed version of the documents. Statement of Experience 004516-4 Cefe F.Valenzuela Landfill Sector 3c Disposal Cell Development, Project E17118 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: I PCs Construction, LP 9550 John Elliot, Suite 106 Business Address of Principal Office Frisco, TX 75033 Telephone No. 1 214-975-0808 Website I www.friscoca.com Form of Business (check one) ❑ Corporation 0 Partnership ❑ individual If a Corporation N/A State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Names) Secretary's Name Treasurer's Name If a Partnership Date of Organization November, 2004 Form of Partnership: ❑ General ® Limited If an Individual Name Ownership of Organization List of companies,firms,or organizations that own any part of the organization. Names of Companies,Firms,or Organizations Percent Ownership Celina 5 Family LP 33 1/3% JU JR Family LP 33 1/3% RWGFam LP 33 1/3% Organization History List of names that this organization currently, has,or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date N/A Indicators of organization Size Average number of current full-time employees 245 Average estimate of revenue for the cu rrent year 60,000,000.00 Statement of Experience 004516-5 Cefe F.Valenzuela Landfill Sector 3C Disposal Call Development, PROJECT E17118 Rev 06-22-2016 Table 1—Organization Information Organization doing business as: I FCS Construction, LP Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 Cefe E Valenzuela Landfill Sector IA & Leachate Collection System,P No.5276 2010 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio(EMR) History for the last 3 years. Provide documentation of the EMR. Year 1 2017 1 EMR 0.64 1 Year 2016 1 EMR 1 0.76 1 Year 2015 1 EMR 1 0.60 Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. No Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. No Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. No Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. No Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim,the amount and basis for the lien or claim,and an explanation of why the lien has not been released or that the claim has not been paid if yes. No Statement of Experience 004516-6 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 Table 2—Project Information Organization doing business as: I FCS Construction, LP Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Curtis Davee Ethan Francis Superintendent silly King Safety Manager Joe Gonzalez Quality Control Russ Horton Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price G5 LC-5 c&ka. s�— GS . &C 1, PSV- 1.:. G C 0 C,%Cac—kd Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio(EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year I EMR Year EMR Year EMR Statement of Experience 004516-7 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: FCS construction, LP Project Information *See Attached Statement of Qualifications Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Project information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Cefe F.Valenzuela Landfill Sector X Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: I FCS construction, LP Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five(5)years? List Citations below (date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. NO Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years?List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. NO Has the Bidder,within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. NO The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ®Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ®Yes ❑ No 3 Does the Bidder have an active construction safety training program? x Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas(as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ® N/A B. Excavation z Yes ❑ No ❑ N/A C. Cranes&Hoists ❑ Yes ❑ No ® N/A D. Electrical ® Yes ❑ No ❑ N/A Statement of Experience 00 45 16-11 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: I FCS Construction, LP E. Fall Protection ® Yes ❑ No ❑ N/A F. Confined Spaces ® Yes ❑ No ❑ N/A G. Material Handling ® Yes ❑ No ❑ N/A H. Demolition ® Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ® N/A J. Underground Construction m Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System("NAICS")Category 23 for each of the past five(5)years?Provide the ®Yes No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less?Provide the 6 Bidder's NCCI workers'compensation experience rating sheets for the past five(5) ®Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months?Provide 7 documentation showing the nature of the inspection,the findings, and the ❑Yes ® No magnitude of the issues in a separate attachment if yes. Statement of Experience 00 45 16-12 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 Table 5—Demonstrated Minority, MBE,DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/MBE/DBE Participation Policy Name Work to be Provided Estimated%of Contract Price GC I.. L:tg f ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain Statement of Experience 00 45 16-13 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: FCS Construction, LP (typed or printed) By: 6494a—�—� (individual's signature) Name: Curtis Davee (typed or printed) Title: Vice President (typed or printed) Designated Representative: Name: Clay Thomas Title: CEO Address: 9550 John Elliot, Suite 106 Frisco, TX 75033 Telephone No.: 214-975-0808 Email: cthomas®friscocs.com END OF SECTION Statement of Experience 004516-14 Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development, PROJECT E17118 Rev 06-22-2016 FCS March 28, 2018 CONSTRUCTION City Secretary's Office City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas RE: Cefe F. Valenzuela Landfill P.No.El 7118 Statement of Qualifications FCS Construction, LP (FCS)has been in business since 2004 and has completed various construction projects throughout the State of Texas and Oklahoma. Out main focus thus far has been landfill construction, mining earthwork service, private land development, building pad stabilization, erosion control services and miscellaneous earthwork projects. We currently have contracts in progress or recently completed projects for clients such as North Texas Municipal Water District, Republic Waste, Waste Connections, IESI Waste of Texas and Irving Flood Control District. We encourage you to contact the following references listed on recent notable projects. We have also included a list of various references and projects managed, supervised and executed by current FCS personnel prior to joining FCS which we also encourage you to contact FCS personnel have successfully completed numerous projects similar to size and scope of the proposed Cefe F. Valenzuela Landfill project. In addition to extensive work experience, FCS and their personnel have a successful safety record with numerous employees MSHA trained/certified which demonstrates our commitment to a safe work environment. FCS Notable Proiects and References: 1. Proiect: NTMWD— 121 Landfill Sector 5A- Melissa, TX Description: Excavated over 650,000 CY of shale/rock material for new landfill cell construction including install of clay liner, protective cover, leachate system and coordination with HDPE liner installer Owner: North Texas Municipal Water District Engineer: Biggs & Mathews —David Clark—817.223.5784 Contract Amt.:$3,761,572.80 Year Complete: December 2017 Reference: Biggs & Mathews —David Clark—817.233.5784 1700 Robert Road Mansfield, Texas 76063 9550 John Elliot,Suite 106:Frisco,Texas•75034 (P)214-975-0808-(F)214-975-0811 2. Proiect: Weatherford Landfill - Weatherford, TX Description: Sector I I &Site Improvements construction (6.5 AC) consisting of; 80,000 CY of existing waste removal, 130,000 CY of soil excavation and 66,000 CY of rock excavation, coordinate with GCL liner installer, install protective cover, underdrain system and miscellaneous site improvements Owner/Cont: IESI Landfill --Mike Friesen - 817.632.4246 Contract Amt.:$1,891,638.00 Year Complete: April 2016 Reference: IESI —Joe Vieceli —817.371.0582 2301 Eagle Parkway Fort Worth, Texas 76177 3. Proiect: Republic Waste —2017 North Texas Landfill Package —Various Texas Sites Description: Performed excavation at no less than (4) Republic Waste locations related to new landfill construction including clay liner install, protective cover, leachate and underdrain system install, coordination with HDPE liner installer Owner: Republic Waste Engine er: Weaver Consultants Jason Edwards —817.343.7763 Contract Amt.:$2,644,658.00 Year Complete: October 2017 Reference: Weaver Consultants —Kyle Gould --817.694.5665 6420 Southwest Blvd Fort Worth, Texas 76109 4. Proiect: City of Corpus Christi —Cefe Valenzuela Landfill -Robstown, TX Description: Performed and contracted 22 acre landfill expansion construction consisting of 175,000 CY of soil excavation, 67,000 CY of clay liner construction, 105,000 HDPE liner system install, leachate and underdrain system install, 67,000 CY of protective cover, road construction and drainage improvements Owner: City of Corpus Christi Engineer: Chiang, Patel & Yerby —Frank Pugsley —214.638.0500 Contract Amt.:$2,721,558.00 Year Complete: December 2011 Reference: Chiang, Patel & Yerby —Frank Pugsley —214.638.0500 1820 Regal Row Dallas, Texas 75235 9550 John Elliot,Suite 106:Frisco,Texas•75034 (P)214-975-0808-(F)214-975-0811 Supervisor Oualifications: Billy King —Superintendent Billy King has over 17 years of heavy construction experience. He has held every position in the field from laborer, equipment operator, Foreman and Superintendent. Billy's expertise He in performing challenging and/or large-scale excavation projects, such as turn-key landfill cell construction, landfill final cover projects, and miscellaneous earthwork oriented projects in industrial environments such as power plants. Mr. King has personally performed on virtually all landfill projects listed above. Trade References: Please feel free to contact the following trade references regarding FCS' credit history: 1. Holt Equipment Company (Caterpillar) —Dallas, TX—Cliff Hutchison (972) 974-8025 2. RDO Equipment Company (John Deere) —Dallas, TX —Jake Mast (972) 438-6789 3. Suncoast Fuel Company —Dallas, TX —Scott Fancher (713) 844-9600 4. American Bank of Texas —Frisco, TX —Will Rasor (972)335-1900 Thank you again for the opportunity to submit this proposal to the City of Corpus Christi. Please feel free to contact me directly if you should have arty questions or need any fiuther information. I may be reached at 469.576.1205 (mobile.) Sincerely, Curtis Davee VP - Estimating 9550 John Elliot,Suite 106.-Frisco,Texas-75034 (P)214-975-0808-(F)214-975-0811 WORKERS COMPENSATION EXPERIENCE RATING &1P Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 Rating Effective Date:09/06/2017 Production Date: 04!2612017 State: TEXAS State Wt Exp Excess Expected Exp Prim Act Exc Losses Ballast Act lnc Losses Act Prim Losses Losses Losses Losses TX .26 268,38433,587 165,202 28,750 69,300 94,931 66,181 TX-A .26 5 8 3 0 69,300 0 0 q(A) (B (C)Exp Excess (D)Expected (E)Exp Prim (t7 Act Exc (G)Ballast (H)Act Inc , p)Act Prim Losses(D-E) Losses Losses Losses(H-I) Losses Losses 268,390 433,595 165,205 13,877 69,300 61,702 47,825 Primary Losses Stabilizing Value Ratable Excess Totals (1) C*(1 -A)+G (A)*(F) (d) Actual 47,825 267,909 3,608 319,342 (E) C*(1 -A)+G (A) (C) (K) Expected 165,205 267,909 69,781 502,895 ARAP FLARAP SARAP MAARAP Exp Mod Factors .64 RATING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. ®Copyright 1993-2017,All rights reserved.This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,In whole or In part may be made without the prior wrdten consent of NCCI.This product is furnished*As is'"As available'With all detects"and includes information available at the time of publication only.NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disdaims any and all express,statutory,or Implied warranties,including the implied warranty of merchantability,fdness for a particular purpose,accuracy,completeness,currentness,orcorrectness of any Information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end users and NCCI shall not have any liability thereto. Page 1 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 • Rating Effective Date:09/06/2017 Production Date: 04/26/2017 State: TEXAS 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2013 Exp Date: 09/06/2014 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5506 .31 .38 1,041,932 3,230 1,227 0000912636 05 F 8,999 8,999 6219 1.72 .38 6,226,018 107,088 40,693 99RO758674 06 F 9,001 9,001 8809 1 .05 .34 23,400 12 4 8810 .05 .37 1,057,379 529 196 9014 1.03 .40 640,202 6,5941 2,638 Subject Total Act Inc Policy Total: 8,988,931 Premium: 446,558 Losses: 18,000 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 11193 Policy No. 1000001467 Eff Date: 09/06/2014 Exp Date: 09/06/2015 Code ELR I D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 1 .31 .38 1,265,876 3,924 1,491 SIWC1441 05 F 5,723 5,723 6219 1 1.72 .38 7,450,6231 128,151 48,697 SIWC1407 05 F 6,313 6,313 188091 .051 .341 23,4001 12 4 SIWC1006 05 F 24,003 16,500 8810 1 .05 .37 1,275,135 638 236 SIWC1489 06 F 722 722 9014 1.03 .40 715,225 7,367 2,947 5128866 06 F 37,747 16,500 Subject Total Act Inc Policy Total: 10,730,259 Premium: 480,331 Losses: 74,508 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001293452 Eff Date: 09/06/2015 Exp Date. 09/06/2016 Code ELR D- Payroll Expected Exp Prim Claim Data 1J OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .31 .38 1,864,569 5,780 2,196 1000983818 05 F 2,423 2,423 6219 1.72 .38 9,305,989 160,063 60,824 8742 1 .08 .37 865,875 693 256 8809 .05 .34 23,400 12 4 8810 .05 .37 577,495 2891 107 9014 1.03 .40 893,645 9,205 3,682 Subject Total Act Inc Policy Total: 13,530,97 Premium: 611,805 Losses: 2,423 ®Copyright 1993.2017,All rights reserved.This product Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or in part,may be made without the priorwritlen consent of NCCI.This product is furnished"As is'"As available"With all defects'and includes information avallable at the time of publlcatlon only.NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,cunenbress,or correctness of any Information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the and user's and NCCI shall not have any Ilabtiity thereto. •Total by Policy Year of all rases$2000 or less. D Disease Loss X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss #Limited Loss Page 2 of 3 WORKERS COMPENSATION EXPERIENCE RATING A/CCI Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 • Rating Effective Date:09/06/2017 Production Date: 04/26/2017 State: TEXAS 42-TEXAS Firm ID:A Firm Name: FRISCO CONSTRUCTION SERVICES LLC Carrier: 13080 Policy No. WC017954062 Eff Date: 02/12/2013 Exp Date: 07/25/2013 Code ELR D- Payroll Expected Exp Prim Claim Data AJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .31 .38 2,352 7 3 9014 1.03 .40 123 1 0 Subject Total Act Inc Policy Total: 2,47 Premium: 381 Losses: 0 ®Copyright 1993-2017,All rights reserved. This product is comprised of compilations and Information which are the propflelary and exclusive properly of the National Council on Compensation Insurance,Ina(NCCI). No further use,dissemination,sale,transfer,assigmnent or disposition of this product,In whole or In part,may be made without the prior written consent of NCCI.This producl is furnished'As is''As available"'With all defects'and includes information available at the time of publication only.NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or Implied warranties,Including the implied warranty of merchantability,Wass for a particular purpose,accuracy,rompleteness,currentness,or conrWrwss of any Information or product fumished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the and user's and NCCI shall not have any liability thereto. .Total by Policy Year of all uses$2000 or less. D Disease Loss X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Liabifity Loss #Limited Loss Page 3 of 3 WORKERS COMPENSATION EXPERIENCE RATING ADCC! Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078810 • Rating Effective Date: 09/06/2016 Production Date: 05/23/2016 State: TEXAS State Wt Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses Losses Tx 1 .241 213,917 351,456 137,539 102,522 57,0001 175,7451 73,223 TX-A .24 6 9 3 0 57, 001 0 0 (A) (B) (C)Exp Excess (D)Expected (E)Exp Prim (F)Act Exc (G)Ballast (H)Act Inc (1)Act Prim Wt Losses(D-E) Losses Losses Losses(H-1) 1 Losses I Losses 1.241 1 213,9231 351,4651 137,5442 102,522 57,000 168,383 65,861 Primary Losses Stabilizing Value Ratable Excess Totals (1) C*(1 -A)+G (A)*(F) (J) Actual 65,861 219,581 24,605 310,047 (E) C*(1 -A)+G (A)`(C) (K) Expected 137,542 219,581 51,342 408,465 ARAP FLARAP SARAP MAA'RAP Exp Mod (J)1(K) Factors I .76 RATING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. ®Copyright 19932016,All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,In whole or In part,may be made witiwut the prior written consent of NCCI.This product is furnished"As is""As available""With all defects"and includes information available at the lime of publication only.NCCI makes no representations or warranties a any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any Information or producHfumished hereunder.All responsibility for the use of and for arty and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability there0o. Page 1 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 • Rating Effective Date:09/06/2016 Production Date: 05/23/2016 State: TEXAS 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2012 Exp Date: 09/06/2013 Code ELR 1 D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .32 40 821,349 2,628 1,051 NO.3 06 795 795 6219 1.80 .39 4,145,665 74,622 29,103 8809 .06 .35 23,400 14 5 8810 .06 .39 1,015,707 609 238 9014 1 1.04 .41 432,334 4,496 1,843 Subject Total Act Inc Policy Total: 6,438,45 Premium: 270,911 Losses: 795 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2013 Exp Date: 09/06/2014 Code ELR D- Payroll Expected Exp Prtm Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .32 .40 1,041,932 3,334 1,334 0000912636 05 F 8,981 8,981 6219 1.80 .39 6,226,018 112,068 43,707 99RO758674 06 F 9,001 9,001 8809 .06 .35 23,400 14 5 8810 .06 .39 1,057,379 634 247 9014 1.04 .41 640,202 6,658 2,730 Subject Total Act Inc Policy Total: 8,968,931 Premium: 446,558 Losses: 17,982 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 11193 Policy No. 1000001467 Eff Date: 09/06/2014 Exp Date: 09/06/2015 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 1 .32 .40 1,265,876 4,051 1,620 SIWC1441 04 F 5,724 5,724 6219 1.80 .39 7,450,623 134,111 52,303 SIWC1407 05 0 19,147 16,000 8809 .06 .35 23,400 14 5 SIWC1006 05 0 53,878 16,000 8810 .06 .39 1,275,135 765 298 5128866 05 0 77,497 16,000 9014 1.04 .41 715,225 7,438 3,050 SIWC1489 06 F 722 722 Subject Total Act Inc Policy Total: 10,730,25 Premium: 480,331 Losses: 156,968 ®Copyright 19932016,All rights reserved. This product is comprised of compilations and information which are tiro proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or In part,may be made without the prior written consent of NCCI.This product Is furnished'As le'As avellable''Wth all defects'and Includes information available at the time of publication only.NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statufory,or implied warranties,Including the Implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end users and NCCI shall not have any liability thereto. •Total by Policy Year of all cases$20DD or less. D Disease Loss X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss #Limited Lose Page 2 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 • Rating Effective Date:09/06/2016 Production Date: 05/23/2016 State: TEXAS 42-TEXAS Firm ID:A Firm Name: FRISCO CONSTRUCTION SERVICES LLC Carrier: 13080 Policy No. WC017954062 Eff Date: 02/12/2013 Exp Date: 07/25/2013 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .32 .40 2,352 8 3 9014 1.04 .41 123 1 0 Subject Total Act Inc Policy Total: 2,471 Premium: 38 Losses: 0 ®Copyright 1993-2016,All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive properly of the National Council on compensation Insurance,Inc,(NCCQ. No further uss,dissemination,sale,transfer,assignment or disposition of this product,In whole or In part,may be made without the prior written consent of NCCI.This product is furnished'As ie'As available°'With all defects'and Includes information available at the time of publication only.NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or Implied warranties,including the implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.Ali responsibility for the use of and for any and all results derived or obtained through the use of the product are the and user's and NCCI shall not have any liability thereto. Total by Policy Year of all cases$2000 or less. D Disease Loss X Ex-Medical Coverage U USL&HW C catastrophic Loss E Employers Liability Loss #Limped Loss Page 3 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 Rating Effective Date:09/06/2015 Production Date: 06/22/2015 State: TEXAS State Wt Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses Losses Tx .21 158,545 264,372 105,827 0 50,600 24,163 24,163 Tx-A .21 6 9 3 0 50,600 0 0 (A) (B) (C)Exp Excess (D)Expected (E)Exp Prim I (F)Aci Exc (G)Ballast (H)Act Inc (1)Act Prim Wt Losses(D-E) .Losses Losses Losses(H-1)7 Losses I Losses .21 158,5511 264,3811 105,8301 OI 50,6001 13,5361 13,5361 Primary Losses Stabilizing Value Ratable Excess Totals (I) C'(1 -A)+G (A)*(F) (J) Actual 13,536 175,855 0 189,391 (E) C`(1-A)+G (A)`(C) (K) Expected 105,830 175,855 33,296 314,981 ARAP FLARAP SARAP MAARAP Exp Mod Factors 1 .60 RATING REFLECTS A DECREASE OF 70%MEDICAL ONLY PRIMARY AND EXCESS LOSS DOLLARS WHERE ERA IS APPLIED. 0 Copyright 19932015,All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of Mie National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,In whole or In part,may be made witithout the prior written consent of NCGI.This product is furnished'As Is''As avaliable°'With all detects"and Includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the and user's and NCCI shall not have any liability thereto. Page 1 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 Rating Effective Date: 09/06/2015 Production Date: 06/22/2015 State: TEXAS 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001295704 Eff Date: 09/06/2011 Exp Date: 09/06/2012 Cotte ELR D- Payroll Expected Fatp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .36 .39 825,733 2,973 1,159 99P0699089 06 F 266 266 6219 1.80 .40 2,799,433 50,390 20,156 99P0708802 06 F 5,120 5,920 8809 .07 .35 23,400 16 6 8810 1 .06 .41 657,460 394 162 9014 1 1.15 .41 312,355 3,592 1,473 LJ i -1 Subject Total Act Inc Policy Total: 4,618,381 Premium: 186,712 Losses: 5,386 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2012 Exp Date: 09/06/2093 Code F.LR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .36 .39 821,349 2,957 1,153 N0.3 06 795 795 6219 1.80 .40 4,145,665 74,622 29,849 8809 1 .07F-.3.51 23,400 16 6 8890 .06 .49 9,015,707 609 250 9014 1 1.15 .49 432,334 4,972 2,039 Subject Total Act Inc Policy Total: 6,438,45 Premium: 270,911 Losses: 795 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2013 Exp Date: 09/06/2014 Code ELR D- Payroft Expected Exp Prim Claim Data .'IJ OF At:t Inc Act Prim Ratio Losses Losses i11 Losses Lasses 5606 .36 .39 1,041,932 3,751 1,463 0000912636 05 F 8,981 8,981 6299 1.80 .40 6,226,018 112,068 44,827 99R0758674 06 F 9,001 9,001 8809 .07 .35 23,400 16 6 8810 .06 .41 1,057,379 634 260 9014 1.15 .41 640,202 7,362 3,018 Subject Total Act Inc Policy Total: 8,988,931 Premium: 446,558 Losses: 17,982 ®Copyright 19932015,All rights reserved. This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensafion Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or in part,may be made without the prior written consent of NCC[.This product is furnished'As is"'As evatlable'"W@h all defects'and Includes Information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCC[shall not have any liability thereto. .Total by Policy Year of all cases$2000 or less. D Disease Lass X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Liability Loss #Limited Loss Page 2 of 3 WORKERS COMPENSATION EXPERIENCE RATING • Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 Rating Effective Date:09/06/2015 Production Date: 06/22/2015 State: TEXAS 42-TEXAS Firm ID:A Firm Name: FRISCO CONSTRUCTION SERVICES LLC Carrier: 13080 Policy No. WC017954062 Eff Date: 0211212013 Exp Date: 07/25/2013 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .36 .39 2,352 8 3 9014 1.15 .41 123 1 0 Subject Total Act Inc Policy Total: 2,47 Premium: 381 Losses: 0 ®Copyright 1993-2016.All rights reserved.This product Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc,(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or in part,may be made without the prior written consent of NCCI.This product Is fumishad"As Is""As avallable""With all defects"and includes information available at the time of publication only. NCCI makes no representations or wermatles of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the Implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,cumentness,or correctness of any Information or product fumished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NOCI shall not have any liability thereto. Total by Policy Year of all cases$2000 or less, D Disease Loss X Ex-Medical Coverage U USL&HW C Catestrophk Loss E Employers Liability Loss #Limited Loss Page 3 of 3 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 Rating Effective Date: 09/06/2014 Production Date: 04/25/2014 State: TEXAS State 1Nt Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses Losses Tx .25 122,31 155,454 33,140 18,665 21,463 29,726 113061 (A) (B (C)Exp Excess (D)Expected (E)Exp Prim (F)Act Exc { Ballast (H)Act Inc (I)Act Prim Wt Losses (D-E) Losses Losses Lasses(H-!) Losses Losses 1.25 1 122,3141 155,4541 33,140 18,665 21,463 29,726 113061 Primary Losses Stabilizing Value Ratable Excess Totals (1) C*(1 -A)+G (A)*(F) (J) Actual 11,061 113,199 4,666 128,926 (E) C"(1 -A)+G (A)"(C) (K) Expected 1 33,140 113,199 30,579 176,918 ARAP FLARAP SARAP MAARAP Exp Mod (J)1(K) Factors .73 C Copyright 19932014,All rights reserved. This product is comprised of compilations and Information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,In whole or In pert,may be made without the priorwritten consent of NCCI.This product is fumished'As is""As available'"With all detects'and includes information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or implied warranties,including the Implied warranty of merchemebilily.fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end users and NCCI shall not have any liability thereto. Page t of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 • Rating Effective Date:09/06/2014 Production Date: 04/25/2014 State: TEXAS 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2010 Exp Date: 09/06/2011 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 28 .22 774,791 2,169 477 99M0663631 04 F 23,545 5,000 6219 1.49 .21 2,008,945 29,933 6,286 8809 .07 .20 187,200 131 26 8810 .06 .22 480,821 2881 63 4-1 1 9014 1.16 .241 445,335 5,1661 1,240 Subject Total Act Inc Policy Total: 3,897,092 Premium: 152,455 Losses: 23,545 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2011 Exp Date: 09/06/2012 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .28 .22 825,733 2,312 509 99P0699089 06 F 266 266 6219 1.49 .21 2,799,433 41,712 8,760 99PO708802 06 F 5,120 5,000 8809 1 A7 .201 23,400 16 3 8810 A6 .221 657,460 394 87 9014 1 1.16 .241 312,355 3,623 870 Subject Total Act Inc Policy Total: 4,618,381 Premium: 186,712 Losses: 5,386 1 1 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2012 Exp Date: 09/0612013 Code ELR D- Payroll Expected Exp Prim Claim Data IJ OF Act ine Act Prim Ratio Losses losses Losses Losses 5606 .28 .22 821,349 2,300 506 NO. 3 06 795 795 6219 1.49 .21 4,145,665 61,770 12,972 8809 .07 .20 23,400 16 3 8810 1 .06 .22 1,015,707 609 134 9014 1.16 .24 432,334 5,015 1,204 Subject Total Act Inc PoIIcy Total: 6,438,455 Premium: 270,911 Losses: 795 0 Copyright 19932014,All rights reserved.This product is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this product,in whole or in part,maybe made without the prior written consent of NCCI.This product is fumished'As is"'As available"Wdh all defects"and Includes Information available at the time of publication only. NCCI makes no representations or warranties of any kind relating to the product and hereby expressly disclaims any and all express,statutory,or Implied warranties,including the Implied warranty of merchantability,fitness for a particular purpose,accuracy,completeness,currentness,or correctness of any information or product furnished hereunder.All responsibility for the use of and for any and all results derived or obtained through the use of the product are the end user's and NCCI shall not have any liability thereto. Total by Pdicy Year of all cases$2000 or less. D Disease Loss X Ex-Medical Coverage U USL&HW C Catastrophic Loss E Employers Uabilty Loss #Limited Loss Page 2 of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 Rating Effective Date:09/06/2013 Production Date: 04/16/2013 State: TEXAS State VA SRP Exp Excess Expected Exp Prim Act Exc Losses Ballast Act Inc Losses Act Prim Losses Losses Losses Losses Tx .19 0 1 76 09q 96,8751 20,7761 18,6651 15,463 28,931 10,266 (A) (B (C)Exp Excess (D)Expected (E)Exp Prim (F)Act Exc (G)Ballast (H)Act Inc (1)Act Prim M Losses(D-.E) : Losses Losses Losses(H-1) Losses Losses .191 1 76,0991 96,8751 20,7761 18,6651 15,463 28,9311 10,266 Primary Losses Stabilizing Value Ratable Excess Totals (1) C`(1 -A)+G (A)"(F) (J) Actual 10,266 77,103 3,546 90,915 (E) C*(1 -A)+G (A)*(C) (K) Expected 20,776 77,103 14,459 112,338 ARAP Ft.AR4P SARAP MAARAP Exp Mod J Factors .81 Copyright 1993-2013,All rights reserved. This experience modification factor is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this experience rating modification factor or any part thereof maybe used without the written consent of NCCI. NCCI makes no represeMaiion orwarranty,expressed or implied,as to any matter whatsoever including but not limited to the accuracy of any information,product or service furnished hereunder and,as to NCCI,recipient of this experience rating modification factor subscribes to and utilizes the information service"as is'. Page 1 of 2 WORKERS COMPENSATION EXPERIENCE RATING Risk Name: FCS CONSTRUCTION LLC Risk ID: 421078610 • Rating Effective Date:09/06/2013 Production Date: 04116/2013 State: TEXAS 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 10456 Policy No. 46WECP19299 Eff Date: 09/06/2009 Exp Date: 09/06/2010 Code ELR D- Payroll Expected Exp Prim Claim Data 1J OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .28 .22 110,400 309 68 6219 1.49 .21 465,115 6,930 1,455 8810 .06 .22 1 183,869 110 24 90141 1.16 .24 1 326,024 3,7821 908 SubjectTotal Act Inc Policy Total: '1,085,408 Premium: 46,662 Losses: 0 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0009215704 Eff Date: 09/06/2010 Exp Date: 0910612011 Code ELR D- Payroll Expected Exp Prim claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .28 .22 774,791 2,169 477 99M0663631 4 F 23,545 5,000 6219 1.49 .21 2,008,945 29,933 6,286 8809 1 .07 .20 187,200 131 26 8810 .06 .22 480,821 288 63 9014 1.16 .24 1 445,335 5,166 1;240 Subject Total Act Inc Policy Total: 3,897,092 Premium: 152,455 Lasses: 23,545 42-TEXAS Firm ID: Firm Name: FCS CONSTRUCTION LLC Carrier: 29939 Policy No. 0001215704 Eff Date: 09/06/2011 Exp Date: 09/06/2012 Code ELR D- 11 Payroll . Expected Exp Prim Claim Data IJ OF Act Inc Act Prim Ratio Losses Losses Losses Losses 5606 .28 .22 825,733 2,312 509 99P0699089 6 F 266 266 6219 1.49 .21 2,799,433 41,712 8,760 99P0708802 6 F 5,120 5,000 8809 .07 .20 1 23,400 16 3 8810 .06 .22 1 657,460 394 87 9014 1.16 .24 1 312,355 3,623 870 Subject Total Act Inc Policy Total: 4,618,381 Premium: 186,712 Lasses: 5,386 Copyright 1993-2013,WI rights reserved. This experience modilicaUon factor Is comprised of compilations and information which are the proprietary and exclusive property of the National Council on Compensation Insurance,Inc.(NCCI). No further use,dissemination,sale,transfer,assignment or disposition of this experience rating modification factor or any part thereof may be used without the written consent of NCCI. NCCI makes no representation or warranty,expressed or Implied,as to any matter whatsoever including but not limited to the accuracy of any Irdannation,product or service furnished hereunder and,as to NCCI,recipient of thl9 experience rating modification factor subscribes to and utilizes the information service"as Is". 'Total by Policy Year of all cases$2000 or less. D Disease Lose X Ex-Madical Coverage Ll VsL&HW C Catastrophic lass E Employers Liability Loss #Limited Loss Page 2 of 2 G ,C;;-"S- Report Created On:3/28/2018 2:27:53 PM BID TOTALS BASE BID Total Part A-General $5,223,159.46 PART B-ALLOWANCES $50,000.00 Total $5,273,159.46 BASE BID Part A-General No. Description Unit Qty Unit Price Ext Price A-1 MOBILIZATION (MAX LS 1 $259,000.00 $259,000.00 5%)/DEMOBILIZATION A-2 BONDS AND INSURANCE LS 1 $52,000.00 $52,000.00 A-3 EXCAVATION CY 210550 $2.85 $600,067.50 A-4 COMPACTED STRUCTURAL FILL CY 6600 $3.00 $19,800.00 A-5 UNDERDRAIN TRENCHES LF 6300 $46.00 $289,800.00 A-6 UNDERDRAIN RISER EA 1 $18,000.00 $18,000.00 A-7 UNDERDRAIN PUMP&DISCHARGE EA 1 $26,000.00 $26,000.00 PIPING A-8 CONSTRUCTION OF EVAPORATION CY 3000 $3.00 $9,000.00 DEWATERING POND A-9 ROADWAY/BERM CONSTRUCTION CY 10000 $3.00 $30,000.00 A-10 SUBGRADE PREPARATION AC 31.2 $2,500.00 $78,000.00 A-11 GEOSYNTHETIC CLAY LINER SF 1361745 $0.49 $667,255.05 (UNREINFORCED) A-12 GEOSYNTHETIC CLAY LINER SF 55036 $0.81 $44,579.16 (REINFORCED) A-13 TEXTURED GEOMEMBRANE SF 70546 $0.95 $67,018.70 A-14 SMOOTH GEOMEMBRANE SF 1361745 $0.55 $748,959.75 A-15 LEACHATE COLLECTION SF 1361745 $0.42 $571,932.90 GEOCOMPOSITE(SINGLE SIDED) A-16 LEACHATE COLLECTION SF 55036 $0.90 $49,532.40 GEOCOMPOSITE(DOUBLE SIDED) A-17 LEACHATE RISER AND SUMP EA 1 $72,000.00 $72,000.00 A-18 LEACHATE TRENCH LF 7000 $110.00 $770,000.00 A-19 LEACHATE COLLECTION PUMP& EA 1 $96,000.00 $96,000.00 ELECTRICAL SERVICE A-20 LEACHATE FORCEMAIN LF 500 $40.00 $20,000.00 Report Created On:3/28/2018 2:27:53 PM Part A-General No. Description Unit Qty Unit Price Ext Price A-21 PROTECTIVE COVER CY 103600 $2.60 $269,360.00 A-22 LEACHATE COLLECTION SYSTEM EA 4 $8,000.00 $32,000.00 RISER HEADWALL A-23 BOX CULVERT((3) 10'X 6') LF 90 $1,720.00 $154,800.00 A-24 LITTER CONTAINMENT FENCE& LF 1000 $56.00 $56,000.00 NEW LANDFILL MARKERS A-25 DRAINAGE IMPROVEMENTS LS 1 $95,000.00 $95,000.00 A-26 ROADWAY REHABILITATION SY 2133 $38.00 $81,054.00 A-27 STORM WATER POLLUTION LS 1 $36,000.00 $36,000.00 PREVENTION PLAN A-28 LANDFILL GRID MARKERS EA 20 $500.00 $10,000.00 Sub Total: $5,223,159.46 PART B-ALLOWANCES No. Description Unit Qty Unit Price Ext Price B-1 ALLOWANCE FOR REMOVAL AND LS 1 $50,000.00 $50,000.00 RELOCATION OF ADC MATERIAL Sub Total: $50,000.00 Report Created On:3/28/2018 2:27:53 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Curtis Davee 03/28/2018 11:55:04 AM Curtis Davee 03/28/2018 11:55:05 AM Report Created On:3/28/2018 2:27:53 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Bid Docs E17118 Specifications 2/26/2018 9:13:57 AM Plans E17118 Plans 2/26/2018 9:13:26 AM Other E17118 Bidders Worksheet 2/26/2018 9:21:53 AM Bidders Pre Bid Meeting Attendance Roster 3/23/2018 2:54:57 PM Addenda E17118 Addendum No 1 3/23/2018 1:47:49 PM Addenda Addendum#2 3/23/2018 2:54:11 PM 00 52 23 AGREEMENT This Agreement, for the Project awarded on April 10,2018, is between the City of Corpus Christi (Owner) and FCS Construction, LP (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: CEFE F. VALENZUELA LANDFILL SECTOR 3C DISPOSAL CELL DEVELOPMENT PROJECT NUMBER E17118 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: HANSON PROFESSIONAL SERVICES, INC. 4501 GOLLIHAR ROAD CORPUS CHRISTI,TEXAS 78411 2.02 The Owner's Authorized Representative for this Project is: Ernesto De La Garza, P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd.,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 calendar 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 15.06 of the General Conditions within 270 calendar days after the date when the Contract Times commence to run. Phase 1 of the Project shall be substantially complete and ready for operation within 100 calendar days. Phase 2 of the Project shall be substantially complete and ready for operation within 240 calendar days. B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 005223- 1 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 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$27,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete for Phase 1. Contractor shall pay Owner$2,500 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete for Phase 2. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400.00 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 15.06 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 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 5,273,159.46 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 005223-2 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 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 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. 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 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 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 15.06 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. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 005223-3 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 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. 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 13.01 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. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Ditlly signed by Jeffdmonds Jeff Edmonds Daea2018.04.190831:110-05'00' Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services M2018-052 AUTHORIZED APPROVED AS TO LEGAL FORM: 4/10/18 BY COUNCIL RH/ML Dg,elly g tlbyRWML DN.°n-RWML Glt Se°rete a G't Se°rete 2018.04.18 18:51:14-05'00' --q,I@ .as.�m OG y Date:2018.04.19 0848:25-'00' Asst. City Attorney ATTEST(IF CORPORATION) CONTRACTOR Dg,11y,g,,d by Rebe°ca Huerta Rebecca Huerta DN cn-Rebecca Huerta°-Ciry°f orpus CM1ri °u-City 2018Nall0eb114101Neas°°m.°=HS FCS Construction, LP Date:201804.20083145 0500' Dlgltelly slg,,d by Gurtls Davee Curtis Davee DN°n=GurtlsDevee o-FGSG°n ru°tl°n.LP°u. (Seal Below) By: Date°zo;a �3";a°oaos:as'oG Note: Attach copy of authorization to sign if Title: VP - Estimating person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief P.O. Box 190829 Financial Officer Address Dallas, TX 75219 City State Zip 214/975-0808 Phone Fax cdavee@friscocs.com EMail END OF SECTION Agreement 005223-6 Cefe F.Valenzulela Landfill Sector 3C Disposal Cell Development, Project E17118 Rev 06-22-2016 e 006113 PERFORMANCE BOND BOND NO. 75150003 Contractor as Principal Surety Name: FCS Construction LP Name: The Guarantee Company of North America USA Mailing address(principal place of business): Mailing address(principal place of business): P.O.Box 190829 One Towne Square, Suite 1470 Dallas,TX 75219 Southfield, MI 48076-3725 Physical address(principal place of business): Owner One Towne Square, Suite 1470 Name: City of Corpus Christi,Texas Southfield, MI 48076-3725 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: Michigan Corpus Christi,Texas 78469 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): Cefe F.Valenzuela Landfill Sector 3C Disposal Cell 248-281-0281 Development—Proiect E17118 Telephone(for notice of claim): 248-281-0281 Local Agent for Surety Name: Willis of Texas, Inc. Award Date of the Contract: April 10,2018 Address: 15305 North Dallas Parkway,#1100 Contract Price: $5,273,159.46 Addison, TX 75001 Bond Telephone: 972.715-6201 Email Address: tonie.petranek@willistowerswatson.com Date of Bond: April 12,2018 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 6113-1 Cefe F Valenzuela Landfill Sect 3C Disposal Cell Developmnt 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 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 as Principal Surety Signature: x,11-R Signature: Aj� Tonle Petranek Name: FCS Construction, LP Name: The Guarantee Company of North America USA Title: TM Title: Attorney-in-Fact Email,5Odress:- C4ute.e�r'tSCsoC's Cao M Email Address: tonie.petranek@willistowerswatson.com ` (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Cefe F Valenzuela Landfill Sect 3C Disposal Cell Developmnt 7-8-2014 �. •. (, ... ivy,•. �,;; THS _ The Guarantee Company of North America USA -GUARANTEE One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 Texas Consumer Notice 1 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una q ueja: 2 You may contact your agent at: Puede comunicarse con su agent al i 3 You may call The Guarantee Company of North America Usted puede llamar al numero de telefono gratis de USA's toll-free telephone number for information or to make a The Guarantee Company of North America USA's complaint at: 1-866-328-0567 para informacion o para someter una queja al: 1866-328-0567 i 4 You may also write to The Guarantee Company of North Usted tambien puede escribir a to The Guarantee America USA at: Company of North America USA: One Towne Square, Suite 1470 One Towne Square, Suite 1470 Southfield, Michigan 48076 Southfield, Michigan 48076 Web:www. acna.cotn Web:www.gcna.com E-mail: Info@gcna.com E-mail: Info@gcna.com Fax:248-750-0431 Fax:248-750-0431 5 You may contact the Texas Department of Insurance to Puede comunicarse con el Departamento de obtain information on companies,coverages, rights or Seguros de Texas para obtener informacion acerca complaints at: 1-800-252-3439 de companias,coberturas, derechos o quejas al: 1 - 800-2523439 6 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de P.O. Box 149104 Texas: Austin, TX 78714-9104 P.O. Box 149104 Fax:(512)475-1771 Austin,TX 78714-91 04 Web: htti)://www.tdi.state.tx.us Fax:(512)475-1771 E-mail: ConsumerProtection@tdi.state.tx. us Web:http://www.tdi,state.tx.us E-mail: ConsumerProtection@tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium or about a Si tiene una disputa concerniente a su prima o a un claim you should contact the(agent) (company) (agent or the reclamo, debe comunicarse con el(agente)(la company)first. If the dispute is not resolved,you may contact Compania) (agente o la Compania)primero. Si no se the Texas Department of Insurance, resuelve la disputa, puede entonces comunicarse con el departamento(TD 1). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLI7A: Este aviso es solo This notice is for information only and does not become a pact para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adj unto. CS0083 Texas Consumer Notice 07/12/12 THE The Guarantee Company of North America USA GUARANTEE" Southfield,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield,Michigan,does hereby constitute and appoint Steve Foster,Jack M.Crowley.Luke J.Nolan,Jr.,Deborah English,Jennifer Rosales,Tonie Petranek Willis of Texas.Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed, required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the lay-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 311'day of December,2003, The President,or any Vice President,acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attorney-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 2n°day of October,2015. j o Lam/ THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C.Ruschak,President&Chief Operating Officer Randall Musselman,Secretary County of Oakland On this 2nd day of October,2015 before me came the individuals who executed the preceding instrument,to me personally known, and being by me duty sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHEREOF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written, ,i w__ County of Oakland } v�, My Commission Expires February 27, 2078 - f 4r - ; Acting in Oakland County I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,-which is still in full force and effect. o * IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this day of ��a � )Dig I� OGG-- Randall Musselman,Secretary 006116 PAYMENT BOND BOND NO. 75150003 Contractor as Principal Surety Name: FCS Construction,LP Name: The Guarantee Company of North America USA Mailing address(principal place of business): Mailing address(principal place of business): P.O. Box 190829 Dallas,TX 75219 One Towne Square, Suite 1470 Southfield, M148076-3725 Physical address(principal place of business): Owner One Towne Square, Suite 1470 Name: City of Corpus Christi,Texas Southfield, M148076-3725 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: Michigan Corpus Christi,Texas 78469 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): Cefe F.Valenzuela Landfill Sector 3C Disposal Cell Development—Project E17118 248-281-0281 Telephone(for notice of claim): 248-281-0281 Local Agent for Surety Name: Willis of Texas, Inc. Award Date of the Contract: April 10,2018 Address: 15305 North Dallas Parkway, #1100 Contrail Price: $5.273.159.46 Addison,TX 75001 Bond Telephone: 972.715.6201 Email Address: tonie.petranek@willistowerswatson.com Date of Bond: April 12.2018 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number.*1-800-252-3439 Payment Bond Form 00 6116-1 Cefe F Valenzuela Landfill Sect 3C Disposal Cell Developmnt 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Princ'pal Surety Signature: Signature: Tonie Petranek Name:- FCS Construction,`LP Name: The Guarantee Company of North America LISA Title: �� 5S-h tvtiA \, Title: Attorney-in-Fact Emai?address: C dcole-e - rtSGo�S. Cor^ Email Address: tonie.petranek@willistowerswatson.com (Attach Power of Attorney and place surety seal below) . 'Ii.. END OF SECTION Payment Bond Form 006116-2 Cefe F Valenzuela Landfill Sect 3C Disposal Cell Developmnt 7-8-2014 f ,_ .-. _ � '� z' ' i t.i l � � ,+ `��.. ti ti ` `�V � .. _. ... .> � 1 , t� �.•� ti. i _ :lfrl'%�f rrr / ��'r�,ttttt•(�`�,``, 1 sP .THE: The Guarantee Company of Noah America USA GUARANTEE One Towne Square, Suite 1470 Southfield, Michigan 48076 Phone: 248-281-0281 Fax: 248-750-0431 Texas Consumer Notice 1 IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una q ueja: 2 You may contact your agent at: Puede comunicarse con su agent al 3 You may call The Guarantee Company of North America Usted puede Ilamar al numero de telefono gratis de USA's toll-free telephone number for information or to make a The Guarantee Company of North America USAs complaint at: 1-866-328-0567 para information o para someter una queja al: 1-866-328-0567 4 You may also write to The Guarantee Company of North Usted tambien puede escribir a to The Guarantee America USA at: Company of North America USA: One Towne Square, Suite 1470 One Towne Square, Suite 1470 Southfield, Michigan 48076 Southfield, Michigan 48076 Web:www.gcna.com Web:www.gcna.com E-mail: Info@gcna.com E-mail: Info@gcna.com Fax:248-750-0431 Fax: 248-750-0431 5 You may contact the Texas Department of Insurance to Puede comunicarse con el Departamento de obtain information on companies,coverages, rights or Seguros de Texas para obtener informacion acerca complaints at: 1-800-252-3439 de companies, coberturas,derechos o quejas al: 1 - 800-252-3439 6 You may write the Texas Department of Insurance: Puede escribir al Departamento de Seguros de P.O. Box 149104 Texas: Austin, TX 78714-9104 P.O. Box 149104 Fax:(512)475-1771 Austin,TX 78714-9104 Web: http://www.tdi.state.tx.us l=ax: (512)475-1771 E-mail: ConsumerProtection@tdi.state.tx. us Web:http://wvvw,tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx. us 7 PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium or about a Si tiene una disputa concerniente a su prima o a un claim you should contact the(agent) (company) (agent or the reclamo, debe comunicarse con el (agente) (la company)first. If the dispute is not resolved,you may contact Compania) (agente o la Compania)primero. Si no se the Texas Department of Insurance, resuelve la disputa, puede entonces comunicarse con el departamento(TD 1). 8 ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POL17A: Este aviso es solo This notice is for information only and does not become a part para proposito de informacion y no se ccnvierte en or condition of the attached document. parte o condition del documento adj unto. GS0083 Texas Consumer Notice 07112112 THE The Guarantee Company of North.America USA GUARANTEE" Southfield,Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS:That THE GUARANTEE COMPANY OF NORTH AMERICA USA.a corporation organized and existing under the laws of the State of Michigan,having its principal office in Southfield, Michigan,does hereby constitute and appoint Steve Foster,Jack M.Crowley,Luke J.Nolan,Jr.,Deborah English,Jennifer Rosales,Tonie Petranek Willis of Texas.Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attomey is executed and may be certified so, and may be revoked,pursuant to and by authority of Article IX,Section 9.03 of the By-Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31�day of December,2003. The President,or any Vice President, acting with any Secretary or Assistant Secretary,shall have power and authority: 1. To appoint Attorney(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof;and 2. To revoke,at any time,any such Attomey-in-fact and revoke the authority given,except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation, Further,this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 8th day of December 2011,of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. WTQ IN WITNESS WHEREOF,THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer,this 2nd day of October,2015. s THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, President Chief Operating Officer Randall Musselman,Secretary County of Oaktand On this 2nd day of October, 2015 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn,said that each is the herein described and authorized officer of The Guarantee Company of North America USA;that the seal affixed to said instrument is the Corporate Seal of said Company;that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai IN WITNESS WHERE=OF,I have hereunto set my hand at The Guarantee Notary Public,State of Michigan Company of North America USA offices the day and year above written. County of Oakland My Commission Expires February 27, 2048 - :` Acting in Oakland County I,Randall Musselman,Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA,which is still in full force and effect. TQ IN WITNESS WHEREOF,I have thereunto set my hand and attached the seal of said Company this �day of d 1 ap r r�� Q Randall Musselman,Secretary _ Page 1 of 2 A`oRo° CERTIFICATE OF LIABILITY INSURANCE DATE(MM 04/16/201861/2018 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: Willis of Texas, Inc. PHONE 1-877-945-7378 FAX 1-888-467-2378 c/o 26 Century Blvd (A1 /C No Ext): A/C,No: E-MAIL certificates@willis.com P.O. Box 305191 ADDRESS: Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Gemini Insurance Company 10833 INSURED INSURER B: Everest National Insurance Company 10120 FCS Construction LP 9550 John W Elliot Dr, Ste 106 INSURERC: Starr Indemnity & Liability Company 38318 Frisco, TX 75033 INSURER D: Texas Mutual Insurance Company 22945 INSURER E: Illinois Union Insurance Company 27960 INSURER F: COVERAGES CERTIFICATE NUMBER:W5908135 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DD/YYY MM/DD X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE � OCCUR DAMAGE TO RENTED 500,000 PREMISES Ea occurrence $ A MED EXP(Any one person) $ 10,000 Y y VIGPO18429 09/06/2017 09/06/2018 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY� JECT � LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY CMBINEDSINGLELIMIT $ 1,000,000 EaOaccident X ANY AUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED y Y CF4CA00974171 09/06/2017 09/06/2018 BODILY INJURY Per accident $ AUTOS ONLY AUTOS ( ) HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY L $ AUTOS ONLY Per accident $ C X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LAB CLAIMS-MADE 1000584571171 09/06/2017 09/06/2018 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER D ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 N OFFICER/MEMBER EXCLUDED? o N/A Y 0001293452 09/06/2017 09/06/2018 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E Contractor's Pollution Liability CPY G27413833-002 09/06/2016 09/06/2018 Agg All Poll Condn $3,000,000 Per Poll Condition $3,000,000 SIR $25,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) FCS Job #: 18-051. Re: Cefe F. Valenzuela Landfill Sector 3C Disposal Cell Development, Project E17118. City of Corpus Christi is Additional Insured with respects to General Liability and Automobile liability policies. 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 AUTHORIZED REPRESENTATIVE Attn: Sylvia Arriaga 1201 Leopard Street Corpus Christi, TX 78469 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 15981215 BATCH: 673542 AGENCY CUSTOMER ID: LOC#: A`ORO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Willis of Texas, Inc. FCS Construction LP 9550 John W Elliot Dr, Ste 106 POLICY NUMBER Frisco, TX 75033 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Primary and Non-contributory applies in favor of Additional Insured with respects to General Liability and Automobile Liability policies. Waiver of Subrogation applies in favor of Additional Insured with respects to General Liability, Automobile and Workers Compensation policies. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 15981215 BATCH: 673542 cERT: W5908135 Policy: VIGPO18429 CG 20 10 04 13 Insured Name: FCS Construction LP Number: 21 Effective Date: 09/06/2017 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization when you and such person or All locations for which you and the additional organization have agreed in writing in a contract,prior to an insured have agreed in writing in a contract prior occurrence that causes"bodily injury", "property damage"or "personal and advertising injury",that such person or to an occurrence that causes bodily injury", organization be added as an additional insured on your policy. "property damage" or "personal and advertising injury". Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule, but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s)at the location(s)designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 04 13 1 of 2 C. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 04 13 2 of 2 Policy Number:VIGPO18429 CG 20 37 04 13 Insured Name: FCS Construction LP Number: 18 Effective Date: 09/06/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s) Operations Any person or organization when you and such All locations and completed operations for which person or organization have agreed in writing in a you and the additional insured have agreed in contract, prior to an occurrence that causes"bodily writing in a contract prior to an occurrence that injury", "property damage" or"personal and causes"bodily injury", "property damage" or advertising injury", that such person or organization "personal and advertising injury". be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 Page 1 of 1 Policy:VIGPO18429 CG 20 0104 13 Insured Name:FCS Construction LP Number: 16 Effective Date:09/06/2017 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Tnsured under such other insurance;and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 1 of I Policy Number: VIGP018429 CG 24 04 05 09 Insured Name: FCS Construction LP Number: 24 Effective Date: 09/06/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name of Person or organization:Any person or organization when you and such person or organization have agreed in writing in a contract, prior to an occurrence that causes"bodily injury", "property damage" or"personal and advertising injury", that you would provide such person or organization a waiver of transfer of rights of recovery against others to us on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 Page 1 of 1 Policy Number: VIGP018429 VE 08 17 03 17 Insured Name: FCS Construction LP Number: 46 Effective Date: 09/06/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION BY US TO ADDITIONAL INSUREDS WHEN REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part Schedule Number of Days: 30 The following is added to Condition A. Cancellation in COMMON POLICY CONDITIONS: We will provide written notice of cancellation to an additional insured, for reasons other than: a. Cancellation by the first Named Insured; b. Nonrenewal for any reason; c. Nonpayment of premium; or d. Nonpayment of any deductible reimbursement, stating when, not less than the number of days shown in the Schedule. Cancellation will become effective subject to the following conditions: a. You are required by written contract to provide the additional insured with such notice; and b. You provide us with a list of the applicable additional insureds, including their complete name and mailing address, immediately after you execute the contracts that require notice of cancellation be sent to additional insureds. Failure to provide accurate and timely additional insured information will void our responsibility under this endorsement. Endorsement Premium: Included All other terms and conditions of this Policy remain unchanged. VE 08 17 03 17 Includes copyrighted material of Insurance Services Page 1 of 1 Office, Inc.with its permission POLICY NUMBER CF4CA00974-171 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are"insureds"for Covered Autos Liability Coverage under the Who is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED. THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE "ACCIDENT". Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An insured provision contained in Paragraph Al. of Section II— Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 @ Insurance Services Office, Inc., 2011 Page 1 of 1 INSURED COPY COMMERCIAL AUTO ECA 24 508 04 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHERINSURANCE !TI - BLANKET This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART Paragraph c. of the Other Insurance General Condition is replaced by the following: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Liability Coverage is primary and we will not seek contribution from any other insurance for any liability assumed under an "insured contract" that requires liability to be assumed on a primary noncontributory basis. Additionally, only the coverage and limit of insurance requirements of the "insured contract" shall apply, and in no event shall those requirements exceed the coverage and limits of insurance provided under this policy. ECA 24 509 04 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., used with its permission INSURED COPY COMMERCIAL AUTO ECA 24 503 02 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVERFE F RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE Name of Person or Organization: ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY WRITTEN CONTRACT WITH THE NAMED INSURED.THE WRITTEN CONTRACT MUST BE SIGNED PRIOR TO THE DATE OF THE"ACCIDENT". (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above . because of payments we make for an "accident" or "loss", provided that you are required under a written agree- ment to waive your rights of recovery. The written agreement must be made prior to the date of the"accident" or "loss".This waiver applies only to the person or organization shown in the Schedule above. ECA 24 503 02 14 Copyright, Everest Reinsurance Company, 2014 Page 1 of 1 ❑ Includes copyrighted material of Insurance Services Office, Inc., used with its permission. INSURED COPY COMMERCIAL AUTO ECA 02 5050414 THUS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICEOF CANCELLATION BY US TO THIRD PARTY _ BLANKET This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART Schedule 30_ days before the effective date of cancellation by us we will mail or deliver notice to any additional insured or"certificate holder'under this Coverage Part: � � The following Condition isadded tothe poUoy� You agree that as o condition precedent for us Notice ofCancellation ByQsToThird Party providing such notice,you will: � 1. |fwacancel this policy for any reason other a. Provide uswith acomplete list ofeach addi- � than non-payment ofpremium, notice of can- bona| insured or''certihcote" holder, including � reUetion ofnot less than the number ofdays appropriate designees and complete mailing shown inthe Schedule will be mailed or de- addresses-, livered to any third party identified in the list b� Provide the list to us nuless than 7 days from you have provided tousaudescribed below. the date wmrequest it; and 2 VVov�U mail orde|ivarournoticetothethind c� Notify us nfany changes 1othe U�� v�thir 5 party at the address shown in the list you business days ofsuch ohange� have provided to us. , 3. |fnotice ismailed, pmofofmailing will beeu� For the purpose ofthis endorsement, ^cedihcote fioien(proof ofnotice, shall mean ocertificate ofinsurance issued osev' 4. VVewill not notify the third party ifcancellation idenoeofthis insurance. ixetyour request. � 5. WeMiUnot notify the third party|nthe event of non-renewal. � O. VVewill not notify the third party ifcancellation i»due tonon-payment ofpremium. 7� VVewill not notify any third party not contained unthe list you have provided tous. 8. Our failure to notify the third party duao not invalidate cancellation earespects you. / � ECA 02505O414 Copyright, Everest Reinsurance Company, 2014 Page 1of1 � Includes copyrighted_ _ —_terial_— of Insurance Services_ _ Office,— —_ used with its permission INSURED COPY TOeXasMutuar WORKERS' COMPENSATION INSURANCE WVORKERS`COK8PENSATIONAN0 WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agentcopy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement iashown inthe Schedule. Schedule 1Specific Waiver Name ofperson ororganization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective vnom/1rwm1z:o1o.m.standard time,forms opart of: Policy no.0001293452nfTexas Mutual Insurance Company effective on9/8/17 Issued to: FCS CONSTRUCTION LP DBA: 8TABLECORE ^ - "J ( \ �� _ This ionot abill Authorized representative NCQCarrier Code: 20939 uow/n POBox 1205x.Austin,TX70711-2058 1of1 hmanmutua|.uom | (80O)85S'5995| Fax(8OO)358'O05O VVD42O3O4B fi C� Txasm 4 WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Agent copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A.of the Information Page. In the event of cancellation or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 916/17 at 12:01 a.m.standard time,forms a part of: Policy no.0001293452 of Texas Mutual Insurance Company effective on 916/17 Issued to: FCS CONSTRUCTION LP DBA: STABLECORE This is not a bill Authorized representative NCCI Carrier Code: 29939 8124;17 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800)359-0650 WC 42 06 01