Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2022-032 2022-02-28
RESOLUTION NO. R2022-32 A Resolution of the City Council of the City of Pearland, Texas, awarding a construction services contract for the Bailey Road Water Treatment Plant Project, to LEM Construction Co., Inc., in the amount of $12,593,561.91; and approving an appropriation of $912,000 from Fund 569 Revenue Bond 2022 Fund to the Bailey Sewer Line (WW2007) project and $1,600,000 from Fund 569 Revenue Bond 2022 Fund to the Bailey Water Plant Improvements (WA1901) project. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That competitive bids for construction of the Bailey Road Water Treatment Plant Project have been reviewed and tabulated. Section 2. That the City Council hereby awards the competitive sealed proposal to LEM Construction Co., Inc., in the amount of $12,593,561.91. Section 3. That the City Council hereby approves of additional appropriation of $912,000 from Fund 569 Revenue Bond 2022 Fund to the Bailey Sewer Line (WW2007) project and $1,600,000 from Fund 569 Revenue Bond 2022 Fund to the Bailey Water Plant Improvements (WA1901) project. Section 4. The City Manager or his designee is hereby authorized to execute a construction services contract for the Bailey Road Water Treatment Plant Project. PASSED, APPROVED and ADOPTED this the 28th day of February, A.D., 2022. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ LESLIE CRITTENDEN INTERIM CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 09CC4943-A41D-4238-9538-4ACA61809363 Project Manual r for: Bailey Water Treatment Plant Improvements COP Project No. : WA- 1901 and WW-2007 Bid No. : 0821 -57 General Requirements jifr. . i1 7 JORDAN S. HIBBS.s .. ::t 115729 r ��' ! k1�j9.�. .. i1k ... t 11/1/2021 Jord S Hibbs,P.E. #115729 Enp tec/Hibbs&Todd, Inc November, 2021 Prepared By. (1110 W'T v ■ U I Enprotec / Hibbs & Todd 402 Cedar,Abilene,Texas 79601 Phone:(325)698-5560/Fax:(325)690-3240 Website• e-ht.com PE Firm Registration No 1151 PG Firm Registration No. 50103 RPLS Firm Registration No 10011900 Project Manual for: Bailey Water Treatment Plant Improvements COP Project No. : WA- 1901 and WW-2007 Bid No. : 0821 -57 Site Civil Process and Process Mechanical ~�r,'�P�E (F 44-tj1� S�A� OF~ek.11i1'�� • � •JONATHAN AARON BAUM.. r MICHAEL WRAY 1 .0i-o% • 100982 ;�� f1 0; 129846 4,�7 ts1Fs 4.iCENSEo•G,��,� 11/1/2021 +t���`�• <�� o•.•��",,,.+ tthioaXC ���'" s't'isso E ..��� 11/1/2021 L N* J athan Aaron Baum, PE. #100982 M chael Wray, P.E. #1� Enprotec/Hibbs & Todd, Inc. Enprotec I Hibbs & Todd, Inc November, 2021 Prepared By. W'T V ■ I I Enprotec / Hibbs & Todd 402 Cedar,Abilene,Texas 79601 Phone: (325)698-5560/Fax. (325)690-3240 Website: e-ht.com PE Firm Registration No. 1151 PG Firm Registration No. 50103 RPLS Firm Registration No. 10011900 Project Manual for: Bailey Water Treatment Plant Improvements COP Project No. : WA- 1901 and WW-2007 Bid No. : 0821 -57 Structural Architectural ,..47.c-ft:re_s ,........TF�gflII CC; �-+I. d CLINT ROSENBAUM �f�lg' . "<,il�-r— f 7/14/2021 add . 61217 Q � . •424, `� I! .STE � � a1�� ;°$�4 `y 7/14/2021 Clint Rosenbaum, P.E., #61217 Tim Rice McClarty Rosenbaum Engineering, PLLC Tim Rice McClarty, AIA Firm Registration No F-19243 Firm Registration No 8308 November, 2021 Prepared By eHI Enprotec / Hibbs & Todd 402 Cedar,Abilene,Texas 79601 Phone:(325)698-5560/Fax: (325)690-3240 Website:e-ht.com PE Firm Registration No. 1151 PG Firm Registration No.50103 RPLS Firm Registration No. 10011900 Project Manual for: Bailey Water Treatment Plant Improvements COP Project No. : WA- 1901 and WW-2007 Bid No. : 0821 -57 HVAC and Plumbing Electrical ova " e '"4 � �of 704 #760.: -7%4":11. ,,^ ti - l . -`I$' toe 44 r,r c coax r ti ' ''/=itti: : t P A. J ST£vic?.. :+o 'Cry' ^�it S~kirk P t irrA L. 4 7/14/2021 . '�'" ` � A g�mv N Thomas C Clark, P.E., #43525 Clois W Versyp, P.E., ' 2 74 FAI Engineering, Inc. Clois W Versyp, PLLC Firm Registration No F-298 Firm Registration No F-3792 November, 2021 Prepared By CO1 Enprotec / Hibbs & Todd 402 Cedar,Abilene,Texas 79601 Phone: (325)698-5560/Fax. (325)690-3240 Website: e-ht.com PE Firm Registration No. 1151 PG Firm Registration No. 50103 RPLS Firm Registration No. 10011900 CITY OF PEARLAND TABLE OF CONTENTS CITY OF PEARLAND BRAZORIA COUNTY, TEXAS TABLE OF CONTENTS SECTION TITLE DIVISION 0—BIDDING AND CONTRACT DOCUMENTS 00100 Invitation to Propose Competitive Sealed Proposal 00200 Instructions to Offerors 00300 Proposal 00500 Standard Form of Agreement 00610 Performance Bond 00611 Payment Bond 00612 One-Year Maintenance Bond 00615 Partial Waiver of Lien and Payment Affidavit 00700 General Conditions of Agreement 00800 Special Conditions of Agreement 00811 Wage Scale for Engineering Construction DIVISION 1—GENERAL REQUIREMENTS 01010 Summary of Work 01039 Coordination and Meetings 01090 Standard References 01200 Measurement and Payment Procedures 01290 Change Order Procedures o 01300 Submittals 01400 Quality Control 01500 Temporary Facilities and Controls 01505 Mobilization 01550 Stabilized Construction Exit 01555 Traffic Control and Regulation 01562 Waste Material Disposal 01565 Stonnwater Pollution Prevention During Construction 01566 Source Controls for Erosion and Sedimentation 01580 Project Identification Signs 01600 Material and Equipment 01650 Starting of Systems 01700 Contract Closeout Division 1 Special Specification Items and Modifications CITY OF PEARLAND TABLE OF CONTENTS DIVISION 2—SITE WORK 02070 Demolition, Cutting and Patching 02110 Site Clearing and Grubbing 02210 Grading and Earthwork 02220 Trench and Excavation Safety System 02224 Excavation, Backfillmg, and Compacting for Structures 02225 Excavation, Backfillmg, and Compacting for Utilities 02226 Excavation, Backfilhng, and Compacting for Pavement 02231 Aggregate Base Course 02321 Cement Stabilized Sand 02335 Subgrade 02410 Pipe Boring, Jacking, Tunneling and Encasement 02511 Water Meters 02521 Concrete Pavement, Sidewalks. and Approaches 02530 Gravity Sanitary Sewers 02533 Sanitary Sewage Force Mains 02542 Concrete Manholes and Accessories 02603 Frames, Grates, Rings, and Covers 02630 Storm Sewers 02631 Precast Inlets, Headwalls, and Wingwalls 02640 Combination Air Release Valves 02665 Water Systems 02670 Hydrostatic Testing,of Pipelines 02675 Water System Disinfection 02728 Concrete Splash Blocks 02777 HDPE Pond Liner 02831 Chain Link Fences and Gates 02921 Hydro Mulch Seeding Division 2 Special Specification Items and Modifications DIVISION 3—CONCRETE 03300 Cast-in-Place Concrete DIVISION 4—MASONRY 04001 Masonry Procedures 04150 Masonry Accessories 04200 Unit Masonry DIVISION 5—METALS 05100 Miscellaneous Metals 05400 Light Gauge Metal Framing 05501 Bolts and Anchor Bolts 05800 Expansion Control CITY OF PEARLAND TABLE OF CONTENTS DIVISION 6—WOOD AND PLASTICS 06241 Hard Surface Tops 06411 Plastic Laminate Veneer Cabinetwork DIVISION 7—THERMAL AND MOISTURE PROTECTION 07100 Waterproofing 07210 Building Insulation 07410 Standing Seam Metal Roof System 07901 Caulking and Sealants DIVISION 8—DOORS AND WINDOWS 08111 Hollow Metal Doors and Frames 08120 Aluminum and Glass Framing 08202 Plastic Laminate Veneer Doors 08400 Overhead Coiling Doors 08710 Finish Hardware 08813 Tempered Glass 08814 One Inch Tempered Glass 08830 Mirror Glass DIVISION 9—FINISHES 09250 Gypsum Wallboard 09300 Glazed Porcelain Tile 09660 Resilient Tile Flooring 09666 Vinyl Base 09800 Painting DIVISION 10—SPECIALTIES 10164 Toilet and Bath Accessories 10400 Identification Devices 10452 Appliances 10500 Lockers DIVISION 11 —EQUIPMENT 11261 Packaged Chemical Feed Systems 11307 Sanitary Sewer Lift Station 11314 End-Suction Centrifugal Pumps 11900 Packaged Aeralater System 11948 Static Mixers CITY OF PEARLAND TABLE OF CONTENTS DIVISION 13—SPECIAL CONSTRUCTION 13100 Control Panels 13320 SCADA System 13320A SCADA System Control Strategies 13321 Instrumentation and Sensing Devices 13322 Communication Devices 13323 PLC and RTU 13324 Human-Machine Interface Systems 13340 Cross-Linked Polyethylene Chemical Storage Tanks DIVISION 15—MECHANICAL 15000 General Provisions for Mechanical 15050 Basic Mechanical Materials 15053 Electrical Provisions of HVAC and Plumbing Mechanical Work 15057 HVAC and Plumbing Cleaning 15058 Plumbing Pipe and Fittings 15060 Pipes and Pipe Fittings 15061 Piping Accessories 15062 Pipe Ductile Iron 15064 Pipe Plastic 15065 Steel Pipe 15090 Pipe Support Systems 15094 HVAC and Plumbing Pipe Hangers and Equipment Supports 15100 Plumbing Valves 15101 Gate Valves 15102 Solenoid Valves 15103 Butterfly Valves 15104 Ball Valves 15106 Check Valves 15113 Combination Air Release Valves 15116 Motorized Operators 15140 Supports and Anchors 15180 Pipe Insulation 15200 Piping and Accessories 15201 Valve and Gate Actuators 15211 HVAC and Plumbing Vibration Isolation 15251 HVAC and Plumbing Insulation 15295 Eccentric Plug Valves 15341 Plumbing Chemical Waste Drainage Piping Systems 15371 HVAC Refrigerant Piping 15401 Plumbing Domestic Water Piping Systems 15405 Plumbing Waste Water Piping System 15421 Plumbing Floor Drains 15451 Safety Shower and Eye Wash 15452 Plumbing Fixtures 15771 HVAC Split System Heating and Cooling Units 15829 HVAC Exhaust Fans 15841 HVAC Low Velocity Metal Ductwork 15867 HVAC Air Diffusers 15881 HVAC Filters 15962 HVAC and Plumbing Tests and Inspections CITY OF PEARLAND TABLE OF CONTENTS DIVISION 16—ELECTRICAL 16000 General Requirements for Electrical Work 16110 Raceways and Fittings 16115 Underground Electrical Duct and Conduit 16120 Conductors 16140 Wiring Devices 16150 Motor and Equipment Controls and Wiring 16170 Circuit and Motor Disconnects 16195 Electrical Identification 16400 Electrical Services 16405 Arc-Flash Hazard Analysis/Short Circuit/Coordination Study 16406 Short Circuit and Coordination Study 16450 Grounding 16460 Dry-Type Transformers 16470 Panel Boards 16481 Motor Control Centers 16491 Automatic Transfer Switch 16620 Packaged Engine Generator System 16675 Transient Voltage Surge Suppression APPENDIX A WesTech Aeralater Proposal B Prime Controls SCADA System, Operating Platform, and Remote Terminal Unit Proposal C Convergint Security System Proposals D CenterPoint Energy Natural Gas Utility Proposals END OF SECTION BID DOCUMENTS CITY OF PEARLAND INVITATION TO PROPOSE Section 00100 INVITATION TO PROPOSE COMPETITIVE SEALED PROPOSAL Electronic Competitive Sealed Proposals(CSP)will be accepted for the following project,through the City's E-bid System. Electronic Proposals shall be submitted through the City's web site at: https.//pearland.ionwave.net/Login.aspx All interested Offerors are required to register as a "supplier" on the City's E-bid System at the above web address by selecting "Supplier Registration" Registration provides automatic access to any changes (addenda) to the Plans, Specifications or Submission time and date. Submission of an Electronic Proposal REQUIRES completing a short registration questionnaire found on this web site. When prompted to add or remove commodity codes, registrants must add the codes listed below. * Building Construction Services,New(Includes Maintenance and Repair Services) * Construction Services, General (Includes Maintenance and Repair Services) * Construction Services, Heavy (Includes Maintenance and Repair Services) * Construction Services, Trade (New Construction) For more information regarding registration instructions, see INSTRUCTIONS TO OFFERORS, SECTION 00200, PART 2 included in the project proposal documents viewable on the web site. Questions regarding electronic proposals are to be directed to City Purchasing Officer at ebids@pearlandtx.gov All Proposals submitted electronically will remain confidential until the opening date and time when they will be opened and read into the public record. Proposals shall be submitted on the forms provided in the E-bid System and submitted electronically through this system to the City Purchasing Officer, City of Pearland, City Hall located at 3519 Liberty Drive, Pearland, Texas 77581 Electronic Proposals will be accepted until 2:00 p.m.,Thursday,December 2,2021 All Proposals shall reference the followmg project information in the appropriate locations in provided electronic format. All properly submitted proposals shall be publicly"opened"and read aloud into the public record following the closing of the acceptance period for the construction of: Bailey WTP Improvements City of Pearland,Texas COP PN: WA1901 and WW2007 PROPOSAL NO.. 0821-57 A mandatory pre-proposal conference will be held at the City of Pearland City Hall Chambers at 3519 Liberty Drive,Pearland, Texas 77581 at 11.00 a.m. on Thursday,November 18,2021. Following the meeting at City Hall, a site visit will be available at 3945 Wells Drive, Pearland, TX 77584 The project will entail the improvements at the Bailey Water Treatment Plant and Magnolia water pumping station. Also included is the installation of a new lift station, a 12"water transmission line by open cut, and 6"sanitary sewer force main by open cut and trenchless methods. 8/2019 00100- 1 of 4 CITY OF PEARLAND INVITATION TO PROPOSE Upon award of a contract, the successful Offeror will be required to utilize the City's web based project management software, "Pro-Trak" for the administration of the construction project, including but not limited to,all transmittals and material submittals,RFI's,RFC's,Change Orders, Applications for Payment and all project communications with the City, its Construction Manager and Engineer This system has certain hardware, Internet access and operation requirements that form the basis for all project communications,documentation and records for the project.For more information, see INSTRUCTIONS TO OFFERORS, SECTION 00200, PART 1 4 Electronic Proposal Documents: including Contract Documents, Plans and Technical Specifications are available for download at no cost on the City's Website at: at: https.//pearland.Ionwave.net/Login.aspx upon registration. The documents are NOT viewable without registration. These same documents are also available at the following locations. Amtek Plan Room (713) 956-0100 4001 Sherwood Houston, TX 77092 The Associated General Contractors of America,Inc (713) 334-7100 2400 Augusta, Suite 350 Houston, TX 77057 Virtual Builders Exchange (832) 613-0201 7035 W Tidwell Building J, Suite 112 Houston, TX 77092 McGrawHill Construction—Dodge Reports 1-800-393-6343 No plan fees or deposits are required for plans and Proposal documents obtained through the City's E-bid System. OFFERORS MUST REGISTER AS A SUPPLIER ON THE CITY'S E-BID SYSTEM IN ORDER TO SUBMIT A PROPOSAL EVEN IF PROPOSAL DOCUMENTS ARE OBTAINED VIA ONE OF THE PLAN HOUSES Offerors accept sole responsibility for downloading all of the required documents, plans, specifications proposal forms and addenda required for submitting a proposal. Proposals must be accompanied by a Contractors Qualification Statement(Section 00300 Part C) No proposal may be withdrawn or terminated for a period of ninety (90) days subsequent to the proposal opening date without the consent of the City of Pearland. Unless otherwise expressly provided herein, all references to "day(s)" shall mean calendar day(s) Bid Security and Bonds. Bid Security in the form of Cashier's Check, Certified Check, or Bid Bond payable to the City of Pearland in the amount of 5% of the total bid price must accompany each proposal. Offerors submitting Proposals electronically through the E-bid System shall scan and up-load a copy of the sealed Bid Bond as an attachment to their bid. Original documents for Bid Security shall be requested by the City from the lowest two Offerors and delivered to the City's Purchasing Officer within 48 business hours of the request. Bid Security shall be 8/2019 00100-2 of 4 CITY OF PEARLAND INVITATION TO PROPOSE delivered to Office of City Purchasing,Finance Department,City Hall Annex,3523 Liberty Drive, Pearland, Texas 77581 Performance and Payment Bonds: The successful Offeror must furnish Performance and Payment Bonds as required by Chapter 2253 of the Texas Government Code or other applicable law,as amended,upon the form included in the Contract Documents,in the amount of one hundred percent (100%) of the final contract price, such bonds are to be executed by a corporate surety duly authorized to do business in the State of Texas, and named in the current list of"Treasury Department Circular No 570", naming the City of Pearland, Texas as Obligee. Additionally, the successful Offeror shall be required to provide a one year Maintenance Bond for the improvements installed as part of this work, as provided in the Special Conditions of Agreement if so stated. Equal Opportunity: All responsible Offerors having submitted complete proposals will receive consideration for award of contract without regard to race, color,religion, sex, or national origin. The contractor, sub-recipient, or sub-contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts Failure by the contractor to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate Nondiscrimination: The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U S C 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. DBE/SBE Goal: The Disadvantaged Business Enterprise (DBE) goal for this project is 0%. The Small Business Enterprise (SBE) goal for this project is 0%. DBEs and SBEs selected must be TxDOT approved. Race neutral participation is encouraged and can be achieved through various supplier and subcontracting opportunities. Selection Criteria: The Contract will be awarded based on provision of "Best Value" to the Owner "Best Value" is defined as the lowest price for the provision of the highest quality of goods and services in the performance of the work as determined to be most advantageous to the Owner (252.043 Local Government Code) Owner will attempt to negotiate a contract with the most qualified Offeror If the Owner is unable to negotiate a satisfactory scope, schedule or price with the selected Offeror, the Owner may end negotiations with that Offeror and proceed to the next highest ranked Offeror in the order of the ranking until a contract is reached or all proposals are rejected. 8/2019 00100-3 of 4 CITY OF PEARLAND INVITATION TO PROPOSE The Owner may undertake such investigations as he deems necessary to determine the ability of the Offeror to perform the work,the accuracy of information provided and the reputation of the Offeror with former clients. Offeror shall furnish the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Offeror fails to satisfy the Owner that such Offeror is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Proposals containing any Conditional Modifiers will not be accepted. The City of Pearland (Owner) reserves the right to award a contract based on its sole assessment and ranking of the above factors in its own best interests and to reject any or all proposals for any reason. A proposal that has been "opened" may not be changed for the purposes of correcting an error in the proposed price, scope or schedule State Sales Tax. The Owner qualifies for exemption from State and Local Sales Tax pursuant to Section 151.311 of the Texas Tax Code for material incorporated into the project. Crystal Roan City Secretary, City of Pearland First Publication date Wednesday,November 10, 2021 Second Publication date Wednesday,November 17, 2021 8/2019 00100-4 of 4 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS Section 00200 INSTRUCTIONS TO OFFERORS 1 Defined Terms 1 1 The term "Owner" hereinafter is defined as the City of Pearland and is used interchangeably with the term "the City" 1.2 The term "Offeror" means one who submits a Proposal directly to Owner, as distinct from a sub-bidder, who submits a proposal to an Offeror The term "Successful Offeror" means, on the basis of Owner's evaluation as hereinafter provided,the Offeror submitting a proposal that represents, in the Owner's opinion, the Best Value to the City The term "Proposal Documents" includes the Invitation to Propose, Instructions to Offerors, the Proposal (Parts A, B and C), and the proposed Contract Documents (including all Addenda issued prior to receipts of proposals). 1.3 The term "E-bid System" refers to the City's electronic bidding system. This is a web-based system that provides all Proposal Documents electronically to potential Offerors and forms the pathway for interested Offerors to submit proposals in response to advertisement and invitation. The term "e-bid" and/ or "electronic bid" means the Offeror's electronic proposal submitted to the Owner by way of the E-bid System. The terms "electronic bid" or "e-bid" are used inter-changeably to describe the above proposal process to submit an authorized proposal to the City in response to an Invitation to Propose 1 4 The term "Pro-Trak" means the City's web-based contract administration and construction records management system used by involved parties to administer the project. This system serves as the web accessed centralized information distribution hub for document management, pay application processing and record retention for all project documentation. Operational instructions for this system will be issued to the successful Offeror at the pre-Construction Meeting. 1 5 All other definitions set out in the Contract Documents are applicable to terms used in the Proposal Documents. 1 6 Unless otherwise expressly provided herein, all references to "day(s)" shall mean consecutive calendar day(s) 1 7 The term "Alternate(s)" or "Add Alternate(s)" as used interchangeably herein is defined as an additive work item that may be selected or rejected by the Owner based solely on the Owner's acceptance or rejection of the price proposed for this item. Alternate bid prices shall include all labor, material, equipment and overhead costs to perform the work of the Alternate as specified, complete in place When selected by the Owner, the costs for an Alternate shall be added to the Base Proposal and made a part of the Contract price 12-2017 00200- 1 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS 2. Registration for E-bid System 2.1 The Owner' s E-bid System is accessible via the City's web site at https.//pearland.ionwave.net/Logln.aspx. Proposal documents can be viewed by simply selecting a specific project from the BID OPPORTUNITIES list and clicking on that project AFTER registration as a Supplier Potential Offerors MUST REGISTER as a "Supplier" by clicking on the Supplier Registration button and completing the registration form. When prompted to add or remove commodity codes registrants must add the codes listed below. * Building Construction Services,New(Includes Maintenance and Repair Services) * Construction Services,General(Includes Maintenance and Repair Services) * Construction Services,Heavy(Includes Maintenance and Repair Services) * Construction Services,Trade(New Construction) Select the appropriate Time Zone for the Offeror's location and whether that location observes Daylight Savings time. Complete the registration information providing all required contact information and establish password security for the E-bid System. Once complete, "suppliers" will receive emails notifying of proposal opportunities Downloading any project proposal data will automatically place the Offeror's contact information on the list of plan holders list and the E-bid System will automatically send any and all updates, changes or addenda associated with that protect. 2.2 The electronic Proposal can only be submitted through this system. The form can be printed for Offeror's use, but the Proposal MUST be submitted on the electronic form within the E-bid System. 2.3 Questions regarding use of the E-bid System may be directed by email to ebids@pearlandtx.gov 3 Copies of Proposal Documents 3 1 Complete sets of"electronic" Proposal Documents are available for download to registered Offerors at No Cost from the City's E-bid System at: https.//pearland.ionwave.net/Login.aspx. Interested Offerors must register as a "Supplier" on this site in order to receive the Proposal Documents, and all Addenda or other notifications of changes, including communications from the Owner or Engineer All Proposal Documents are available to download and print. 3.2 The Offeror accepts sole responsibility for ensuring that he obtains a full set of these documents by completing the registration and executing a full and complete download of the project documents. Downloading of Proposal Documents automatically ensures receipt of any and all subsequent communications from the City or its Engineer 3.3 Copies of Proposal Documents are available or may be viewed at any of the Plan Houses listed in the Invitation to Propose. It is recommended that all interested Offerors, whether proposing directly to the Owner or Sub-bidders proposing to an Offeror,register as a Supplier and download the project Proposal Documents. 3 4 Complete sets of Proposal Documents must be used in preparing Proposals, neither Owner nor Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Proposal Documents including, but not limited to all Addenda issued prior to bid. 12-2017 00200-2 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS 3.5 Owner and Engineer, in making copies of Proposal Documents available on the above terms, do so only for the purpose of obtaining Proposals on the Work, and do not confer a license or grant for any other use. 3 6 Proposal Documents include but may not be limited to Section 00300 Proposal — Parts A, B and C 4 Examination of Contract Documents and Site 4 1 It is the responsibility of each Offeror before submitting a Proposal, to (a) examine the Proposal Documents thoroughly, (b) visit the site to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local laws and regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Offeror's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors, omissions or discrepancies in the Contract Documents, (f) to recognize and plan for use of the City's "Pro-Trak" software to administer the construction process and perform the work of the project. 4.2 Any reports of explorations and tests of conditions at the site which have been utilized by the Engineer in preparation of the Contract Documents will be made available to Offerors for review, but such reports are not part of the Contract Documents. Offeror may not and should not rely upon the accuracy of the data contained in such reports, interpretations or opinions contained therein, or the completeness thereof, for the purposes of bidding or construction. 4 3 Information and data reflected in the Contract Documents with respect to underground utilities, equipment or other underground facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner does not assume responsibility for the accuracy or completeness thereof. 4 4 Before submitting a Proposal, each Offeror will, at Offeror's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Offeror deems necessary to determine its Proposal prices for performing and furmshing the Work in accordance with the Contract Time, Contract Price and other terms and conditions of the Contract Documents. 4 5 On request in advance, Owner will provide each prospective Offeror access to the site to conduct such explorations and tests as each prospective Offeror deems necessary for submission of a Proposal. Prospective Offerors shall fill all holes, clean up and restore the site to its former condition upon completion of such explorations 12-2017 00200-3 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS 4 6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands, access thereto or contractual arrangements for use by the Contractor required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor Easements for permanent structures or permanent changes in existing structures produced by the work have been obtained and paid for by Owner 4 7 If Contractor's means and methods require the acquisition of Temporary Construction Easements or any access to private property not already included in the above, such access and documentation along with any costs involved shall be the responsibility of the Contractor 4 8 The submission of a Proposal will constitute an incontrovertible representation by Offeror that Offeror has complied with every requirement of this Article 4, that without exception, the Proposal is premised upon performing and furnishing all of the Work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in, required by or reasonably inferred from the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. If the Offeror knows of any discrepancies or omissions in the Contract Documents, he shall notify the Owner and obtain a clarification by Addendum before the proposals are received, and if no such request is received by the Owner prior to the opening of proposals, then it shall be considered that the Offeror fully understands the Work to be performed and has provided sufficient sums in his Proposal to complete the Work in accordance with the Contract Documents. It is further understood that any request for clarification must be submitted in writing no later than five (5) days prior to the opening of proposals. 5 Interpretations and Addenda 5 1 All questions about the meaning or intent of the Contract Documents are to be directed to Engineer via the City's E-bid system during the question period prior to submittal of proposal. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda delivered or transmitted by electronic means to all registered Offerors in the City's E-bid System. Questions received less than five (5) days prior to the date for opening of Proposals may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Proposal Documents as deemed advisable by Owner or Engineer Addenda will automatically be made available to all registered Offerors that have downloaded Proposal Documents from the City's E- bid System. 6 Contract Time 6 1 The number of days in which the Work is to be Substantially Completed, as set forth in the Proposal form and the Standard Form of Agreement, subject to such extension of time as may be due under the terms and conditions of the Contract 12-2017 00200-4 of 12 CITY OFPEARLAND INSTRUCTIONS TO OFFERORS Documents ("Contract Time") All references to "time" or "days" shall be interpreted as consecutive calendar days. 7 Liquidated Damages and Early Completion Bonus 7 1 Provisions for liquidated damages and early completion bonus, if any, are set forth in the Standard Form of Agreement. 8 Substitute or"Or-Equal" Items 8 1 The Contract, if awarded, will be awarded on the basis of the selected materials and equipment described in the Plans or specified in the Specifications without consideration of possible substitute or "or-equal" items. All "or-equal" references shall be interpreted to mean " approved equal" Application for acceptance of any proposed substitution will not be considered by Engineer until after a contract is in place. Offeror shall assume any and all risk associated with the unauthorized substitution of any material of equipment included m or inferred by the plans and specifications. The procedure for submission of any proposed substitution by the Offeror, and its consideration by Engineer,is set forth in the Contract Documents. 9 Proposal Form 9 1 The Proposal form (Section 00300 — Proposal — Parts A, B, C,) is included with the Proposal Documents when downloaded. This Document must be printed and signed, as required below, and then uploaded as an Attachment to the Proposal. All E-bids and Proposals must be submitted on the City's official E-bid System All blanks on the Proposal form must be completed or filled in. The Offeror shall propose for all Alternates, if any Incomplete Proposals will be cause for rejection. Only complete proposals will be considered, scored and ranked. 9.2 Proposals by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied be evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary The corporate address and state of incorporation must be shown below the signature. Once executed, the document is to be uploaded as an attachment to the Proposal. 9.3 Proposals by partnerships must be executed in the partnership name and signed by a general partner, whose title must appear under the signature, and if a corporate general partner, executed as required above for corporations and the official address of the partnership must be shown below the signature All names must be typed or printed below the signature. Once executed, the document is to be uploaded as an attachment to the Proposal. 9 4 The Offeror shall acknowledge receipt of all Addenda (the number of which must be filled in on the Proposal form) 9 5 The address and telephone number for communications regarding the Proposal must be shown on the Proposal form. 12-2017 00200-5 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS 9 6 Bid Security and Bonds Bid Security in the form of Cashier's Check, Certified Check, or Bid Bond payable to the City of Pearland in the amount of 5% of the total base bid price must accompany each proposal. Bidders submitting bids electronically through the E-bid system shall scan and upload a copy of the sealed Bid Bond as an attachment to their bid. 10 Submission of Proposals 10 1 The place, date and/or time designated for opening Proposals may be changed in accordance with applicable laws, codes and ordinances. Any such changes to the Proposal Schedule shall be made by Addenda. Registered Offerors will receive automatic notification through the E-Bid system by email of any and all changes to the bid documents and or dates and times associated with their submittal. 10.2 Electronic Proposals shall be submitted per the requirements, instructions, terms and conditions as stated in the registration and submittal instructions of the City's E-bid System electronic bidding software All Offerors utilizing this system MUST register as a potential supplier E-Bids are submitted directly via the City's Web based system located at https.//pearland.ionwave.net/Login.aspx. Proposals submitted after the proposal date and time will be rejected. Offerors are advised to submit their proposal well in advance of the closing time and to allow for the electronic transfer to complete prior to the closing deadline. 10.3 File Uploads - All electronic files uploaded must be in a common format accessible by software programs the City uses. Those common formats are generally described as Microsoft Word (doc or .docx), Microsoft Excel (.xls or .xlsx), Microsoft Power Point (ppt or pptx), or Adobe Portable Document Format (pdf.) Suppliers will not secure, password protect or otherwise lock uploaded files, the City must be able to open and view the contents of the file. Suppliers will not disable or restrict the ability of the City to print the contents of an uploaded file. Scanned documents or images must be of sufficient quality,no less than 150 dpi, to allow for reading or interpreting the words, drawings, images or sketches. The City has the right to rectify any files deemed to be corrupt that were submitted before the deadline (file sizes of corrupt and resubmitted files must match in file size) The City may disqualify any Submittal Response that does not meet the criteria stated in this paragraph. 11 Modification and Withdrawal of Proposals 11 1 Prior to submission, E-bid Proposals may be modified or withdrawn without prejudice. 11.2 Once submitted, Proposals may only be modified by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to Office of City Purchasing, Finance Department, Community Development, 3523 Liberty Drive, Pearland,Texas 77581 and submitted any time prior to the opening of Proposals. 11.3 An Offeror may not modify or withdraw its Proposal by facsimile or verbal means. A withdrawn Proposal may be resubmitted prior to the designated time for opening Proposals. No proposal may be withdrawn or terminated for a period of nmety (90) days subsequent to the proposal opening date without the consent of the City of Pearland. 12-2017 00200-6 of 12 CITY OFPEARLAND INSTRUCTIONS TO OFFERORS 11 4 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material mistake in the preparation of its Proposal,that Offeror may request to withdraw its Proposal. Thereafter, that Offeror will be disqualified from further proposing on the Project to be provided under the Contract Documents. 12. Opening of Proposals 12.1 Proposals will be opened and (unless obviously non-responsive) read aloud publicly to identify the names of the Offerors and their respective cost proposals, only An abstract of the amounts of the base Proposals and major alternates (if any) will be made available to Offerors after the opening of Proposals through the E-Bid system. Proposals, in their entirety, shall be open for public inspection after the contract is awarded, with the exception of any trade secrets or confidential information contained therein, provided Offeror has expressly identified any specific information contained therein as being trade secrets or confidential information. 13 Proposals to Remain Subject to Acceptance 13 1 All Proposals will remain subject to acceptance for ninety(90) days after the day of the Proposal opening, but Owner may, in its sole discretion, release any Proposal prior to that date. 14 Award of Contract 14 1 Owner reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, schedule or scope and to negotiate contract terms with the Successful Offeror deemed, in Owner's sole opinion, to represent the best value. Owner may reject a bid as non-responsive if: 1) Offeror improperly or illegibly completes or fails to complete all information required by the Proposal Documents; 2) Offeror fails to sign the Proposal or improperly signs the Proposal, 3) Offeror qualifies its Proposal, 4) Offeror tardily or otherwise improperly submits its Proposal, 5) Offeror fails to submit the Contractor's Qualifications or fails to respond to any of the required information requested in Section 00300 Proposal or 6) The Proposal is otherwise non-responsive. 14.2 Best Value The Contract is to be awarded based on provision of"Best Value" to the Owner Upon receipt of the Proposals, the Owner will consider, score and rank all complete proposals in accordance with the following criteria and select the Proposal that offers the best value to the Owner Selection Criteria Point Value 1 Proposed price for performance of the full scope of work 50 2 Experience and qualifications of Offeror's project team 15 12-2017 00200-7 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS 3 Offeror's experience with projects of similar scope, value and complexity 10 4 Completeness of Offeror's project approach narrative and proposed schedule 5 5 Reputation and Offeror's history with proposed sub-contractors/vendors 10 6 Offeror's Quality Assurance Program and Safety Record 5 7 Offeror's financial capacity to adequately fund the work of the project 5 14 3 In determining to whom to award a contract, the City of Pearland may consider, in addition to the above selection criteria, the following Qualifications of Offeror, and each Offeror must be prepared to submit within two (2) days of Owner's request any or all such additional qualifications requested. Failure to provide this information within the specified time frame may be cause for rejection of the Proposal. A contract to be awarded to the Offeror providing the Best Value may be let on either a Lump Sum basis or a Unit Cost basis dependent on the Proposal format. 14 4 Offeror is required to submit for approval a full schedule of values for the project as component of contract negotiations. 14 5 Upon receipt and opening of the proposals, the Owner will score and rank each proposal with respect to the selection criteria contained in this Competitive Sealed Proposal document. After scoring and ranking, an award may be made on the basis of the proposal as submitted,without discussion,clarification or modification, or,the Owner may discuss with the selected Offeror,offers for scope and schedule changes and associated cost reductions and other elements of the responder's proposal. If the Owner determines that it is unable to reach a satisfactory contract with the selected responder, then the Owner will terminate discussions with the selected Offeror and proceed to the next responder in order of selection ranking until a contract is reached or the Owner has rejected all proposals. 14 6 Owner may conduct such investigations as Owner deems necessary to assist in the evaluation of any Proposal and to establish the responsibility, qualifications and financial ability of Offerors,proposed Subcontractors,suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents, to Owner's satisfaction,within the Contract Time. 14 7 Offeror Attendance. The successful Offeror or its representative is required to attend the City Council meeting in which the contract will be considered for award.Owner will establish a schedule for the award with Offeror 15 Contract Security 151 When the Successful Offeror delivers the executed Standard Form of Agreement to Owner, it must include the required Performance, Payment, Maintenance and Surface Correction Bonds (if required) by the Contract Documents. Bonds may be on the forms provided herein or an equal form containing no substantive changes, as determined by Owner 12-2017 00200-8 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS 16 Workers' Classification 16 1Texas Government Code § 2155 001 authorizes a penalty of $200 per misclassified individual to be imposed on a person who contracts for certain services with a governmental entity and fails to properly classify their workers and subcontractors. This is effective January 1,2014 17 Signing of Agreement 17 1 When Owner gives a Notice of Intent to Award to the Successful Offeror, it will be accompanied by the required number of unsigned counterparts of the Standard Form of Agreement, and the required Performance and Payment Bond forms. Within ten (10) days thereafter Contractor shall sign and deliver the required number of counterparts of the Standard Form of Agreement to Owner with the required Bonds. Within ten (10) days thereafter, Owner shall deliver one fully signed counterpart to Contractor There shall be no contract or agreement between Owner and the Successful Offeror until proper execution and attestation of the Standard Form of Agreement by authorized representatives of the Owner 18 Pre-Proposal Conference 18 1 A pre-proposal conference will be held as indicated in the Invitation to Propose Attendance at the pre-proposal conference is MANDATORY to fulfill the prerequisite requirements for Offerors bidding directly to the Owner 19 Retamage 19 1 Provisions concerning retainage are set forth in the Contract Documents. 20 Award 20 1 The contract, if awarded, may be awarded to the eligible Offeror submitting the lowest priced and containing the most advantageous proposal for the Owner, complying with these Instructions to Offerors and other proposal requirements in the Documents. By submitting a Proposal, each Offeror agrees and consents that the Owner, in determining the Successful Offeror and his eligibility for award, may consider the Offeror's experience and facilities, conduct and performance under other contracts,financial condition,reputation in the industry, safety record and other factors as noted, which could affect the Offeror's qualifications to perform the work. 20.2 Pursuant to Statute 2269 151 of the Government Code, the City will evaluate the proposals to deternune which proposal provides the best value for the Owner In making said determination, the Owner will consider Criteria as further defined or explained in these Instructions to Offerors and Bid Proposal, including the Offeror's Approach narrative and project schedule, the qualifications and experience of key personnel, quality assurance program and safety record, prior experience on similar projects, acceptability of selected sub- contractors and financial capacity to adequately fund the work of the project. 20.3 The evaluation will be carried out by an evaluation team consisting of members of the Owner's project team and the Engineering Consultant. These team members will assign a 12-2017 00200-9 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS score to each of the criteria that ranges from 0-5 described as shown below- Score Description 5 Exceeds Expectations full points 4 Above Expectations 3 Meets Expectations 2 Does not quite Meet Expectations 1 Does not meet Expectations 0 Non-responsive 20 4 The average of the team member's individual rating values will be multiplied by the relative weighting points for each of the criteria below, and the total used to rank the Offerors. The Offeror with the highest ranking will be the Offeror considered the Offeror that provides the best responsible value to the Owner and will be recommended to the City for contract award. 20 5 Price=50 points. The Offeror with the lowest proposed price for all work, including all Add or Deductive Alternates, will be awarded Points. All other Offerors will be awarded a score based on a weighted percentage of the difference from the low Offeror 20 6 Experience of Key Personnel= 15 points. Offeror must demonstrate minimal experience with its project team. The three (3) key staff include the Project Manager, General Superintendent and the Scheduler/Buyer or Safety Coordinator Minimal experience required for each Key team member shall be as follows. Project Manager, minimum of ten years verified project management experience on projects of similar size, scope and complexity, minimum one year with Offeror's firm, provide list of prior projects, Superintendent, minimum of ten years verified experience in the industry, minimum of two years with the Offeror's firm,provide list of prior projects. Scheduler/Buyer/Admin,minimum one year experience providing support to the project team and performing duties in support of the project objectives. Provide three recent examples of this team's • experience with projects of similar scope, complexity and value • ability to schedule and phase the work properly to meet an Owner's schedule • ability to adjust or accelerate portions of the schedule to meet Owner's needs • ability to deal with end-users concerns and expectations The Offeror must allocate 100% of the work hours of the General Superintendent to this project. No member of this team may be replaced without notification to the Owner and Owner reserves the right to review experience of any team member replacement and reject to any team member on the grounds of reputation or experience 20 7 Offeror's Qualifications and work history of the Offeror's firm= 10 points. The Offeror is required to provide references for projects of similar scope, value and complexity to 12-2017 00200-10 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS demonstrate its ability to prosecute complex work including high-technology components or similarly complex electrical,mechanical or building components where the subcontractor and Offeror have worked together The Offeror acknowledges that it is in the best interest of the Owner and the Offeror to have the work performed by experienced personnel in each particular construction discipline with particular interest and attention to the following with provided references. 20 8 Approach and Schedule = 5 points. The thoroughness and detail of the Offeror's approach to prosecuting the work and the ability to commit to an acceptable delivery schedule for the completed project in accordance with the Owner's desired schedule The Offeror's experience and commitment to identifying and meeting the specific milestones for the various components of the project as identified in the approach narrative and schedule. The Offeror's approach to dealing with end-users of the project and shifting concerns. Discuss past performance and lessons learned during project close out phase on the three (3) examples of similar scope, complexity and value. Provide the awarded contract amount, final contract amount and explanation of any change orders. Provide a proposed project schedule using Critical Path Method. Offeror must provide a Critical Path summary level schedule for this Project indicating the Offeror's proposed construction schedule. Owner will assess the quality and clarity of the Offeror's work-plan including schedule, logistics/phasing plan, understanding of the work and sensitivity to ongoing operations in the facilities. 20.9 Identification and History with selected Sub-contractors= 10 points. Submit a complete list of selected sub-contractors and the basis for that selection. Provide a brief list of historic relationship with each and a list of projects each sub-contractor has performed with the Offeror Owner reserves the right to contact sub-contractors to discuss details of previous projects. The Sub-Contractor's reputation among other governmental entities, owners, suppliers, and will be considered for awarding of points. Strong consideration will be given to first-hand experience on prior City of Pearland projects. Owner places positive emphasis on long-term relationships between General and Sub-Contractors. 20 10 Quality Assurance Program=2points and Safety Record=3 points for a total=5 points. The Offeror and the subcontractors must provide owner with their Experience Modification Rate (EMR) The Offeror with the lowest EMR will be awarded a 3 rating. Any Offeror with an EMR above 1 0 or with a planned subcontractor with an EMR above 1 0 will be awarded a 0 rating valve. All Offerors will be awarded a value based on their own EMR. The Offeror must provide a summary of the Offeror firm's Quality Assurance Program based on self-performed work and how this plan includes subcontractors. These criteria will be judged separately for a total of 5 points. 20 11 Financial Statement of Offeror = 5 points. Provide audited financial statement consisting of the balance sheet and annual income statement of Offeror for the Offeror's last fiscal year end preceding the submission of the Bid Proposal, which has been audited 12-2017 00200-11 of 12 CITY OF PEARLAND INSTRUCTIONS TO OFFERORS or examined by an independent certified public accountant. The Financial Statement of Offeror shall be used to determine a Offeror's net working capital, which is defined as current assets less current liabilities. An Offeror's net working capital shall be considered evidence of the Offeror's ability to provide sufficient financial management of the project being considered. The Offeror's Financial Statement shall be clearly and conspicuously marked as "confidential", and shall be deemed and treated as confidential and excepted from the Public Information disclosure requirements of Texas Government Code Section 552.001 et seq , as such information, if released, would give advantage to a competitor or bidder, and/or would cause substantial competitive harm to Offeror 20 14 Maximum Possible Score= 100 Points. END OF SECTION 12-2017 00200-12 of 12 1 Ili% CONSTRUCTION CO. I —� - , i s ;4 I • iCl 'r,. ( 1 -al s r, c ‘ IPE---, i 17,9 r i.;... . .y.f. t :......tt ,„ -,,„ . ,,-,-,.. 7--„N____ _.,7- ...,11 7,7. ri-,.6 ..4____: ! 1.-\I' " 1 ' . ,0 -,4,11 .- 1-=,:.; A _•.:..:,::-:-i: 1 ir 3 !'Y I' 1:'' ,1 1, reoa i •.� - 11 JO I•ierA 1 e. } . 'T- ' i .. Fr - . k. r`. `tea ;`,..-T ri n 1 ,} '� �-+ lor , ` -�5�`\'rya , ,,, )1.! .'` y 1 14- r ',1v ',ae/' . tee Sealed Proposal City of Pearland Proposal Number: 0821-57 COP Project No. WA-1901 & WW-2007 BAILEY WATER PLANT IMPROVEMENTS & BAILEY SEWER LINE - VETERANS TO BAILEY WATER PALNT Submitted by' LEM Construction 10849 Kinghurst Street, Suite 150 Houston, Texas 77099 281-495-9550 December 9, 2021 Table of Contents _. Bid Proposal, Bid Security, Statement of Qualifications, & Required Documents. Section 1 Company Background Section 2 Attachment 1 - Part C- Resumes Section 3 Attachment 2 - Part C - Projects the Past 5 Year Section 4 Attachment 3 - Part C - Proposed Approach Section 5 Attachment 4 - Part C - Preliminary Schedule Section 6 Attachment 5 - Part C - History with Subcontractor&Qualifications Section 7 Attachment 6 - Part C - Quality Assurance &Safety Record Section 8 Attachment 7 - Part C - Financial Statement(CONFIDENTIAL). .Section 9 _:a CONSTRUCTION CO. City of Pearland ; Bailey Water Treatment Plant Imp. , ,,,,• - ,-- ."•:.,:---A:54.4: ::.,z4:,F- .--.•,`*'•'.;-iit-A.6.1',Vi 1- ••:I: ., .,...- fttf•-41,r44, - " ..4,.;t..•••: :, • ...-.W.4:4.1,,'„: ,,,,,„„;.•-• •rj-ZY--..?,-,.?,•4•0*,,,,, ,:idiK '•*•-1-?.--: -I ''' 2„ •',,,-•• -p•s-,..0* - .-r3.b•-,:„ --0 treir:-.7:" ,2 74.„,•--",-- „loll r. - ..z..., ,"•,-..!' .--- '-' • r•-----::;7,,... -----4,1,..0.co.... • ... .. .,..,.. --, ' 4 ..., ,-.,..---'-e--- - ,----....,-.7e, iik7:=4=7, -'7,- ' , ----- .....„---,-7._:,,---;7. 1.------', , .A..-- ,47 •‹.- alL.--,..__ .:,,;,,,,,,,,, ___. . ,, ---, r.',1 ,..,) -%,,--..L. ,- , .0,10. _ ' • l'A--gT.A.vT- --- , , _:-..e..;. ::: zy - 1..„...... , .,..au.—le.,, !!,1:: ,1 1 I 1 • ,r ,-.1 11 ,,_.- 1 i . . 11-, ,,-,".4 ._.P ...1. ..i.,4,, 1:" • --.-3—g _. ,_ _ :\-''•'' .' , ' - --,Irkm, ot---7,---__ ___t---,*,\'.$.,..--.))\''124, ° 1 1 MO ' , ': •. ' : . , it• -;rde.,=Fi,—,.. oRk---,,,z!Ati,;,7iti 1 •'...''i •i ,sofvre.,71,f,...,-_-. : _ , . .11 ,i,r•-.,,,,,,,..,..1,-1 ., 4 ....0•„•••,,-...,.. _______,:4, ....1 _ ! •„,,,:.!:•.•,-.i.•. -• :. •j• 7.,-- . • ..,.: 4-..-_,:••••,2i::,::, 0 .;,...,..,_..„ _ IF i 14 :Vriireak,6164e4il 4 i ZZ.,..-4,41. "-; ' 4r,V1 — -: - , -."..fr " ''''') !F-7-747:!',1,:,.7E:,--7-" *.::, . I,''''''' ' -'.,:1. :':-*-r-..,' , . Itt. i; - , At.***- ------ --,- r ,...., .. ,. __., .,_. , • , - , --:,t- - `.3_,--:: ?` -: 4,14-: /..--zr-•,: ....if,74,-;;,.. .,.• • _ --e,,,--i '-i":- '-',1 -'3;''' ., ''....4,,,d'-• F• -'",' --11.,t1:::•"-`;;-,1:-.1.: .i '-*"t '::::;. I' {...,. . .,-Al-X4?*, 1 --. - •'1 gli I z 0 ) II eluewnooa pe-qn bald viii Awnoes ps Bupnioui 0 1g 13 typed lesodoid enmedwo0 popes cm) ) .Wr41 Wij .4„,„AN CONSTRUCTION CO. December 9,2021 Ms. Kayla Dokhani City of Pearland 3519 Liberty Drive Pearland, Texas 77581 Subject: City of Pearland—Bailey Water Treatment Plant Improvements& Sewer Line Veterans to Bailey Water Plant Project No. 0821-57 Competitive Sealed Proposal Dear Ms. Kayla Dokhani, LEM Construction Co.,Inc. (LEM) is pleased to submit this Competitive Sealed Proposal and Bid to the City of Pearland,for the Bailey Water Treatment Plant Improvements& Sewer Line Veterans to Bailey Water Plant. Incorporated in Houston,TX in 1971, LEM is a general contractor that works exclusively in Texas and specializes in construction of water and wastewater treatment and pumping facilities, including both new construction and plant improvements/rehabilitations. With our 50 years of experience in building projects similar in scope to this project,LEM has the resources, skill and understanding of what it takes to successfully deliver the City of Pearland,for the Bailey Water Treatment Plant Improvements&Sewer Line Veterans to Bailey Water Plant. 1 We have prepared a competitive bid and believe that our summary qualifications offer significant best value to the City of Pearland. • Local firm that's delivered quality water and wastewater facilities to Southeast Texas communities for 50 years. • Responsible for construction of some of the area's most significant plants, including much of the City of Houston's 69th Street Wastewater Plant(the region's largest),the first surface water treatment plant for Fort Bend County and the first wastewater treatment plant for The Woodlands. • A track record of self-performing 70%of construction work on most projects,which enhances our ability to exercise control over the budget,change orders and schedule. We hope that you will look favorably on our background and qualifications and give us the opportunity to complete this project for the City of Pearland. Please contact us if you have any questions. Sincerely, LEM CONSTRUCTION CO.,INC tarry W La'i President LEM Construction Co., Inc., 10849 Kinghurst Street, Suite 150, Houston,TX 77099 I Ph.281-495-9550 7 ''�`��• Liberty 1% ' Mutual. SURETY BID BOND KNOW ALL BY THESE PRESENTS,That we, LEM Construction Company, Inc. of 10849 Kinghurst, Ste 150, Houston,TX 77099 (hereinafter called the Principal),as Principal,and Liberty Mutual Insurance Company (hereinafter called the Surety),as Surety are held and firmly bound unto City of Pearland (hereinafter called the Obligee)in the penal sum of Five Percent of Greatest Amount Bid Dollars( 5% GAB ) for the payment of which the Principal and the Surety bind themselves,their heirs,executors,administrators,successors and assigns, jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS,the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Bailey Water Plant Improvements and Bailey Sewer Line-Veterans to Bailey Water Plant NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing,and give bond, if bond is required,with surety acceptable to the Obligee for the faithful performance of the said Contract,then this obligation shall be void,otherwise to remain in full force and effect. Signed and sealed this 9th day of December , 2021 LEM Construction Company, Inc. (Seal) Principal "-a ardenas. Assis nt Secretary Witness .� arty •, I President Title Liberty Mutual Insurance Company Tere rowcroft Surety Secr� ry Witness { By < j� ;/�� Kimberly D. ilson Attorney-in-Fact 1NSU P � Vilt r19120 rd 9SSgcHu5�.aL 9/7 * 0 LMS-10053 05/18 This Power of Attorney limits the acts of those named herein,and they have no authority to ar- bind the Company except in the manner and to the extent herein stated. V. Liberty Liberty Mutual Insurance Company r1*` Mutual. The Ohio Casualty Insurance Company Certificate No: 8201621-970490 West American Insurance Company ' SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Karen Brooks,Susan Palmer,Carol M.Sweeney,Patricia A.Watson,Kimberly D.Wilson all of the city of Houston state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day of July , 2019 Liberty Mutual Insurance Company Pv 1NSUp P,ZY INS& 0\Na1.04 The Ohio Casualty Insurance Company o rco�°Raft�� Q�cocP0eq�y� �?el'°44 +cl West American Insurance Company > 1912 0 oy1919 ei o a 1991 c a) d0 Acnts5 Aa SO NAMes ..b lN°IAMf' D r i4` N N 9j7 * )-` sHl * 1't� SUM * ��d By, _ c David M.Carey,Assistant Secretary ai State of PENNSYLVANIA >. = County of MONTGOMERY ss m ,I..) cm 0 a1 On this 25th day of July , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—I— To aj > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o w a—.i D IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. n -11 "o o as N Q,, oNtvSTOe COMMONWEALTH OF PENNSYLVANIA ide:140 Q Il O �< < Notarial Seal 0'a3ai` ~�o° OF y Teresa Pastella,Notary Public `C; 01 Upper MerionTwp.Montgomery County By' N(13 C to 3 MyCommission Expires March 28,2021 E y L�pa eresa Pastella,Notary Public o m o)o) OTq > Member,Pennsylvania Association of Notaries' d o co o CO F2 O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 6 o.6 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o aa) ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. w o Any officer or other offical of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the=,0 a T President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o0 co 'A c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall, L- have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such"0O o = instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the cc i provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. a. cg ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe;I- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 9th day of December , 2021 I t v 1NSWei sty INS& % tHSU , , J P`e"kiPDoy°m 0 o'P0�'°b o �P osPoR4,74•0 to 1912 0 0 :1919 o" s 1991 a ^ �/cime/oy� it--roes'34cH°a as y0 NAMe' ,ato �Al �MMAW' aa$ By Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 a 4k libe M.0 tti ]1 SURETY TEXAS TEXAS IMPORTANT NOTICE AVIS 0 INIPORTANTE To obtain information or make a complaint: Para obtener informacion o pare sox-peter una queja: You may call toll-free for information or to listed-puede llamar al ntmnero de telefono gratis make a complaint at Para information o pare someter una queja al 1-877 751-2640 1477451-2640 You may also virite to: listed tambienpuedd esoribir a. 2200 Renaissance Blvd.,Ste.400 2200 Renaissance Blvd.,Ste.400 King of Prussia,PA 19406-2755 King of Prussia,PA 19406-2755 You may contact the Texas Department of Puede comunicatse con el Departamento de Insurance to obtain information on companies, Seguros de Texas pars obtener information coverages,rights or complaints at acerca de compan.ias, cobertnras, derechos o 1-800-252-3439 quejas a1 1-800252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Segmos Consumer Protection(111-1A) de Texas Consumer Protection(111-IA) P 0.Box 149091 P Q.Box 149091 Austin,TX 78714-9091 Austin,TX 78114-9091 FAX.(512)490-1007 FAX#(512)490-1007 Web:.http://www tdi.texas.gov Web:http://vvivw.tditexas.gov E--mail:ConsumerProtectionetdi.texas.uov E-mail.ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS S0BREPRI1b1AS 0 RECLAMOS: Should you have a dispute concerning your Si tiena tuna disputa concerniente a au prima o a premium or about a claim you should first tin reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved,you may contact the entonces comunicarse con el depattamento(TDI) Texas DePartrnent of Insiirax e,, ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA. POLICY: This notice is for information only and does not Este aviso es solo pare proposito de informacion become a part or condition of the attached y no se convierte en parte o condition del document. documento adjunto. NP 70 08 09 01 LMSi529210115 CITY OF PEARLAND SEALED COMPETITIVE PROPOSAL Section 00300 SEALED COMPETITIVE PROPOSAL PART A Date• December 9, 2021 Bid of LEM Construction Company. Inc. ,xa[xo[ bx1cu [arbadzip/a corporation organized and existing under the laws of the State of Texas/x makipcx M,i xic ,for the construction of: Bailey Water Plant Improvements and Bailey Sewer Line—Veterans to Bailey Water Plant City of Pearland,Texas COP PN:WA1901 and WW2007 PROPOSAL NO.: 0821-57 (Submitted in Electronic format) To• The Honorable Mayor and City Council of Pearland City of Pearland 3519 Liberty Drive Pearland,Texas 77581 Pursuant to the published Invitation to Propose, and Instructions to Offerors, the undersigned Offeror hereby proposes to perform all the work and furnish all necessary superintendence, labor, machinery,equipment,tools and materials,and whatever else may be necessary to complete all the �} work described in or reasonably inferable from the Contract Documents for the construction of the Bailey WTP Improvements with all related appurtenances, complete, tested, and operational, in accordance with the Plans and Specifications prepared by Enprotec/Hibbs&Todd,Inc.,located at 402 Cedar St.,Abilene, TX 79601,for the unit prices or applicable prices set forth in Part `B",the electronic bid form as contained in the City's E-bid system, which, once fully executed and submitted shall constitute a legal and executable proposal from the Offeror It is understood that,in the event any changes are ordered on any part of the Work,the applicable unit prices shall apply as additions to or deductions from the total prices for the parts of the Work so changed. The Bid Security required under the Instructions to Offerors is included and has been uploaded as an attachment within the E-bid system and,that a fully executed, signed and sealed hard copy has been delivered to the Office of City Purchasing,Finance Department,City Hall Annex 3523 Liberty Drive,Pearland,Texas 77581 The Offeror agrees to submit to the Owner the Qualifications of Offeror, including the Financial Statement of Offeror,as required by the Instructions to Offerors if requested to do so as a condition of the Proposal process. The Offeror binds himself, upon acceptance of his proposal, to execute the Standard Form of Agreement and furnish an acceptable Performance and Payment Bond and Maintenance Bond,each in the amount of one hundred percent (100%) of the total Contract Price, according to the forms included in the Contract Documents,for performing and completing the said work within the time stated and for the prices stated in Part`B"of this proposal along with all required insurance in the required amounts. ,f Offeror's Initial's: UAL 12-2017 00300-1 of 2 CITY OF PEARLAND SEALED COMPETITIVE PROPOSAL The undersigned Offeror agrees to commence work within 10 days of the date of a written Notice to Proceed. It is understood that the Work is to be Substantially Complete within 540 calendar days after the date of the Notice to Proceed. Time for Substantial Completion shall begin on the date established by the Notice to Proceed. The Contractor will pay liquidated damages in the amount(s) specified in Section 00500—Standard Form of Agreement,in the event the Work is not Substantially Complete within the Contract Time. The undersigned agrees that the amounts proposed in this Proposal will not be withdrawn or modified for ninety (90)days following date of Proposal opening, or such longer period as may be agreed to in writing by the City of Pearland and Offeror It is understood that in the event the Successful Offeror fails to enter into the Standard Form of Agreement and/or to furnish an acceptable Performance and Payment Bond and Maintenance Bond, each in the amount of one hundred (100) percent of the Contract Price, along with all required insurance in the stated amounts within ten(10)days of the Notice of Award,the Successful Offeror will forfeit the Bid Security as provided in the Instructions to Offerors. Unless otherwise expressly provided herein,all references to"day(s)"shall mean calendar day(s). The Offeror acknowledges that the following Addenda have been received. The modifications to the Proposal Documents noted therein have been considered and all costs thereto are included in the Proposal prices. Addendum No. 1 Date: 11/22/2021 Addendum No. 3 . Date:12/03/2021 Addendum No. . 2 Date: 12/02/2021 Addendum No. 4 Date:12/06/2021 Offeror hereby represents that the only person or parties interested in this offer as principals are those named. Offeror has not directly or indirectly entered into any agreement,participated in any collusion,or otherwise taken any action in restraint of free competitive bidding. Firm Name: LEM Construction Company, Inc. By- Larry W Laird, II Title: President Address:. 10849 Kinghurst, Suite 150, Houston, Texas 77099 Phone No. 281-495-9550 ATTEST' Paty Cardenas (Seal,if Offeror is a Corporation) (T pe rinted ame)f ignature Date- December 9, 2021 END OF SECTION Offeror's Initial's: LLJt - 12-2017 00300-2 of 2 EXHIBIT'A' BAILEY WATER TREATMENT PLANT IMPROVEMENTS Quantity UOM Description Spec Reference Mgf Name Mfg# Estimated Response GENERAL PKHD 1 Base Bid 1 (WA1901) PKLN 1 1 Base Bid 1 LS MOBILIZATION,BONDS AND INSURANCE(3%MAXIMUM OF PROJECT WA1901) 01505 100,000.00 5,560 LF PREPARE AND OBTAIN APPUCABLE APPROVAL(S)AND IMPLEMENT TRENCH AND 02220 PKLN 1 2 Base Bld EXCAVATION SAFETY PLAN 5,838.00 PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT STORM WATER LS PKLN 1 3 Base Bid 1 POLLUTION PREVENTION PLAN 01565 22,000.00 TRANSMISSION PKHD 2 Base Bld 1 UNE(WA1901) PERFORM CUT,CAP AND CONNECT PROPOSED TRANSMISSION UNE TO EXISTING EA PKLN 2 1 Base Bid 1 WATER LINE LOCATED OUTSIDE MAGNOLIA WTP DIV 2 19,000.00 5,560 FURNISH AND INSTALL 12-INCH C900,OR25 PVC PIPE BY OPEN CUT,AND ALL RELATED DIV.2 AND 15064 PKLN 2 2 Base Bid APPURTENANCES 594,920.00 100 FURNISH AND INSTALL 12-INCH C900,DR25 PVC PIPE WITH STEEL CASING BY DRY DIV.2 AND 15101 PKLN 2 3 Base Bid LF AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES 84,000.00 2 FURNISH AND INSTALL 12-INCH GATE VALVE WITH VALVE BOX,AND ALL RELATED DIV 2 AND 15065 PKLN 2 4 Base Bid APPURTENANCES 8,400.00 FURNISH AND INSTALL 2-INCH COMBINATION AIR RELEASE VALVE,AND ALL RELATED EA PKLN 2 5 Base Bid 1 APPURTENANCES 02640 7,350.00 PERFORM FLUSHING AND PRESSURE TESTING OF THE MAGNOLIA TRANSMISSION LINE PKLN 2 6 Base Bid 1 LS02670 6,300.00 PERFORM DISINFECTION AND BACTERIOLOGICALTESTING OF THE MAGNOLIA LS PKLN 2 7 Base Bid 1 TRANSMISSION UNE 02670 9,450.00 SITE IMPROVEMENTS PKHD 3 Base Bid 1 (WA1901) FURNISH AND INSTALL WESTECH PACKAGES AERALATER SYSTEM,COMPLETE IN PLACE), 11900 AND 1 LS for Two million eight hundred fifty five thousand four hundred sixty three Dollars and APPENDIX A 2,855,463.00 PKLN 3 1 Base Bid Zero Cents per lump sum. FURNISH AND INSTALL SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM for DIV.13 AND 1 LS Two hundred ninety six thousand nine hundred seventy six Dollars and Zero Cents per AppEN01X B 296,976.00 PKLN 3 2 Base Bid lump sum. Extra Work SITE ADDITIONS PKHD 4 Items 1 (WA1901) FURNISH AND INSTALL NEW SECURITY SYSTEMS AT BAILEY AND MAGNOLIA SITES For 1 LS Forty eight thousand four hundred thirty nine Dollars and Ninety one Cents per lump APPENDIX C 48,439.91 PKLN 4 1 Extra Work Items sum. FURNISH AND INSTALL THE OPERATING PLATFORM FOR SUPERVISORY CONTROL AND 1 LS DATA ACQUISITION SYSTEM for Eighteen thousand three hundred thirty four Dollars and APPENDIX D 18,334.00 PKLN 4 2 Extra Work Items Zero Cents per lump sum. — 1 FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR SITE GENERATOR for Eight LS APPENDIX B 8,330.00 PKLN 4 3 Extra Work Items thousand three hundred thirty Dollars and Zero Cents per lump sum. FURNISH AND INSTALL,AS DIRECTED BY OWNER,NEW REMOTE TERMINAL UNITS AT 1 IS MAGNOLIA AND BAILEY SITES for One hundred nine thousand nine hundred eighty nine APPENDIX B 109,989.00 PKLN 4 4 Extra Work items Dollars and Zero Cents per lump sum 1 OWNER'S ALLOWANCE FOR WORK DIRECTED IN WRITING BY THE CITY OF PEARLAND for NSA 250,000.00 LSPKLN 4 5 Extra Work Items Two hundred and fifty thousand Dollars and Zero Cents per lump sum. _ riii,.)1,_ EXHIBIT'A' SANITARY SEWER LINE BAILEY WTP TO RCN Quantity UOM Description Spec Reference Mgf Name Mfg# Estimated Response GENERAL ITEMS PKHD 1 Base Bid 1 (WW2007) PKLN 1 1 Base Bid 1 LS MOBILIZATION,BONDS AND INSURANCE(3%MAXIMUM OF PROJECT WW2007) 01505 225,000.00 3,040 LF PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT TRENCH AND 02220 PKLN 1 2 Base Bid EXCAVATION SAFETY PLAN 3,192.00 PERFORM CONNECTION OF PROPOSED SEWER FORCE MAIN TO EXISTING MANHOLE IN LS PN 1 3 Base Bid 1 THE NATATORIUM PARKING LOT DIV.2 KL 18,000.00 185 LF FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(8-10 VF DIV.2 AND 15064 PKLN 1 4 Base Bid DEPTH)AND ALL RELATED APPURTENANCES 22,200.00 180 FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(OVER 10 VF DIV.2 AND 15064 PKLN 1 6 Base Bid DEPTH)AND ALL RELATED APPURTENANCES 39,960.00 FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE WITH STEEL CASING BY 02410,15064, PKLN 1 5 Base Bid 145 LF DRY AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES AND DIV.2 50,460.00 FURNISH AND INSTALL STANDARD 5-FOOT DIAM.CONCRETE DROP MANHOLE,AND ALL 2 02542 AND DIV.2 PKLN 1 7 Base Bid RELATED APPURTENANCES 30,000.00 FURNISH AND INSTALL EXTRA DEPTH MANHOLE,AND ALL RELATED APPURTENANCES 10 VF 02542 AND DIV.2 PKLN 1 8 Base Bid 5,250.00 2,675 LF FURNISH AND INSTALL 6-INCH C-900,DR-25 PVC PIPE BY OPEN CUT TRENCHING,AND DIV 2 AND 15064 PKLN 1 9 Base Bid AU.RELATED APPURTENANCES 149,800.00 PKLN 1 10 Base Bid 1 LS PERFORM INSPECTION AND TESTING OF SANITARY SEWER LINE DIV.2 3,200.00 FURNISH AND INSTALL SITE CIVIL STRUCTURAL,ARCHITECTURAL,HVAC,PLUMBING, TECHNICAL 1 LS AND ELECTRICAL WORK,INCLUDING EQUIPMENT,PIPING,VALVES,FITTINGS AND ALL SPECIFICATIONS 7,850,600.00 PKLN 1 11 Base Bid RELATED APPURTENANCES,COMPLETE IN PLACE EXTRA WORK EXTRA WORK PKHD 2 ITEMS 1 ITEMS FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR LIFT STATION GENERATOR for 1 LS One thousand one hundred ten Dollars and Zero Cents per lump sum. APPENDIX D 1,110.00 PKLN 2 1 EXTRA WORK ITEMS TOTAL BASE BID(WA1901): 4,009,697.00 TOTAL EXTRA WORK ITEMS(WA19O1): 435,092.91 TOTAL BASE BID(WW2007): 8,397,662.00 TOTAL EXTRA WORK ITEMS(WW2007): 1,110.00 TOTAL PROPOSAL 12,843,561.91 I %ft2IIarC LWL- CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C CONTRACTOR'S QUALIFICATION STATEMENT (Required from ALL OFFORERS) Bailey Water Plant Improvements and Bailey Sewer Submitted in reference to. Line—Veterans to Bailey Water Plant LEM Construction Company, Inc. By• Larry W Laird II Title: President General Offeror Information. The signatory of this questionnaire attests to the truth and accuracy of all statements and of all answers to interrogatories hereinafter made under a penalty of perjury 1.INDIVIDUAL/PARTNERSHIP/CORPORATION/JOINT VENTURE Principal Office Address. 10849 Kinghurst, Suite 150 Houston, Texas 77099 Telephone Number (281 ) 495-9550 Fax Number (281 )495-9995 Email address. Iarryalemconstruction.com Indicate as Applicable: Nov. 12, 1971 A Corporation Axibax ig )&xttdoxiotarad If a Corporation,complete this section: Date of Incorporation. November 12, 1971 State of Incorporation. Texas Chief Executive Officer's Name: Larry W Laird Sr President's Name: Larry W Laird II Vice President's Name(s)• Micah Allison Secretary's Name: Myriam Laird Treasurer's Name: Myriam Laird If a partnership,complete this section. Date of organization: N/A State whether partnership is general or limited. N/A 12-2017 Offeror's Initials: l_LJI- 00300-Part C-1 of 7 Additional Company Background Information in Section 2 of LEM packet CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C Name and address of each partner N/A If an individual,complete this section: Name and business address: N/A All Offerors MUST provide the following information: 1 How many years has your organization been in business as a general contractor under your present business name? 50 Years 2. How many years' experience in this type of construction work has your organization had: (a) as a general contractor? 50 Years (b)as a subcontractor? N/A 3 Are you a member of the BBB,International Standards Organization(ISO),or other quality associations or quality certifying organizations? No 4 Dunn&Bradstreet# 062130687 5 Where is your main office located? 10849 Kinghurst, Suite 150, Houston, Texas 77099 6. Have you ever failed to complete any work awarded to you? No 7 If so,where and why? 2. OFFEROR'S KEY PERSONNEL EXPERIENCE 15 points A Offeror shall provide satisfactory evidence that the minimum qualification requirements are met for each position: 1. Key Personnel Experience-Provide qualifications of the project personnel who will perform key functions. Minimum information to be contained on the resume of-each individual shall include: Years in position,years with Offeror's firm,education, position occupied on each prior assignment,description of duties on each assignment. Provide this information on the following team members below Once identified these team members may not be changed except with written notification and the Owner's approval of any and all replacement personnel. What is the name and percentage of time allocated to the following personnel? For Project Manager Micah Allison 50% For Project Superintendent Dan Norris 100% For Scheduler/Safety Scheduler/Micah Allison 25%, Safety/Mike Harris 25% Provide detailed information regarding each team member's experience on a separate sheet OR provide detailed resume's and add as"Attachment#1 to Part C":Section 3 of LEM Packet 12-2017 Offeror's Initials: UAL. 00300-Part C-2 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 3.OFFEROR'S ORGANIZATIONAL EXPERIENCE 10 points A. Offeror shall provide satisfactory evidence of successful,on-time completion of a minimum of three projects of comparable scope,dollar value and technical complexity as the prime general contractor Projects shall be drawn from work performed within the last five years and shall be examples of"ground-up"construction. If available,examples should include projects performed for governmental entities and in all cases should include the contact information for persons familiar with the project in the employ of the owner at the time of construction. Provision of contacts shall imply your organization's agreement to the Owner contacting those named individuals. Additional information may be provided on a separate sheet.labeled"Attachment 2 to Part C". if required. Dan McGraw, City of Missouri City PROJECT 1. 1522 Texas Parkway,Missouri City, Texas 77489 Owner's Name and Contact Information: Tel: 281-403-8539 Project Name: City of Missouri City- Regional Water Treatment Plant Expansion Phase II Type of facility. Water Treatment Plant Construction Cost: $14,137,750 Scope of Work: See Attachment 2 Part C- Past projects within the last 5 years Year of Completion. February-2021 Location(City and State) Missouri City, Texas PROJECT#2 Tina Yao, City of Houston 611 Walker 15th Floor, Houston, Texas 77002 Owner's Name and Contact Information: Tel: 832-395-2324 Project Name: City of Houston - Groundwater Pkq 2 Type of facility Groundwater Facilities Construction Cost: $5,884,296 Scope of Work: See Attachment 2 Part C - Past projects within the last 5 years Year of Completion. February-2021 Location(City and State) Houston. Texas PROJECT#3 Howard Christian, City of Richmond 402 Morton Street, Richmond, Texas 77469 Owner's Name and Contact Information: Tel: 281-789-9865 Project Name: City of Richmond Surface Water Treatment Plant Type of facility Surface Water Treatment Plant Construction Cost: $16,088,645 Scope of Work: See Attachment 2 Part C - Past projects within the last 5 years Year of Completion. July-2018 Location(City and State) Richmond, Texas See additional information Section 4-Attachment 2 to Part C 12-2017 Offeror's Initials:UAL. 00300-PartC-3of7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 4. OFFEROR'S PROJECT APPROACH 5 points Additional information may be provided on a separate sheet labeled"Attachment 3 to Part C„• if required. A. Provide a brief description of your firm's approach to the work? Explain,in detail,any portions of the Work that will be particularly challenging. See Section 5-Attachment 3 to Part C B Explain your methodology for performing the proposed work,including Cost and Schedule control.Add extra sheets as required. See Section 5-Attachment 3 to Part C C. What portions of the work will your firm self-perform? See Section 5 -Attachment 3 to Part C D Attach Critical Path milestone schedule,attach on separate sheet, label "Attachment 4 to Part C"- Section 6 of LEM packet 12-2017 Offeror's Initials: (,WL 00300-Part C-4 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 5.IDENTIFICATION&HISTORY WITH SUB-CONTRACTORS 10 points Offeror proposes the following subcontractors to be used for the Project(list others as applicable). List ALL major Sub-contractors(Mechanical,Electrical,Plumbing, Structural and Civil as a minimum)and any Specialty Item Sub-contractors or any subcontractor scheduled to perform 5 percent or more of the Project work. Provide a brief history of your firm's association with listed Sub-Contractors over the last FIVE YEARS on a separate sheet labeled"Attachment 5 to Part C". Provide three references for each Sub-Contractor along with contact information. No changes to proposed Sub-Contractors may be made without Owner's approval. The information provided will be used in the evaluation of the Offeror The references shall include name of project, Owner contact information,and Engineer contact information if available. TABLE 00300-2 SCHEDULE OF SUBCONTRACTORS $VALUE OF PERCENTAGE SUBCONTRACTOR SPECIALTY CONTRACT OF WORK 1 Prime Controls Instrumentation & Controls $425,299 00 3.31% 2.EP Brady LTD Underground Utilities $1,081,590 00 8.42% 3-Macaulay Controls Chemical Feed $579,850.00 4.51% 4 Andrew Jordan Electrical $1,413,964 00 11.01% 5•SIL Plumbing Plumbing $84,581.00 0.66% 6.Mechanical Self Performed N/A N/A 7 Structural Self Performed N/A N/A 8. Civil Self Performed N/A N/A 9. 10. On a separate sheet labeled as "Attachment 5 to Part C"per above instructions: A.Provide a brief description of your firm's history with each of your proposed major Sub- contractors? See Section 7- attachment 5 to Part C B. Provide references major Sub-contractors. See Section 7-attachment 5 to Part C 12-2017 Offeror's Initials: DAL 00300-PartC-5of7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 6. QUALITY ASSURANCE AND SAFETY RECORD 5 points 6.1 QUALITY ASSURANCE PROGRAM 2 points A. Describe your firm's methodology for ensuring quality control over sub-contracted work. LEM holds weekly subcontractors meetings with Subs currently working on the project, or soon to be working there. These meetings are key to work coordination outside of sending the updated schedule. We have found the getting these subs involved early on with coordination and quality control expectations helps mitigate the potential for workmanship issues B. What quality assurance components does your firm put in place with self-performed work? On a project such as this, the onsite Superintendent is our primary manager for quality control for LEM work. We have given our supervisors the trust to make sure LEM work is within the LEM standard using years of practice as well as written QA/QC checklists- concrete form work, and embed checklists as a example. These documents force one to check work procedures to ensure compliance with the project specifications and LEM quality standards. See Section 8 for LEM Quality Control Program C. Are you currently in litigation concerning any of your projects or have you litigated any owner in the last five years? Explain No 6.2 SAFETY QUESTIONAIRE 3 points A.List your Firm's Worker's Compensation Insurance Experience Modification Rate for the three most recent years as evidenced in Workmen's Compensation Insurance premiums. If your company is not Interstate rated,provide your intrastate EMR. 26lk9t: 2019: .65 klibbt 2020: .72 Mk: 2021. 1.04 The above-mentioned information should be confirmed by a letter from your Worker Compensation Insurance Carrier _ 12-2017 Offeror's Initials: L.1+ 00300-Part C-6 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PARTC " , B.Are accident reports(OSHA 300)and report summaries sent to the following?And if so,how often? • Field Superintendent: Yes, As soon as the investigation is complete • Vice President—Operations: Yes,As soon as the investigation is complete • President of Firm. Yes, As soon as the investigation is complete C.How are accident records and summaries kept? How often are they reported? As soon as they occur-OSHA 300 & OSHA 300A • Accidents totaled for entire Company and internal company job records • Accidents totaled for Project:Yes, Internal records quarterly • Accidents Totaled by Superintendent and/or Foreman. Yes, Internal records monthly D Existing Safety and Orientation Programs. • Summarize and submit the Offeror firm's safety program execution plan(1 page). Outline the training requirements and frequency, meeting types and frequency,and personnel responsible for executing the plan on site as a minimum. See Section 8 for further Safety Documents 7 OFFEROR'S FINANCIAL STATEMENT 5 points Provide audited financial statement consisting of the balance sheet and annual income statement of Offeror for the Offeror's last fiscal year end preceding the submission of the Proposal,which has been audited or examined by an independent certified public accountant. The Financial Statement of Offeror shall be used to determine an Offeror's net working capital,which is defined as current assets less current liabilities. An Offeror's net working capital shall be considered evidence of the Offeror's ability to provide sufficient fmancial management of the project being considered. The Offeror's Financial Statement shall be clearly and conspicuously marked as "confidential",and shall be deemed and treated as confidential and excepted from the Public Information disclosure requirements of Texas Government Code Section 552.001 et seq., as such information,if released,would give advantage to a competitor or bidder,and/or would cause substantial competitive harm to Offeror See Section 9 -Attachment 7 to Part C Marked "CONFIDENTIAL" END OF SECTION 12-2017 Offeror's Initials: DA.. _ 00300-Part C-7 of 7 CITY OF PEARLAND SEALED COMPETITIVE PROPOSAL Section 00300 SEALED COMPETITIVE PROPOSAL PART A Date: December 9, 2021 Bid of LEM Construction Company, Inc. , xxxxiiiioa xk andoxxbrop/a corporation organized and existing under the laws of the State of Texas/wancieaxkvcxxxxixkopo 6c , for the construction of: Bailey Water Plant Improvements and Bailey Sewer Line—Veterans to Bailey Water Plant City of Pearland, Texas COP PN. WA1901 and WW2007 PROPOSAL NO • 0821-57 (Submitted in Electronic format) To The Honorable Mayor and City Council of Pearland City of Pearland 3519 Liberty Dnve Pearland, Texas 77581 Pursuant to the published Invitation to Propose, and Instructions to Offerors, the undersigned Offeror hereby proposes to perform all the work and furnish all necessary superintendence, labor, machinery, equipment, tools and materials, and whatever else may be necessary to complete all the work described in or reasonably inferable from the Contract Documents for the construction of the Bailey WTP Improvements with all related appurtenances, complete, tested, and operational, in accordance with the Plans and Specifications prepared by Enprotec/Hibbs&Todd, Inc., located at 402 Cedar St., Abilene, TX 79601, for the unit prices or applicable prices set forth in Part `B", the electronic bid form as contained in the City's E-bid system, which, once fully executed and submitted shall constitute a legal and executable proposal from the Offeror It is understood that, in the event any changes are ordered on any part of the Work, the applicable unit prices shall apply as additions to or deductions from the total prices for the parts of the Work so changed. The Bid Security required under the Instructions to Offerors is included and has been uploaded as an attachment within the E-bid system and, that a fully executed, signed and sealed hard copy has been delivered to the Office of City Purchasing,Finance Department,City Hall Annex 3523 Liberty Drive, Pearland, Texas 77581 The Offeror agrees to submit to the Owner the Qualifications of Offeror, including the Financial Statement of Offeror, as required by the Instructions to Offerors if requested to do so as a condition of the Proposal process. The Offeror binds himself, upon acceptance of his proposal, to execute the Standard Form of Agreement and furnish an acceptable Performance and Payment Bond and Maintenance Bond, each in the amount of one hundred percent (100%) of the total Contract Price, according to the forms included in the Contract Documents, for performing and completing the said work within the time stated and for the prices stated in Part `B" of this proposal along with all required insurance in the required amounts. Offeror's Initial's: 1'l%,. 12-2017 00300- 1 of 2 CITY OF PEARLAND SEALED COMPETITIVE PROPOSAL The undersigned Offeror agrees to commence work within 10 days of the date of a wntten Notice to Proceed. It is understood that the Work is to be Substantially Complete within 540 calendar days after the date of the Notice to Proceed. Time for Substantial Completion shall begin on the date established by the Notice to Proceed. The Contractor will pay liquidated damages in the amount(s) specified in Section 00500—Standard Form of Agreement,in the event the Work is not Substantially Complete within the Contract Time. The undersigned agrees that the amounts proposed in this Proposal will not be withdrawn or modified for ninety (90) days following date of Proposal opening, or such longer penod as may be agreed to in writing by the City of Pearland and Offeror It is understood that in the event the Successful Offeror fails to enter into the Standard Form of Agreement and/or to furnish an acceptable Performance and Payment Bond and Maintenance Bond, each in the amount of one hundred (100) percent of the Contract Price, along with all required insurance in the stated amounts within ten(10) days of the Notice of Award,the Successful Offeror will forfeit the Bid Security as provided in the Instructions to Offerors. Unless otherwise expressly provided herein, all references to "day(s)" shall mean calendar day(s) The Offeror acknowledges that the following Addenda have been received. The modifications to the Proposal Documents noted therein have been considered and all costs thereto are included in the r— Proposal prices. Addendum No 1 Date: 11/22/2021 Addendum No 3 Date.12-3-2021 Addendum No. 2 Date: 12/02/2021 Addendum No 4 Date 12-6-2021 Offeror hereby represents that the only person or parties interested in this offer as principals are those named. Offeror has not directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding. Firm Name. LEM Construction Company, Irk ay• Larry W Laird, II Title: President Address. 10849 Kinghurst, Suite 150, Houston, Texas 77099 Phone No• 281-495-9550 ATTEST P.aty Cardenas (Seal,if Offeror is a Corporation) Ty-1; prted Na e) Signature Date: December 9, 2021 END OF SECTION Offeror's Initial's.UAL- 12-2017 00300-2 of 2 E)1 A' BAILEY WATER TREATMENT PLANT IMPROVEMENTS Quantity UOM Description Spec Reference Mgf Name Mfg# Estimated Response GENERAL PKHD 1 Base Bid 1 (WA1901) PKLN 1 1 Base Bid 1 IS MOBILIZATION,BONDS AND INSURANCE(3%MAXIMUM OF PROJECT WA1901) 01505 100,000.00 5,560 LF PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT TRENCH AND 02220 PKLN 1 2 Base Bid EXCAVATION SAFETY PLAN 5,838.00 _ PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT STORM WATER LS PKLN 1 3 Base Bid 1 POLLUTION PREVENTION PLAN 01565 22,000.00 TRANSMISSION PKHD 2 Base Bid 1 LINE(WA1901) PERFORM CUT,CAP,AND CONNECT PROPOSED TRANSMISSION LINE TO EXISTING PKLN 2 1 Base Bid 1 EA WATER LINE LOCATED OUTSIDE MAGNOLIA WTP DIV 2 19,000.00 5,560 LF FURNISH AND INSTALL 12-INCH C900,DR25 PVC PIPE BY OPEN CUT,AND ALL RELATED DIV 2 AND 15064 PKLN 2 2 Base Bid APPURTENANCES 594,920.00 100 FURNISH AND INSTALL 12-INCH C900,DR25 PVC PIPE WITH STEEL CASING BY DRY DIV 2 AND 15101 PKLN 2 3 Base Bid LF AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES 84,000.00 FURNISH AND INSTALL 12-INCH GATE VALVE WITH VALVE BOX,AND ALL RELATED 2 EA DIV 2 AND 15065 PKLN 2 4 Base Bid APPURTENANCES 8,400.00 FURNISH AND INSTALL 2-INCH COMBINATION AIR RELEASE VALVE,AND ALL RELATED EA PKLN 2 5 Base Bid 1 APPURTENANCES 02640 7,350.00 PERFORM FLUSHING AND PRESSURE TESTING OF THE MAGNOLIA TRANSMISSION LINE LS PKLN 2 6 Base Bid 1 02670 6,300.00 PERFORM DISINFECTION AND BACTERIOLOGICAL TESTING OF THE MAGNOLIA LS PKLN 2 7 Base Bid 1 TRANSMISSION LINE 02670 9,450.00 Sit E IMPROVEMENTS PKHD 3 Base Bid 1 (WA1901) FURNISH AND INSTALL WESTECH PACKAGES AERALATER SYSTEM,COMPLETE IN PLACE), 1 LS for Two million eight hundred fifty five thousand four hundred sixty three Dollars and 11900 AND 2,855,463.00 PKLN 3 1 Base Bid Zero Cents per lump sum. APPENDIX A FURNISH AND INSTALL SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM for 1 LS Two hundred ninety six thousand nine hundred seventy six Dollars and Zero Cents per DIV 13 AND 296,976.00 PKLN 3 2 Base Bid lump sum. APPENDIX B Extra Work SITE ADDITIONS PKHD 4 Items 1 (WA1901) FURNISH AND INSTALL NEW SECURITY SYSTEMS AT BAILEY AND MAGNOLIA SITES for 1 IS Forty eight thousand four hundred thirty nine Dollars and Ninety one Cents per lump APPENDIX C 48,439.91 PKLN 4 1 Extra Work Items sum. FURNISH AND INSTALL THE OPERATING PLATFORM FOR SUPERVISORY CONTROL AND 1 LS DATA ACQUISITION SYSTEM for Eighteen thousand three hundred thirty four Dollars and APPENDIX D 18,334.00 PKLN 4 2 Extra Work Items Zero Cents per lump sum. 1 FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR SITE GENERATOR for Eight LS APPENDIX B 8,330.00 PKLN 4 3 Extra Work Items thousand three hundred thirty Dollars and Zero Cents per lump sum. FURNISH AND INSTALL,AS DIRECTED BY OWNER,NEW REMOTE TERMINAL UNITS AT 1 LS MAGNOLIA AND BAILEY SITES for One hundred nine thousand nine hundred eighty nine APPENDIX B 109,989.00 PKLN 4 4 Extra Work Items Dollars and Zero Cents per lump sum OWNER'S ALLOWANCE FOR WORK DIRECTED IN WRITING BY THE CITY OF PEARLAND for 250,000.00 PKLN 4 5 Extra Work Items 1 Two hundred and fifty thousand Dollars and Zero Cents per lump sum. N/A El "A' SANITARY SEWER LINE-BAILEY WTP TO RCN Quantity UOM Description Spec Reference Mgt Name Mfg# Estimated Response GENERAL ITEMS PKHD 1 Base Bid 1 (WW2007) PKLN 1 1 Base Bid 1 LS MOBILIZATION,BONDS AND INSURANCE(3%MAXIMUM OF PROJECT WW2007) 01505 225,000.00 3,040 LF PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT TRENCH AND 02220 PKLN 1 2 Base Bid EXCAVATION SAFETY PLAN 3,192.00 PERFORM CONNECTION OF PROPOSED SEWER FORCE MAIN TO EXISTING MANHOLE IN LS PKLN 1 3 Base Bid 1 THE NATATORIUM PARKING LOT DIV 2 18,000.00 185 LF FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(8-10 VF DIV 2 AND 15064 PKLN 1 4 Base Bid DEPTH)AND ALL RELATED APPURTENANCES 22,200.00 180 LF FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(OVER 10 VF DIV 2 AND 15064 PKLN 1 6 Base Bid DEPTH)AND ALL RELATED APPURTENANCES 39,960.00 FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE WITH STEEL CASING BY 02410,15064, PKLN 1 5 Base Bid 145 LF DRY AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES AND DIV 2 50,460.00 FURNISH AND INSTALL STANDARD 5-FOOT DIAM.CONCRETE DROP MANHOLE,AND ALL 2 EA 02542 AND DIV 2 PKLN 1 7 Base Bid RELATED APPURTENANCES 30,000.00 FURNISH AND INSTALL EXTRA DEPTH MANHOLE,AND ALL RELATED APPURTENANCES 10 VF 02542 AND DIV 2 PKLN 1 8 Base Bid 5,250.00 2,675 LF FURNISH AND INSTALL 6-INCH C-900,DR-25 PVC PIPE BY OPEN CUT TRENCHING,AND DIV 2 AND 15064 PKLN 1 9 Base Bid ALL RELATED APPURTENANCES 149,800.00 PKLN 1 10 Base Bid 1 LS PERFORM INSPECTION AND TESTING OF SANITARY SEWER LINE DIV 2 3,200.00 FURNISH AND INSTALL SITE CIVIL,STRUCTURAL,ARCHITECTURAL,HVAC,PLUMBING, TECHNICAL 1 LS AND ELECTRICAL WORK,INCLUDING EQUIPMENT,PIPING,VALVES,FITTINGS AND ALL SPECIFICATIONS 7,850,600.00 PKLN 1 11 Base Bid RELATED APPURTENANCES,COMPLETE IN PLACE EXTRA WORK EXTRA WORK PKHD 2 ITEMS 1 ITEMS FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR LIFT STATION GENERATOR for 1 LS One thousand one hundred ten Dollars and Zero Cents per lump sum. APPENDIX D 1,110.00 PKLN 2 1 EXTRA WORK ITEMS TOTAL BASE BID(WA1901): 4,009,697.00 TOTAL EXTRA WORK ITEMS(WA1901): 435,092.91 TOTAL BASE BID(WW2007): 8,397,662.00 TOTAL EXTRA WORK ITEMS(WW2007): 1,110.00 TOTAL PROPOSAL 12,843,561.91 OM At tttotyzed S' aturc CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C CONTRACTOR'S QUALIFICATION STATEMENT (Required from ALL OFFORERS) Bailey Water Plant Improvements and Bailey Sewer Submitted m reference to Line—Veterans to Bailey Water Plant LEM Construction Company, Inc. By Larry W Laird II Title: President General Offeror Information. The signatory of this questionnaire attests to the truth and accuracy of all statements and of all answers to interrogatories hereinafter made under a penalty of perjury 1.INDIVIDUAL/PARTNERSHIP/CORPORATION/JOINT VENTURE Prmcipal Office Address. 10849 Kinghurst, Suite 150 Houston, Texas 77099 Telephone Number (281 ) 495-9550 Fax Number (281 ) 495-9995 Email address. larry(c lemconstruction.com Indicate as Applicable: Nov. 12, 1971 A Corporation AxituttiosbiA ancicdorad If a Corporation, complete this section: Date of Incorporation. November 12, 1971 State of Incorporation. Texas Chief Executive Officer's Name: Larry W Laird Sr President's Name: Larry W Laird II Vice President's:Name(s): Micah Allison Secretary's Name: Myriam Laird Treasurer's Name: Myriam Laird If a partnership, complete this section. Date of organization. N/A State whether partnership is general or limited. N/A 12-2017 Offeror's Initials: I.b.IL 00300-Part C-1 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C Name and address of each partner N/A If an individual, complete this section. Name and busmess address. N/A All Offerors MUST provide the following information: 1 How many years has your organization been in busmess as a general contractor under your present busmess name? 50 Years 2. How many years' experience m this type of construction work has your organization had. (a) as a general contractor? 50 Years (b)as a subcontractor? N/A 3 Are you a member of the BBB,International Standards Organization(ISO), or other quality associations or quality certifying organizations? No 4 Dunn&Bradstreet# 062130687 5 Where is your main office located? 10849 Kinghurst, Suite 150, Houston, Texas 77099 6. Have you ever failed to complete any work awarded to you? No 7 If so,where and why? 2. OFFEROR'S KEY PERSONNEL EXPERIENCE 15 points A Offeror shall provide satisfactory evidence that the minimum qualification requirements are met for each position. 1. Key Personnel Experience-Provide qualifications of the project personnel who will perform key functions. Minimum information to be contamed on the resume of each individual shall include: Years m position,years with Offeror's firm, education, position occupied on each prior assignment, descnption of duties on each assignment. Provide this information on the following team members below Once identified these team members may not be changed except with written notification and the Owner's approval of any and all replacement personnel. What is the name and percentage of time allocated to the following personnel? For Project Manager Micah Allison 50% For Project Superintendent Dan Norris 100% For Scheduler/Safety Scheduler/Micah Allison 25%, Safety/Mike Harris 25% Provide detailed information regarding each team member's experience on a separate sheet OR provide detailed resume's and add as"Attachment#1 to Part C". 12-2017 Offeror's Initials:l..WV 00300-Part C-2 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 3. OFFEROR'S ORGANIZATIONAL EXPERIENCE 10 points A. Offeror shall provide satisfactory evidence of successful,on-time completion of a minimum of three projects of comparable scope, dollar value and technical complexity as the prime general contractor Projects shall be drawn from work performed within the last five years and shall be examples of"ground-up"construction. If available, examples should mclude projects performed for governmental entities and m all cases should mclude the contact information for persons familiar with the project m the employ of the owner at the time of construction. Provision of contacts shall imply your orgamzation's agreement to the Owner contacting those named individuals. Additional information may be provided on a separate sheet labeled"Attachment 2 to Part LI if required. Dan McGraw, City of Missouri City PROJECT 1. 1522 Texas Parkway,Missouri City, Texas 77489 Owner's Name and Contact Information. Tel: 281-403-8539 Project Name: City of Missouri City- Regional Water Treatment Plant Expansion Phase II Type of facility- Water Treatment Plant Construction Cost: $14,137,750 Scope of Work: See Attachment 2 Part C - Past projects within the last 5 years Year of Completion. February-2021 Location(City and State) Missouri City, Texas PROJECT#2 Tina Yao, City of Houston 611 Walker 15th Floor, Houston, Texas 77002 Owner's Name and Contact Information. Tel- 832-395-2324 Project Name: City of Houston - Groundwater Pkg 2 Type of facility- Groundwater Facilities Construction Cost: $5,884,296 Scope of Work: See Attachment 2 Part C - Past projects within the last 5 years Year of Completion. February-2021 Location(City and State) Houston. Texas PROJECT#3 Howard Christian, City of Richmond 402 Morton Street, Richmond, Texas 77469 Owner's Name and Contact Information. Tel. 281-789-9865 Project Name: City of Richmond Surface Water Treatment Plant Type of facility- Surface Water Treatment Plant Construction Cost: $16.088,645 Scope of Work: See Attachment 2 Part C - Past projects within the last 5 years Year of Completion. July-2018 Location(City and State)- Richmond, Texas See additional information Labled Attachment 2 of Part C 12-2017 Offeror's Initials: j,IUL- 00300-Part C-3 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 4. OFFEROR'S PROJECT APPROACH 5 points Additional mformation may be provided on a separate sheet labeled"Attachment 3 to Part C",if required. A. Provide a bnef description of your firm's approach to the work? Explain,in detail, any portions of the Work that will be particularly challengmg. See Attachment 5 -Attachment 3 to Part C B Explain your methodology for performing the proposed work, including Cost and Schedule control. Add extra sheets as required. See Section 5 -Attachment 3 to Part C C. What portions of the work will your firm self-perform? See Section 5 -Attachment 3 to Part C D Attach Critical Path milestone schedule, attach on separate sheet, label"Attachment 4 to Part C" Section 6 of LEM packet 12-2017 Offeror's Initials: t,l�a� 00300-Part C-4 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITWE PROPOSAL PART C 5.IDENTIFICATION&HISTORY WITH SUB-CONTRACTORS 10 points Offeror proposes the followmg subcontractors to be used for the Project(list others as applicable). List ALL major Sub-contractors (Mechanical, Electrical, Plumbmg, Structural and Civil as a minimum) and any Specialty Item Sub-contractors or any subcontractor scheduled to perform 5 percent or more of the Project work. Provide a brief history of your firm's association with listed Sub-Contractors over the last FIVE YEARS on a separate sheet labeled"Attachment 5 to Part C". Provide three references for each Sub-Contractor along with contact information. No changes to proposed Sub-Contractors may be made without Owner's approval. The mformation provided will be used in the evaluation of the Offeror The references shall mclude name of project, Owner contact information, and Engineer contact information if available. TABLE 00300-2 SCHEDULE OF SUBCONTRACTORS $VALUE OF PERCENTAGE SUBCONTRACTOR SPECIALTY CONTRACT OF WORK 1 Prime Controls Instrumentation & Controls $425,299 00 3 31% 2. EP Brady LTD Underground Utilities $1,081,590 00 8 42% 3 Macaulay Controls Chemical Feed $579,850 00 4.51% 4 Andrew Jordan Electrical $1,413,964 00 11 01% 5 SIL Plumbing Plumbing $84,581 00 0 66% 6.Mechanical Self Performed N/A N/A 7 Structural Self Performed N/A N/A 8. Civil Self Performed N/A N/A 9 10. On a separate sheet labeled as"Attachment 5 to Part C"per above instructions. A.Provide a brief description of your firm's history with each of your proposed major Sub- contractors? See Section 7 -attachment 5 to Part C B Provide references major Sub-contractors. See Sectio 7 - attachment 5 to Part C 12-2017 Offeror's Initials:LL L.. 00300-Part C-5 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C 6. QUALITY ASSURANCE AND SAFETY RECORD 5 points 6.1 QUALITY ASSURANCE PROGRAM 2 points A. Describe your firm's methodology for ensuring quality control over sub-contracted work. LEM holds weekly subcontractors meetings with Subs currently working on the project, or soon to be working there These meetings are key to work coordination outside of sending the updated schedule. We have found the getting these subs involved early on with coordination and quality control expectations help mitigate the potential for workmanship issues. B What quality assurance components does your firm put in place with self-performed work? On a project such as this, the onsite Superintendent is our primary manager for quality control for LEM work. We have iven our supervisors the trust to make sure LEM work is within the LEM standard using years of practice as well as written QA/QC checklists - concrete form work, and embed checklists as a example. These documents force one to check work procedures to ensure compliance with the project specifications and LEM quality standards. See Section 8 for LEM Quality Control Program C Are you currently in litigation concerning any of your projects or have you litigated any i owner in the last five years? Explain No 6.2 SAFETY QUESTIONAIRE 3 points A. List your Firm's Worker's Compensation Insurance Experience Modification Rate for the three most recent years as evidenced m Workmen's Compensation Insurance premiums. If your company is not Interstate rated,provide your mtrastate EMR. Zi : 2019: 65 2tiot 2020: .72 2021 1.04 The above-mentioned mformation should be confirmed by a letter from your Worker Compensation Insurance Carrier 12-2017 Offeror's Initials: LWL 00300-Part C-6 of 7 CITY OF PEARLAND PROPOSAL SEALED COMPETITIVE PROPOSAL PART C B.Are accident reports(OSHA 300)and report summaries sent to the followmg?And if so,how often? • Field Superintendent: Yes. As soon as the investigation is complete • Vice President—Operations. Yes, As soon as the investigation is complete • President of Firm. Yes, As soon as the investigation is complete C.How are accident records and summaries kept? How often are they reported? As soon as they occur- OSHA 300 & OSHA 300A • Accidents totaled for entire Company-and internal company job records • Accidents totaled for Project:Yes, Internal records quarterly • Accidents Totaled by Superintendent and/or Foreman. Yes, Internal records monthly D Existing Safety and Orientation Programs. • Summarize and submit the Offeror firm's safety program execution plan(1 page). Outline the training requirements and frequency,meeting types and frequency, and personnel responsible for executing the plan on site as a minimum. 7 OFFEROR'S FINANCIAL STATEMENT 5 points Provide audited financial statement consisting of the balance sheet and annual mcome statement of Offeror for the Offeror's last fiscal year end preceding the submission of the Proposal,which has been audited or examined by an independent certified public accountant. The Financial Statement of Offeror shall be used to determine an Offeror's net working capital,which is defined as current assets less current liabilities. An Offeror's net working capital shall be considered evidence of the Offeror's ability to provide sufficient financial management of the project being considered. The Offeror's Financial Statement shall be clearly and conspicuously marked as "confidential", and shall be deemed and treated as confidential and excepted from the Public Information disclosure requirements of Texas Government Code Section 552.001 et seq., as such information, if released,would give advantage to a competitor or bidder, and/or would cause substantial competitive harm to Offeror See Section 9-Attachment 7 to Part C Marked "CONFIDENTIAL" END OF SECTION 12-2017 Offeror's Initials:LLLi 00300-Part C-7 of 7 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006,Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. LEM Construction Company, Inc. Q1 nCheck this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. None Name of Officer J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A).'Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described.Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes X No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? nYes n No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. None flCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). Dec. 9,2021 tgnahire.w. Laird ndor do' b the governmental entity Date ll, Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B). (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if. (2) the vendor (A) has an employment or other business relationship with the local government officer or a family member of,the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts ,J that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor Local.Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A), (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1),or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of- (1) the date that the vendor (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer +� Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE As of January 1, 2006, the Texas Local Government Code Chapter 176 requires all vendors and potential vendors who contract or seek to contract for the sale or purchase of property, goods, or services with any local government to complete and submit a Conflict of Interest Questionnaire. In filling out the questionnaire, the following are current City Council members and City employees who may either recommend or approve bid awards City Council Mayor Kevin Cole Councilmember Adrian Hernandez Councilmember Luke Orlando Councilmember Tony Carbone Councilmember Alex Kamkar Councilmember J David Little Councilmember Trent Perez Councilmember Woody Owens City Staff City Manager Clay Pearson Chief Financial Officer Amy Johnson Purchasing Officer Sheila Baker 1Yos. ' rf qRe. - v _. iplEmAND ESP, t 8`) Contractor Questionnaire Yes No 111 n 1. Has the City of Pearland or other governmental entity incurred costs as a result of contested change order(s)from the undersigned company? ElEl 2. Has the City of Pearland or other governmental entity been involved in litigation relative to contract'performance with the undersigned company? nEl 3. Has the undersigned company failed to meet bid specifications or time limits on other contracts? n111 4. Has the undersigned company abandoned a contract or refused to perform without legal cause after submitting a bid? 5. Has the undersigned company had bidding errors or omissions in two or more bid submissions within a thirty six(36) month period? 111 6. Has the undersigned company failed to perform or performed unsatisfactory on two or more contracts within a thirty six(36)month period? 7 Does the undersigned company have adequate equipment,personnel and expertise to complete the proposed contract? LJLI 8. Does the undersigned company have a record of safety violations in two or more contracts within a thirty six(36) month period? nI J 9. Does the undersigned have a criminal offense as an incident to obtaining or attempting to obtain a public or private contractor subcontract,or in the performance of such a contract or subcontract within a ten(10)year period? n10. Has the undersigned company been convicted of a criminal offense within a ten(10)year period of embezzlement, theft,bribery,falsification or destruction of records,receiving stolen property or any other offense indicating a lack of business integrity or business honesty which might affect responsibility as a municipal contractor? n11. Has the undersigned company been convicted of state or federal antitrust statutes within a ten(10)year period arising out of submission of bids or proposals? nCI 12. Has the undersigned company been disbarred or had a similar proceeding by another governmental entity? If you answered"yes"to Items 1-6 or 8-12 or answered"no"to Item 7,please attach a full explanation to this questionnaire. Company Name: LEM Construction Co., Inc. Address: 10849 Kinghurst, Ste. 150 Houston, TX 77099 Name: Larry W. Laird II Title: President (Please Print) (Please Print) Signature: Date: 12-9-21 CITY OF PEARLAND LOCAL BIDDER PREFERENCE CLAIM FORM Sections 271.905 and 271.9051 of the Texas Local Government Code authorize a municipality to consider a vendor's location in the determination of a bid award if the lowest bid received is from a business outside the municipality and contracting with a local bidder would provide the best combination of price and other economic benefits to the municipality The City of Pearland has determined that the allowable preference shall be applied to local vendor's bids for the purposes of evaluation when requested in writing by local bidder and when determined to be in the best interest of the City to do so. This request form and any supporting documentation must be submitted with bid in order to be considered by the City of Pearland. Questions should be addressed to the Purchasing Department at 281-652-1790. Exclusions to the local preference include expenditures of$3,000 or less, and those purchases which are: sole-source, emergency, federally-funded, cooperative contracts, or via interlocal agreement. The local preference status will expire one year from the date of this form;for any subsequent requests for preference during this period,the applicant need only complete and submit section 3 of this form. The City Council requires the following information for consideration of a local bidder preference (information may be submitted in an attachment to this form) 1. Locational Eligibility: Principal place of business in Pearland,Texas? Principal place of business is defined herein as any business which owns or leases a commercial building within the City limits and uses the building for actual business operations. a. If yes, identify name of business/DBA, address, and business structure: sole proprietorship, partnership,corporation,or other. b. Name and city of residence of owner(s)/partners/corporate officers;as applicable. 2. General Business Information: a. Year business established(Pearland location). b. Most recent year property valuation(if owned);real and personal property c. Annual taxable sales(originating in Pearland). d. Is business current on all property and sales taxes at the time of this application? e. Total number of current employees and number of Pearland-resident employees. 3. Economic Development benefits resulting from award of this contract: a. Number of additional jobs created or retained for Pearland resident-employees? b. Amount of additional City of Pearland ad valorem and/or sales taxes anticipated? Please explain how the amount has been determined. c. Local subcontractors utilized,if applicable:name,location and contract value for each. d. Other economic development benefit deemed pertinent by applicant. Local Bidder Preference Claim Form,page 2 Certification of information: The undersigned does hereby affirm that the information supplied is true and correct as of the date hereof, under penalty of perjury City Bid No./Quote for which the local preference is requested: None Requested LEM Construction Co., Inc. 12-09-2021 (Name of Bidder) (Date) N/A N/A (Signature) (Print) THE STATE OF TEXAS § COUNTY OF § Appeared before me the above-named ,known to me to be the same,and swore that the information provided in response to the foregoing questions are true and correct to the best of his/her knowledge and belief,this day of ,20_ NOTARY PUBLIC,STATE OF TEXAS Printed Name: Commission Expires. FE E;ll,' ^ NDI Fs,Z,Jt,9�a . 74 NON-COLLUSION STATEMENT "The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation,firm, partnership or individual has not prepared this bid in collusion with any other bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid." LEM Construction Co., Inc. Vendor 10849 Kinghurst Ste. 150 Houston,TX 77099 Address 281-495-9550 Phone Number Fax Number 281-495-9555 Zany@lemconstruction.com Email Address Bidder(Signature) sident Position with Com ny Signature of Company Official AuthorizingThis eitr— Larry W Laird, II Company Official(Printed Name) Member of Board of Directors Official Position 'OE''r`®} rf 14 lip : A 1) /A 1 11r-11. -5;1; re-,:' REFERENCES Bidder must furnish,with this bid,a list of three(3)references from customers with a similar or larger operation as the City of Pearland This document, or a similar version issued by your company, must be uploaded with your bid response. Company Name. City of Conroe Texas Contact: Chris Bogert, P.E. Phone Number 936-777-9422 Email Address cbogert@cityofconroe.org i Company Name 5 Engineering, Inc. Contact: Frank Stephens, P.E. Phone Number 832-800-3483 Email Address ftephens@5engineering.com Company Name City of Houston Contact: Jeff Masek Phone Number 832-395-2387 Email Address Jeff.Masek@houstontx.gov ... sEcTioN 2 I 1 J.-1 I '. '. r ' . AC•Tteq• 0 • v fi - --.4 _. .: , •,, ..,.... _ A....... , ...1 s, 11?'• -—----,:. 't.', ' ,:. , •..1;•_.5,., '.\ 1 -...4.0. 4_ i • :.r:,•• ' ' ' l' ''' ' fk... . •-•-C , ..T.. '...i.. 1 1 % -.. 1 .. 1 ._ c.) . CO 1 , o. E / It. --i 0 0 1k1 1 lti i —. - - ` 'cwiliat'-- ....-- Company Background About LEM Construction Co., Inc. A family-owned business founded in Houston in 1971 by Larry W Laird, LEM Construction has specialized in water and wastewater infrastructure facilities construction, primarily in southeast Texas, for half a century Active in the company for 25 years, President Larry W Laird II is continuing the family reputation for specializing in high-quality construction of municipal water and wastewater infrastructure projects. LEM has deep roots in Southeast Texas, and an ongoing commitment to meeting the critical infrastructure needs of local communities. During the past 10 years alone, we have completed $400 million in new construction, expansion and rehabilitation of wastewater treatment plants, water booster stations, lift stations, surface water treatment plants and groundwater plants throughout the greater Houston area. Our ability to consistently deliver this level of activity is supported by an experienced and professional team of both management staff and field labor force, as well as a fleet of nearly 100 pieces of company-owned construction equipment including cranes, backhoes, excavators, bulldozers, front end loaders, compactors and boom trucks, among others. An important aspect of our approach to project delivery is self-performed construction work, including site work, structural excavation and backfill, underground piping, concrete and process mechanical work. Our experienced project managers, superintendents and field crews, who are knowledgeable of construction means and methods, materials and equipment, typically perform more than 70% of the construction work, which enhances our ability to exercise control over the budget and schedule Years in Business Under Present Name 50 Name and Address of Office Location 10849 Kinghurst Street, Suite 150 ~� Houston, Texas 77099 Phone 281-495-9550 I' it ' ` I , . , Fax 281-495-9995 - --__ www.lemconstruction.com Ownership Structure • ,,L Corporation, incorporated in Texas in 1971 Names and Titles of Officers in the Company Larry W Laird, Chairman of the Board of Directors Larry W Laird II, President Micah Allison, Vice President Myriam Garcia-Laird, Secretary&Treasurer * E CONSTRUCTION CO. City of Pearland : Bailey Water Treatment Plant Imp. 2-1 Company Background Company Trade Organizations/Associations/Affiliations Active membership in local and national organizations keeps LEM personnel current on construction techniques, project delivery methods, regulatory requirements and teaming opportunities. Current memberships include: Houston Contractors Association Larry W Laird II is currently an active board member Texas Water Infrastructure Network LEM is a charter member and Mike Harris is the current representative Specific Experience on Similar Projects . LEM has 50 years specializing in wastewater and \s‘N. p g /water facility construction in Southeast Texas, , Q Z., including: . Baytown League City MONTGOMERY LIBERTY t Bellaire Missouri City ( ra1 x < �. ;to Conroe Pasadena \ G� - T��",s yy�,, x� � � * 41 Deer Park Porter A ' d � k.�' Galveston Rosenberg U ® ( i'` r > ,fix; ' 4 CHAMBERS Houston Sealy s £ :,-% s ,,,:2 Humble Spring T. , : �,°p. Q KatySugar Land 0 0 , = " a `` Kingwood The Woodlands FORT BEND , `Or 0 1 We have built some of the region's most � `>'�; significant plants, including the much of the City of — � `»' Houston 69th Street Wastewater Treatment Plant, BR a-I'� GALVESTON the region's largest, and the first wastewater CJ treatment plant for The Woodlands. Reputation on Similar Projects Our history of continuously building wastewater and water facilities for five decades is a strong endorsement of LEM's excellent reputation with local municipalities.As the references in Section 4 will tell you, we retain solid relationships with owners and engineers, as well as the local subcontractors and suppliers that support our construction efforts. By working closely with the owner and engineer, we have a great track record of timely completion with minimal change orders. "1 have had the pleasure of working with LEM on numerous projects in the Houston area. The owners of these projects, as well as the facility operators, have expressed their satisfaction with the quality of their work." Erik Miller, Sander Engineering 1 - CONSTRUCTION CO. City of Pearland - Bailey Water Treatment Plant Imp. 2-2 Company Background Safety Record LEM's safety program, includes employee training, site audits (including third-party audits) and inspections. Our crews maintain current training for first aid/ CPR, fall protection, competent person, confined space, rigging and signal person, certified crane operators, scaffolding,trenching& excavation safety and OSHA 10-Hour and 30-Hour construction supervisor training. We also invest in additional training to prepare crew members for specialized project needs. Company Financial Capacity LEM's strong financial capacity is demonstrated in our current financial statement, provided with this proposal in a separate sealed envelope Bonding capacity is also an indicator of financial capacity— LEM's current bonding capacity is approximately$80 million for a single project and $200 million aggregate. r +• ') Mal" '4V ' 1-.. j'a ' ! 4 _c i .t. iti: . Aill-trip,-,,, 1,it , i , , . dr. ,•• if te: -= = ----- --- - w. " i41 CONSTRUCTION CO. City of Pearland " Bailey Water Treatment Plant Imp. 2-3 cA rii re) 1-3 C z Attachment 1 to Part C C4 _i_ ="" - It /.. I I r C\ \:- '',N, .:‘ ---\, - ‘"": ...T. -7:-''''''''''' '':,j;-'-..---- -- . ..--------„,......,. . v. t ....__ 71 a. %.1i MICAH ALLISON - VICE PRESIDENT EXPERIENCE • Over 20 years of experience in construction of water and wastewater treatment facility projects, including new construction and plant expansion/ rehabilitation projects • Very experienced with all aspects of management of construction for water/wastewater facility projects, estimating, scheduling, construction administration, purchasing, etc. RECENT PROJECT INVOLVEMENT • City of Missouri City- Regional Water Treatment Plant Expansion Phase II o Contract amount$14 Million o Existing 10 MDG Water Treatment Plant facility expansion to 20 MGD Expansion consists of doubling the basin capacity with two new Flocculation Trains, and two new sedimentation trains. Five new Membrane Filters are to be installed complete with automation, valves, and piping to match the existing system functionality New Chemical tanks are added for more capacity and subsequent piping One new thickener basin and mechanism, along with the expansion to the process water recovery plate settlers, and a new belt press building and new 2-meter belt press and dumpster building All two Raw Water pumps to be rehabilitated, and the additional of one new Raw Water pump installed • City of Houston Northwest WWTP Imp. o Contract amount$15 1 Million o Construction of 2 new RAS pump station complete with controls and monitoring capabilities. Aeration basin upgrades for basin 6-10 with grit removal and new course bubble diffusers and drops. Several gate replacements of various sized to the mentioned basins. (6) existing clarifiers to be rehabilitated with the mechanisms replaced like new systematically to allow 2 clarifiers to be in operation at all times. 3 blowers to be replaced Various electrical upgrades consist of gear replacement and new utility service. Other upgrades, include flood plain mitigation and paving improvements. • City of Sealy 2.0 MGD WWTP o Contract amount$15 6 Million o Grass roots wastewater treatment plant capable of treating 2 0 MGD Plant boasts onsite lift station, and module style treatment train equipment with air center, and air lifts for return and waste Plant also features a new Belt press for processing wasted sludge Once completed and operational, the old existing plant adjacent to the new shall be demolished EDUCATION & TRAINING Graceland University, Lamoni, Iowa 2002 B.A. History Attachment 1 to Part C DAN NORRIS- SUPERINTENDENT EXPERIENCE • Over 28 +/-years of experience with the construction industry, including 15 years of experience as project superintendent for water and wastewater facilities construction projects. • Has 12+/-years of experience in quality control, particularly for the national engineering and construction company Brown & Root. • Construction experience is primarily with management of self-performance work including concrete, mechanical, underground utility piping, and subcontractor and supplier work coordination RECENT PROJECT INVOLVEMENT • Brazosport Water Authority WTP Contract 2 • Contract amount$7,315,000 • New administration building, constructing a new pump station, modifying an existing sump station, modifying an existing electrical building, and other associated electrical, instrumentation, HVAC, and other improvements. The Work includes architectural concrete, HVAC, electrical, instrumentation and controls, plumbing, pavement, grading and underground yard piping improvements. • City of Houston Northbelt WWTP Improvements • Contract amount$3,434,468 • Existing lift station rehabilitation complete with new pumps, piping, concrete coatings and electrical controls A new control system for the lift station shall be installed and connect to The City's SCADA network remotely Air drop rehabilitation are scheduled for the Aerations Basins, and Chemical feed areas, Sodium Bisulfate tank and storage areas are due upgrades. The disinfection controls systems to be upgraded as well All activities to performed under 100% plant operation with no interruption in service • Gulf Coast Waste Disposal Authority Bayport Clarifier#7 o Contract amount$9 million o Construct Clarifier No. 7, a new RAS pump station, and installation of a new generator, transformer and electrical building This project also includes grading, seeding, miscellaneous yard piping, instrumentation and controls, and electrical improvements for a fully functioning system EDUCATION & TRAINING • OSHA 10-hr Construction Supervisor Training • Fall Protection • Confined space, trenching & excavation safety Attachment 1 to Part C MIKE HARRIS - COMPANY SAFETY DIRECTOR EXPERIENCE • Health & safety professional with over twenty years of construction and safety experience • Certified Safety& Health Official (CSHO) • Manages, monitors and enforces overall safety program for LEM Construction RECENT PROJECT INVOLVEMENT Mr Harris has extensive involvement in project safety planning, documentation, and implementation of LEM's safety program for all projects. He and his safety staff work closely with all project managers and superintendents to ensure that all required OSHA training and procedures are in place so that all tasks can be done in a safe an efficient manner, from development of site specific health &safety plans to implementation and compliance monitoring of LEM and subcontractor forces. Some recent projects include. • $7M City of Sugar Land Groundwater Plant Upgrades for Surface Water Conversion, 2012— present. Reference Contact: Jan Gilbert 281-642-1723 • $21 M City of Sugar Land Surface Water Treatment Plant, 2011 —2013 LEM was subcontractor to another firm on this project. Reference Contact: Jim Giberson 706-306- 4400 • $12.8M WC&ID No 2 Surface Water Treatment Plant, Stafford, TX 2009—2011 Reference Contact: Jeff Oetker 281-642-3015 EDUCATION & TRAINING • Certified Safety& Health Official (CSHO) • OSHA 500 Trainer Course Occupational Safety& Health • OSHA 510 Occupational Safety & Health Standards • OSHA 123 Scaffold Safety • OSHA 10-Hour Construction Supervisor • OSHA 301 Excavation, Trenching and Soil Mechanics • OSHA 311 Fall Arrest Systems • OSHA 521 Industrial Hygiene • OSHA 256 Medic First Aid & CPR Trainer • OSHA 309 Electrical Standards • OSHA 720 Bloodborne Pathogens • OSHA 725 Introduction to Safety& Health Management • OSHA 730 OSHA Permit Required Confined Space Standard • OSHA 740 OSHA Injury& Record Keeping • OSHA 7505 Introduction to Accident Investigations Attachment 1 to Part C MARK BEAUCHAMP- SITE SAFETY COORDINATOR EXPERIENCE • Former Emergency Medical Technician • 23 years of experience in construction industry • 13 years of experience with LEM Construction, the last 12 years as Safety Coordinator/ Safety Superintendent RELEVANT PROJECTS • Company Safety Superintendent/Coordinator o Assists company safety manager in oversight and implementation of company safety program, including maintaining compliance with all company and OSHA requirements • City of Sugar Land Surface Water Treatment Plant o Contract amount$21 M o Served as site safety superintendent for this project in which LEM Construction was subcontractor to another firm o Mr Beauchamp managed the Company's health and safety program at the site, including,oversight of daily task planning by crews, coordination of proper safety procedures, planning and access requirements with superintendents and foremen, safety compliance audits, coordination of site safety orientations. o LEM self-performed all concrete, yard piping, structure excavation and backfill, miscellaneous metals, and process mechanical work for this 9MGD plant. o LEM manpower on site exceeded 150 for portions of the project, and averaged a workforce of approximately 70 over the 24 month project o Project Reference Contact: Al Ramirez 210-355-3590 EDUCATION & TRAINING • OSHA 40-Hr Training • OSHA 10-Hr Construction Supervisor Training • First Aid & CPR • NCCCO Certified Crane Operator TLL,TSS,BTF,STC • Frame, Tube & Coupler, & System Scaffolding • Confined Space Entry and Rescue • Blood Borne Pathogens • Fall Protection • Rigging Safety • Aerial Lift • Trenching and Excavation Competent Person • Primary language is English Attachment 1 to Part C SECTION 4 I 7' , 7. • } Yf.1•a. ,. lb r f;,fA 41\ } kir ll7 ,Y •,f_` ' • \ _`—, e.` . \ .4. / \,... „.. \ ,.. itiit * - v • -r A,tPt., 'IltN:k;,.. :- '..-.% �s r = , - r s; �. 1 ' i o• .1 i . 'it't ,. • 's 7- k' i 1' t. F }t 3` - PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS,CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Dale Hughes Sheldon Buck BAWA Fritz Lanham SWTP Chemical Feed KIT Professionals, Inc. Baytown Area Water Authority $3,311,491 2123 Market Street Improvements 2000 W Sam Houston,South Baytown,Tx.77520 7425 Thompson Rd Suite 1400 February-2021 Tel 281 420-6548 Baytown,Tx.77521 Houston,Tx.77042 Tel 713-783-8700 TYPE OF FACILITY-SCOPE O.F WORK Surface Water Treatment Plant: Forebay Pump Station Metering Pipe Replacement-Demolition, maintenance of plant operation requirements, pipe supports,24" pipe and fittings,20" pipe and fittings, 20"-24" electromagnetic flowmeter,site fill,site grading, protective coatings,electrical and instrumentation. Liquid Ammonium Sulfate (LAS)System- demolition of the existing anhydrous ammonia system,demolition of the existing concrete pad and items, maintenance of plant operation requirements,tanks, pumps, piping,appurtenances, pipe supports, prefabricated concrete building;special coatings, building foundation, concrete foundation and containment curb. Chemical System Rehabilitation-demolition of the existing tanks,valves, piping, pumps and appurtenances, maintenance of plant operation requirements, installation of valves, piping, pipe supports, pumps,tanks and appurtenances.Sludge Gallery Valve Replacement-demolition of 3-inch sludge hopper wall pipes and installation of 6-inch sludge hopper wall pipes,demolition of the twelve(12)existing valves and piping. Forebay Liner Replacement—draining of forebay and transfer of existing sediment in the forebay to the sludge lagoons, removal of the existing forebay liner, regrading of existing earthen berm,scarify and compact existing clay bottom, placement,compaction and grading of berm fill under the liner,and installation of new 60 MIL HDPE liner r CONSTRUCTION COST& OWN ERS,CONTACT 'f" PROJECT,NAME&LOCATION iENGINEER CONTACT !YEAR OF COMPLETION Dan McGraw City of Missouri City-Regional Water Jordan Hibbs City of Missouri City $14,137,750 1522 Texas Parkway Treatment Plant Expansion Phase II Enprotec/Hibbs&Todd, Inc.4020 Cedar 4655 1/2 Bees Passage Street,Abiline,TX 79601 Missouri City,Texas 77489 February-2021 Tel 281-403-8539 Missouri City,Tx.77459 Tel 325-370-7361 *s, }R ,4 t,;": TYPE OF FACILITY=SCOPE'OF°WORK Water Treatment Plant: Existing 10 MDG Water Treatment Plant facility expansion to 20 MGD Expansion consists of doubling the basin capacity with two new Flocculation Trains,and two new sedimentation trains. Five new Membrane Filters are to be installed complete with-automation,valves,and piping to match the existing system functionality New Chemical tanks are added for more capacity and subsequent piping. One new thickener basin and mechanism, along with the expansion to the process water recovery plate settlers,and a new belt press building and new 2-meter belt press and dumpster building. All two Raw Water pumps to be rehabilitated,and the additional of one new Raw Water pump installed r i ) PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LO,CATION CONSTRUCTION COST& ENGINEER CONTACT .,, - YEAR OF COMPLETION City of Houston Groundwater Pkg 2 Tina Yao Dist.71-1610 Hayes Rd., Houston,Tx.77042 Melissa Mack City of Houston Dist. 159-16838 Tomball Pkwy, Houston,Tx.77070 $5,884,296 Lockwood,Andrews& Newnam, Inc. 611 Walker 15th Floor Dist.237-8755 Mills Rd , Houston,Tx.77064 2925 Briarpark Dr.,Suite 400 Houston,Texas 77002 Dist.254-13685 Brenton Ridge Rd., Houston,Tx.77070 February-2021 Houston,Texas 77042 Tel 832-395-2324 Parkglen West-10630 S. Kirkwood Rd.,Houston,Tx.77099 Tel 713-266-6900 Willowchase-13135 Misty Willow Dr, Houston,Tx.77070 Dist. 123-10003 S. Kirkwood Rd , Houston,Tx.77099 TYPE OF FACILITY-SCOPE OF WORK Groundwater Facilities: Groundwater Package II is a multiple site Drinking Water Operations Project for the City of Houston which includes a new Chemical Building with new chemical feed equipment, rehabilitation of existing Vertical Turbine Pumps,supplying and installing new Vertical Turbine Pumps and Horizontal Split Centrifugal Pumps with new piping valves and appurtenances,new drainage piping and manholes, new paving,demolition of existing buildings and equipment, new MCC Gear and new SCADA programming. OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Bill Zod City of Houston Alberto Acevedo City of Houston Northwest WWTP Imp. $15,622,244 Atkins North America, Inc. 611 Walker 15th Floor 17220 Katy Freeway, Building 1,Suite 200 5423 Mangum Rd. Houston,Texas 77002 Houston,Tx.77067 March-2021 Houston,Texas 77094 Tel 832-395-2306 Tel 713-576-8500 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Construction of 2 new RAS pump station complete with controls and monitoring capabilities. Aeration basin upgrades for basin 6-10 with grit removal and new course bubble diffusers and drops. Several gate replacements of various sized to the mentioned basins. (6)existing clarifiers to be rehabilitated with the mechanisms replaced like new systematically to allow 2 clarifiers to be in operation at all times. 3 blowers to be replaced Various electrical upgrades consist of gear replacement and new utility service Other upgrades, include flood plain mitigation and paving improvements. PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Bill Pederson Amber Batson City of Deer Park City of Deer Park WWTP Improvements $13,591,703 CDM Smith 710 E.San Augustine 526 East Second St. 11490 Westheimer Rd,Suite 700 Deer Park,Texas 77536 Deer Park,Texas 77536 March-2021 Houston,Texas 77077 Tel 281-478-7253 Tel 713-423-7300 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Existing and operational plant features demolition of old structures currently out of service. The addition of a new influent lift station, lift station electrical building housing new gear, new 100 ft dia.clarifier complete with new RAS pumping station,flow control gates,and a state-of-the-art Operations building. All improvements to be installed while the plant remains in full operation OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Ronald Woodruff Ana Marie Karamalegos Brazosport Water Authority(BWA) Brazosport Water Authority WTP Contract 2 $7,406,753 CDM Smith 1251 FM 2004 1251 FM 2004 9430 Research Blvd.,Suite 1-200 Lake Jackson,Texas 77566 Lake Jackson,Texas 77566 September-2021 Austin,Texas 78759 Tel 979-297-2715 Tel 512-346-1100 TYPE OF FACILITY-SCOPE;OF WORK Water Treatment Plant: New administration building,constructing a new pump station, modifying an existing sump station, modifying an existing electrical building,and other associated electrical, instrumentation, HVAC,and other improvements.The Work includes architectural concrete, HVAC,electrical, instrumentation and controls, plumbing, pavement,grading and underground yard piping improvements. ` ! 1 } PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Ross Blacketter William Schlafer City of Galveston City of Galvston Airport WWTP Imp $7,406,753 Lockwood,Andrews& Newnam, Inc. 823 Rosenberg,Suite 205 2925 Briarpark Dr,Suite 400 7816 Mustang Rd Galveston,Texas 77550 Galveston Texas 77554 February-2020 Houston,Texas 77042 Tel.409-797-3630 Tel 713-266-6900 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: This project includes construction of a new on-site caisson lift station,construction of a new disinfection building and associated chemical feed systems; removal and replacement of blowers and fine bubble aeration system including dissolved oxygen control system, removal and replacement of various slide gates, improvements to the chorine contract basins. OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Larry Kuciemba Kelly M Hajek City of Sealy,Texas City of Sealy 2.0 MGD WWTP $14,478,647 O'Malley Strand Associated 415 Main St 2395 State Hwy 36 S 203 South Jackson Sealy,Texas 77474 Sealey,Texas 77474 March-2020 Brenham,Texas 77833 Tel Contact Engineer - Tel 979-836-7937 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Grass roots wastewater treatment plant capable of treating 2.0 MGD Plant boasts onsite lift station,and module style treatment train equipment with air center,and air lifts for return and waste -Plant also features a new Belt press for processing wasted sludge. Once completed and operational,the old existing plant adjacent to the new shall be demolished PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Bill Zod Robert R.Thornber City of Houston City of Houston Northeast WWTP Improvements $7,796,896 Parsons 611 Walker 15th Floor 625 Maxey Rd 100 Nugent St. Houston,Texas 77002 Houston,Texas 77013 January-2020 Conroe,Texas 77301 Tel 832-395-2306 Tel 936-441-7833 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: (2)existing lift station rehabilitations complete with new pumps, piping,and controls. Electrical system overhaul with MCC gear replacement and the additional of a new MCC building feeding the lift stations. New NPW pumps and Hydro tank, addition of pivot gates within the A-Basin, (2)diversion box rehabs with new gates and grating. Blower and controls replacement done one at a time to allow for continual operation of the plant OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Jay Patel City of Houston Groundwater Pkg 1 Gregory Henry City of Houston Bellaire Braes-12423 Bellaire Blvd $4,541,793 LAN 611 Walker 17th Floor Katy Addicks-11500 Old Katy Rd 2925 Briarpark Dr Houston,Texas 77002 Kingwood A-2310 North Park Dr May-2019 Houston,Texas 77042 Tel 832-395-2369 Kingwood c-8750 Mills Branch Dr Tel _713-266-6900 TYPE OF FACILITY-SCOPE OF WORK Pump Stations: Work at four existing groundwater pump station sites. Improvements include installation of 1-ton chlorine cylinder containment units,emergency chlorine scrubbers and associated FRP ductwork; underground fire line installation to existing building, installation of fire sprinkler system and fire alarm control system, remove and replace pump station suction and discharge piping at the Bellaire Braes plant; instrumentation and controls upgrades, replace site fencing and gate access systems, refurbishment of pumps. i l ' PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Akhter Hussain Jason R.Sandt City of Houston North belt WWTP City of Houston Improvements $3,434,468 Black&Veatch 611 Walker 17th Floor 11111 Richmond,Suite 300 Houston,Texas 77022 14506 Smith Rd. February-2019 Houston,Texas 77082 Tel 832-395-2294 Humble,Texas 77396 Tel.713-622-9264 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Existing lift station rehabilitation complete with new pumps, piping,concrete coatings and electrical controls. A new control system for the lift station shall be installed and connect to The City's SCADA network remotely Air drop rehabilitation are scheduled for the Aerations Basins,and Chemical feed areas,Sodium Bisulfate tank and storage areas are due upgrades. The disinfection controls systems to be upgraded as well All activities to performed under 100% plant operation with no interruption in service OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Marilena Stoica Chris Krueger City of Houston City of Houston $3,619 809 Stantec Consulting Services Inc. 611 Walker 15th Floor Kingwood Central WWTP Imp. 580 Westlake Park Blvd Houston,Texas 77002 3928 Kingwood Dr Suite 1000 July-2019 Tel 832-395-2305 Houston,Tx 77339 Houston,Texas 77079 Tel 713-212-0011 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Demo existing lime feed equipment,silo and associated appurtenances. Demo,dewater, and grit removal of(1)existing filter basin and install new cloth filter system. Dewater/grit removal of existing UV basins and replacement of UV Disinfection system,as well as re-certifying existing jib-crane. Rehab existing belt filter press and replacement of control panel and polymer feed system PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Scott Taylor Mark W Adam City of Conroe City of Conroe Windsor Lakes Lift Station $3,748,280 Bleyl Engineering 401 Srg. Ed Holcomb, Blvd S. 123 Windsor Lakes Blvd 100 Nugent St. Conroe,Texas 77304 Conroe,Tx 77348 September-2018 Conroe,Texas 77301 Tel 936-522-3830 Tel 936-441-7833 TYPE OF FACILITY-SCOPE OF WORK Lift Station: New Caisson style lift station installed completed with (4)250 HP pumps, piping and valves, and new electrical building. (2) new natural gas generators shall be installed with auto transfer switches. Once operational,the existing lift station adjacent to the new to be abandoned.Site fencing and paving complete this rehabilitation OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Peter Janes Sarah Stewart Gulf Coast Waste Disposal Authority Bayport RAS Pumpstation $3,420,734 CDM Smith 910 Bay Area Blvd. 10800 Bay Area Blvd 3050 Post Oak Blvd,Suite 300 Houston,Texas 77058 Pasadena,Texas 77507 April-2018 Houston,Texas 77056 Tel 832-309-5049 Tel 713-423-7300 TYPE OF FACILITY-SCOPE OF WORK Pump Station- Removal and replacement of RAS pumps, piping,valves,concrete pads,supports,and associated electrical at RAS Pump Stations 4,5,and 6. Addition of new transformer and electrical building foundations. New transformer and electrical building with instrumentation/control components and VFDs. Select demolition and replacement of VFDs in the existing electrical building. Miscellaneous access platforms/stairs and site work. All work is phased to keep existing treatment facilities in operation during construction PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME &LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Bill Zod City of Houston Hos Foruozan City of Houston $18,240,592 611 Walker 15th Floor Southwest WWTP Imp. Pkg 3 Gupta &Associates, Inc.7322 SW FWY, Houston,Texas 77002 4211 Beechnut August-2018 S410 Houston,TX 77074 Tel 832-395-2306 Houston,Texas 77096 Tel 713-636-2936 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Rehabilitation of existing WWTP Removal and replacement of 40 surface aerators. Grit removal and disposal. Demolition of existing electrical gear and replacement with new Provide new purge blower atop reactor basins. New aeration and blower system at the CCB,and the installation of FRP baffles in each chamber Lift station modification and demo of existing walkways inside CONSTRUCTION COST OWNERS CONTACT PROJECT NAME&LOCATION & ENGINEER CONTACT YEAR OF COMPLETION Howard Christian City of Richmond Jordan Hibbs City of Richmond $16,088,645 402 Morton Street Surface Water Treatment Plant Enprotec/Hibbs&Todd, Inc.4020 Cedar Richmond,Texas 77469 5600 Riverwood Dr., Richmond,Texas July-2018 Street,Abilene,TX 79601 Tel 281-789-9865 77463 Tel 325-698-5560 TYPE OF FACILITY-SCOPE OF WORK Surface Water Treatment Plant: Grass roots Surface Water Treatment Plant complete with Pall Membrane Filtration,chemical feed equipment. Pretreatment structure complete with flocculation equipment and sludge collection Membrane building and administrational offices and control. Recovery water basin and process equipment. Sludge thickener and transmission lines prepared for tie into the High Service Pump Station (Future) Intake structure and bridge included in this project. PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Jose Pastrana City of Baytown Frank Stephens City of Baytown Central District Flood Improvements $16,597,604 KIT Professionals, Inc. 2401 Market St. 2000 West Sam Houston Parkway South, Baytown,Tx.77520 1601 W Main July-2018 Ste 1400 Houston,Texas 77042 Tel 281-420-2400 Baytown,Texas 77520 Tel 713-783-8700 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Retrofit existing blower building and re-locating blowers to the newly constructed 2nd floor to avoid the flood plain Addition of a 2-story administration building complete with operators' station and lab room Construction of a new dewatering building and the transfer of two actively operating belt presses into the newly constructed building. Demo of the old dewatering building after functional. Replacement of all FRP weirs for the (2)secondary clarifiers. Construction of a new headworks structure complete with Vortex grit removal system,gates, mechanical barscreens. Addition of a new electrical building housing the main gear for the entire plant elevated above the flood plain. Demo the old disinfection building and install new one complete with housed chemical feed systems for treatment. Replacement of digested sludge,and thickened sludge pumps OWNERS.CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Jerald Landis Gulf Coast Waste Disposal Authority Monica Stiggins Gulf Coast Authority Blackhawk WWTP Imp. $5,020,000 Klotz Associates 910 Bay Area Blvd. 3902 West Bay Area Blvd. 1160 Dairy Ashford Rd.,Suite 500 Houston,TX 77058 Friendswood,Texas 77546 February-2018 Houston,Texas 77079 Tel 281-226-1090 Tel 281-589-7257 TYPE OF FACILITY,-SCOPE OF WORK Wastewater Treatment Plant: Installation of a new clarifier structure complete with mechanism Project includes new RAS pump station and controls,and the replacement of VFD's existing at the site. All yard piping and electrical associated with the new clarifier and RAS pumps is included. PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION City of Houston Bill Zod Metro Central, Upper Braes,White Oak, Murali Erat City of Houston Kingwood West WWTP $4,493,103 Freese&Nichols, Inc 10497 Town& 611 Walker 15th Floor Metro Central-12815 Galveston Rd Country Way,Ste 600 Houston,TX Houston,Texas 77002 Upper Braes-13525 W Houston Center December-2017 Tel 713 600 6800 Tel 832-395-2306 White Oak-7103 Gulf Bank Rd Kingwood West-26808 Sorters Rd. TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Rehabilitation and improvements for four(4)different COH WWTP sites. Replacement of no working NPW system at Metro Central, Install new actuators,and NPW System, backwash strainers, new air compressor,instrumentation and hydro pneumatic tank for Upper Braes, replacement of the structural supports for air headers over A-Basins,grit removal,and concrete repair for White Oak, improve existing rotary drum screen, install 2nd bar screen, install elect actuators for 2 knife gates,install 200 GPM floating tube decanters in aerobic digesters, install 2nd WAS pump and controls, install 2 slide gates at two clarifiers, install four new dry pit pumps with VFD's for Kingwood WWTP OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Bill Zod Justin Sandt City of Houston City of Houston Willowbrook WWTP $5,152,442 Wesson Solutions 5599 San Felipe, 611 Walker 15th Floor Suite 700 Houston,Texas 77002 7101 W Green Rd November-2016 Houston,Texas 77056 Tel 832-395-2306 Houston,Texas 77064 Tel 713-985-6600 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Addition of a 120 ft dia clarifier to an existing operating plant. Influent and RAS line back to the A-Basin tie in. New RAS pump station,excavation of the detention pond of the site for drainage,Complete lift station rehab with new pumps,controls,and piping while maintaining plant operation with bypass pumping. New odor control system installation with FRP ductwork throughout the plant. PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Peter Janes Sarah Stewart Gulf Coast Authority Gulf Coast Authority Bayport Clarifier#7 $8,428,827 CDM Smith Inc. 910 Bay Area Blvd. 10800 Bay Area Blvd 3050 Post Oak Blvd ,Suite 300 Houston,TX 77058 Pasadena,Texas 77507 April-2017 Houston,Texas 77056 Tel 832-309-5049 Tel 713-423-7310 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Construct Clarifier No 7,a new RAS pump station,and installation of a new generator,transformer and electrical building.This project also includes grading, seeding, miscellaneous yard piping, instrumentation and controls,and electrical improvements for a fully functioning system OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Donny Morrison Monica Stiggins SJRA Woodlands#1 Wastewater Treatment San Jacinto River Authority Plant $4,700,119 Klotz Associates 1577 Dam Site Road 1160 Dairy Ashford Rd ,Suite 500 Conroe,Texas 77304 2436 Sawdust Rd December-2016 Houston,Texas 77079 Tel 936-828-3851 The Woodlands,Texas 77380 Tel 281-589-7257 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Construction of a new Grit removal facility complete with Vortex Grit Removal,grit classifiers,and isolation gates. Piping tie ins shall be re-routed to account for this new additional all while maintaining constant un-interrupted flow to the plant. Installation of a new Diamond Filter system and associated piping. Site paving rehabilitation and fencing in also included r PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT - PROJECT NAME.:&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Jay Patel City of Houston Pump, Motors,Valves Alex Kuzovkov City of Houston Rehabilitation $8,845,473 Klotz Associates 611 Walker 17th Floor 9400 Kempwood Dr 1160 Dairy Ashford Rd.,Suite 500 Houston,Texas 77002 8619 Bellaire Blvd. July-2016 Houston,Texas 77079 Tel 832-395-2369 15908 Ridgeroe Tel 281-589-7257 TYPE OF FACILITY'-SCOPE OF WORK Pump Station: Construction of various improvements at Spring Branch,Sharpstown#2, Ridgemont, Kingwood, District 73#lwater plants.The project is a combination of various improvements inside existing pump buildings and within the site limits at five existing groundwater treatment plants and pumping facilities. Replacement of the existing horizontal split case booster pumps and motors; Replacement of existing booster pump suction and discharge isolation valves,suction and discharge piping,and air release valves on the pump discharge lines, Installation of new tilting disc check valves on pumps discharge; Installation of electric actuators on the existing ball valves, Installation of a new precast concrete building with cast-in place. Replacement of electrical switchgear, Replacement of the outdoor main service entrance fused switch, Removal of the existing TI-505 PLC and provide a new Siemens S7-1513 PLC for Pump Station Control, Removal of the existing control panel and provide new SCADA control panel with-all accessories. Provide programming services for new PLC for control and monitor plant new modification. OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Conroe Surface Water Distribution System Scott Taylor John Montalvo Plant 6-2021 Westview Blvd City of Conroe Plant 14-2631 Longmire Rd. $6,856,943 Lockwood,Andrews& Newnam, Inc. 300 W Davis Plant 15-829 Silver Spring Rd 2925 Briarpark Dr.,Suite 400 Conroe,Texas 77301 Plant 20-3300 Pollok Dr April-2016 Houston,Texas 77042 Tel 936-522-3830 Tel 713-266-6900 Plant 21-10585 Little Egypt Rd. Plant 22-375 North FM 3083 Road East TYPE OF FACILITY-SCOPE OF WORK Surface Water Treatment Plant: Construction of new emergency shutoff valve and pressure reducing valve stations for the water distribution system. Work includes eight precast buildings on concrete slabs, new water mains,site work,landscaping,electrical and controls associated with each of the stations. PAST PROJECTS WITHIN THE LASTS YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Scott Taylor John Montalvo City of Conroe Surface Water City of Conroe Improvements $4,591,997 Lockwood,Andrews&Newnam, Inc. 300 W Davis 2400 Sgt. Ed Holcomb Blvd.South 2925 Briarpark Dr.,Suite 400 Conroe,Texas 77301 Conroe,Texas 77305 May-2016 Houston,Texas 77042 Tel 936-522-3830 Tel 713-266-6900 TYPE OF FACILITY-SCOPE OF WORK Surface Water Treatment Plant: Improvements to six(6)water pumping stations for the City of Conroe. WP#6 includes a new pumpstation,including precast building,electrical gear, piping, disinfection systems,and associated site work. Addition of natural gas generator WP#14 Removal and replacement of pumps, piping, motor control center, and chemical feed equipment. Addition of natural gas generator WP#15 Removal and replacement of pumps, piping, motor control center,and chemical feed equipment. Addition of natural gas generator WP#20• Removal and replacement of pumps, piping,and chemical feed equipment. WP#21. Removal and replacement and/or rehabilitation of pumps, piping,and chemical feed equipment.WP#22 Removal and replacement and/or rehabilitation of pumps, piping, and chemical feed equipment. Scada control improvements and integration at all pumpstations. OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION Bill Zod Ed Quiroz City of Houston Almeda Sims WWTP Grit City of Houston. Removal $4,749,935 Arcadis 611 Walker 15th Floor 12319 1/2 Almeda Rd 2929 Briarpark Dr Suite 300 Houston,Texas 77002 Houston,Tx.77045 June-2016 Houston,Texas 77027 Tel 832-395-2306 Tel 713-953-4800 a a:5)113E,OP FACILITY-'S'COPE'OFWORI " .' c ;i.Z.V Wastewater Treatment Plant: Demolition of existing bar screen and conveyor equipment repair of concrete and concrete surfaces damaged as a result of or as part of the demolition work. Addition of a manually cleaned bar screen sized for the 2-hour permitted peak flow(90-mgd)with 1 .25-inch bar spacing. Replacement of the two mechanically cleaned bar screens with new mechanical bar screens each sized for 50-mgd flow with 0.75-inch bar spacing and odor control covers. Replacement of the screenings belt conveyor with a fully enclosed 60-cubic foot per hour belt conveyor Addition of a galvanized steel platform, bar screen and conveyor instruments, panels,and gate operator Construction of grit removal Construction of two 50-mgd capacity mechanical vortex grit removal system that combined handles the 2-hour permitted peak flow of 90-mgd. Installation of two 500-gpm top-mounted vacuum or self-priming grit pumps with provisions to inject non- potable water into the grit sump without interrupting pumping.Two cyclone classifier grit handling systems with grit conveyor to clean and dewater grit. Installation of new non-potable water system to provide nonportable water to the grit systems.System shall include an automated NPW back-up system with an automated ball valve with control Construction of a grit system bypass channel with a 10-ft wide weir gate set to passively bypass influent flow if the water surface elevation rises 3-inches over the 2-hour peak water surface elevation and still maintain freeboard. Performance testing of new grit removal system. Provide concrete protective coating for submerged severe service conditions for all submerged vertical walls included in new construction Construction of foul air collect Ind treatment odor control systems.Solid's removal and loading ar, ' '`,:insportation and disposal i f s % PAST PROJECTS WITHIN THE LAST 5 YEARS .. 4 ,. .. CONS�T.RUCTION;C•05t& OWN ERS,CONTACT - PROJECT*NAME&LOCATION' w ` ENGINEERICONTACT'- ' r " -< 'y� _ �,. YEAR'OF COMRLEZTION Scott Taylor Bill E.Schlafer City of Conroe City of Conroe Regional WWTP $13,330,457 Lockwood,Andrews&Newnam, Inc. 300 W Davis 2400 Sgt. Ed Holcomb Blvd South 2925 Briarpark Dr,Suite 400 Conroe,Texas 77301 Conroe,Texas 77305 March-2016 Houston,Texas 77042 Tel 936-522-3830 Tel 713-266-6900 • TYPE O'F FACILITY-SCOPE.OF WORK' Wastewater Treatment Plant: The work covered under this Contract includes all components associated with improvements to the Southwest Regional Wastewater Treatment Plant(WWTP). Major components of the work to be completed Spill Containment Structure, Levee Lift Station and Pipe Jacking 54" Influent Line, New Influent Junction Box, New Influent Lift Station, Headworks Mechanical Modifications, New Raw Sewage/Return Activated Sludge(RAW/RAS) Mix Box, New Meter Vault, Modifications to include influent channel, modify diffuser/system, mixer, baffle walls. Modify existing effluent boxes. Modify blowers,instruments and control devices associated with the aeration basin and blowers. East&West RAS Pump Station modifications.Scum Pump Station Modifications, Gravity Thickener modifications, Digester modifications, Dewatering Building Modifications to include.2-meter belt filter press replacement and conveyors, polymer feed systems and piping. Generator&Fuel System upgrades,Associated Electrical, controls,and Instrumentation. CONSTRUCTION COST& OWNERS CONTACT PROJECT NAME&LOCATION ENGINEER CONTACT YEAR OF COMPLETION Bill Zod Ed Quiroz City of Houston Southwest WWTP Grit City of Houston Removal $5,599,141 Arcadis 611 Walker 15th Floor 4211 Beechnut 2929 Briarpark Dr Suite 300 Houston,Texas 77002 Houston,Texas 77096 March-2016 Houston,Texas 77027 Tel 832-395-2306 Tel 713-953-4800 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Construction of grit removal systems and associated improvements including Demolition of existing grit removal equipment and structures Construction of four 50-mgd capacity mechanical vortex grit removal systems that combined handles the 2-hour permitted peak flow of 180-mgd. Installation of four 500-gpm top- mounted vacuum,or self-priming grit pumps with provisions to inject non-potable water into the grit sump without interrupting pumping. Installation of four cyclone classifier grit handling systems with grit conveyor to clean and dewater grit. Installation of covered grit conveyor with access platform to convey grit from the grit handling system to the grit dumpster Installation of a booster pump station to provide non-potable water to the grit systems. Construction of two grit system bypass channels with weir gates set to passively bypass influent flow if the water surface elevation rises 3-inches over the 2-hour peak water surface elevation and still maintain a 2-ft freeboard.Concrete protective coating for submerged severe service conditions for all submerged vertical walls included in new construction. Performance testing of new grit removal system.Construction of foul air collection systems,connection to existing foul air duct,foul air duct modifications,duct supports,valves,fittings,instrumentation systems, instrument integration,electrical systems,electrical enclosures,miscellaneous metals, protective coatings.Solid's removal and loading,transportation and disposal PAST PROJECTS WITHIN THE LAST 5 YEARS OWNERS CONTACT PROJECT NAME&LOCATION CONSTRUCTION COST& ENGINEER CONTACT YEAR OF COMPLETION 'raj M Ranjbar Meleida Sierra City of Houston City of Houston Almeda Sims WWTP Pkg 3 $9,663,826 UA Engineering 611 Walker 17th Floor 12319 1/2 Almeda Rd 2929 Briarpark Dr Houston,Texas 77002 Houston,Tx.77045 March-2016 Houston,Tx 77042 Tel 832-395-2303 Tel 713-953-5200 TYPE OF FACILITY-SCOPE OF WORK Wastewater Treatment Plant: Improvements at the East Lift Station, manual transfer switch for provision to operate the switchboard feeding power to MCC 1, 2, 3,4, NPW system, Panels D, and the Lift Station.The transformer and switchgear feeding primary power to the East Lift Station shall be replaced by current equipment of same characteristics. generator backup power for a duration of one week for MCC 1, 2,3 and 4 and all related loads from transformer feed (total of three generators. Improvements at the Aeration Tanks Influent,Aeration, Mixed Liquor and Return Sludge Channels. Remove accumulated debris and grit. Replace 25 gates frames and pedestals. air distribution piping recoated missing diffusers in the basins shall be replaced Leaking wall sleeves at Mixed Liquor Channel shall be sealed with grouting compound injection The hatch at the inlet tank bypassing of the basin&channels is required during this work shall be removed and replaced Existing clarifier mechanism shall be replaced,Valves in Underdrain Box#2 shall be replaced Install an above ground scum pump for each clarifier Cleaning scum pit for installation of pumps. Remove the concrete structure, pumps and piping of the existing scum pump station. Recoated per the specifications. Recoat piping, valves, pumps and access stairs. Replace all fan room louvers with FRP louvers.All leakages at the wall pipe's locations shall be sealed with grouting compound injection A manual transfer switch shall be installed for usage of portable generator The existing lighting system within the dry pit shall be replaced with LED type lighting. Removal and replacement of concrete walkways. Installation of driveway on north and east side of the clarifier#5 to provide driving or crane access to Clarifiers#4 and#5 and to Chlorine Contact Basins. cti rill r) 0-3 0-4 0 Attachment 3 to Part C Z Crl • _40_1 f ; .1,00.1r i • i;.; -_,-•'.' 1 L__--.', , --'.; menEEreffi . 1'441-* , .\ FP, - . )llt,:7 •t 71. .. 111- (I- lit' 1 [ • W''', - 4:"' 1 JCL At . , I't • . ill ,;'i'•---,-.:-. --- -..:___-- 'L . .'1- 2( --!:1:-... '. --"---, ____ . • -** .. , it, •- ' '-‘4„'411_11- .,...... Proposed Approach to Work Attachment 3 of Part C Project Approach LEM Construction Co, Inc. will approach this project with the same dedication to quality workmanship, proper schedule management, and vigorous safety controls as all of our projects. We highly value and promote a "Team" approach to the construction process, with the "Team" consisting of the Owner, Engineer, LEM, and our Subcontractors. If we are all pushing in the same direction regarding schedule, quality of work, cost control, and safety,the Owner will get the best value for their investment. Self-Performed and Subcontracted Work LEM typically self performs most work on our projects. For this project, LEM intends to self-perform construction and installation of the following major categories of work: earthwork, concrete, yard piping, miscellaneous steel, process equipment, exposed piping systems and supports, painting, and site grading. These self-performed components make up approximately 65% of the overall proiect. This allows us to better manage quality control and the schedule than General Contractors that may subcontract a relatively high percentage of the overall project. LEM anticipates issuing subcontracts for the following major categories of work: electrical, instrumentation and controls, chemical fee systems, pond liner site paving, water transmission main, and all architectural trades. We utilize only experienced subcontractors that follow our industry and work for us regularly Management _ Our field management staff are trained to utilize our cloud-based project documentation software for daily reports, timekeeping, and jobsite photos. They also utilize our cloud-based construction equipment management system to access and maintain our extensive company owned equipment fleet. Our experienced project managers utilize these same systems for improved communication with the field and more timely insight into new developments in the field They manage documentation and. job costs through our Sage 300 project management software, logging and tracking all submittals, RFIs, proposals, and other project documentation These well integrated software solutions allow LEM to efficiently manage the project and adapt to changing field conditions and material procurement issues in a timely manner to better mitigate impacts to the project schedule and budget. Project Schedule Attachment 4 to Part C found within this proposal is our preliminary project schedule. The schedule is not fully developed but provides an overall sequence of work and project duration Of course, a more detailed schedule will be developed and provided if LEM is awarded the project. The project is fairly typical of a rehabilitation or addition to an existing WTP or Pump Station, but the railroad crossing in particular will need special attention as it involves entities outside of Pearland's control. LEM will carefully manage that to ensure all parties are satisfied Perhaps the largest concern looming over this and all construction projects right now is material shortages and delivery delays. We wish to highlight the following project methodology and some areas of concern • LEM intends to only utilize specified equipment manufacturers to ensure compliance with the specifications and the preferences of the City of Pearland This will minimize the potential for delays due to submittal deficiencies and structural design verification or modification LE CONSTRUCTION CO. City of Pearland Bailey WTP &Bailey Sewer Line • Start submittals immediately and attempt to secure approval of some material prior to the notice to proceed • Early focus on long lead items, buried piping, and concrete/earthwork materials Magnolia Site • Demo pumps piping& pumps pads. Demo lighting and chemical feed within pump station • Place pump pads, and tie in mechanical piping, electrical, painting, & instrumentation for tank level transmitters, and new chemical feed • At the point of completion for Bailey, we can test& checkout the pumps/chem feed for startup and staff training Lift Station Site • Excavate and install lift station wet well as early as possible, followed by all appurtenances, piping, electrical, mechanical and finish coating. • Once the caisson structure is complete the FM discharge can begin towards the tie in MH where indicated The drain from the Bailey site can be installed following the pond excavation and wet well completion • Manufacturer testing and checkout for lift station pumps using a clean water test can commence. Generator commissioning, and I/O check can be completed awaiting Bailey's completion and is fully operational Bailey Site • Site preparation and demolition • Complete the water mains immediately after mobilization and delivery of materials - concurrent with construction of the major concrete structures and the initial subgrade prep under operations building, and chemical building. • Construct the control building, and chemical feed/storage facilities as early as material deliveries allow Concurrent with these activities, build the foundation for the Aeralater treatment equipment. Coordinate and install yard piping, chemical injection and metering vaults, miscellaneous mechanical, and electrical improvements along with the above activities. • Following the submittal, manufacturing, and delivery of the Aeralater equipment, complete the primary mechanical installations at Bailey WTP The Aeralaters require a greater attention to detail and quality control measures than a typical municipal water treatment installation This is largely due to the size of the al filter units, which require extensive field erection in lieu shop �� erection/assembly by the manufacturer LEM has met with the Aeralator CONSTRUCTION CO. City of Pearland ,I Bailey WTP &Bailey Sewer Line manufacture representative, and communicated with the manufacturer regularly during the development of our proposal, ensuring that all manufacturer installation requirements are thoroughly understood and accounted for This is not an easy task, and will require specialized - crews, precise layout and planning, and roughly 2500 LF of welding with certified welders. • During the erection and assembly of the Aeralater equipment, install all chemical storage tanks and chemical feed equipment and piping, along with related process controls. Complete remaining site improvements. • After the Magnolia site and Lift Station are ready for operation, all equipment shall be checked & tested under manufacturers conditions, LEM will perform operational and acceptance testing, operator training and instruction, and make the facilities ready for final operation • LEM will coordinate with the City's communications headquarters to ensure all I/O SCADA system signals and alarms have been proven • Areas of concern o Material shortages for long lead items: Many vendors and manufacturers are experiencing delays in material procurement, at all tiers of the process. We can mitigate these delays to some extent by submitting on equipment early, and expediting review and approval to release material and process equipment. o Material shortages for typical off-the-shelf items. Many standard materials, especially those that are piping related, have experienced significant supply shortages. This has led to installations being held to a standstill while a single fitting, valve, or accessory is on unexpected backorder We mitigate these delays by releasing all material early, rather than as we need it. In addition, we communicate to the engineer if any alternatives (such as brand, sizing, material selection, etc.) will reduce the delay CONSTRUCTION CO. City of Pearland Bailey WTP & Bailey Sewer Line , L-1.4 ril, 1.02 , t _ , icin...i, "0„, P� C achment 4 to pad, C$11\ \, ---- ..„. .7_,______,1 I.:c.:nolo.:M0... : III --, \\:\ ,E �,g p' . c..,,,,..,....., : 11,,., 1 ,, ,,.._... r:3,..AA si,,,i 1061.1...,..;s:_ ,.., -r- 11 , k___:11,:, ..,;.,. . . - --, 4\- ' '-'---- _ ..<-4.I.'r • -,<,,,,,,e'l' r KV' \ ill \\ '" \it \\\ ‘‘ Iti _ ! '. 1 ...ram �1'— '` t I 1 Act A1. ctivlty Orip Ram Early 6111-i11t1i 11yy111-1 -u11Am ( LinJ1. uJ my t0j s® ( v J psc ua ) [�e Lira ` Amr11 ur J .Lin ` iui• ) moernwID� •DaacrlPeon Dur Dur Stuff Fah I n 1 1 1 1 1 1 1 Iv1 (1 al nl f 1 1 1 1 1Aua1 ?1 1 1 1 7 Ir1 /1 1 1 1 1 1 u 1 1 1 f 1 1 li t 1 1 1 I 1 11-1 1 1 1 1 1 1 I 1 1 I 1 10l ?I Is1 1 1 17 1 l 1 1 1 __ 1 I 11 11 1 1 1 -14 — ___ - I I I I t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 II I 11 1 1 1 II 1 1 1 1 1 1 I I I I I 1 1 1 I 1 1 1 II 11 I 1 I 1 I 1 I --__ r 11 I 1 I 1 I I I I I I 1 1 I I I I 1 1 II I I 1 1 I l 1 I I 1 1 II 1 I I I I II 1 1 I I I I I I 1 --- = - - - 1 1 I 1 1 1 1 I I 1 1 1 1 I 1 11 1 1 1 II 1 1 1 1 1 1 I I I 1 1 II 1 1 11 1 II 11 1 1 1 1 1 1 1 I I I I i l l I I I I I I I I I I I I I 1 1 11 1 1 1 1 I I I I I 1 1 1 1 I I I 1 1 I I 1 1 1 1 1 I I 1000 Notice to Proceed 0 0 07MAR22 •Ngeca to Proceed 1 t I I t I I I I 1 I 1 I II 1 1 1 1 1 I 1 1 11 1 II 1 I I I I II 1 I 1 1 1 1 1 1 I 1010 Substantial Completion 0 0 25JUL23 1 III 1 I I 1 I 1 1 1 1 1 1 I 1 II 1 1 1 1 11 1 I 1 1 I II 1 1 1 1 1 .b Substantial Completion I I 1 III 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 I 1 1 I I I I I I I II 11 11 1 11 1 1 I 1 111 I 1 1020 Final Completion 0 0 19SEP23 I I 11 I I I I I 11 I I I I I I 1 1 t • IiiI 1 I I r I I I 1 1 I I I 1 I Ill I •Final Completion aj or Submittals i 1 1 1 I 1 1 1 I I 1 I I I I I 1 I 1 I I I tit I I I II II 1 1 t I I I 1 1 1 I I I III 1 1 t I 1 I I 1 tit II I I I 1 I 1 1 1 1 1 1 1 I I 1 1 1 1 III I I I 11 11 1 1 1 1 1 1 1 I I 1 1 t` I -:' •, I I l l 11 1 1 1 1 I I III 11 II I II III t 1 1 11 1030 Msc.Common Items60d 60d 14MAR22 03JUN22 132-Mil i ��Msg.Common Items 1 1 1 1 1 I I 1 I I 1 1 1 1 1 1 1 1 1040 Earthwork Materials 20d 20d 14MAR22 08APR22 ( :EarthworkMatedalsl I I I I I I I I 11 I 1 I I I I I I 11 I I I I 11 1050 Concrete 8 Rebar 20d 20d 21MAR22 15APR22 1.2B5M5CIConcrete 8 Rebar' I I I I I I ' 1 1 1 1 I 11 1 t 1 1 i I I I I i I I i t I i i l I I 1 1 1 1 1 1 1 1 1 1 1 11 I 1 1 1 I 1 1 1 1 1 I 1060 Piping 8 Valves 20d 21MAR22 15APR22 P,pi6 8 Va14s 11 1 1 1 1 1 1 1 1 1 I I I I I I 1 1 I I I 1 1 1 1 1 1080 Lift Station Submersible Pumps 8 Controls 30d 04APR22 13MAY22 -_ .Uft Station Submersible Pumps 8 Controls I I I 1 I 1 I I I I 1 I 1 I 11 • 1140 Poly Tanks 20d 20d 18APR22 13MAY22 !1`L—�—•—Poly Tanks I I I I I I I I I I I I 1 I 1 1 1 1 I 1 I I 1 1 I 1 1 1160 Transmission Pumps Magnolia 30d 18APR22 27MAY22 1 I 1 I 1 I I i I I I I I I, 1 1 1 I i i I 11 1 I i t 11 p ®Tre11sm1asl On Pumps Ma9!lolia I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I I 1065 Aerlators8 Controls 40d 40d 02MAY22 24JUN22 1 1®IAedators8 Controls 11 1 1 I 11 1 1 I 1 I 1 1 1 I 1 I I 1 1 ' 1 1 11 1 1 1 I I 1 1 I I 1 1 1070 Architectural Items 75d 02MAY22 15AUG22 rr- .. .;�AmIlllecturallternsl II 1 1 I I I 11 1 I I I 1 I 1 1 1 1 1 1 r 1 I1 1 1 1 1 1 1 1 1 1 I 1090 Natural Gas Generator Lift Station 40d 02MAY22 24JUN22 _ LLLLL LL�Natuml Gas Generator Lill Slation1111_.i JJJJJJJJJJ 1 1 LL LLL LLLLLL LLLLLLLLLLLLLLL 1100 Natural Gas Generator Ballet' 40d 40d 02MAY22 24JUN22 1 I®-Natural Gas Genn,erator Bailey) I I I I I 11 1 11 I I I 1 11 I I I Ills Instrumentation 60d 02MAY22 25J UL22• 1 1 1 1 I I I r tps1 jrl lntj5pnl 11 1 1 1 1 1 1 1 1 1 1 I 1 1 1 I 1 1 1120 SCADA 30d 02MAY22 10JUN22 11�,SCA-DA I I I I I I I 1 1 1 1 11 I 1 1 1 I I 11 11 I I I I 11 I 1130 MCC Gear 30d 30d 02MAY22 10JUN22 1 I®'MCC Gear I I I I I I I I I I I I I I I 11 1 1 I 11 I -1 1 1 1 1 1 1 1150 Chemical Feed Equipment1 1 1 1 1 1 . " " I E9 ' ' ' 1 I I I 1 1 I I I I I I 1 I I 4 1 1. 30d 30MAY22 11JUL22 _ Chemical Feed E ui rot •1• 60d 23AUG22 14NOV22 -~~~1-*1.1-I•I I I I I I I I I I + - -.•e- . . . . .-I-+a��-1aIli-1-1-I-i-7-i-I-1-1-I1--- --1-I'---F-t-1-I-I-1-I-l-I-FfF-FF-h 1-I I 1-I 1170 08MS8 Warranties I 1 1 11 I 1 1 11 I 1 I I I I I I ! - •�+!J 08MS8 Warranties I I I I I I I I I 1 11 1 1440 Disinfection Plan 300 18OCT22 28NOV22 I 11 1 11 1 I I I 11 I 1 1 11 I I^ 1 I I,1 I ®Disinfection Plan I I I 11 I 1 1 t 1 I I I aj or Deliveries 11 I I 1 1 1 I 1 1 I I 1 1 1 1 1 1 1 I 1 1 1 1 11 11 1 1 11 1 1 1 1 1 1 I 1 1 -- -`--.--- • - ----- ----- 1 1 I I 1 I 1 I I I 1 1 1 1 1 I II 1 1 1 1 1 I I I I 1 1 1 1 I I 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 II 1 I I I I I 1 1 1 I I I I I I 1 1 I I 1 1 I I I I I 1 1 1 1 1 11 1 1 1 1 1 1 II I I I 1 1 1 1 1 1 1 1 I I I I I I I I 1 1 1 I D1040 Earthwork Materials 10d 10d 11APR22 22APR22 GEG3.Eanhwork Valeria s I 1 1 1 1 I I I I I 11 1 I I 1 1 1 I I I I 1 1 1 I I 11 I I 1 1 e D1050 Concrete 8 Rebar 40d 40d 18APR22 10JUN22 itin Concrete 8 Rebar I I I I 1 1 I I I I I I I I I I 1 1 1 I 1 1 1 1 I 1 I I l l 1 r 1 1 1 1 1 1 1 1 1 1 1 1 11 1 I 1 1 1 1 1 1 I 1 1 I 11 I I 1 1 D1060 Piping 8 Valves 20d 20d 18APR22 13MAY22 rr+a'�rlPiping 8 Valves t t i l i 1 1 II ill 11 1 1 1 1 I 1 1 1 1 1 1 1 1 1 I I 1 1 D1080 Lift Station Submersible Pumps&Controls 80d 60d 16MAY22 05SEP22 1 I t I IT. •-.. 'a Lift S abon Submersible Pumps&Controls I I I I I I I I I I I 1 1 D1140 Poly Tanks 70d 70d 16MAY22 22AUG22 I I 1 I CISMENCIERN5EIMMEMMEtl PoyTanks I I I I I I I I I I I I 1 1 1 1 I I 1 I 1 1 I I -rrrrrrrrrrr -11-1-1-1-1-1-1'l'l 1 1 rrrrrrrrrrrrrrrrrrrrrrrrxr D1160 Transmission Pumps Magnolia 90d 90d 30MAY22 030CT22 1 1 I 1 1 13— - -- - - T3Tr4nsmtssion P9Pshbroli9 i 1 i 1 1 1 t t t 1 1 1 1 1 D1030 Msc.Common Items 10d 10d 06JUN22 17JUN22 I I I I I rl'v10.Mse.Common Items I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I D1120 SCADA 100d 100d 13JUN22 31OCT22 I I 1 1 1 I r,• --.. .., alSCADAI I I I I I I I 1 1 1 1 1 1 1 I I 1 1 1 I I I I I I 1 1 1 1 1 1 1 1 1 I I 1 I 1 1 1 1 1 1 1 1 D1130 MCC Gear 90d 90d 13JUN22 170CT22 1 1 1 1 1 I I n r-i ---'- -- n^cCGearl 1 I 1 1 1 1 1 1 1 1 1 I 1 1 1 I I I I 1 _ D1065 Aerintors 8 Controls 140d 140d 27JUN22 09JAN23 __ 11 1 1 I I Aedators 8 Con rots I 1 I I 11 1 I 1 I 1 I D1090 Natural Gas Generator Lift Station 160d 160d 27JUN22 06FEB23 I I I I I I Natural Gas Generator Lift Station I 1 I 1 I 1 I 11 I I I I I 1 1 1 1 I I 1 I I 1 I 1 1 1 01100 Natural Gas Generator Bailey 160d 160d 27JUN22 06FEB23 I I 1 I I I I I I I I I I I I I I I I I I I I I I I I t 1 1 1 1 1 1 1 r 1 1 'Natural Gas GeneratorBailey I 1 1 I I 1 1 1 01150 Chemical Feed Equipment 75d 75d 12JUL22 24OCT22 1 1 I I 1 1 I i r J3 Chemical Feed Equipment I I I I I I I I I I I I I 1 1 1 1 11 1 1 1 1 1 D1110 Instrumentation 100d 100d 26JUL22 12DEC22 1 1 I I 1 1 11 1 I i ' 'Ins,Wmentationl 1 1 1 I t I I I I 1 1 1 1 1 1 1 1 1 1 I 1 I I I I I I 1 I 1 I 1 r I i t 1 1 1 1 I 1 1 1 1 1 1 1 1 1 I 1 1 I I 1 1 1 1 1 1 1 I I 1 D1070 Architectural Items 75d 75d 16AUG22 28NOV22 _ LLLLLLLLLLLLLlllllll l lft " - -' ' ---.FI Architectural Items J JJJJJJ I I III I I LLLLLLLLLLLLLLLLLLLLLLLLLL D1170 O8MS 8 Wamanbes 30d 30d 15NOV22 26DEC22 I I I I I I I I I I 1 I I 1 1 1 1 I I 1 III III 11 ®OBMS 8 Warranties' I I I I I I I I I 1 1 I I I I 1 1 1 D1440 Disinfection Plan lad 10d 29NOV22 12DEC22 1 I 1 I 1 I I I 1 I 1 I I I 1 1 1 1 I I III III 11 1 j•anDrsiniecdon Fizn1 1 1 ! 11 1 1 1 1 1 1 1 I I I 1 1 I I I 1 orkltems 1111i111it mill III III I 11111i iii iiiii ii iiiii i 1 ililii ' il 11t III kkiblGzalloNSftework - - - - _ 11 1 I I I I 1 1 I 1 1 I 1 I I III I I I I I I I I I I 11 1 I 1 I I I I I I i I I I 1 I I I I I I I 1 I 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 I I I I I I l l l l I I I I I I I I I I 1 1 1 1 1 1 1 1 I I I 1 1 1 1 I 1 I I I I I I I I I I I I 11 11 1 I 1 1 1 1 1 1 I I I I I I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 I 1 1 1 I 1 I I I I I I 1 1 1 1 1 1 I I 1180 Mobilization 20d 20d 21MAR22 15APR22 tMB=IMobieationl 1 I I I 1 1 1 I I I I I 11 I 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 11 1 1 1 11 I I 1 1 1 1 1 1 1 1 1 1 1 1 11 I I I 1 1 1 1 1 I I III 1 I 1 I I I I I I I II 1 Jill ! 1 1 1 1 I 1 I 1 I I I I I I I I I I I I I 1 I 1 I 1190 SWPPP 3d 3d 18APR22 20APR22 I L'iDSWPPP 11 I 1 I I I III 11 1 1 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 I- I I I I 1 1 1 1 1 1 1 1 1 1 1 - 1330 Existing Well Pipe Mods 1Od 10d 22FEB23 -07MAR23 1111111111 111111 III I 1 1 1 II I Mods i Existing Well Pipe ds I 1 11 1 I 11 I I I I II BailayWiP - - - 11111111111 111111111 II 1 1111111 11111 11111 1 I t III I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 II 1 1 1 I 1 I 1 1 I I 1 1 1 1 1 1 1 I 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 I I 1 1 II II 1 1 1 1 l 1 1 1 11 1 1 1 I I I I I 1 I 1 I I 1550 Demolition 20d 20d 18APR22 13MAY22 .Demolition 1 1 1 1 1 1 1 1 1 1 1 II I 1 1 1 1 1 11 I I I I I 11 1 1 1 I I 1 1 1 1560 Remove Existing Underground 20d 20d 02MAY22 27MAY22 1 I IteM3rEi Remove Existing Underground I I I I I I I I I I I I 11 I I 1 11 1 1 1 I I I 11 I 1570 Aeralator Under Slab Piping 10d 10d 30MAY22 10JUN22 I I I I I I I t 1 1 I l 1 1 I„"„", 1 I I I I I I I 1 I I I I I 1 1 I 1 1 1 I I 11 I I I I I I lAeralalor Under bleb Piping I I I 1 I i l t l l l I I I I I 11 1 11 I 1 I I I I 1580 Aeralator Concrete Structure 50d 50d 13JUN22 22AUG22 1 1 1 I 1 I I I®Aerelato Concrete Structural 1 I 1 1 11 I I I I I 11 1 I I I 1 1 1 I I Start dale OTNAR22 Finch doe 13SEP23 043data a1MAR. LEM Construction Company,Inc. _ Ran doe dffiEQ1 Bailey W1P&Bailey Sewer Line Pagenunber 1A Proposal Schedule , ®Pnmaaere Systems,Inc. :•_ --- ---- -. --- ------ -- -- ------- - --I - — ---- - - — — - . - --- - - ------ - - --zaea -- Aet scrIpry Odp Ram . % Enrty l MR WV ) u nil sue. J fly 1 NOV f DEC -MN F J wq ` m J .wN ` JUL AUG SB ar6 '� ID DeecrlPbon Dur Dun SIuC Finis i I�IJ 1 1 1 1 I I I f 1�1�1 1 1 I 1 h III 1 1-1 1 1 1 i 1 Ir-1 I-1 1 I I 1 1 1 1 i-1 1-1 1 t VI I I 1 1 it, 1 1 I I 1 J ri'I.1 P 1 1 1'4 to 1 1 1 1-1 fit 6 I i 1 I i 1 1 t NI i 1620- Electrical B instrumentation 275d 275d 13JUN22 03JUL23 I ' ' ' ' ' ' ' ' ' ' ' ' FLled�i'caaI gg,Irri1s1rul1nnenttyation' ' ' L. i ' ' ' ' L L L L L L L L L111 L J.11111IIIII.111111111JJJJJJJJJJJJJJJJJJJJ_I_I_LI_I_I_I_LI_I_LLLLL..L L LLLLLLLLLL L LL LLLL g 1590 Control Room Slab 15d 15d 09AUG22 29AUG22 II 1 1 1 I I I I I I 11 1 I I 1 I ®Control Room Siab l 1 1 1 I I 1 1 I I 1 1 1 I I 1 I 1 1 I 1 I I I 1 1 1 1 1 1 1 1 11 1 I 1 I I I I I 1 1 1 I t I 1 1650 Detention Pond 35d 35d 23AUG22 10OCT22 1 1 1 1 I I I I I I I 11 1 1 1 I I 1 1 .ern e n ko Po tl1 1 I I 1 1 1 I 1 I I I I 1 1 1 1 I I I 1 I 1 1 1 1 1 I 1 I I I 1 1 1 I I I 1 1 I 1 I I I I II 11 t 1 I I I 1 t [ till 1 I I I TT'Tr—R r�I l' 1 II J.I J ! LL.! I 1 1 III III I1l,1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I • 1600 Control Room Arch 180d 180d 30AUG22 08MAY23 II 1 1 1 1 1 1 1 1 I 1 1 1 11 I I I l t 1 Control Room Arch I I I I 1 I I I I I I I I I I I 1 1630 Chemical Tank Pads 15d 15d 30AUG22 19SEP22 II 1 1 11 1 I 1 I 1 IIII 1 1 1 1 1 1 1l ChemicalTankPads 1 1 1 1 1 1 1 1 1 I I I I I I I IIIIIIIIIIIIIIIIIII I 1111111 I I I I II 11 I I I 1 1 1 I 1 I 1 1 1 1 1 I 1 1 1 1 I 1 1 1 1 1 I 1 11 1 1 I 1 1 I 1 1 1 1 1 1 1 1 1 I t 1 1 I 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1111111 1 1 1 1 1660 Underground 35d 35d 110CT22 28NOV22 _ LLLLLLLLLLLLL11111111111111111�UndergrounJJJJJJJJJJ__l !I_IJ_1 I_ILI_I_LLLLLLLL L L L L L LLL L•L L L L LL 1640 Chemical Feed 30d 30d 25OCT22 05DEC22 1 1 1 1 1 11 1 1 1 1 I 1 1 1 1 1 l 1 1 1 1 1 1 1 11 1 1 ®Chemical Feed l 1 1 11 1 1 1 1 1 1 1 1 1 1 1 I 1 I I I I I I 1 1 I I 11 I 1 1 1 1 1 1 1 I 1670 Paving 30d 30d 29NOV22 09JAN23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 11 I I I I I I 1 1 1 1 1 1 I Pa' 1 1 1 1 1 1 1 1 1 1 I 1 1 I I I 1 1 1 1 I 1 1 1 I I I I I I I I 1 1 1 I 1 II I I 1 1 1 I 1 I 1 1 1 I 1 I 1 I I 1 I 1 1 I 11 1 1 vin 9 1 I 1 1 1 I 1 1 1 1 1 1 1 1 I 1 I 1 1 1 1 1 1 1 1 1 1 I 1 1 I I I 11 1 I i 1610 Aemlator Mechanical 125d 125d 10JAN23 03JUL23 I I I I I 1 1 1 1 1 1 11 1 1 1 1 I 1 1 1 11 I I 1 1 1 1 1 1 1 1 I 1 1 1 1 1 A - - Aeralalor Mechanical I I I 1 1 1 1 1 1 1680 Generator 25d 250 07FEB23 13h1AR23 1 I 1 1 1 1 1 11 1 1 I I 1 1 1 11 1 I 1 1 1 I I 1 1 1 I 1 1 1 11 I t 1 1 11 I I 11IMEM33 Generator t 1 1 I I 1 I 1 1 I 1 I I 1 I I I 1 11 I 1 1 1 1 1 I 1 I 'Line Vi'cdc'�- �_ - - - t- -- - - -- -- II 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I I I 1 I 1 1 1 I I I I I I I I I I - _ - - - 1 11 I l 1 1 1 1 1 I 1 ill I I 11 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 r,0 Trench Safety 10d10d 21APR221 1TrenchSarah'11 1 1 1 1 1 11111111 1I1I1II1 11111111I 1IIII1111 111111111 I t11I I 11 1 11 I I L� I 11111111 11111111 111111I11 IIII1tI11 1I1111I11 I 111I I II 1 I5d5d 05MAY22 11MAY22 1 1 1 1 OneCallLocatvI I 11111111 IIII1111 11IIIIIII 111111111 1111t1111 I 1111 1 1 1 1 IMagnoliaTransmission Line 50d 50d 12MAY22 21JUL22 1 1 I I , Magnolia Transmission Line I 11 1 1 1 11 I I I I 1 1 1 11 I I I I I I I I 1 I 1 I I I I I I 1 I 1 I I I I I I I BaileyRd Sanitary Sewer60d60d 250CT2216JAN231 1 1 1 I I I I I 1 1 1 1 1 I I I 1 1 1 1 1 1 1 I BaileyRdSanftary5ewerl 1 1 1 I I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I III 111111111l 1 1 1 1 1 I t I 1 11ll 1 11 1 1 1 1 1 1 111111111111 1 1 1 1 I Bailey FM Discharge to hog 25d 25d 17JAN23 20FEB23 , . , r ' , , �, r 1 , 1 Bailey FMDis charge to hog I , . , . . r . 'Lin Station• - I 1 I I 1 1 I III I I 1 1 I III 1 I I I t I I 1 I 1 1 1 1 I 1 1 1 1 1 1 1 I 1 1 1 I I I I I 1 I 1 I 1 I I 1 1 1 I I 1 1 1 1 1 1 1 1 1 I I I I 1 I 1 1 I I 1 1 1 III I I I I I III I I I 1 1 1 1 I 1 1 1 I I 1 1 1 1 1 I 1 1 I 1 I 1 1 1 I I 1 1 1 1 1 I 1 1 1 1 1 I 1 I 1 1 1 I 1 1 1 1 I 1 I 1 I I 1 1 I 1 I I III 1 1 1 1 I III I I I I I 1 1 i 1 1 1 1 l 1 1 I t I I I t 1 1 t I I I I 1 1 1 1 1 t I I I i t i l 1 1 1 mitt 1 1 1 1310 Lift Station Earthwork 15d 15d 30AUG22 19SEP22 1 1 1 1 1 I I 1 1 1 I I I I I III I..FPr7LIft Slatlon Eanhwork I I 1 I 1 1 11 1 1 1 1 I 1 I 11 1 1 1 1 1 1 I I I I I I I I I I I I 1 1 11 1 1 I 1 1 1320 Caisson Lifts&Slab 25d 25d 20SEP22 2400722 i I I I I 1 I III 11 1 1 I III 1 1 I I..CaissonLi0e&Slab1 I 1 1 1 1 1 1 1 1 1 I I I I 1 I 1 1 1 1 1 I I I 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1350 Lift Station Mechanical 40d 40d 090CT22 28NOV22 1 1 1 1 1 I I III 11 I 1 I I 1 I 1 1 1 1 1 .. ' LJftS�aOon IMecha�' ' iral 1 1 1 1 1 1 I I I I I 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 III 1 1 I 1 I III 1 1 1 1 1 t . 1 1 1 1 1 1 1 I 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I 1 1340 MSC Concrete Pads 8 Valve Slab 35d 35d 2500722 12DEC22 1 1 I III I III 1 I 1 I 1 III 1 1 1 1 1 1 1 1 PIM Msc Concrete Pads 8 Valve Slab i I I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 11 I I I 1 I 1 1 1 1 1360 Electrical B Instrumentation 70d 70d 22NOV22 27FEB23 1 1 1 III 1 III I I 1 I 1 III I 1 1 1 1 1 1 11 I I 1 Elecrrica1 81nstrumenra8onl 1 1 1 1 11 1 1 I I I 1 1 1 I I I I 1 I rrr tttt Ytr tt7t YYY il a " l-1- l" t7 t ttr-t -r-r -11-11-1-1 7t'I'1-,-1-pi-1-1-1-1-1-1-1-1-1-1-1-1-r-r-r't-r r 1-1-1-1-Y'r"1'1,- r r r Y r r f-t 1370 Paving 20d 20d 13DEC22 09JAN23 I I 1 1 1 I 1 III 1 1 1 I 1 1 1 III I I I I I III 11 1 1 1 1 Pavin4 I I I I 1 1 11 1 1 I 1 I I I I 1 1 1 I 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1'1 I 1380 Generator 15d 15d 07FEB23 27FEB23 1111111 III I 1 1 1 1 1 1 11 1 l t I 1 l III 11 I I 1 1 1 l I I 1 1 1 l®Generator 1 I I I t I I l 1 1 1 1 1 1 1 1 1 11 I I 1 l I I 1111111 A4gllotl3 Pump Station -- - ____ __ .-_ _ ____ _ _ I I I II titIII III i , I I sit I . . . . I . . . . 1 . t I 1 i , . . . . , . . . . t I I , i , r , I I I , I , . I ills I 1 I 1 1 1 II 11111 Ill l 1 1 1 1 1 1 III 1 1 1 1 1 1 1 1 1 l 1 1 l 1 r 1 1 1 1 1 1 i 1 1111111 I 1111111 I 11111 1 I I III II 11111 III lilt III Ill 1 1 1 l 1 1 l 1 1 1 1 1 1 1 1 1 I 1 l 1 1 1 1 1111111 1 1111111 I 11 1 1 1200 Demolition 15d 15d 29NOV22 19DEC22 1 I III 1 I 1 I I I I I III l 1 1 1 III I I IIMME Demohtionl 1 I I 1 1 1 I 1 1 1 I 1 1 1 1 1 11 I 1 l 1 1 1 I I t t I 1 I t 1 1 1 l 1210 Pump Bases&Supports 10d 10d 200EC22 02JAN23 I I I III III I I I I I I I I 11 1 I III 1 1 1 Purnp Bases 8 g u po I I I t I I I I 1 I I I I I I I I I I I I I I I 1 I I I I 1 1 1 III III 1 1 1 I 1 III 1 1 1 1 III I 1 1 I I I I I r P 1 1 11 I I I I 1 1 I 1 I 1 1 1 1 I I 1 I I 1 1 1 1 1 1 1 1 1 1220 Set Pumps 6d 60 03JAN23 10JAN23 1 11111 1 1 1 11 I 1 l III lilt III III 11 1 Set Pumps I I I 1 11 1 1 1 l 1 1 l 11 1 l I 1 1 I I I I I I I I 1 1 1 I I 1240 Piping Tine Ins&Painting 30d 30d 11JAN23 21FEB23 1 I I 1 1 1 Ill I I 1 1 1 III 1 1 I I I ( 1 1 1 1 1 1 1 1 ®Piping Tine Ins 8 Painting 1 1 1 1 I I I I I I 1111111 1 I I I I 1230 Electrical 30d 30d 08FEB23 21MAR23 1 1 1 1 1 1 III 1 1 1 1 1 III 1 1 1 I III I I 1 1 11 1 1 .I-..Y.:*;� le 1 ' ' I 1 1 I I I I I I I I I I 1111111 I I I I I 1 , 1 I I I I I . I. . , . . 1. 1 Ectrical Steil UP I I I 1111111 11 I I 1 I II 1 I 1 I I I I 1 I I I I I II III I I I 1 1 1 1 I I I I 1 1 1 1 1 1 1 I 1 I I 1 I I 11 1 I I 1 1 I I I I 1 I 1 I I I I I I 1 1 1 1 1 1 1 1 1 II 1 1 1 1 1 1 t 1 I I 1 1 1 II III 1 1 1 1 1 l I 1 1 1 1 1 1 1 I 11 1 1 I I I I 1 1 I I l 1 l 1 1 1 1 I I I I rimmilimmin Vendor Test B Checkout Lift Station 5d 5d 28FEB23 06MAR23 l 1 1 III I III 1 1 1 1 1 I II 1 1 1 1 I III 111 1 1 II 111 II 1i111ir1I1 1 til1 I 1 1 1 1 1 I I l 1 I 1 I 11 11 I 11i ii i i r r i rhr i OutUfiStationII I III I III I I I I I I 11 I I I I I tll 11 1 1 1 1 1 1 1 1 I I I I I I I I I I 1 1 1 1 1 1 1 I I I IVendor Test B Checkout Magnolia 5d 5d 22M4R23 28MAR23 1 1 1 III I 1 1 1 11 I I I I 1 I I I 1 I I III 1 1 1 1 I 1 1 I I 1 1 1 1 1 I ®VendorTest&CheclmmMagnolia 1 1 1 I 1 l 1 1 1 I I I I I I I IVendor Tesl&Checkout Bailey Aeralaters 5d 5d 05JUL23 11JUL23 1 1 III I III 1 1 1 1 1 1 II 1 l t I 1 ltI ( II III II IIt tI IIIt 111 11II ( II II I Vendor Test&Checlmil gale Ae2Itefs'1 1 III I 1tI 11111 1 II 1111 I III 11111 II III 11111 11111111111111 S slamStartU T I Y I ISystem Start UP 10d 10d 12JUL23 25JUL23 1 I 111 1 11I 1 1 1 1 1 1 II I I I I 1 1II 1 1 1 1 1 I I III 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 .Y. 4 1 1 1 1 III 1Punchlist 25d 25d 26JUL23 29AUG23 Il 1 I I I I I I I 1 1 l 11 1 It I I I I I l 1 l 1 1 1 l 1 I t _ttl 1 1 I 1 l__I I I I I I I l 1 1 1 I 1 l 1 I t �Punchlisll1 I I I 1 1 Final Clean up 15d 15d 30AUG23 19SEP23 I rrrrrrrrrrrrrTTTTTTTTTTI7777777T71711171711-1 1-111-I-1-1-11 t 1 I r I t-t-1 l—rrrrrrrrrrrrrr---"Cenu rrr Start aus 01MAR22 Fnsh doe Iv.EP2a LEM Construction Company,Inc. - D.date otnlAR22 Ron dale ome01 Bailey W1P&Bailey Sewer Line Paga rumba 2A Proposal Schedule 61,,rimaaera&At ems,Inc. cie) toil en) y Attachment 5 to Part C C Z 4144 -._, "SO KIMMI!_- i' ." t..,� raw ' 4.0".15ri /*V< , - S, . • CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C SUBCONTRACTOR INFORMATION Company Name: Prime Controls Address: 12144 Dairy Ashford,Building 3 I Sugar Land,TX 77478 Telephone Number 713-244-9747 Fax Number 713-244-9717 Scope of Work: Instrumentation&Controls PAST PROJECT HISTORY Provide projects that your firm has completed with LEM Construction Company,Inc. over the last FIVE YEARS.Additional information may be provided on a separate sheet labeled"PAST PROJECT HISTORY", if required. PROJECT 1 Owner City of Richmond Project Name: Surface Water Treatment Plant Type of facility. WTP Subcontract Amount: $959,864 Scope of Work: Instrumentation&Controls and SCADA work to upgrade the control system at 4 remote sites with Allen-Bradley PLCs and Wonderware HMI Software PROJECT#2 Owner City of Conroe Project Name: Southwest Regional WWTP Improvements Project Type of facility. WWTP Subcontract Amount: $923,958 Scope of Work: Provide a complete SCADA package for the plant improvements.The project included nine Modicon M580 PLC panels and a new VTScada HMI system PROJECT#3 Owner City of Missouri City Project Name: Surface Water Treatment Plant Expansion Type of facility. WTP Subcontract Amount: $388,450 Scope of Work: Instrumentation and Controls work for a Water Treatment Plant. This project included two Allen-Bradley ControlLogix PLCs and VTScada HMI Software LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C REFRENCES Provide three references for your firm.The references shall include name of project, Owner contact information,and Engineer contact information if available. REFERENCE#1 Project Name: Richmond Surface Water Treatment Plant Owner's Name and Contact Information. City of Richmond I Howard Christian,Public Works Director 281-342-0559 I hchristiannu,richmondtx.gov Engineer's Name and Contact Information. Enprotec/Hibbs&Todd I Jordan Hibbs,PE 1325-698-5560 REFERENCE#2. Project Name: Conroe Southwest Regional WWTP Improvements Project Owner's Name and Contact Information. City of Conroe I Greg Hall,WWTP Superintendent 1936-522- 3836 I ghalljrna,cityofconroe.org Engineer's Name and Contact Information. Lockwood,Andrews&Newman I William E. Schlafer,PE I 713-266-6900 REFERENCE#3 Project Name: Missouri City Surface Water Treatment Plant Expansion Owner's Name and Contact Information. City of Missouri City I Leonard Hansen, Superintendent of Operations 1281-710-4147 I_lhansen@a,quailvalleyud.org Engineer's Name and Contact Information. Enprotec/Hibbs&Todd I Jordan Hibbs,PE 1325-698-5560 LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C SUBCONTRACTOR INFORMATION Company Name E.P. Brady,LTD. Address: 3414 Persimmon St,Houston,Texas 77093 Telephone Number (713)691-0923 Fax Number (713) 691-5423 Scope of Work:Underground Utilities PAST PROJECT HISTORY Provide projects that your firm has completed with LEM Construction Company, Inc. over the last FIVE YEARS Additional information may be provided on a separate sheet labeled"PAST PROJECT HISTORY", if required. PROJECT 1 Owner City of Conroe Project Name: Central WWTP Type of facility. Wastewater Treatment Plant Subcontract Amount: $1,355,000 Scope of Work: 60"Effluent Line,30"Force Main PROJECT#2 Owner City of Conroe Project Name: Ed Kharbat Water Line Type of facility. Water Line Subcontract Amount: $1,050,000 Scope of Work: 12"& 16"Water Transmission Line PROJECT#3 Owner City of Baytown Project Name:West District WWTP Type of facility. Wastewater Treatment Plant Subcontract Amount: $1,067,000 Scope of Work: 30"Effluent Force Main LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C REFERENCES Provide three references for your firm. The references shall include name of project, Owner contact information, and Engineer contact information if available. REFERENCE#1 Project Name: Phase III Water Transmission Mains Owner's Name and Contact Information. Missoun City—Mark Law(281)403-8539 Engineer's Name and Contact Information. E-HT-Jordan Hibbs,PE—(325) 698-5560 REFERENCE#2. Project Name: Segment C3 (16"&20"Water Line) Owner's Name and Contact Information. SJRA—Michael Sullivan,PE(936)718-5663 Engineer's Name and Contact Information. Kimley Horn-Marty Paris,PE(972)'239-3820 REFERENCE#3 Project Name: Segment 8A& 8B Owner's Name and Contact Information. NFBWA—Mark Scates,PE(281)558-8700 Engineer's Name and Contact Information. LAN,Inc.-Shelly Serres,PE—(713)266-6900 LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C SUBCONTRACTOR INFORMATION Company Name: Macaulay Controls Company Address 13920 Osprey Ct., Suite E.,Webster.TX 77598 Telephone Number 281-282-0100 Fax Number 281-282-0077 Scope of Work: Chemical Feed PAST PROJECT HISTORY Provide projects that your firm has completed with LEM Construction Company, Inc over the last FIVE YEARS Additional information may be provided on a separate sheet labeled"PAST PROJECT HISTORY", if required. PROJECT 1 Owner City of San Leon Project Name: San Leon WWTP Type of facility WWTP Chemical Feed Subcontract Amount: $142,000.00 Scope of Work: Blue White M3 peristaltic pumps for NaOC1 and NaSo3 including tanks and installation PROJECT#2 Owner City of Houston Project Name: E.Coli Compliance Projects—Chlorination systems for Turkey Creek,Westway and Kingwood West WWTP's Type of facility WWTP's Subcontract Amount: $124,130.00 Scope of Work: Chemical metering pumps,installation,flowmeters,tank site gauges,controllers PROJECT#3 Owner City of Sealy Project Name: Sealy WWTP Expansion Type of facility WWTP Chlorination& Sulfur Dioxide Subcontract Amount: $21,000.00 Scope of Work: Chlorination& Sulfur Dioxide installation,scales, start-up and training LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C REFERENCES Provide three references for your firm. The references shall include name of project, Owner contact information, and Engineer contact information if available. REFERENCE#1 Project Name: Various Projects Owner's Name and Contact Information. Various Owners Engineer's Name and Contact Information. Doug Baker—Brown&Gay Engineers—713-488-8120 REFERENCE#2. Project Name: City of Pearland—Various Plants—Chemical Metering Pumps Owner's Name and Contact Information. Will Marques—Water Production—281-652-1900 Engineer's Name and Contact Information. REFERENCE#3 Project Name: FBC MUD#81 WWTP Chlorination Equipment and Gas induction Mixer Owner's Name and Contact Information. Hartwell Environmental—Matt Davis 281-351-8501 ) Engineer's Name and Contact Information. Jones&Carter Engineers LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C SUBCONTRACTOR INFORMATION Company Name: Andrew-Jordan Industrial LLC. Address: 6811 McHard Rd, BLDG 1 Telephone Number• _83?-243-&888 Fax Number 832-486-9239 Scope of Work: Electrical Contractor PAST PROJECT HISTORY Provide projects that your firm has completed with LEM Construction Company,Inc. over the last FIVE YEARS Additional information may be provided on a separate sheet labeled"PAST PROJECT HISTORY", if required. PROJECT 1 Owner City of Conroe Project Name: Conroe Central WWTP Type of facility• Wastewater Treatment Plant Subcontract Amount: $9,484,109.00 • Scope of Work: New Wastewater Treatment Plant PROJECT#2 Owner Missouri City Project Name: Missouri City WTP Expansion II Type of facility• Water Treatment Subcontract Amount: $1,803,469.00 Scope of Work: Surface Water Treatment plant expansion PROJECT#3 Owner City of Richmond Project Name: Richmond SWTP phase 1 Type of facility• Surface Water Treatment Plant Subcontract Amount: $2,749,812 00 Scope of Work: New Surface Water Treatment Plant LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C REFERENCES Provide three references for your firm. The references shall include name of project, Owner contact information, and Engineer contact information if available. REFERENCE#1 Project Name: EWPP Flocculators at Plant 3 Owner's Name and Contact Information. Michelle Love 832-395-5039 Engineer's Name and Contact Information. Wade Hubbell 713-365-9288 REFERENCE#2. Project Name• Conroe Central WWTP Owner's Name and Contact Information. Craig Hall 936-521-5114 Engineer's Name and Contact Information. Denny Howard 713-266-6900 REFERENCE#3 Project Name: Brazosport Water Authority 2018 Plant Improvements Owner's Name and Contact Information. Ronnie Woodruff 979-297-2715 Engineer's Name and Contact Information. Mark Handley 512-346-1100 LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C SUBCONTRACTOR INFORMATION Company Name• SIL Plumbing Address. 1802 Afton St Houston, TX 77055 Telephone Number. _713.582-8941 Fax Number 713-863-8199 Scope of Work: Plumbing/Mechanical Contractor PAST PROJECT HISTORY Provide projects that your firm has completed with LEM Construction Company, Inc. over the last FIVE YEARS Additional information may be provided on a separate sheet labeled"PAST PROJECT HISTORY", if required. PROJECT 1 Owner City of Conroe Project Name: Conroe Central WWTP Type of facility. Wastewater Treatment Plant Subcontract Amount: $315,000.00 Scope of Work: New Wastewater Treatment Plant PROJECT#2 Owner Missouri city Project Name: Missouri City WTP Expansion II Type of facility. Water Treatment Subcontract Amount: $19,025.00 Scope of Work: Surface Water Treatment plant expansion PROJECT#3 Owner City of Deer Park Project Name: Deer Park WWTP Improvements Type of facility Wastewater Treatment Plant Subcontract Amount: $95,139 00 Scope of Work: Waste Water Treatment Plant Improvement LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CITY OF PEARLAND SUBCONTRACTOR QUALIFICATIONS ATTACHMENT 5 TO PART C REFERENCES Provide three references for your firm. The references shall include name of project, Owner contact information, and Engineer contact information if available. REFERENCE#1 Project Name: Crites Warehouse Owner's Name and Contact Information. City of Houston Engineer's Name and Contact Information. Dwayne Mollard 832-409-3050 REFERENCE#2. Project Name: Conroe Central WWTP Owner's Name and Contact Information. Greg Hall 936-521-5114 Engineer's Name and Contact Information. Denny Howard 713-266-6900 REFERENCE#3 Project Name: Regal Entertainment Group Owner's Name and Contact Information. Brandon Choi 865-925-9970 Engineer's Name and Contact Information. Sam Patton 512-693-9015 LEM Construction Company,Inc. 10849 Kinghurst,Suite 150 281-495-9550 Houston,TX,77099 f:281-495-9995 CA MI1 rilli) P1 Safety Documents & Quality Assurance Program C) 00 x l - t,*'+"r IIOiiir .�-i r �` a (. �, il , I � • - - • ,. •1• I {„ •`�` -�'7!; is .. $�I , sty. : cj � .ra y •I, Ilhh I • !t 1 5 !I �..7�1 a�,1- - •,e..�.n.'if � '�i i 1 Al ;� i.I q ',...4)) lit ....1. ,, • . '., • ,, '1;,:t i 1 *"*.-:.;. '•: ,?.. _'..:. .1-, t*: ..!!,,,,.. 'n. et ,4', 6.77-a-r, 4: ,. 1' ' • ,}iN 1 . - . . - -, P.'I: i I.c�� i ; Ad, ,. , , \ .,.C ,4 '.... _.` ', ' , I. ! ' ' > � Y ; :.• 5�n oki Y am` /,ire 1 A - 4 _' 4 i I,� �,, .�, 1 t t Insurepointe ref 1 of Texas, Inc. Home Office:2909 Hillcroft,Suite 200•Houston,Texas 77057-5852 Phone 713-964-0022 • Fax 713-964-0044 HOUSTON • ROUND ROCK September 14,2021 Mike Harris LEM Construction Co., Inc. 10849 Kinghurst,# 150 Houston, TX 77099 RE. Experience Modifier History Dear Mike, Please be advised that LEM Construction Co.,Inc.has had the following Workers' Compensation Experience Modifiers reflected on each of the policy terms listed below- 11-1-2021 1 04 11-1-2020 72 11-1-2019 65 11-1-2018 .91 11-1-2017 .90 ' 1 11-1-2016 88 11-1-2015 85 Let me know if you need anything further with regards to LEM's Workers' Compensation experience. Best Regards, Susan M Palmer President 713-964-0022 Extension 109 spalmer@msurepointe.com BUSINESS•PERSONAL•LIFE•HEALTH•EMPLOYEE BENEFITS•FINANCIAL SERVICES•SURETY/BONDS www.insurepointe.com LEM CONSTRUCTION COMPANY HEALTH&SAFETY PROGRAM SUMMARY ATTACHMENT 6 TO PART C 6.2,D Although the overall implementation of the Health and Safety Program is the responsibility of LEM's Safety& Health Manager,each Site Superintendent and/or subcontractor shall be solely responsible for initiating, maintaining,and supervising all safety precautions and programs in connection with their work. 1 These responsibilities include the following: • Daily JSA completed by Jobsite Foreman(daily)signed by Jobsite Superintendent reviewed weekly by Site Safety Coordinator and by Safety Manager • 3rd Party Safety Audits are done by outside Safety Company(twice monthly)reviewed by Field Superintendent,Site Safety Coordinator,Project Manager,Safety Manager,and the President of LEM Construction Company • LEM Construction Safety Audits are performed by LEM Safety Site Coordinator(twice monthly) reviewed by Field Superintendent,Site Safety Coordinator,Project Manager,Safety Manager,and the President of LEM Construction Company • All accidents are(reported immediately)to the Superintendent,Site Safety Coordinator,Safety Director.Investigations are then performed and a written summary is then immediately given to the Field Superintendent,Safety Director,Project Manager,and President of LEM Construction Company 2. Safety Training • Pre-Hire Training and Orientation • Site Specific Safety Training • 10 Hr.and 30 Hr.OSHA Training • Updated Safety Training for Expired Training 3 Compliance with all Federal,State and Local rules and regulations,whichever are most stringent. a. While most of our work comes under the jurisdiction of OSHA,other safety agencies may have jurisdiction in some cases.These special cases will be discussed before the job start-up. 4 Provide and enforce the use of all required personal protective equipment. 5. Promptly investigate any accident,injury,near miss or damage to property and file an accident report in accordance with the requirements set forth elsewhere in this manual. 6. Comply with the record keeping requirements of State and Federal authorities and the insurance company 7 Maintain good housekeeping conditions and fire protection equipment. 8. Require employee participation in the following: a. Daily safety meetings for foremen and supervisors,including subcontractors. b. Weekly"tool box"meetings for all employees. c. Site Specific new employee orientation meetings before starting work. CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan —� CONSTRUCTION CO. 2 LEM Construction Company, Inc. Construction Quality Control Manual Version:20140106 The documents provided by LEM Construction Co.,Inc.disclose proprietary company information that is copyright registered.Please hold these quality documents in confidence and do not share them with other organizations,even if you do not charge a fee. Page 1 Quality Control Manual Copyright 14111 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan QUALITY CONTROL MANUAL TABLE OF CONTENTS 1.Quality System Management and Responsibilities 6 1.1.Overview 6 1.2.LEM Construction Co.,Inc.Quality Policy 6 1.3.Quality Duties,Responsibilities,and Authority 6 1.4 Quality System Performance Measures 9 1.5.Customer Satisfaction Performance Measures 9 1.6.Exceptions. 9 2.Project Quality Assurance/Quality Control Plan 10 2.1.Overview 10 2.2.LEM Construction Project License and Qualification Requirements 10 2.3.Project Personnel and Qualifications 11 2.4 Project Quality Assurance/Quality Control Plan 12 2.5.Identification of Quality Controlled Work Tasks. 12 2.6.Project Quality Inspection and Test Plan 12 2.7 Project Quality Communications Plan 12 2.8.Project Quality Training Plan 12 2.9 Customer Training On Operation and Maintenance 13 2.10.Project Records and Documentation Plan 13 2.11.Project Audit Plan 13 3.Contract Specifications. 14 3.1.Overview 14 3.2.Contract Technical Specifications 14 3.3.Contract Drawings 14 3.4 Contract Submittals 14 3.5.Customer Submittal Approval 16 3.6.Contract Warranty 17 3.7 Contract Review and Approval 17 4.Design Review and Control 18 4.1.Overview 18 4.2.Design Input Review 18 4.3.Project Design Quality Assurance/Quality Control Plan 18 4 4 Design Progress Reviews 19 4.5.Design Output Verification and Approval 19 5.Project-Specific Quality Standards 20 Page 2 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan ---\ 5.1.Overview 20 5.2.Regulatory Codes 20 5.3.Industry Quality Standards 20 5.4 Material and Equipment Specifications. 20 5.5.Work Process Specifications 21 5.6.Controlled Material Identification and Traceability 21 5.7 Measuring Device Control and Calibration 22 5.8.LEM Construction Quality Standards 22 5.9.Application of Multiple Sources of Specifications 22 6.Project Purchasing 23 6.1.Overview 23 6.2.Qualification of Outside Organizations and Company Departments 23 6.3.Quality Responsibilities of Key Subcontractor and Supplier Personnel. 24 6.4.Requirements for Subcontractor QC Plan 25 6.5.Subcontractor and Supplier Quality Policy 25 6.6.Project Subcontractor and Supplier List 26 6.7 Purchase Order Requirements 26 6.8.Project Purchase Order Approvals. 27 7 Process Controls. 28 7.1.Overview 28 7.2.Project Startup and Quality Control Coordination Meeting 28 -/ 7.3.Preparatory Project Quality Assurance/Quality Control Plan Planning 28 7 4 Weekly Quality Planning and Coordination Meetings 29 7.5.Process Control Standards 29 7.6.Daily Quality Control Report. 31 7 7 Monthly Quality Control Report 31 8.Inspections and Tests 32 8.1.Overview 32 8.2.Required Work Task Quality Inspections and Tests. 32 8.3.Material Inspections and Tests 32 8.4.Work in Process Inspections 33 8.5.Work Task Completion Inspections 33 8.6.Inspection of Special Processes 34 8.7 Independent Measurement and Tests 34 8.8.Commissioning Functional Acceptance Tests 34 8.9.Hold Points for Customer Inspection 34 8.10.Quality Inspection and Test Specifications 34 8.11.Inspection and Test Acceptance Criteria 35 8.12.Inspection and Test Status. 35 8.13.Independent Quality Assurance Inspections 35 8.14.Inspection and Test Records. 35 8.15.Project Completion and Closeout Inspection 36 Page 3 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 9.Nonconformances and Corrective Actions 38 9.1.Overview 38 9.2.Nonconformances 38 9.3.Corrective Actions 39 10.Preventive Actions 41 10.1.Overview 41 10.2.Identify Preventive Actions for Improvement 41 10.3.Train Preventive Actions for Improvement 41 11.Quality System Audits 43 11.1.Overview 43 11.2.Project Quality System Audit 43 11.3.Company-wide Quality System Audit 43 12.Record and Document Controls. 45 12.1.Overview 45 12.2.Quality System Documents 45 12.3.Document Controls. 45 12.4.Record Controls 46 13.Appendix. 47 13.1.Definitions of Terms 47 Page 4 Quality Control Manual Copyright 141 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan \ PROJECT QUALITY MANAGEMENT The President forms a team consisting of a Quality Manager,Project Manager,and General Superintendent. First,the Quality Manager assembles a set of project specifications that includes customer specifications and requirements,regulations,industry standards,product instructions,and LEM Construction quality standards.LEM Construction operating policies assure compliance to the project specifications. The Quality Manager evaluates personnel,subcontractors and suppliers,materials,and suppliers,and ensures that only those that are capable and qualified are included on the project.Training is provided to ensure that all personnel involved understand their project work task requirements as well as their quality responsibilities and authorities. The Quality Manager then details how the quality is controlled throughout the construction process through a listing of all work task inspections and tests that will be performed. As the project proceeds and prior to starting each construction work task,the General Superintendent coordinates detailed quality requirements and resources,working conditions,and communicates them through a meeting with all interested parties. The General Superintendent amends work task inspection checklists with items for heightened awareness based on the concerns of all parties. The subcontractors and suppliers,General Superintendent,and Quality Manager use inspection checklists to monitor conformance of each work task to the project specifications before,during,and at completion. Laboratory and functional tests are performed to assure performance results. </ Should quality nonconformances occur,they are systematically segregated,controlled and corrected. Improvements are made to prevent recurrences. Throughout the project,the Quality Manager performs on-site quality audits to ensure that the LEM Construction Quality System is operating effectively - M Page 5 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 1. QUALITY SYSTEM MANAGEMENT AND RESPONSIBILITIES SYSTEM OF PERSONAL QUALITY ACCOUNTABILITY 1.1. OVERVIEW Responsibilities for quality are specified not only for compliance with policies and procedures but also so that decisions are based on principles that ensure quality Documented responsibilities ensure that expected behaviors are communicated throughout the company rather than left to discretionary interpretation. 1.2. LEM CONSTRUCTION CO.,INC.QUALITY POLICY Quality is everyone's responsibility The President holds everyone in the organization personally accountable for adhering to the LEM Construction Quality System policies and procedures. The LEM Construction Co.,Inc.Quality Policy describes the LEM Construction commitment to quality and reinforces compliance with the Quality System. The President communicates the Quality Policy message throughout the company so that all employees understand their respective quality responsibilities. The President reviews the LEM Construction Quality Policy with all employees at least annually The President ensures that a copy of the LEM Construction Quality Policy is distributed to all employees and is posted in all offices. 1.3. QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY 1.3.1. PRESIDENT QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY While everyone is responsible for quality,the President is the one person in the company ultimately responsible for quality Regardless of other duties,quality responsibilities of the President include: • Ensuring that each employee understands his or her quality responsibilities as well as LEM Construction quality policies • Establishing company quality policies and objectives • Conducting management reviews of the LEM Construction Quality System • Ensuring the availability of necessary resources and information for effective operation of the Quality System • Demonstrating commitment to the LEM Construction Quality System and its integrity • Ensuring achievement of LEM Construction quality objectives • Continuously improving the Quality System 1.3.2.VICE PRESIDENT QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY Page 6 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan The Vice President is responsible for ensuring company-wide effectiveness of the Quality System. Regardless of other duties,the Vice President is responsible for • Fully implementing all provisions of the LEM Construction Quality System and related documents. • Manage the operation of the LEM Construction Quality System • Implement and manage all phases of quality control • Ensuring that the Quality System is established and implemented by persons doing work that impacts quality • Ensuring that the Quality System is maintained • Acting as LEM Construction liaison with parties outside the company on matters relating to quality • Review and approval of all Quality System documents 1.3.3. QUALITY MANAGER:QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY The Quality Manager is responsible for ensuring the overall effectiveness of the Quality System for a specific project.Regardless of other duties,the Quality Manager is responsible for • Planning project quality controls required by the LEM Construction quality systems and contract requirements • Fully implementing all provisions of the LEM Construction Quality System and related documents on the project. • Manage the operation of the LEM Construction Quality System on the project. • Implement and manage all phases of quality control • Communicating project-specific quality requirements to all affected departments,subcontractors and suppliers,and customers • Ensuring that the Quality System is established and implemented by persons doing work that impacts quality • Monitoring progress of activities • Ensuring that the Quality System is maintained • Acting as the project quality liaison with parties outside the company on matters relating to quality • Reporting to senior management on performance of the Quality System,including needed improvements • Review and approval of all project Quality System records • Review and approval of project quality-related contract submittals • Managing all project inspection and quality control activities • Controlling corrective actions • Resolving.quality nonconformances The Quality Manager has the authority to: • Stop work when continuing work may adversely affect quality or cover up a defect • Prevent the use of equipment or materials that may adversely affect quality or cover up a defect • To direct the removal and replacement of any non-conforming work,equipment,or material by LEM Construction,any subcontractor,or any supplier • Suspend work and/or supply of materials by any staff member,subcontractor personnel,or supplier as deemed necessary to assure quality results. Alternate Quality Managers acting in the role of the project Quality Manager has the same quality duties, responsibilities and authority as the project Quality Manager Page 7 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 1.3.4. PROJECT MANAGER:QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY The Project Manager is the one person responsible for management of a specific project.Regardless of other duties,the Project Manager is responsible for • Demonstrating commitment to the LEM Construction Quality System and its integrity • Ensuring achievement of project quality objectives • Providing adequate resources for effective operation of the Quality System on the project • Ensuring that each design employee understands his or her quality responsibilities as well as LEM Construction quality policies • Ensuring that each project employee understands his or her quality responsibilities as well as LEM Construction quality policies • Conducting management reviews of the LEM Construction Quality System • Ensuring the availability of necessary resources and information for effective operation of the LEM Construction Quality System The Project Manager has authority to: • Stop work when continuing work adversely affects quality or covers up a defect • Prevent the use of equipment or materials that would adversely affect quality or cover up a defect • Suspend work and/or supply of materials by any staff member,subcontractor personnel,or supplier as deemed necessary to assure quality results. 1.3.5.SUPERINTENDENT'QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY A Superintendent verifies that work performed by subcontractors and suppliers and LEM Construction work crews conforms to LEM Construction quality standards.The Vice President appoints one or more Superintendents for each project. A Superintendent has specific responsibilities for • Ensuring that work meets government regulatory and code requirements,customer requirements,contract requirements,contract technical specifications,contract drawings, approved contract submittals,and company quality standards and specifications • Ensuring that subcontractors and suppliers begin work in accordance with LEM Construction start-work policies • Ensuring that subcontractors and suppliers receive a notice to work only when conditions will not adversely affect quality results • Conducting quality inspections,tests,and recording findings • Accurately assessing subcontractor quality and on-time performance • Ensuring that quality standards are achieved before approving subcontractor or work crew completion of work The Superintendent has the authority to: • Stop work when continuing work may adversely affect quality or cover up a defect • Prevent the use of equipment or materials that may adversely affect quality • Direct the removal or replacement of any non-conforming work,equipment,or material • Suspend work and/or supply of materials as deemed necessary to assure quality results Alternate Superintendent has the same quality duties,responsibilities and authority as the Superintendent.Multiple Superintendents may be assigned to the project. Page 8 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 1.3.6.Au.EMPLOYEES:QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY All employees have quality responsibilities that include: • Conformance to project quality requirements • Compliance with the project quality plan • Meeting or exceeding all applicable regulations,codes,industry standards,and manufacturer specifications as well as meeting or exceeding our customers'contract and individual requirements. • Fully implementing and complying with all provisions of the LEM Construction Quality Control Manual. All employees have the authority to: • Stop work when continuing work may adversely affect quality or cover up a defect • Prevent the use of equipment or materials that may adversely affect quality 1.4. QUALITY SYSTEM PERFORMANCE MEASURES Company-wide quality performance measures evaluate the effectiveness of the Quality System.The following indicators are the primary measures of quality performance: • Number of customer correction items identified at the project closeout quality inspection • Customer satisfaction feedback At least annually,Vice President(s)evaluate LEM Construction quality performance and set improvement goals. 1.5. CUSTOMER SATISFACTION PERFORMANCE MEASURES LEM Construction obtains feedback after project completion on whether customer quality expectations are being met,and to what extent. The Vice President analyzes customer satisfaction data to determine opportunities for improvement and address any items of customer dissatisfaction. 1.6. EXCEPTIONS Exceptions to the LEM Construction Quality System and customer contract requirements are tightly controlled: • Exceptions to compliance to contract specifications are approved only by the customer and the Quality Manager • Exceptions to the LEM Construction Quality System not specified by contract requirements are approved only by Vice President or the Quality Manager Exceptions are recorded in memoranda,change orders(Section 3.4.6 Change Order),or otherwise clearly documented. Page 9 Quality Control Manual Copyright 114i CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 2. PROJECT QUALITY ASSURANCE/QUALITY CONTROL PLAN 2.1. OVERVIEW After LEM Construction is awarded a contract to carry out a construction project,the Vice President forms a team consisting of a Quality Manager,Project Manager,and Superintendent. First,the Vice President develops a set of project specifications that align project requirements with customer specifications and requirements,regulations,industry standards,product instructions,and LEM Construction quality standards. The Vice President evaluates personnel,subcontractors and suppliers,materials,and suppliers,and ensures that only those that are capable and qualified are included on the project.Training is provided to ensure that all personnel involved in the project understand their quality responsibilities and authorities. The Vice President and Quality Manager then work together to detail how the quality is to be controlled throughout the construction process through a quality inspection and test plan that specifies requirements and pass/fail criteria for quality inspections and tests. LEM Construction operating policies assure compliance to the project specifications. As the project proceeds and prior to starting each construction task,the Superintendent coordinates detailed requirements and resources,site conditions,and communicates them through a meeting with all interested parties. The Superintendent amends inspection specific checklists with items for heightened awareness based on the concerns of all parties. The subcontractors and suppliers and Superintendent use the quality inspection forms to monitor execution of the construction process through a series of quality inspections before,during,and at the completion of each construction task.Laboratory and functional tests are performed to assure performance results. Should nonconformances occur,they are systematically controlled and corrected.Improvements are made to prevent recurrences. Throughout the project there are standard operating procedures and forms for creating,maintaining,and controlling quality documents and records. Throughout the project,the General Superintendent/Quality Manager performs on-site quality audits to ensure that the LEM Construction Quality System is operating effectively 2.2. LEM CONSTRUCTION PROJECT LICENSE AND QUALIFICATION REQUIREMENTS The General Superintendent/Quality Manager identifies company license and qualification credentials required by contract specifications and government regulators.The General Superintendent/Quality Manager obtains records,certificates,and license records that provide verification of LEM Construction credentials. Page 10 Quality Control Manual Copyright øTIoNco. LEM Construction Quality Assurance/Quality Control Plan 2.2.1.1.REQUIRED COMPANY LICENSES AND CERTIFICATIONS The Quality Manager defines quality-related company credentials for each project work task that affects quality 2.3. PROJECT PERSONNEL AND QUALIFICATIONS 2.3.1. PROJECT ORGANIZATION CHART The Vice President defines the organization chart for the project.The organizational chart includes job titles,names of assigned personnel,and organizational and administrative interfaces with the customer The organization chart defines lines of authority as indicated by solid connection,dotted lines indicate lines of communication. The lines of authority preserve independence of quality control personnel from the pressures of production. The Vice President assesses the qualification requirements for each position on the project organization chart,qualifications of each person,and then appoints only qualified persons to the project organization. 2.3.2.APPOINTMENT OF KEY PROJECT PERSONNEL The Vice President forms a project management team consisting of • A General Superintendent/Quality Manager • A Project Manager • A Project Superintendent • A Safety Manager(if required) The Vice President appoints qualified persons to each project management job position with specific quality responsibilities and authorities. The Vice President assesses the qualifications of each person before the appointment is made. The Vice President keeps a record of the appointment and signs the document. The person accepts the appointment by signing a declaration as a competent person. Work steps for maintaining appointment of key project personnel are specified in Standard Operating Procedure 2.3.2 Appointment of Key Project Personnel. 2.3.3. PERSONNEL QUALIFICATIONS The General Superintendent/Quality Manager qualifies employee capabilities to ensure that they are capable of completely carrying out their assigned quality responsibilities including the following capabilities: • Knowledge of Company quality standards • Knowledge of job responsibilities and authority • Demonstrated skills and knowledge • Demonstrated ability • Demonstrated results • Required training • Required experience Page 11 Quality Control Manual Copyright CONSTRUCTION Co. LEM Construction Quality Assurance/Quality Control Plan The General Superintendent/Quality Manager also evaluates independent contractor personnel on the same standards that apply to employees. 2.3.3.1. REQUIRED LICENSES AND CERTIFICATIONS The General Superintendent/Quality Manager defines quality-related credentials for each project job position that affects quality 2.4. PROJECT QUALITY ASSURANCE/QUALITY CONTROL PLAN Before project work begins,the Project Manager prepares a construction process plan that defines the sequence of each work task and related quality inspections.The construction process plan is documented through an integrated and coordinated set of documents that includes: • A schedule consisting of a sequence of each work task and activities required to complete a project • The customer contract(Section 3 Contract Specifications)including contract technical specifications and contract drawings • Required quality inspections and tests(Section 8.2 Required Work Task Quality Inspections and Tests)and the project Quality Inspection and Test Plan when required • The Contract Submittal Schedule(Section 3.4.1 Contract Submittal Schedule) 2.5. IDENTIFICATION OF QUALITY CONTROLLED WORK TASKS The General Superintendent/Quality Manager identifies each phase of construction work task that requires separate quality controls.Each work task triggers a set of requirements for quality control inspections before,during and after work tasks. 2.6. PROJECT QUALITY INSPECTION AND TEST PLAN The General Superintendent/Quality Manager prepares quality inspection and test plans for a project that identifies: • Each required quality inspection and/or test • Inspection and test specifications for each required quality inspection or test • Hold points for customer quality inspection • Specification requirements for each quality inspection and test 2.7. PROJECT QUALITY COMMUNICATIONS PLAN After LEM Construction is awarded a contract,the Project Manager plans the methods of communications among the customer,subcontractors and suppliers and LEM Construction. 2.8. PROJECT QUALITY TRAINING PLAN The General Superintendent/Quality Manager ensures that all employees receive training relevant to their quality responsibilities. Page 12 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan �--� The General Superintendent/Quality Manager ensures that all subcontractors and suppliers receive, training on relevant elements of the LEM Construction Quality System,Project Quality Assurance/Quality Control Plan,and quality standards. The General Superintendent/Quality Manger identifies the training needs of all personnel performing activities that affect quality Training topics may include: • The LEM Construction Quality System • The LEM Construction Quality Policy • Operating policies identified in the Quality Control Manual • Quality standards cited in the Quality Control Manual,or project documents,or records • Relevant quality standard operating procedures 2.9. CUSTOMER TRAINING ON OPERATION AND MAINTENANCE During the project closeout phase,the Superintendent trains customers on the operation and maintenance of the completed project,including as applicable: • A review of as-built drawings • Installed product identification and warranty requirements • A review of documentation regarding start-up,operation,and shutdown • Normal adjustments and maintenance requirements • Limitations on use 2.10. PROJECT RECORDS AND DOCUMENTATION PLAN The Project Manager identifies the quality records that will be maintained during the planning and execution of the project. Considerations include: • Contract requirements for maintaining records • The size of the project • Types of activities • The complexity of processes and their interactions • The competence of personnel • The duration of the project • The need to demonstrate completion of work • The need to demonstrate due diligence for quality system related activities • Balancing the cost and benefits of maintaining the record 2.11. PROJECT AUDIT PLAN The General Superintendent/Quality Manager identifies the frequency of project quality audit that will be conducted during the project and the job position that will conduct the audits. Considerations include: • The size of the project • The complexity of processes and their interactions • The duration of the project Page 13 Quality Control Manual Copyright 141 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 3. CONTRACT SPECIFICATIONS DEFINE CUSTOMER QUALITY EXPECTATIONS 3.1. OVERVIEW Fulfilling customer contract expectations is a primary objective of the LEM Construction Quality System. To ensure that customer expectations will be fulfilled, LEM Construction clearly defines the requirements for each contract before it is approved. The Project Manager ensures that the information in customer contracts clearly defines customer expectations and that the necessary details are provided to set requirements for construction. 3.2. CONTRACT TECHNICAL SPECIFICATIONS The Project Manager obtains contract technical specifications from the customer For each specific contract,The Vice President identifies supplemental technical specifications on the Project Quality Assurance/Quality Control Plan when they are not otherwise specified by the contract or the approved drawings.General Superintendents have jobsite access to contract technical specifications for the construction activities they supervise. All LEM Construction activities comply with the contract technical specifications. 3.3. CONTRACT DRAWINGS The Project Manager obtains customer supplied drawings that have been approved by local government regulators.Superintendents have jobsite access to approved architectural drawings for the construction they supervise. All LEM Construction activities comply with the drawing details and specifications cited in the drawings. 3.3.1.1.AS-BUILT RED-LINE DRAWINGS As the project progresses,the Superintendent will mark the original design drawings to indicate as-built conditions including changes to specified materials,dimensions,locations,or other features. 3.4. CONTRACT SUBMITTALS The Project Manager prepares submittals that provide additional details of how LEM Construction plans to carry out quality-related aspects of the customer contract,contract technical specifications,and contract drawings and reporting of quality records to the customer The Project Manager does so with input from the General Superintendent/Quality Manager as needed. The Project Manager lists,schedules,and approves all quality-related submittals that are required by the project including submittals prepared by subcontractors and suppliers.The Project Manager must review all submittals for compliance with the requirements of the LEM Construction Quality System.The Project Manager must sign approval of each contract submittal. Page 14 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan LEM Construction extends compliance to contract specifications to all customer approved submittals.All LEM Construction activities comply with customer approved submittals. 3.4.1. CONTRACT SUBMITTAL SCHEDULE The Project Manager identifies submittals that apply to a specific contract and when they should be submitted,including: • Contract requirement reference(if applicable) • Submittal type:Shop drawing,product data,quality inspection and test plan,request for information,or allowances and unit prices • Description • Due date for submission to customer by LEM Construction • Due date for approval by the customer Due dates may be a number of days after a project plan milestone. • Approval date 3.4.2. SHOP DRAWING SUBMITTALS The Project Manager or Purchasing and Estimating Manager prepare shop drawing submittals that supplement contract drawings.Shop drawings are required when additional details are necessary for fabrication or installation.The following information is included,as applicable: • Dimensions established by field measurement • Relationships to adjoining construction • Identification of products and materials • Fabrication and installation drawings • Diagrams showing locations of field-installations • Shop fabricated manufacturing instructions • Templates and patterns • Design calculations • Compliance with specified standards • Seal and signature of professional engineer if required • Additional requirements as specified in the contract,contract technical requirements,or contract drawings. LEM Construction extends contract specifications to include customer approved shop drawings. 3.4.3. PRODUCT DATA SUBMITTALS The Project Manager prepares product data submittals that consist of the manufacturer's product information.The information included in this submittal is: • Manufacturer,trade name,model or type number • Description • Intended use • Size and physical characteristics including drawings when applicable • Finish and color characteristics • Product manufacturer's installation instructions,when applicable • Additional requirements as specified in the contract,contract technical requirements,or contract drawings. Page 15 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 3.4.4.ALLOWANCES AND UNIT PRICES SUBMITTALS When customer contracts specify allowances and unit prices that the customer will select after the contract is awarded,the Project Manager prepares an allowance and unit price submittal for customer approval. When a customer selects or approves an allowances and unit prices,the customer indicates the allowance and unit price selection on the signed submission return. LEM Construction extends compliance to contract specifications to customer approved allowances and unit prices. 3.4.5. REQUEST FOR INFORMATION(RFI)SUBMITTALS The Project Manager submits a request for additional information to the customer when errors are found or when required information is not contained in the contract,contract technical specifications,or contract drawings. Should any number of contract technical specifications or contract drawings result in conflicting requirements,the Project Manager submits a request for information to the customer to select the standard that applies. Conflicts found by the Project Superintendent are sent to the Project Manager so that the Project Manager can submit a request for information to the customer LEM Construction extends compliance to contract specifications to customer requests for information. 3.4.6. CHANGE ORDER SUBMITTALS Contract requirements or contract technical specifications may require a change after the contract is awarded.The Project Manager submits the change order to the customer for approval,including any contract price adjustments. When a customer approves a change order,the customer signs the submission return. LEM Construction extends contract specifications to include customer approved change orders. 3.4.7 MOCK-UP SUBMITTALS The Superintendent prepares and/or coordinates mock-up submittals as required by contract. Additionally,the General Superintendent/Quality Manager specifies mock-up requirements when they are necessary to ensures customer expectations are clearly identified. The Superintendent and General Superintendent/Quality Manager ensures that each mock-up demonstrates specific elements of form and/or function,and that they are specified in the submittal documents. LEM Construction extends contract specifications to include customer approved mock-up submittals. 3.5. CUSTOMER SUBMITTAL APPROVAL The Project Manager obtains the signature of an authorized customer representative on the submittal form. Page 16 Quality Control Manual Copyright 14;1 CONSTRUCTION CD. LEM Construction Quality Assurance/Quality Control Plan LEM Construction extends compliance to contract specifications to customer approved submittals. Work in the affected area of a pending submittal requirement does not start until the customer approves the submittal. It is understood that there are extenuating circumstances where it is necessary to do so, and the Project Manger,Superintendent,and General Superintendent/Quality Manager must get the approval of either the President or Vice President to do so. 3.6. CONTRACT WARRANTY The Project Manager ensures that customer contracts clearly specify warranty coverage including: • Scope • Starting date • Duration The Project Manager ensures that customer contracts also clearly specify owner responsibility for • Restrictions of use • Maintenance requirements • Exclusions for customer supplied materials or equipment • Timely notification of problems 3.7. CONTRACT REVIEW AND APPROVAL The Vice President conducts customer contract reviews to ensure that: • Customer requirements and specifications are complete j • Customer requirements and specifications are compatible with the relevant regulations, LEM Construction quality standards,and Quality System requirements • LEM Construction has the capability to deliver the completed project in the time allotted Before construction begins,the President or Vice President makes sure that all contract requirements are clearly understood,all discrepancies are resolved,and all requirements are agreed upon.Once these requirements are met,the President or Vice President signs the contract. Page 17 Quality Control Manual Copyright CONSTRUCTIONi1 CO. LEM Construction Quality Assurance/Quality Control Plan 4. DESIGN REVIEW AND CONTROL 4.1. OVERVIEW LEM Construction ensures that the designs have well defined specifications,stakeholders have input as the designs progress,qualified personnel carry out the design work,and final designs are verified to meet all contract and regulatory requirements. Design control applies to architectural and engineering design. Process controls apply to approved designs that have additional detail provided by shop drawings, product selections,or requests for information. 4.2. DESIGN INPUT REVIEW The Vice President,Project Manager,and General Superintendent ensures that the information in design inputs clearly defines customer expectations and that the necessary details are provided to set requirements for design. The Project Manager obtains design specifications from the customer and conducts a customer design input review to ensure that: • Customer design input requirements and specifications are complete • Design process review milestones are specified when necessary • Customer design output requirements and specifications are complete for review milestones as well as the completed design • Customer design requirements and specifications are compatible with the relevant regulations, LEM Construction quality standards,and Quality System requirements • LEM Construction has the capability to deliver the completed design in the time allotted The Project Manager identifies supplemental design specifications that supplement customer specifications when they are needed to ensure a quality design. Before design work begins,the Project Manager makes sure that all design requirements are clearly understood,all discrepancies are resolved,and all requirements are agreed upon.Once these requirements are met,the Project Manager approves the design input. The Vice President ensures that design input documents are verified by qualified personnel. The person responsible must verify • Design input specification are approved by a customer authority • Design input specifications are complete • Design input requirements and specifications are compatible with the relevant regulations, LEM Construction quality standards,and Quality System requirements • LEM Construction has the capability to deliver the completed project in the time allotted 4.3. PROJECT DESIGN QUALITY ASSURANCE/QUALITY CONTROL PLAN The Project Manager prepares a project-specific design review plan that includes: • A listing of company and customer stakeholders,reviews they will participate in,and how their input will be used to amended design requirements. The project organization chart Includes interfaces between various groups and personnel for producing and reviewing the design. • Design output deliverables,including required drawings,and engineering calculations Page 18 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan — • Identification of who will perform design output verification activities and the criteria they will use. • The Project Manager reviews the design process project plan with the customer and other interested parties.The customer approves the plan after any discrepancies are resolved and the plan is agreed upon. Design work may begin only after the customer approves the plan. 4.4. DESIGN PROGRESS REVIEWS The Project Manager holds review meetings with interested parties at key design milestones.The Project Manager identifies the key design milestones,the design output required for the review, and a list of reviewers. Two design reviews are required.one is an input design review and the other is the final design review The Project Manager identifies other design reviews necessary to ensure a quality result. Design reviews may be specified at the completion of design work tasks,site assessments,preliminary engineering, preliminary design,percentage completion stages,and on a calendar schedule. The Project Manager identifies customer and company reviewers appropriate for each design milestone. Reviewers may include persons that have a stake in any of the following:quality,safety,constructability, scheduling,maintenance,purchasing,estimating,or cost control. At each review,the Project Manager reviews reviewer recommendations for amendments to the design specifications. The Project Manager submits selected design amendments for customer approval. Customer approved design amendments are design requirements. 4.5. DESIGN OUTPUT VERIFICATION AND APPROVAL The Project Manager ensures that design output documents are verified by qualified personnel independent of the person performing the work. The person responsible must verify. • The completed design meets requirements specified by the design input • The completed design meets approved design amendments • Engineering calculations are correct • Completeness of records per the Design Project Quality Assurance/Quality Control Plan including inputs,reviews,communications,and verification activities. Page 19 Quality Control Manual Copyright 141W CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 5. PROJECT-SPECIFIC QUALITY STANDARDS APPLICABLE REGULATIONS, INDUSTRY, and COMPANY STANDARDS 5.1. OVERVIEW LEM Construction personnel and subcontractors and suppliers are accountable for compliance to standards-based written specifications. To achieve expectations reliably and consistently,specifications are clearly spelled out,not only for results but also for processes.Specifications apply to materials,work steps,qualified personnel and subcontractors and suppliers,safe work rules,and environmental work conditions. Standards ensure that results are specified rather than left to discretionary practices. 5.2. REGULATORY CODES All LEM Construction activities comply with the relevant regulations.The Vice President or Project Manager identifies regulatory requirements applicable to the jurisdictions served,including: • Applicable Federal regulations • Applicable State regulations • Applicable building codes and local addenda to building codes • Applicable Fire Code • Applicable Fuel and Gas Code • Applicable Mechanical Code • Applicable Plumbing Code • Additional regulations specified by the customer contract The Vice President or Project Manager identifies regulatory requirements that apply to a specific project on the Project Quality Assurance/Quality Control Plan. The General Superintendent had jobsite access to relevant codes and government regulations. 5.3. INDUSTRY QUALITY STANDARDS All LEM Construction activities comply with generally accepted good workmanship practices and industry standards. The Vice President or Project Manager identifies supplemental requirements for industry standards that apply to a specific project on the Project Quality Assurance/Quality Control Plan when it is not otherwise specified by the contract,contract technical specifications,or approved drawings. 5.4. MATERIAL AND EQUIPMENT SPECIFICATIONS The Project Manager ensures that all types of materials and equipment that affect quality are identified and controlled. Page 20 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan The Project Manager evaluates the expected use of materials and equipment and identifies types of materials and equipment that may affect project quality For each item,the Project Manager sets specifications for their intended use,including: • Compliance to contract requirements • Compliance to code and industry standards and listing requirements • Structural integrity • Performance • Durability • Appearance • Product identification for traceability The Project Manager identifies controlled material and equipment that apply to the project. The Project Manager ensures that purchase orders for listed materials and equipment include the relevant specifications as specified in section 6.7 Purchase Order Requirements. Only approved materials are used in the construction process. 5.5. WORK PROCESS SPECIFICATIONS The General Superintendent/Quality Manager ensures that work processes are controlled to ensure that the specified requirements are met. When appropriate,the General Superintendent/Quality Manager will specify project quality standards for work processes that may include: • References to documented procedures such as manufacturer's installation instructions ti • Procedures for carrying out process steps • Methods to monitor and control processes and characteristics • Acceptability criteria for workmanship • Tools,techniques and methods to be used to achieve the specified/requirements. 5.6. CONTROLLED MATERIAL IDENTIFICATION AND TRACEABILITY The Project Manager determines types of project materials that require quality controls. For each type of quality controlled material,the Project Manager determines lot control traceability requirements,if any,and specifies the means of lot identification.Identification methods may include physical labels,tags,markings and/or attached certification documents. When lot controlled materials are received,the Superintendent verifies that materials have the specified lot identifications. The Superintendent maintains lot identification at all production phases from receipt,through production, installation,or assembly,to final completion. Acceptable methods for preserving lot identification include physically preserving observable lot identifications,recording the lot identification on a work task quality inspection form or other work record,or collecting the physical lot identifier as a record along with supplemented with location. If lot controlled materials are without lot identification,the Superintendent deems the materials as nonconforming and segregates them and/or clearly marks them to prevent inadvertent use.The Superintendent treats the material according to the company policy for nonconformances.Only the General Superintendent/Quality Manager can re-identify or re-certify the materials. �~ Page 21 Quality Control Manual Copyright ETIoNc LEM Construction Quality Assurance/Quality Control Plan 5.7 MEASURING DEVICE CONTROL AND CALIBRATION The Quality Manager evaluates the project requirements and determines if there are measuring devices that require controls to assure quality results. For each type of device the Quality Manager identifies: • Restrictions for selection • Limitations on use. • Calibration requirements including the frequency of calibration.All calibrations must be traceable to national measurement standards. When a measurement device is found not to conform to operating tolerances,the Quality Manager validates the accuracy of previous measurements. 5.8. LEM CONSTRUCTION QUALITY STANDARDS LEM Construction quality standards supplement contract requirements when they are necessary to ensure quality The Quality Manager identifies supplemental requirements for LEM Construction Quality standards that apply to a specific project on the Project Quality Assurance/Quality Control Plan. When LEM Construction quality standards differ from industry standards or product manufacturer instructions,the Quality Manager justifies that the standard reliably achieves quality results and then documents the justification. All LEM Construction activities conform to the company quality standards. 5.9. APPLICATION OF MULTIPLE SOURCES OF SPECIFICATIONS Should multiple sources of specifications apply to a work task,the higher level of specification applies. When there are equal levels of specifications that conflict,the specifications are applied in this order • Submittals approved by the customer • Contract technical specifications • Contract drawings • Government regulations that exceed requirements of items below • LEM Construction quality specifications,including subcontract specifications • LEM Construction Quality Control Manual • Product installation instructions • Industry standards • Generally accepted practices Should multiple sources of conflicting specifications apply to a project,the Quality Manager defines the standards that apply to the specific project on the Project Quality Assurance/Quality Control Plan. Page 22 Quality Control Manual Copyright 141 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 6. PROJECT PURCHASING SPECIFY and VERIFY Subcontractor and Supplier QUALITY CAPABILITIES 6.1. OVERVIEW LEM Construction verifies the qualifications of subcontractors and suppliers to ensure that they are capable of completely carrying out their assigned responsibilities.Quality requirements are defined, verified,and documented before they are approved for a project. 6.2. QUALIFICATION OF OUTSIDE ORGANIZATIONS AND COMPANY DEPARTMENTS The President or Vice President qualifies outside organization and company work department capabilities to ensure that they are capable of completely carrying out their assigned quality responsibilities before approving and signing the contract,purchase order,or work order Subcontractors and suppliers must meet all Quality System requirements by either 1)working under the LEM Construction Quality System or 2)operating their own quality program as long as it meets LEM Construction Quality System requirements. 6.2.1.1. REQUIRED CREDENTIALS The General Superintendent/Quality Manager defines quality-related credentials for each project work task that affects quality including required: • Organization and personnel licenses • Personnel training • Organization and personnel certifications • Organization and personnel experience 6.2.1.1.1. INDEPENDENT LABORATORY CREDENTIAL REQUIREMENTS Independent laboratories performing tests or quality inspections have additional requirements for certification by a nationally recognized testing accreditation organization as appropriate for the scope of the inspection or test: • NRTL.A nationally recognized testing laboratory according to 29 CFR 1910.7 • NVLAP•A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. • The American Association of State Highway and Transportation Officials(AASHTO) • International Accreditation Services,Inc.(IAS) • U.S.Army Corps of Engineers Materials Testing Center(MTC) • American Association for Laboratory Accreditation(A2LA)program 6.2.1.2. REQUIRED CAPABILITIES • Senior person designated as Quality Manager • Knowledge of Company quality standards • Demonstrated capability to complete work to Company quality standards • Demonstrated skills,knowledge,and experience • Effective self-inspection process Page 23 Quality Control Manual Copyright 141 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan • Access to codes,standards and product instructions • Equipment availability • Production capacity • Demonstrated results For critical components,the General Superintendent/Quality Manager determines if a source quality inspection is necessary to validate supplier quality and delivery capabilities. 6.2.1.3.SUBCONTRACTORS AND SUPPLIERS AND COMPANY DEPARTMENT QUALIFICATION ASSESSMENTS When the qualification assessment identifies minor nonconformances to the subcontract requirements, the Project Manager or General Superintendent/Quality Manager may approve a provisional subcontract.The provisional subcontract supplements the subcontract with requirements for actions that address correction of the nonconformances.All nonconformances must be corrected before work in the affected area begins. 6.3. QUALITY RESPONSIBILITIES OF KEY SUBCONTRACTOR AND SUPPLIER PERSONNEL A subcontractor senior officer is required to appoint a Subcontractor QC Manager and Superintendent to the project with specific quality responsibilities and authorities. 6.3.1.SUBCONTRACTOR QC MANAGER:QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY The Subcontractor QC Manager is responsible for ensuring effectiveness of the Subcontractor QC Plan for the project.Regardless of other duties,the Subcontractor QC Manager is responsible for • Planning and fully implementing project quality controls required by the LEM Construction quality systems and contract requirements • Manage the operation of the Subcontractor QC Plan on the project. • Implement and manage all phases of quality control • Communicating project-specific quality requirements to all affected departments,subcontractors and suppliers and LEM Construction • Ensuring that the Subcontractor QC Plan is established and implemented by persons doing work that impacts quality • Monitoring progress of activities • Acting as the project quality liaison LEM Construction on matters relating to quality • Review and approval of all project Quality System records • Review and approval of project quality-related contract submittals • Managing all project inspection and quality control activities • Controlling corrective actions • Resolving quality nonconformances The Subcontractor QC Manager has the authority to: • Stop work when continuing work may adversely affect quality or cover up a defect • Prevent the use of equipment or materials that may adversely affect quality or cover up a defect • To direct the removal and replacement of any non-conforming work. • Suspend work and/or supply of materials by any staff member,subcontractor personnel,or supplier as deemed necessary to assure quality results. Alternate Subcontractor QC Managers acting in the role of the project Subcontractor QC Manager has the same quality duties,responsibilities and authority as the project Subcontractor QC Manager Page 24 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 6.3.2.SUPERINTENDENT'QUALITY DUTIES,RESPONSIBILITIES,AND AUTHORITY A Superintendent verifies that work conforms to LEM Construction quality standards.Vice President appoints one or more Superintendents for each project. A Superintendent has specific responsibilities for • Ensuring that work meets government regulatory and code requirements,customer requirements,contract requirements,contract technical specifications,contract drawings, approved contract submittals,and company quality standards and specifications • Ensuring that subcontractors and suppliers begin work in accordance with LEM Construction start-work policies • Ensuring that subcontractors and suppliers receive a notice to work only when conditions will not adversely affect quality results • Conducting quality inspections,tests,and recording findings • Accurately assessing subcontractor quality and on-time performance • Ensuring that quality standards are achieved before approving subcontractor or work crew completion of work The Superintendent has the authority to. • Stop work when continuing work may adversely affect quality or cover up a defect • Prevent the use of equipment or materials that may adversely affect quality • Direct the removal or replacement of any non-conforming work,equipment,or material • Suspend work and/or supply of materials as deemed necessary to assure quality results Alternate Superintendent has the same quality duties,responsibilities and authority as the Superintendent. Multiple Superintendents may be assigned to the project. 6.4. REQUIREMENTS FOR SUBCONTRACTOR QC PLAN The Subcontractor QC Plan extends the LEM Construction Quality Assurance/Quality Control Plan into the subcontractor operations.The Vice President or Project Manager identifies key subcontractors and suppliers that require a Subcontractor QC Plan. The Project Manager and General Superintendent/Quality Manager must approve the Subcontractor QC Plan before the subcontractor can begin work. Subcontractors and suppliers that do not require a Subcontractor QC Plan work under the LEM Construction Subcontractor QC Plan. 6.5. SUBCONTRACTOR AND SUPPLIER QUALITY POLICY The General Superintendent/Quality Manager ensures that key subcontractors and suppliers adopt a quality policy that includes the following items: Our objective is to safely deliver 100 percent complete construction work that meet all contract and LEM Construction Quality Assurance/Quality Control Plan requirements the first time,every time.Our commitment to quality means: Page 25 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan • Compliance with LEM Construction Quality Assurance/Quality Control Plan requirements. • Compliance for fully implementing and complying with all provisions of this Subcontractor QC Plan. • Our quality standards meet or exceed all applicable regulations,codes,industry standards,and manufacturer specifications as well as with our customers'contract and individual requirements. • We ensure that only knowledgeable,capable,and qualified employees carry out the planning, execution,and control of our work. • We stand behind our work.We conduct a series of quality inspections for each work task:before work begins,at first article completion,while work is in process,and at completion. • We inspect all materials before use. • Should problems be found,we prevent them from cover-up,inadvertent use,and then quickly correct them. • We are always improving.We make systematic improvements to remove quality risks and enhance quality performance. 6.6. PROJECT SUBCONTRACTOR AND SUPPLIER LIST The Vice President or Project Manager identifies key subcontractors and suppliers for each project work task on the Project subcontractor and supplier List form. Each selected supplier must be previously qualified as specified in section 6.2 Qualification of Outside Organizations and Company Departments. The selected suppliers are listed on the Project subcontractor and supplier List form. 6.7. PURCHASE ORDER REQUIREMENTS The Project Manager ensures that materials,equipment and services are purchased only from the supplier listed on the Project Subcontractor and Supplier List form(see section 6.6Project Subcontractor and Supplier List.) The Project Manager holds outside organizations to the same quality requirements that must be met by LEM Construction.The Project Manager ensures that subcontracts and purchase orders clearly specify quality requirement expectations including: • Conformance to the LEM Construction Quality System or the subcontractor's own quality program as long as it meets LEM Construction Quality System requirements. • Conformance to contract specifications(Section 3 Contract Specifications) • Conformance to project quality standards(Section 5 Project-Specific Quality Standards) • Quality Management practices including - Performance of self-inspections. - Control of quality non-conformances and responsive corrections - Prevention of non-conformances - Controls that ensure completion of post-construction service work - Participation in quality training • Preparation of submittals • Participation in project planning meetings • Participation in work task planning meetings • Handling,storage,packaging,and delivery,as applicable • Product or material identification for traceability Page 26 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan I 6.8. PROJECT PURCHASE ORDER APPROVALS The Project Manager ensures that contracts and purchase orders are issued only to qualified outside organizations.The Project Manager must review,approve,and sign each purchase order The outside organization must agree to the purchase order terms and specifications,and then sign the contract or purchase order Page 27 Quality Control Manual Copyright 14 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 7. PROCESS CONTROLS HOW WORK IS CARRIED OUT 7 1. OVERVIEW The construction process plan defines how project work is to be done and approved for the overall project.The construction process plan is communicated to all key personnel,subcontractors and suppliers in a startup meeting. As the project proceeds,work task plans provide additional details of how each individual work task is carried out.Work tasks planning meetings are used to communicate expectations of the work task plan to key personnel responsible for carrying out the work task. 7.2. PROJECT STARTUP AND QUALITY CONTROL COORDINATION MEETING Prior to the commencement of work,the Project Manager holds a meeting to discuss and coordinate how project work will be performed and controlled.Key personnel from LEM Construction,subcontractors and suppliers meet to review expectations for project quality results as well as quality assurance and quality control policies and procedures including: • Key requirements of the project • The Project Quality Assurance/Quality Control Plan • Required quality inspections and tests • The project submittal schedule • Quality policies and heightened awareness of critical quality requirements • Project organization chart and job responsibilities • Methods of communication and contact information • Location of project documents and records 7.3. PREPARATORY PROJECT QUALITY ASSURANCE/QUALITY CONTROL PLAN PLANNING 7.3.1.WORK TASK REQUIREMENTS REVIEW In preparation for the start of an upcoming work task,the Superintendent reviews an integrated and coordinated set of documents that collectively define quality requirements for the work task including: • Objectives and acceptance criteria of the work task • Quality standards that apply to the work task • Work instructions,process steps,and product installation instructions that apply to the work task • Shop drawings • Submittals • Tools and equipment necessary to perform the work • License,certification,or other qualification requirements of personnel assigned to work • Required records of the process and resulting product • The subcontractor contracted to perform the work,if applicable • Customer contract requirements • Required quality inspections and tests • Method for clearly marking nonconformances to prevent inadvertent use • Location of quality system records and documents Page 28 Quality Control Manual Copyright 141 CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan • Personnel training 7.3.2. PREPARATORY SITE INSPECTION The General Superintendent also performs a quality inspection of the work area and: • Assesses completion of required prior work • Verifies field measurements • Assures availability and receiving quality inspection status of required materials • Identifies any nonconformances to the requirements for the work task to begin • Identifies potential problems 7.3.3.WORK TASK PREPARATORY QUALITY PLANNING MEETINGS Prior to the start of a work task,the Superintendent conducts a meeting with key company,subcontractor personnel responsible for carrying out,supervising,or inspecting the work,and interested customer representatives. During the meeting,the Superintendent communicates the work task quality requirements and reinforces heightened awareness for critical requirements.Topics for a work task quality plan meeting include: • Conflicts that need resolution • Required quality documents and a verification of availability to personnel carrying out, supervising,or inspecting the work task • Record keeping requirements and the availability of necessary forms • Review methods and sequences of installation • Special details and conditions ,1 • Standards of workmanship • Heightened awareness of critical quality requirements • Quality risks • Work tasks quality inspection form 7.4. WEEKLY QUALITY PLANNING AND COORDINATION MEETINGS The Superintendent conducts a meeting with key company,subcontractor and supplier personnel responsible for carrying out,supervising,or inspecting the work,and interested customer representatives. The meeting is held on a nominal weekly schedule. During the meeting,the Superintendent facilitates coordination among the participants,communication among the participants,and reinforces heightened awareness for critical requirements. The General Superintendent maintains a record of the meeting event on the Daily Quality Control Report. 7.5. PROCESS CONTROL STANDARDS 7.5.1.JOB-READY START WORK STANDARDS Work on a work task starts only when conditions do not adversely impact quality,comply with government regulations,contract technical specifications,industry standards,or product installation instructions. Page 29 Quality Control Manual Copyright ØTIONcO. LEM Construction Quality Assurance/Quality Control Plan The General Superintendent/Quality Manager identifies supplemental start-work requirements that apply to a specific project when they are necessary to assure quality results. 7.5.2.WORK IN PROCESS STANDARDS Work is conducted only when conditions do not adversely impact quality,comply with government regulations,contract technical specifications,industry standards,or product installation instructions. The General Superintendent/Quality Manager identifies supplemental work in process requirements that apply to a specific project when they are necessary to assure quality results. 7.5.3. PROTECTION OF COMPLETED WORK STANDARDS Completed work is protected from damage as specified by government regulations,contract technical specifications,industry standards,or product installation instructions. The General Superintendent/Quality Manager identifies supplemental protection requirements that apply to a specific project when they are necessary to assure quality results. 7.5.4. MATERIAL STORAGE The Superintendent ensures all materials will be delivered,stored and handled in a manner that protects them from damage,moisture,dirt and intrusion of foreign materials. Delivery of materials will be planned according to the work progress to minimize storage on site,where there are higher possibilities of damages and deterioration of materials. Stored materials will be segregated to prevent cross contamination and limit losses should a delivery be rejected. The Superintendent surveys stored materials during daily jobsite reviews and identifies any material that have incurred damage or otherwise become defective and therefore unfit for use. 7.5.5. CONTROLLED USE OF MATERIALS The Project Manager ensures that contracts and purchase orders are awarded only to outside organizations qualified to perform the work task and/or supply materials as required for the specific project. Only approved materials are used in the construction process.Only approved materials are specified in purchase and/or subcontracts. Materials that are defective,deteriorated,damaged,or not approved are not used.The Superintendent clearly marks such materials for non-use or otherwise holds them aside. When customer-supplied materials are lost,damaged,or otherwise found unsuitable for use,the Superintendent reports such findings to the customer When subcontractor—supplied materials are damaged or otherwise found unsuitable for use,the Superintendent reports such findings to the subcontractor Page 30 Quality Control Manual Copyright LE CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan >-�- j The Superintendent ensures that construction uses only materials specified in the contract technical specifications,contract drawings,and approved submittals.Substitutions are made only by agreement of the customer and documented by a change order(see section 2.1.3.6). 7.5.5.1. CONTROLLED PRODUCT USE AND INSTALLATION LEM Construction activities conform to manufacturers'product use and installation instructions that apply to the construction process. When installing a product,the Superintendent has access to all applicable product installation instructions. 7.6. DAILY QUALITY CONTROL REPORT The Superintendent records a summary of daily work activities.The report will include: • Schedule Activities Completed • General description of work activities in progress. • Problems encountered,actions taken,problems,and delays • Meetings held,participants,and decisions made • Subcontractor and Supplier and Company Crews on site • Visitors and purpose • General Remarks • Improvement Ideas • Weather conditions 7 7 MONTHLY QUALITY CONTROL REPORT When a monthly quality control report is required by the Project Quality Plan,the Superintendent records a monthly status report.The report includes: • A summary of work completed and work in progress • Outstanding issues • Issues resolved during the reporting period • Outstanding potential change orders • Project status with current project costs and estimated completion date • A cost analysis summarizing actual costs to date and estimated future costs • Project pictures as appropriate Page 31 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 8. INSPECTIONS AND TESTS ASSURE COMPLIANCE 8.1. OVERVIEW Inspections are necessary to verify that work processes and results conform to both contract requirements and LEM Construction quality standards. Qualified personnel inspect every project throughout the construction process.Additional reviews validate the accuracy of the field quality inspections and ensure that the quality standards apply uniformly An inspection and test plan defines the quality inspections and tests required for a specific project. Personnel may only inspect work activities for which they are have been qualified by the Quality Manager 8.2. REQUIRED WORK TASK QUALITY INSPECTIONS AND TESTS The Project Manager and General Superintendent/Quality Manager identifies each Task that is a phase of construction that requires separate quality controls to assure and control quality results.Each Task triggers as set of requirements for quality control inspections before,during and after work tasks. Tasks are divided into two categories: • Discrete Tasks are standard type of work where a completion inspection is performed one time at the completion of a phase of work. • Process Tasks are tasks where completion inspections are performed continuously Continuous inspections are required when there is a limited window of time to perform a completion inspection before the next task begins. Process tasks may also be characterized by independent monitoring of a work process,such as welding,where the observer verifies conformance to work procedures. Process tasks undergo additional quality controls that continuously monitor compliance to specifications. Independent quality audits are conducted to verify that the task quality controls are operating effectively Construction projects may execute a work task multiple times in a project,in which case a series of quality inspections are required for each work task. 8.3. MATERIAL INSPECTIONS AND TESTS Material quality inspections and tests ensure that purchased materials meet purchase contract quantity and quality requirements.The Superintendent inspects or ensures that a qualified inspector inspects materials prior to use for conformance to project quality requirements. The Superintendent ensures that each work task that uses the source inspected materials proceed only after the material has been accepted by the material quality inspection or test. Page 32 Quality Control Manual Copyright 14114' CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 8.3.1.1.SOURCE INSPECTIONS Source quality inspections are required when quality characteristics cannot or will not be verified during subsequent processing. The Project Manager or General Superintendent/Quality Manager determines if a source inspection is necessary to validate supplier quality before materials are delivered to the project jobsite. The Superintendent ensures that each work task that uses the source inspected materials proceed only the material has been accepted by the source inspection. 8.4. WORK IN PROCESS INSPECTIONS Work in process quality inspections continuously verify compliance project quality standards beginning at the start of a work task,as work is conducted,and continues until the work task is complete. 8.4.1.1. INITIAL JOB-READY INSPECTIONS For each work task,the Superintendent or a qualified inspector performs job-ready quality inspections to ensure that work activities begin only when they should begin.Job-ready quality inspections verify that conditions conform to the project quality requirements. 8.4.1.2. INITIAL WORK IN PROCESS INSPECTION For each work task,the Superintendent or a qualified inspector performs an initial work in process inspection when the first representative portion of a work activity is completed. 8.4.1.3.FOLLOW-UP WORK IN PROCESS INSPECTIONS The Superintendent or a qualified inspector performs ongoing work in process quality inspections to ensure that work activities continue to conform to project quality requirements.Punch Items If the Superintendent or inspector observes an item for correction prior to a work task completion inspection,the item is identified for correction. During the work task completion inspection each punch item correction is verified. Any outstanding punch items remaining after the work task completion inspection is deemed a nonconformance. 8.4.2.ADDITIONAL INSPECTION REQUIREMENTS FOR PROCESS TASKS For each process task,a qualified person inspects the ongoing completion work for conformance to project quality requirements. This is in addition to discrete task completion inspections that are performed one time at the end of a phase of work. The continuous monitoring inspections are conducted before starting other work activities that may interfere with an inspection. 8.5. WORK TASK COMPLETION INSPECTIONS For each work task,the General Superintendent/Quality Manager or a qualified inspector inspects the completion of each work task to verify that work conforms to project quality requirements. Completion quality inspections are performed for each work task.Completion quality inspections are conducted before starting other work activities that may interfere with an inspection. Page 33 Quality Control Manual Copyright ETIONcD. LEM Construction Quality Assurance/QualityControl Plan Any outstanding punch items remaining after the work task completion inspection is deemed a nonconformance. 8.6. INSPECTION OF SPECIAL PROCESSES The General Superintendent/Quality Manager identifies special processes where the results cannot be verified by subsequent inspection or testing and determines if continuous work in process inspections are required. For these special processes,a qualified inspector continuously inspects the work process. 8.7 INDEPENDENT MEASUREMENT AND TESTS The General Superintendent/Quality Manager ensures that quality tests that apply to a specific project are clearly identified. Tests for a project include: • Customer required quality tests as specified by the contract,contract technical specifications, contract drawings,and approved submittals. • Additional quality tests necessary to assure quality results. 8.8. COMMISSIONING FUNCTIONAL ACCEPTANCE TESTS A functional test is performed on each functional system.A qualified inspector performs functional acceptance tests to verify that a system meets predetermined acceptance criteria including: • The equipment and systems operate as intended • The equipment and systems perform as intended • Documentation for operation and maintenance is complete Each functional test has a documented testing procedure that includes: • Step-by-step work instructions for conducting the test • Data recording requirements • Acceptance criteria • A determination of pass or fail 8.9. HOLD POINTS FOR CUSTOMER INSPECTION The Superintendent stops work when reaching a hold point specified on the inspection and test plan.The Superintendent ensures that work proceeds only with customer approval. 8.10. QUALITY INSPECTION AND TEST SPECIFICATIONS Specifications for each inspection or test are clearly understood before the inspection or test is performed including: • Items to be inspected/tested • Inspections/tests to be performed • Testing schedule frequency • Specification references including contract drawing identification number and version,if applicable,and/or contract technical specification number and version,if applicable • Performing party • Witness parties • Certificates required Page 34 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan • Checklists/procedures • Reference standards 8.11. INSPECTION AND TEST ACCEPTANCE CRITERIA Inspections assess conformance of materials or work for each work task to project quality requirements, including applicable: • Contract technical specification • Contract drawings • Approved shop drawings • Approved product submittals • Approved allowances and unit prices • Product identification requirements • Approved submittals • LEM Construction quality standards The material or completed work task is accepted only when it meets all project quality requirements. 8.12. INSPECTION AND TEST STATUS The status of each quality control inspection or test is clearly marked by tape,tag,or other easily observable signal to ensure that only items that pass quality inspections is accepted. For each quality controlled work task,the General Superintendent/Quality Manager determines the appropriate method of identification to show inspection and test status. / For each quality controlled material,the General Superintendent/Quality Manager determines the appropriate method for identifying quality inspection and test status. 8.13. INDEPENDENT QUALITY ASSURANCE INSPECTIONS The General Superintendent/Quality Manager and/or qualified inspectors perform independent quality assurance inspections that verify that task quality controls are operating effectively The General Superintendent/Quality Manager selects a representative portion of task completion inspections performed by the Superintendent. Those tasks are independently inspected by the General Superintendent/Quality Manager and/or qualified inspectors. The findings are compared to the findings of the inspections performed by the Superintendent. Any deviations are addressed by corrective actions and preventive actions as necessary 8.14. INSPECTION AND TEST RECORDS 8.14.1. INSPECTION RECORDS The Superintendent prepares an inspection form for each work task. The Superintendent lists on the form checkpoints for heightened awareness including: • Initial job-ready inspection requirements • Inspection and tests • Work in process inspection requirements • Completion quality inspections Page 35 Quality Control Manual Copyright øTIONcO. LEM Construction Quality Assurance/Quality Control Plan • Other quality requirements as necessary to reduce quality risks The person responsible for the inspection,records work task inspection results on the work task inspection form. 8.14.2.TEST RECORDS Test result data include as appropriate: • Reference to the inspection and test plan item • Description or title of the inspection activity • Drawing identification number and version,if applicable • Technical specification number and version,if applicable • Location of the inspection activity • Acceptance criteria • Nonconformances • Validation that nonconformances are corrected,reinspected or retested,and confirmed to meet Quality System requirements. • Any open items to be completed at a later date. • Inspector's name and signature indicating compliance with all requirements of the Quality System • Quality rating scores as appropriate • Date of inspection or test • Certificate,if applicable • Conspicuous statement of final result as either"CONFORMS"or"DOES NOT CONFORM" 8.15. PROJECT COMPLETION AND CLOSEOUT INSPECTION 8.15.1. PRE-FINAL LEM CONSTRUCTION INSPECTION Near the end of the project,or a milestone established in the Project Quality Inspection and Test Plan,the General Superintendent/Quality Manager will inspect the completed project and verify conformance to contract specifications. The General Superintendent/Quality Manager records nonconforming items. The Superintendent assigns a planned date by which the deficiencies will be corrected. The date may be assigned for all items or individual items as necessary After corrections have been made,the Superintendent verifies the completion of each item. Then the General Superintendent/Quality Manager conducts a follow-up inspection and verifies that all nonconforming items have been corrected to meet contract specifications. Any remaining deficiencies are recorded and managed as nonconformances. When the pre-final LEM Construction inspection process is complete,the General Superintendent/ Quality Manager or Project Manager then notifies the customer that the project is ready for the customer's final inspection. The customer is also notified of any remaining nonconformances and their planned resolution. 8.15.2. PRE-FINAL CUSTOMER INSPECTION Page 36 Quality Control Manual Copyright Ø!NO. LEM Construction Quality Assurance/Quality Control Plan If the customer performs a pre-final inspection,the General Superintendent/Quality Manager records nonconforming items and assigns a planned date by which the deficiencies will be corrected. The Superintendent assigns a planned date by which the deficiencies will be corrected. The date may be assigned for all items or individual items as necessary After corrections have been made,the Superintendent verifies the completion of each item. After corrections have been made,the General Superintendent/Quality Manager will conduct a follow- up inspection and verify that all nonconforming items have been corrected to meet contract specifications. Any remaining deficiencies are recorded and then managed as nonconformances. When the pre-final customer inspection process is complete,the General Superintendent/Quality Manager or Project Manager then notifies the customer that the project is ready for the customer's Final inspection. The customer is also notified of any remaining nonconformances and their planned resolution. 8.15.3. FINAL ACCEPTANCE CUSTOMER INSPECTION If the customer performs a final inspection,the General Superintendetn/Quality Manager, Superintendent,and Project Manager will participate in the inspection. The General Superintendent/ Quality Manager records nonconforming items and assigns a planned date by which the deficiencies will be corrected. The date may be assigned for all items or individual items as necessary After corrections have been made,the Superintendent verifies the completion of each item. After corrections have been made,the General Superintendent/Quality Manager will conduct a follow- up inspection and verify that all nonconforming items have been corrected to meet contract specifications. Any remaining deficiencies are recorded managed as nonconformances. When the final customer inspection process is complete,the General Superintendent/Quality Manager or Project Manager then notifies the customer that the project is ready for the customer's follow-up verification. The customer is also notified of any remaining nonconformances and their planned resolution. Page 37 Quality Control Manual Copyright øTloNcQ LEM Construction Quality Assurance/Quality Control Plan 9. NONCONFORMANCES AND CORRECTIVE ACTIONS 9.1. OVERVIEW Should a nonconformance be identified by an inspection there is a systematic method to control the item, correct it,and ensure that project quality is not adversely impacted by the event. A nonconformance is any item that does not meet project specifications or LEM Construction Quality System requirements. 9.2. NONCONFORMANCES 9.2.1. MARKING OF NONCONFORMANCES AND OBSERVATIONS When.the Quality Manager,Superintendent,inspector,or customer identifies a nonconformance or an observation,the item is quickly and clearly marked by tape,tag,or other easily observable signal to prevent inadvertent cover-up. 9.2.2. CONTROL THE CONTINUATION OF WORK After the item is marked,the Superintendent determines if work can continue in the affected area: CONTINUE WORK. When continuing work does not adversely affect quality or hide the defect,work may continue in the affected area while the disposition of the item is resolved.The Superintendent may place limitations on the continuation of work. STOP WORK ORDER.When continuing work can adversely affect quality or hide the defect,work must stop in the affected area until the disposition of the item resolved. The Superintendent identifies the limits of the affected area. The Superintendent quickly and clearly identifies the boundaries of the stop work area. 9.2.3. NONCONFORMANCE REPORT 9.2.3.1. RECORDING OF NONCONFORMANCES If nonconformances or observed items exist by the work task completion inspection,the Superintendent or inspector records the nonconformances on a nonconformance report. The Superintendent sends the nonconformance report to the Project Manager and the General Superintendent/Quality Manager 9.2.3.2. QUALITY MANAGER DISPOSITION OF NONCONFORMANCE REPORTS When the General'Superintendent/Quality Manager receives a Nonconformance Report,he or she makes an assessment of the affect the reported nonconformance has on form,fit,and function.The General Superintendent/Quality Manager may assign a disposition of either REPLACE.The nonconformance can be brought into conformance with the original specification requirements by replacing the nonconforming item with a conforming item. REPAIR:The nonconformance can be brought into conformance with the original requirements through completion of required repair operations. Page 38 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan = �, REWORK. The nonconformance can be made acceptable for its intended use,even though it is not restored to a condition that meets all specification requirements.The General Superintendent/Quality Manager may specify standards that apply to the completion of rework. Rework nonconformances must be approved by the customer USE AS-IS.When the nonconforming item is satisfactory for its intended use.Any use as-is items that do not meet all specification requirements must be approved by the customer 9.2.4. CORRECTION OF NONCONFORMANCES The Superintendent verifies that corrective actions eliminate the nonconformance to the requirements of the original specifications or as instructed by the disposition of the nonconformance report,and then removes,obliterates,or covers the nonconformance marker Furthermore,the Superintendent ensures that previously completed work is reinspected for similar nonconformances and corrective actions are taken to avert future occurrences(see section 9.3 Corrective Actions). 9.3. CORRECTIVE ACTIONS 9.3.1. CONTROL OF CORRECTIVE ACTIONS When a nonconformance is found,the Superintendent ensures that: • Previously completed work is reinspected for similar nonconformances • Corrective actions are taken to avert future occurrences The General Superintendent,/.Quality Manager identifies requirements for corrective actions with respect to frequency,severity,and detectability of quality nonconformances items found during and after completion of work activities. When a solution requires changes to LEM Construction quality standards,the General Superintendent/ Quality Manager makes modifications as necessary by making changes to: • Material specifications • Personnel qualifications • Subcontractor and Supplier qualifications • Company standards • Inspection processes 9.3.2.CORRECTIVE ACTION TRAINING The Superintendent initiates corrective action training to address quality nonconformances.Personnel and subcontractors and suppliers performing or inspecting work participate in the training. Heightened awareness during quality inspections verifies and documents compliance with the corrective action improvement items.A qualified Superintendent inspects corrective actions during regular quality inspections and records observations on the quality inspection form. The Superintendent notifies affected subcontractors and suppliers of selected preventive action training requirements. r_ Page 39 Quality Control Manual Copyright 411 LE CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan The Superintendent evaluates the effectiveness of the improvements.The General Superintendent/ Quality Manager reviews improvement results recorded on quality inspection records and monthly field reviews.When the General Superintendent/Quality Manager determines that the improvement actions are effective,the item is no longer treated as a preventive action. Page 40 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan - 10. PREVENTIVE ACTIONS PREVENT NONCONFORMANCES 10.1. OVERVIEW Fixing problems found during quality inspections is not sufficient.Systematic prevention of recurrences is essential for improving quality LEM Construction makes changes to solve the problem.Solutions may involve a combination of enhanced process controls,training,upgrade personnel qualifications,improved processes,or use of higher-grade materials. Follow-up ensures that a problem is completely resolved.If problems remain,the process is repeated. 10.2. IDENTIFY PREVENTIVE ACTIONS FOR IMPROVEMENT The General Superintendent/Quality Manager identifies preventive action improvement priorities with respect to frequency,severity,and detectability of quality correction items found during and after completion of work activities.The General Superintendent/Quality Manager also reviews company quality performance and customer feedback. More specifically,the Quality Manager assesses: • Customer corrective items • General Superintendent quality inspection results • Code official inspection results • Post-construction service • Management field reviews • Annual system review • Customer satisfaction surveys The General Superintendent/Quality Manager documents quality items requiring preventive action improvement. The General Superintendent/Quality Manager leads the company in finding solutions to address the causes of problems. When a solution requires changes to LEM Construction quality standards,the General Superintendent/ Quality Manager makes modifications as necessary by making changes to: • Material specifications • Personnel qualifications • Subcontractor and Supplier qualifications • Company standards • Inspection processes 10.3. TRAIN PREVENTIVE ACTIONS FOR IMPROVEMENT Page 41 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan The General Superintendent/Quality Manager initiates preventive action training to address quality improvement items.Personnel and subcontractors and suppliers performing or inspecting work participate in the training. Heightened awareness during quality inspections verifies and documents compliance with the preventive action improvement items.A qualified Superintendent inspects hotspots during regular quality inspections and records observations on the quality inspection form. The General Superintendent/Quality Manager notifies affected subcontractors and suppliers of selected preventive action training requirements. The General Superintendent/Quality Manager evaluates the effectiveness of the improvements.The General Superintendent/Quality Manager reviews improvement results recorded on quality inspection records and monthly field reviews.When the General Superintendent/Quality Manager determines that the improvement actions are effective,the item is no longer treated as a preventive action. Page 42 Quality Control Manual Copyright ØTIONc LEM Construction Quality Assurance/Quality Control Plan 11. QUALITY SYSTEM AUDITS AUDITS and IMPROVEMENT 11.1. OVERVIEW Audits ensure that the elements of the LEM Construction Quality System are functioning as intended. 11.2. PROJECT QUALITY SYSTEM AUDIT The Quality Manager conducts monthly Project Quality System audits that verify proper operation of the Quality System on a project.At least monthly,the Quality Manager audits: • Quality system framework • Quality system management and responsibilities • Customer contract specifications • Design control • Project-specific quality standards • Project purchasing • Process control plans • Inspections and tests • Nonconformances and corrective actions • Preventive actions • Quality records and documents The Quality Manager takes corrective actions to ensure compliance with Quality System requirements. The effectiveness of changes is then evaluated and documented. Requirements for managing audit nonconformances are addressed in section 9.2 Nonconformances. 11.3. COMPANY-WIDE QUALITY SYSTEM AUDIT At least annually,the Quality Manager audits the suitability and effectiveness of the LEM Construction Quality System. The audit assesses: • LEM Construction quality improvement activities • Customer performance evaluations and satisfaction measurement results • Quality performance measures • Monthly field reviews • Internal and external Quality Audit results • Process performance and product conformance results • Preventive and corrective action status • Follow up on actions from previous Management Reviews • Other changes(i.e.business climate,scope of work changes,etc.)that could affect the Quality System Page 43 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan Changes are initiated to improve Quality System performance.The Quality Manager documents Quality System changes in the LEM Construction Quality Assurance Manual,initiates needed improvements,and assesses their effectiveness. Page 44 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 12. RECORD AND DOCUMENT CONTROLS 12.1. OVERVIEW LEM Construction ensures that quality related documents and records are created,current versions are in use,complete,identifiable,and stored properly 12.2. QUALITY SYSTEM DOCUMENTS 12.2.1.QUALITY CONTROL MANUAL The Quality Manager maintains the LEM Construction Quality Control Manual that documents LEM Construction quality policies. Each policy identifies the titles of personnel responsible. The Quality Manager ensures that the Quality Control Manual and documents related to a work task are accessible to personnel performing the work. The Quality Manager maintains,improves,and updates the manual as necessary At least annually,the Quality Manager determines if updated versions of standards and product installation instructions are available.If so,the Quality Manager updates the Quality System documentation accordingly 12.3. DOCUMENT CONTROLS The Vice President controls all company-wide quality system documents including: • Approval of all quality system documents and for adequacy prior to issue or reissue. • Ensures that applicable documents are available and usable at points of use • Prevents unintended use of obsolete documents The Quality Manager controls project-specific quality system documents including: • Approval of all project quality documents and for adequacy prior to issue or reissue. • Ensures that applicable documents are available and usable at points of use • Prevents unintended use of obsolete documents 12.3.1.CONTROL OF SYSTEM DOCUMENTS The Quality Manager controls documents related to the LEM Construction Quality System including: • Quality System Manual • Quality System Procedures • Project Management Procedures(including interface and coordination with customers and regulatory agencies with jurisdiction over jobsites) • Government regulations • Industry standards • Procurement specifications The Quality Manager ensures that records of the distribution of Quality System documents are kept. When new versions are distributed,obsolete versions are destroyed or controlled to prevent inadvertent use. Page 45 Quality Control Manual Copyright 14I CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan 12.3.2. CONTROL OF PROJECT DOCUMENTS The Project Manager controls documents related to specific customer contracts including: • Customer contracts • Contract technical specifications • Contract drawings • Shop drawing submittals and approvals • Product data submittals and approvals • Allowances and unit price submittals and approvals • Requests for information and customer responses • Subcontracts • Inspection and test plans 12.4. RECORD CONTROLS The Quality Manager verifies records for conformance to the Quality System Requirements and approves all Quality System records. Records demonstrating conformance with and operation of the Quality System are retrievable for at least five years.The Quality Manager verifies records for conformance to the Quality System Requirements. 12.4.1.QUALITY SYSTEM RECORDS CONTROL The Quality Manager verifies the completeness,accuracy,and retention of project-specific Quality System records including: • Annual reviews • Quality improvement records 12.4.2. PROJECT RECORDS CONTROL The Quality Manager verifies the completeness,accuracy,and retention of project-specific Quality System records including: • Inspection and test records • Quality submittals to the customer • Project quality system audits • Field reviews • Calibration certificates • Daily log reports • Incident reports ' • Redline drawings • Qualified personnel approvals • Qualified subcontractor approvals • Quality improvement records • Project Quality records specified by customer contract,or contract technical specifications The Quality Manager assigns record control responsibilities and document location that apply to a specific project. Page 46 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan , 13. APPENDIX 13.1. DEFINITIONS OF TERMS Acceptance-The process of deciding,through inspection,whether to accept or reject a product. Audit—An audit determines if the quality system is performing as documented and whether the quality system is implemented. An audit consists of a systematic and objective examination to determine whether quality management activities and associated results comply with planned arrangements,and whether these arrangements are implemented effectively and suitably to achieve set objectives. Certification-Statements by inspectors,officials,engineers,or product manufacturers attesting that product,system or material meets stated specification requirements. Conformance—An item meets the requirements of relevant specifications,contracts or regulations;also the state of meeting the requirements. Contract Project Quality Assurance/Quality Control Plan—See Project Quality Assurance/Quality Control Plan. Corrective Action—a specific action to resolve a known condition or conditions,which adversely affect quality Corrective Action must addresses remedial action to correct the known discrepancy whereas preventive action prevents reoccurrence based on the identified root cause. Definable feature of work—See Task. Design Data-Calculations,mix designs,analyses or other data pertaining to a part of work. Disposition—A statement describing the manner in which a nonconformance is to be resolved. Experienced-When used with an entity or individual,"experienced"means having successfully completed work similar in nature,size,and extent. Feature of Work—See Task. FOW—Feature of Work Inspection and Test Plan—A record of requirements,frequency and responsibilities for activities such as measuring,examining,testing and gauging one or more characteristics of a product or service,and comparing the results with specified requirements to determine conformity to the Contract Specification. Inspections and tests are detailed in the applicable procedures and results recorded on forms appended to these procedures. Inspection-The act of examining,measuring,or testing to determine the degree of compliance with requirements. ISO 10005—an international standard titled "Quality Management—Guidelines for Quality Plans"that specifies required elements of a project-specific quality plan. ISO 9001—an international standard titled "Quality Management System—Requirements"that specifies required elements of a quality management system. Page 47 Quality Control Manual Copyright CONSTRUCTION CD. LEM Construction Quality Assurance/Quality Control Plan Mock-up Sample—an assembly or portions of an assembly constructed on the project site that establishes standards by which the ensuring work can be judged.Mockups are constructed to verify selections made under sample submittals;to demonstrate aesthetic effects and,where indicated,qualities of materials and execution,to review coordination,testing,or operation;to show interface between dissimilar materials;and to demonstrate compliance with specified installation tolerances.Mockups are not Samples. Nonconformance—Non-fulfillment of a specification which affects form,fit or function and renders the quality of an item or service unacceptable or indeterminate in regard to meeting all relevant specifications. Examples of nonconformance include:physical defects,test failures,incorrect or inadequate documentation or deviation from prescribed processing,inspection or test procedures. Non-conformance Report—A record of the identification,and resolution of a nonconformance. Product Data-Catalog cuts,illustrations,schedules,diagrams,performance charts,instructions and brochures illustrating size,physical appearance and other characteristics of materials,systems or equipment for some portion of the work. Observation—Feedback provided to work crews for the purposes of heightened awareness of an item that if not addressed by a completion inspection may result in a nonconformance. Procedure--Specified way to perform an activity Product Samples-Physical examples of materials,equipment or workmanship that illustrate functional and aesthetic characteristics of a material or product and establish standards by which the work can be judged.Color samples from the manufacturer's standard line(or custom color samples if specified)to be used in selecting or approving colors for the project Project—Unique process conslstmg of a set,of coordinated and controlled activities with start and finish dates,undertaken to achieve an objective conforming to specific requirements,including the constraints of time,cost and resources. Project Quality Assurance/Quality Control Plan-A document setting out the specific quality objectives, practices,resources and sequence of activities relevant to a particular Contract or project. Quality Assurance-Activities,actions,and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed work will comply with requirements. Quality Audit-A formal review/investigation to determine whether the quality characteristics of a product or service meet the defined quality criteria. Quality Control—the performance of tasks which ensure that work is performed according to plans and specifications Quality Control Manual—Documents consisting of LEM Construction policies for quality management methods instituted as a company Standard operating procedures supplement the Quality Control Manual policies with work steps. This manual is copy right 2011CaldreriaQuality Forms are also part of this manual with step by step instructions. $. Records-Documentary evidence of the specification of individual items,standards of work,and compliance with the Quality Management System requirements. Page 48 Quality Control Manual Copyright ØTIDNc LEM Construction Quality Assurance/Quality Control Plan .�i Reject—A disposition of a nonconformance for an item unsuitable for its intended purpose and economically or physically incapable of being reworked or repaired. Repair—A disposition of a nonconformance for an item acceptable for its intended use even though it is not restored to a condition which meets all specification requirements. Rework—A disposition of a nonconformance for an item that can be brought into conformance with the original requirements through re-machining,reassembling,reprocessing,reinstallation,or completion of the required operations. Shop Drawings-Drawings,diagrams and schedules specifically prepared to illustrate some portion of the work.Diagrams and instructions from a manufacturer or fabricator for use in producing the product and as aids to integrate the product or system into the project.Shop drawings show how multiple systems and interdisciplinary work will be coordinated Standard Operating Procedure-A document that details the purpose and scope of an activity,and specifies how it is to be carried out.The output from a procedure provides objective evidence(in the form of records)of the compliance to the quality system requirements. Subcontractor-A company,organization or individual providing a service or product,which may include labor,plant,materials or other facilities or resources Task—A definable features of work.A task which is separate and distinct from other tasks and has separate control requirements.A task could be identified by different trades or disciplines,or it could be separate phases of work by the same trade.At minimum each section of the specifications is a task; however,there are frequently more than one definable feature under a particular section. Test Reports-Report signed by authorized official of testing laboratory that a material,product or system identical to the material,product or system to be provided has been tested in accord with specified requirements. Use-As-Is—A disposition of a nonconformance for an item that will satisfy its intended use,even though it does not meet all design/functional requirements. Verify-The process of confirming the soundness or effectiveness. Page 49 Quality Control Manual Copyright CONSTRUCTION CO. LEM Construction Quality Assurance/Quality Control Plan Page 50 Quality Control Manual Copyright 441, [� ,px, i"` 4I „hw, pEARLAND IE X A S is r. i So % 0821 -57 Addendum 4 LEM Construction Co., Inc. Supplier Response Event Information Number 0821-57 Addendum 4 Title. Bailey Water Treatment Plant Improvements and Bailey Sewer Line- Veterans to Bailey Water Plant Type: Competitive Sealed Proposal Issue Date. 11/12/2021 Deadline 12/9/2021 02:00 PM (CT) Notes. The project will entail the improvements at the Bailey Water Treatment Plant and Magnolia water pumping station Also included is the installation of a new lift station, a 12"water transmission line by open cut, and 6"sanitary sewer force main by open cut and trenchless methods. Contact Information Contact: Kayla Dokhani Address Projects 3519 Liberty Drive Pearland, TX 77581 Phone (281) 652-1756 Email ebids@pearlandtx.gov Page 1 of 6 pages Vendor:LEM Construction Co.,Inc. 0821-57 Addendum 4 LEM Construction Co., Inc. Information Contact: Larry W Laird II Address: 10849.Kinghurst Suite 150 Houston, TX 77099 Phone: (281)495-9550 Fax: (281)495-9995 Toll.Free: (281)495-9550 Web Address. www.lemconstruction.com By submitting your response, you certify that you are authorized to represent and bind your company Larry W Laird II larry@lemconstruction.com Signature Email Submitted at 12/9/2021 1 19 40 PM Response Attachments ##Cover &Table of Contents.pdf Cover&Table of Contents SECTION 2 - Company Background.pdf SECTION 2-Company Background SECTION 3 - Resumes & Key Personnel pdf SECTION 3- Resumes& Key Personnel SECTION 4 -Additional Completed Projects.pdf SECTION 4-Additional Completed Projects SECTION 5 - Project Approach.pdf SECTION 5 - Project Approach SECTION 6 - Schedule.pdf SECTION 6-Schedule SECTION 7 -Sub Qualifications.pdf SECTION 7 -Sub Qualifications SECTION 8 - Safety Docs & Quality Assurance Prog.pdf SECTION 8-Safety Docs&Quality Assurance Prog SECTION 9 - Financial Statement CONFIDENTIAL.pdf SECTION 9- Financial Statement CONFIDENTIAL SECTION 1 - PART A Bid Form & Bid Bond & Req Docs.pdf SECTION 1 - PART A Bid Form & Bid Bond & Req Docs Page 2 of 6 pages Vendor:LEM Construction Co.,Inc. 0821-57 Addendum 4 Bid Attributes 1 Response Attachment Bidder understands and has completed the following The Bid Proposal and Bid Security required under the ' Instructions to Bidders has been uploaded as an attachment within the E-bid system and, a fully executed, signed and sealed hard copy of the Bid Bond will be delivered upon request to the Office of City Purchasing, Finance Department, City Hall Annex, 3523 Liberty Drive, Pearland, Texas, 77581 0 Submitted (Submitted) 2 Non-collusion Statement Bidder has submitted a completed and signed copy of the Non-Collusion Statement ❑d Submitted (Submitted) 3 '*General Conditions Bidder has read and agrees to the General Conditions set forth by the City of Pearland 2 Agreed (Agrees) 4 Specification Acknowledgement Bidder has reviewed specifications and agrees that their bid adheres fully 2 Agreed (Agrees) 5 Local Bidder Bidder claims Pearland local bidder preference, pursuant to provisions of Local Bidder Preference claim form and Texas Local Government Code, Chapter 271.9051 Not Local Bidder id Lines 1 Package Header GENERAL(WA1901) Quantity 1 Total: $127,838 00 Package Items 1 1 MOBILIZATION, BONDS AND INSURANCE(3% MAXIMUM OF PROJECT WA1901) Quantity 1 UOM: LS Price $100,000 00 Total. $100,000 00 1.2 PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT TRENCH AND EXCAVATION SAFETY PLAN Quantity 5560 UOM: LF Price $1 05 Total: s $5,838 00 1.3 PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT STORM WATER POLLUTION PREVENTION PLAN Quantity 1 UOM: LS Price. $22,000 00 Total: $22,000 00 2 Package Header • TRANSMISSION LINE(WA1901) Quantity 1 Total. $729,420 00 Page 3 of 6 pages Vendor:LEM Construction Co.,Inc. 0821-57 Addendum 4 Package Items 2.1 PERFORM CUT, CAP,AND CONNECT PROPOSED TRANSMISSION LINE TO EXISTING WATER LINE LOCATED OUTSIDE MAGNOLIA WTP Quantity- 1 UOM: EA Price $19,000 00 Total: $19,000 OC I- 2.2 FURNISH AND INSTALL 12-INCH C900, DR25 PVC PIPE BY OPEN CUT,AND ALL RELATED APPURTENANCES Quantity. 5560 UOM: LF Price. $107 00 Total: $594,920 00 2.3 FURNISH AND INSTALL 12-INCH C900, DR25 PVC PIPE WITH STEEL CASING BY DRY AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES Quantity. 100 UOM: LF Price. $840 00 Total: $84,000 00 2.4 FURNISH AND INSTALL 12-INCH GATE VALVE WITH VALVE BOX,AND ALL RELATED APPURTENANCES Quantity. 2 UOM: EA Price. $4,200 00 Total: $8,400 00 2.5 FURNISH AND INSTALL 2-INCH COMBINATION AIR RELEASE VALVE,AND ALL RELATED APPURTENANCES Quantity- 1 UOM: EA Price. $7,350 00 Total. $7,350 00 2.6 PERFORM FLUSHING AND PRESSURE TESTING OF THE MAGNOLIA TRANSMISSION LINE Quantity. 1 UOM: LS Price. $6,300 00 Total: $6,300 00 2.7 PERFORM DISINFECTION AND BACTERIOLOGICAL TESTING OF THE MAGNOLIA TRANSMISSION LINE Quantity- 1 UOM: LS Price. $9,450 00 Total: $9,450 00 3 Package Header f SITE IMPROVEMENTS (WA1901) Quantity. 1 Total- $3,152,439 00 Package Items 3.1 FURNISH AND INSTALL WESTECH PACKAGES AERALATER SYSTEM, COMPLETE IN PLACE,for Two million eight hundred fifty five thousand four hundred sixty three Dollars and Zero Cents per lump sum. Quantity. 1 UOM: LS Price. $2,855,463 00 Total: $2,855,463 00 3.2 FURNISH AND INSTALL SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM for Two hundred ninety six thousand nine hundred seventy six Dollars and Zero Cents per lump sum. Quantity. 1 UOM: LS Price. $296,976 00 Total: $296,976 00 4 Package Header SITE ADDITIONS (WA1901) Quantity. 1 Total: $435,092 91 Package Items 4.1 FURNISH AND INSTALL NEW SECURITY SYSTEMS AT BAILEY AND MAGNOLIA SITES for Forty eight thousand four hundred thirty nine Dollars and Ninety one Cents per lump sum Quantity. 1 UOM: LS Price $48,439 91 Total: $48,439 91 r~ Page 4 of 6 pages Vendor:LEM Construction Co.,Inc. 0821-57 Addendum 4 4.2 FURNISH AND INSTALL THE OPERATING PLATFORM FOR SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM for Eighteen thousand three hundred thirty four Dollars and Zero Cents per lump sum Quantity. 1 UOM: LS Price. $18,334 00 Total- $18,334 00 4.3 FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR SITE GENERATOR for Eight thousand three hundred thirty Dollars and Zero Cents per lump sum Quantity. 1 UOM: LS Price. $8,330 00 Total: $8,330 00 4.4 FURNISH AND INSTALL,AS DIRECTED BY OWNER, NEW REMOTE TERMINAL UNITS AT MAGNOLIA AND BAILEY SITES for One hundred nine thousand nine hundred eighty nine Dollars and Zero Cents per lump sum Quantity. 1 UOM: LS Price $109,989 00 Total: $109,989 OJ 4.5 OWNER'S ALLOWANCE FOR WORK DIRECTED IN WRITING BY THE CITY OF PEARLAND for Two hundred and fifty thousand Dollars and Zero Cents per lump sum. Quantity- 1 UOM: LS Price. $250,000 00 Total- $250,000 OCT' 5 Package Header GENERAL ITEMS (WW2007) Quantity. 1 Total: L $8,397,662 00 Package Items 5.1 MOBILIZATION, BONDS AND INSURANCE (3% MAXIMUM OF PROJECT WW2007) Quantity. 1 UOM: LS Price $225,000 00 Total: $225,000 00 5.2 PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT TRENCH AND EXCAVATION SAFETY PLAN Quantity- 3040 UOM: LF Price. $1 05 Total: $3,192.00 5.3 PERFORM CONNECTION OF PROPOSED SEWER FORCE MAIN TO EXISTING MANHOLE IN THE NATATORIUM PARKING LOT Quantity- 1 UOM: LS Price. $18,000 00 Total. $18,000 00 5.4 FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(8-10 VF DEPTH)AND ALL RELATED APPURTENANCES Quantity- 185 UOM: LF Price. $120 00 Total: $22,200 00 5.5 FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(OVER 10 VF DEPTH) AND ALL RELATED APPURTENANCES Quantity- 180 UOM: LF Price. $222 00 Total: $39,960 00 5.6 FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE WITH STEEL CASING BY DRY AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES Quantity- 145 UOM: LF Price $348 00 Total. $50,460 00 5.7 FURNISH AND INSTALL STANDARD 5-FOOT DIAM. CONCRETE DROP MANHOLE,AND ALL RELATED APPURTENANCES Quantity. 2 UOM: EA Price. $15,000 00 Total: _ $30,000 00 ' 5.8 FURNISH AND INSTALL EXTRA DEPTH MANHOLE,AND ALL RELATED APPURTENANCES Z Quantity. 10 UOM: VF Price $525 00 Total: $5,250 00 Page 5 of 6 pages Vendor:LEM Construction Co.,Inc. 0821-57 Addendum 4 5.9 FURNISH AND INSTALL 6-INCH C-900, DR-25 PVC PIPE BY OPEN CUT TRENCHING,AND ALL RELATED - APPURTENANCES Quantity• 2675 UOM: LF Price. $56 00 Total: $149,800 00 5.10 PERFORM INSPECTION AND TESTING OF SANITARY SEWER LINE Quantity. 1 UOM: LS Price $3,200 00 Total: $3,200 00 5.11 FURNISH AND INSTALL SITE CIVIL,STRUCTURAL,ARCHITECTURAL, HVAC, PLUMBING,AND ELECTRICAL WORK, INCLUDING EQUIPMENT, PIPING,VALVES, FITTINGS AND ALL RELATED APPURTENANCES, COMPLETE IN PLACE Quantity• 1 UOM: LS Price. $7,850,600 00 Total: $7,850,600 00 6 Package Header Extra Items (WW2007) Quantity. 1 Total: $1,110 00 Package Items 6.1 FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR LIFT STATION GENERATOR for One thousand one hundred ten Dollars and Zero Cents per lump sum Quantity• 1 UOM: LS Price. $1,110 00 Total: $1,110 00 Response Total: $12,843,561 91 Page 6 of 6 pages Vendor:LEM Construction Co.,Inc. 0821-57 Addendum 4 CONTRACT DOCUMENTS CITY OF PEARLAND STANDARD FORM OF AGREEMENT Section 00500 STANDARD FORM OF AGREEMENT THIS AGREEMENT is by and between City of Pearland (hereinafter called OWNER or City) and LEM Construction Co., Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR,in consideration of the mutual covenants hereinafter set forth, agree as follows. Article 1 WORK CONTRACTOR shall complete all work as specified or indicated in or reasonably inferable from the Contract Documents(hereinafter the"Work"). The Work is generally described as follows. Bailey WTP Improvements Project City of Pearland, Texas COP PN: WA1901 and WW2007 BID NO.:. 0821-57 Article 2. ENGINEER The Work has been designed by Enprotec / Hibbs & Todd, Inc., located at 402 Cedar St., Abilene, TX 79601, who is hereinafter called ENGINEER and who is to assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3 CONTRACT TIME 3 1 The Work will be Substantially Complete (as defined in Article 1 of the General Conditions) within five hundred and forty (540) days (including weekends and holidays) from the date when the Contract Time commences to run as provided in paragraph 5 01 of the General Conditions (as revised in the Special Conditions if applicable), and completed and ready for Final Payment within six hundred (600) days from the date when the Contract Time commences to run. No work will be allowed on Sundays. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3 1 above,plus any extensions thereof allowed in accordance with Article 5 of the General Conditions. OWNER and CONTRACTOR also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration preceding 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) CONTRACTOR shall pay OWNER one thousand five hundred dollars 4-2015 00500- 1 of 7 CITY OF PEARLAND STANDARD FORM OF AGREEMENT ($1,500 00) for each day that expires after the time specified in paragraph 3 1 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining Work within the time set out in the Certificate of Substantial Completion or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER one thousand five hundred dollars ($1,500 00) for each day that expires after the time specified in the Certificate of Substantial Completion for completion and readiness for Final Payment. 3.3 Inspection Time Working hours for the Pearland Inspection personnel are from 7 30 a.m. to 4 30 p.m., Monday through Friday, excluding City approved holidays. The Contractor shall notify the OWNER of any required inspection overtime work at least 48 hours in advance and shall pay the overtime wages for the required City inspections. Article 4 CONTRACT PRICE 4 1 OWNER shall pay CONTRACTOR for completion of the Work in strict accordance with the Contract Documents in current funds$12,593,561 91 (the"Contract Price") The Contract Price includes the Base Bid as accepted by OWNER and as shown in Document 00300—Bid Proposal. Article 5 PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Section 6 0 "Measurement and Payment" of the General Conditions: Application for Payment will be processed by ENGINEER as provided in the General Conditions. 5 1 Progress Payments. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended by ENGINEER as provided below All progress payments will be on the basis of the progress of the Work and actual quantity of Work completed, in accordance with Article 6 "Measurement and Payment" of the General Conditions. 5 1 1 Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage or actual quantity of Work complete, but, in each case, less the aggregate of payments previously made and less such amounts as ENGINEER shall determine, or OWNER may withhold, in accordance with the General Conditions. The OWNER shall make payment within 30 days of receipt of application for payment by the ENGINEER. 5 1.2 Each progress payment shall be less retamage as specified in Paragraph 6 06 of the General Conditions, and further less all previous payments and all further sums that may be retained by the OWNER under the terms of this Agreement. It is understood,however,that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the CONTRACTOR, the OWNER may upon written recommendation of the ENGINEER pay a reasonable and equitable portion 4-2015 00500-2 of 7 CITY OF PEARLAND STANDARD FORM OF AGREEMENT of the retained percentage to the CONTRACTOR, or the CONTRACTOR at the OWNER's option,may be relieved of the obligation to fully complete the Work and, thereupon,, the CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." 5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with paragraph 6 09 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said paragraph 6 09 Article 6 INTEREST Interest on any overdue payment from OWNER to CONTRACTOR shall be paid in accordance with the provisions of Chapter 2251 025 of the Texas Government Code, as amended. Article 7 CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations 7 1 CONTRACTOR has familiarized himself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost,progress,performance,or furnishing of the Work. 7.2 CONTRACTOR has studied carefully all available surveys, assessments, reports of explorations, investigations, and tests of subsurface conditions and drawings of physical conditions of the site. Such technical reports and drawings are not Contract Documents, and Owner makes no representations or warranties as to the accuracy of such documents or information, or to whether or not they are complete, comprehensive, or all-inclusive. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying)all such examinations,investigations,explorations, tests, reports, and studies (in addition to or to supplement those referred to in paragraphs 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work, and CONTRACTOR assumes the risk of such subsurface and physical conditions, and shall furnish the Work at the Contract Price, within the Contract Time and,in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports, and studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7 4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations,, investigations, 4-2015 00500-3 of 7 CITY OF PEARLAND STANDARD FORM OF AGREEMENT explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and finish the Work at the Contract Price,within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 7 5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. 7 6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies in the Contract Documents of which Contractor knew or should have known, and CONTRACTOR shall perform the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including any written resolution of any such conflict, error or discrepancy by ENGINEER. In the event of a conflict that was not brought to the OWNER's or ENGINEER's attention prior to the bid, the CONTRACTOR is assumed to have bid the most expensive alternative. Article'8 CONTRACT DOCUMENTS The Contract Documents, which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work, consist of the following, each of which are incorporated herein by reference 8 1 Standard Form of Agreement(Section 00500). 8.2 Performance, Payment, and/or Maintenance Bonds (Sections 00610, 00611, and 00612) 8.3 General Conditions of Agreement (Section 00700), including Attachment No 1 Workers' Compensation Insurance Coverage,Attachment No 2 Agreement for Final Payment and Contractor's Sworn Release,and Attachment No 3 Owner's Insurance Requirements of Contractor 8 4 Special Conditions of Agreement (Section 00800) 8 5 Plans, consisting of sheets numbered 1 through 110 inclusive with attachments with each sheet bearing the following general title Bailey Water Treatment Plant Improvements. 8 6 Instructions to Bidders and CONTRACTOR's Bid Proposal, including any Addenda referenced therein. 8 7 Technical Specifications for the Work. 8 8 The following, which may be delivered or issued after this Agreement becomes effective Any Change Orders or other documents amending,, modifying, or supplementing the Contract Documents in accordance with the General Conditions. 4-2015 00500-4 of 7 CITY OF PEARLAND STANDARD FORM OF AGREEMENT There are no Contract Documents other than those listed above in this Article 8 The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions. Article 9 MISCELLANEOUS 9 1 Terms used in this Agreement which are defined in Section 1, "Definitions and Interpretations" of the General Conditions will have the meanings indicated in the General Conditions. 9.2 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9 3 OWNER and CONTRACTOR each binds itself,its partners, successors,assigns and legal representative to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9 4 CONTRACTOR agrees to warranty the Work for a period of one (1) year from Substantial Completion against defects in materials and workmanship CONTRACTOR agrees to repair or replace any defective work within this warranty period immediately unless such repairs require long lead time materials and equipment in which case CONTRACTOR shall provide an agreeable schedule for repairs at no additional cost to OWNER. 9.5 The Work will be completed according to the Contract Documents and in accordance with codes, ordinances, and construction standards of the City of Pearland, and all applicable laws, codes and regulations of governmental authorities. 9 6 In the event any notice period required under the Contract Documents is found to be shorter than any minimum period prescribed by applicable law, the notice period required shall be construed to be the minimum period prescribed by applicable law 9 7 This Contract and the Contract Documents, insofar as they relate in any part or in any way to the Work undertaken therein, constitute the entire agreement between the parties hereto, and it is expressly understood and agreed that there are no agreements or promises by and between said parties, except as aforesaid, and that any additions thereto or changes shall be in writing. 9 8 The provisions of this Contract shall be applied and interpreted in a manner consistent with each other so as to carry out the purposes and the intent of the parties, but if for any reason any provision is unenforceable or invalid, such provisions shall be deemed severed from this Contract and the remaining provisions shall be carried 4-2015 00500-5of7 CITY OF PEARLAND STANDARD FORM OF AGREEMENT out with the same force and effect as if the severed provision had not been part of this Contract. 9 9 The headings of the paragraphs are included solely for the convenience of reference and if there is any conflict between the headings and the text of this Contract, the Contract text shall control. 9 10 The waiver of any breach hereof shall not constitute a waiver of any subsequent breach of the same or any other provision hereof. Failure by the OWNER in any instance to insist upon observance or performance by CONTRACTOR shall not be deemed a waiver by CONTRACTOR of any such observance or performance. No waiver will be binding upon OWNER unless in writing and then will be for the particular instance only Payment of any sum by OWNER to CONTRACTOR with knowledge of any breach or default will not be deemed a waiver of such breach or default or any other breach or default. 9 11 The CONTRACTOR acknowledges that the OWNER(through its employee handbook) considers the following to be misconduct that is grounds for termination of an employee of the OWNER. Any fraud, forgery, misappropriation of funds, receiving payment for services not performed or for hours not worked, mishandling or untruthful reporting of money transactions, destruction of assets, embezzlement, accepting materials of value from vendors, or consultants, and/or collecting reimbursement of expenses made for the benefit of the OWNER. The CONTRACTOR agrees that it will not, directly or indirectly; cause an employee of the OWNER to engage in such misconduct. 9 12 The CONTRACTOR agrees to comply with Appendix A(attached) of the City of Pearland's Title VI Nondiscrimination Plan Assurances. 4-2015 00500-6 of 7 .:- ,• ._. - ,:. '}-' ,.,„ 1 -,.. ',.' ,,„ - ''' r' ,-, ..,'' C121.--,oPPEAkLAN,b; .. STANDARD FORK:OF:AGREEMENT- . , , .,. f ,- s, ,„. „ J. ..., 1,r ., IN WITNESS WHEREOF;OWNER and CONTRACTOR-haver:sighed This'Agreement'IA ot, - r J ..,,--4,,, ., 'thiiiiitat& Ong•countetpart eadhila,s_beep delivered-to'OWNER and one;to,CONTRACTOM '3•3-.. .„•-• ,. -f .35 '3,,. ,,, .333, , ,„ ... '' i'' i''' 343,3-, ' f"', "... ..-` i. This,Agreement will be effective upon ekdh-tiOn.and-attestation by authorized tepfogOntafiyoa'. , 1,-,, „4 • •,.- ht th0,04 Dr POatlancUandhOonthO-fol)OVAnddate:•rebrnhry:i5;,',-2622],,..„ ",_„ ,37,-4.3„,tr),1„=:, k ,- 5 _ • . , , ,..„, — i 33 '''r ,633 33 CONTRA::. OTOR: i• , '3'' CITY OF PEARLAND LEM ZONSTRUCTIOX CO, INC, -,-• •, . ,• - -, 3 ,. CO . .„,.- •,-- - .... - 3, - ---- - " -- • -- ' --,*:::--,,-; :3,',..„,,,•,, :- ,,,,,-- - ,,, / 1 " , , , By - :- .3 Tifle-.; ,_ ., ,_ . -, ".- - . -, - •k,.3, : __-,,,T;itlgr Lar ry---31X--Eard I.1 President,- , ,....,., .. ,.., ...,, ,,.. ..,.;--. ;,., ---"."7.,.....-. ,: , ;, - :,., ,_.... .- 1-.„.. ._-,...... .„,, ,... . . , ,n 1: - Itt ..' .I.v.a,VIti •-., . - - '.Date ..January-28. 2022... . . .. .,, __ ,..,. ..„ . ,3 ' .4".' ---,. ;',"."•,,,., qek :-- . - 4 „ ..• .A..;-,,,,4,.'9,'• ^, f, .4. , ...,.., .,- ,..,. -.. 4;1'• '. ,.. a cs r4 •=ra ‘,4 ' 5,- 6 /3: 33 4.- ., - - '5,-• -, - , ,;;-••,,,, -,,•., ,,,,, 4 ---. ,,,_ ,, •-• .. . -,- , -. --,,,,, • • . , • . •....„•_. - .- , • , ••,,,,, ._ , --A,..v -(corporate Seal), , ' ' ,3 5' C''''', , • , ,,,,6 4 i, r3re 3'• I 4, 3 ,, ,..,:, 3 - . . . ATT . . -.. .., ...... s,- ..-. ,...._ .'v, .. , ,4„,, ,,,,, :Ratyl-',--a rdeilag,F' .§ igta^:r31 ectetary,,-,, .._. ,....-- .„ , ,, „,..• , . .. 6 "33 Address for-gtvAng notidert. ,.. ,, 3,_ ,.• ---„, , - - - --3•• ,• •- .•3:, - •.= ,--„, •cr,„,, , F,3 ,----.„3„ ,•Sk '39 •3.53„. 1.084.9,1<in4huitt,,Suitt511 .,,, ...,„ t, "-•-' ' 1.' ',:.,, — .' ' ".:.r ,-,,,,e . .,i •'t. ,-, :jt, "Houston Teias-‘77099* t ? ' i_ -= + t,,, 6' t ,- .. -4- ,‘ 1 ,, „, .p ,,. .. . , . '' .. 1 =3 .5 ..-, 3- 3 '''• ',4.3 1 r• ,39 3 "r3 • Phone 28,1-495-9550--4,3 '' 3i, ,,,34 5'.:4' 4 , •45",3 6,_ ::.:,",' 6 .6,'',,,„,, 6 : 43 4:45"3„ ,5-1-' ''::: ,T,''''''.:,,,., 4 a. Fax ..,„ 28-14,95-9995s. , ......., ... .. .. „ .. .,1..- ,. 34. „ ,,, , d• 4 44-3 :.9 334 .• ., •'5, 33 33 39 4,. "4 339 5;54''''' •• , '33353 4 e, .,. ,.. '3:,3 , ,.,'6.„ ,', 4 ,. .`+ , r ' 4 !., ...-, Agent for of process +7 af 5 , . k i'' ( 1,- i ' 'y ' 2-, ,i,...G: 'ff,.. '''',. ,i•d ' !'' “.., 1;:i.. i ' ''1., '''. "3 3• 4. 3, V 5'55''''' 9, 3"3 1 3„.A — ., ,, ' v.- , N ,7,... , ,.. ,,, ,,.. ., ,,, „. 14,4,i. ' e: ., ` g 4 , ' ' .53 k =,, .' .., , ',. 1 ;.'•,,.,39 .. '5 '4' 31 451.'':.3•414 53, • 4 '''' ''''''' ''' 'END OF'SCTION „„ „ ,,3, ,, , -?-- ., - , • .;_ ,Z. '53 4 5,4 • ' '' ' 35'( i 3'6 „, ' 33' . 3 3 L.' \;., ' ;-,,r,:t•' 4. , '' -'&'' , - ' ;,, '3 ,3, ..s 3, .'' - ,'' , -,,, a- - -,. ra, `':a, E..Ci ., , .4 .,., 4, t , ''. -t '!", .'"'`t -...1 t-. .„, -t% — .,, '''' ''''': ."^ 4 4•.'dot-s, • -e -•., -3:, , , -• • ,,, ---, ,,-- -k,,4"- .00$00,, ,Torr ,i, , c.:. - ,- 3 4 39 -344 ,' ,, 52 535 .4 'i' , _ 4"4 ,3,. '3 3 ir 34, - .4 -.:3, 4.-.. —- ,,, - Title VI Nondiscrimination Assurances APPENDIX A During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows (1) Compliance with Regulations The contractor shall comply with the Regulations relative to nondiscrimination in Federally-Assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract (2) Nondiscrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21 5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations (3) Solicitations for Subcontracts, including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin (4) Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sub-Recipient or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Sub-Recipient, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information (5) Sanctions for Noncompliance In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract,the Sub-Recipient shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part (6) Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract,including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto The contractor shall take such action with respect to any subcontract or procurement as the Sub-Recipient or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sub-Recipient to enter into such litigation to protect the interests of the Sub-Recipient, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States CITYOFPEARLAND STANDARD FORM OF AGREEMENT APPENDIX B House Bill 89 Verification I, Larry W Laird II (Person name), the undersigned representative (hereafter referred to as "Representative") of LEM Construction Company, Inc (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18)years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following 1 That Representative is authorized to execute this verification on behalf of Business Entity; 2 That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland, and 3 That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270 001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes S ATURF_P SENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 28 day of January , 2022 1 t'pV Dp8 PATRICIA CARDENAS 1 1441�� Notary ID##3678808 Qj4%r, A. My Commission Expires Notary Pu lic �''t�" October 8 2025 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number of business. 2022-844693 LEM CONSTRUCTION COMPANY, Houston,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/28/2022 being filed. City of Pearland Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. WA-1901&WA-2007 Bailey Water Treatment Plant Improvements&Sewer Line Construction Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Allison, Micah Houston,TX United States X Laird, II, Larry Houston,TX United States X Laird Sr, Larry Houston,TX United States X 5 Check only if there is NO Interested Party ❑ 6 UNSWORN DECLARATION My name is Larry W. Laird II , and my date of birth is My address is 8414 Hatton , Houston , TX , 77095 , USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Exec te.in _ County, State of Texas ,on the 98 day of Janusry,2022 — ' .'"e rae"1 (month), (year) ItY ( =n ee' PATRICIA CARDENAS Notary ID#3678808 �:44- My Commission Expires ''oc October 8 2025 I '` gnature of air hor ntracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc CITY OF PEARLAND PERFORMANCE BOND Section 00610 Bond#022225648 ' PERFORMANCE BOND STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS That- -LEM Construction Co , Inc. of the City of Houston , County of Harris , and State of Texas, as principal, and Liberty Mutual Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for prmcipals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of$ 12,593,562.00 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 15th day of February , 2022 , (the "Contract") to commence and complete the construction of certain improvements described as follows Bailey Water Treatment Plant Improvements City of Pearland,Texas COP PN. WA1901 and WW2007 BID NO 0821-57 which Contract, including the Contract Documents as defined therein, is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract Work and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions, and agreements in and by said Contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and Contract Documents, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the Work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder 12/2007 00610- 1 of 2 CITY OF PEARLAND PERFORMANCE BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of February , 2022 Principal. Surety LEM Construction Co , Inc. Liberty Mutual Insurance Company By ,G(� sort J + era-2� Kim erly D o 5�n Title President Title Attorney-in-Fact , Address Address 10849 Kinghurst, Ste 150 10713 W Sam Houston Pkwy N,=Ste 650 Houston, TX 77099 Houston, TX 77064 Telephone (281)495-9550 Telephone (713)744-1761 Fax. (281)495-9995 Fax: 1(866)547-6203 NOTICE THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL-FREE TELEPHONE NUMBER, 1-800-252-3439 END OF SECTION 12/2007 00610-2 of 2 CITY OF PEARLAND PAYMENT BOND Section 00611 Bond#022225648 PAYMENT BOND STA 1'E OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS That LEM Construction Co., Inc. of the City of Houston , County of Harris , and State of Texas, as principal, and Liberty Mutual Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of$ 12,593,562.00 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents. WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 15th day of February , 20 22, (the "Contract") to commence and complete the construction of certain improvements described as follows Bailey Water Treatment Plant Improvements City of Pearland,Texas COP PN• WA1901 and WW2007 BID NO 0821-57 which Contract, including the Contract Documents as defined therein, is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor or material to him or a subcontractor in the prosecution of the Work provided for in said Contract, then, this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the Work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract,or to the Work to be performed thereunder 07/2006 00611 - 1 of 2 CITY OF PEARLAND PAYMENT BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of February ,2022 Principal. Surety LEM Construction Co , Inc. Liberty Mutual Insurance Company By. Larry W ird, By. K mberly I5 i sor �� , rifle resident Title Attorney- -Fact Address. Address 10849 Kinghurst, Ste 150 10713 W Sam Houston Pkw H, :Ste 650 Houston, TX 77099 Houston, TX 77064 Telephone. (261)495-9550 Telephone (713)744-1761 Fax. (281)495-9995 Fax: 1(866)547-6203 NOTICE. THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL-FREE TELEPHONE NUMBER, 1-800-252-3439 END OF SECTION 07/2006 00611 -2 of 2 CITY OF PEARLAND ONE-YEAR MAINTENANCE BOND Section 00612 Bond#022225648 ONE-YEAR MAINTENANCE BOND STATE OF TEXAS § COUNTY OF BRAZORIA § KNOW ALL MEN BY THESE PRESENTS That LEM Construction Co , Inc. of the City of Houston , County of Harris , and State of Texas, as principal, and Liberty Mutual Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Pearland as Obligee (Owner), in the penal sum of$ 12,593,562.00 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors, and assigns,jointly and severally,by these presents WHEREAS, the Principal has entered into a certain written contract with the Owner, effective as of the 15th day of February , 2022 , (the "Contract") to commence and complete the construction of certam improvements described as follows. Bailey Water Treatment Plant Improvements City of Pearland,Texas COP PN. WA1901 and WW2007 BID NO.: 0821-57 which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully correct all such work not in accordance with the Contract Documents discovered within the one-year period from the date of substantial completion, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Statute to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder 07/2006 00612- 1 of 2 CITY OF PEARLAND ONE-YEAR MAINTENANCE BOND IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 15th day of February , 20 22 Principal Surety LEM Construction Co , Inc. Liberty Mutual Insurance Company 4 .Larry al II By Kerly D W on e reside Title Attorney-in- act Address Address 10849 Kinghurst, Ste 150 10713 W Sam Houston Pkwy-N, Ste 650 _ Houston, TX 77099 Houston, TX 77064 Telephone- (281)495-9550 Telephone (713)744-1761 I Fax. (281)495-9995 Fax. 1(866)547-6203 NOTICE. THE ADDRESS OF THE SURETY COMPANY TO WHICH ANY NOTICE OF CLAIM SHOULD BE SENT MAY BE OBTAINED FROM THE TEXAS DEPARTMENT OF INSURANCE BY CALLING ITS TOLL-FREE TELEPHONE NUMBER, 1-800-252-3439 END OF SECTION 07/2006 00612-2 of 2 This Power of Attorney limits the acts of those named herein,and they have no authority to ow n bind the Company except in the manner and to the extent herein stated. A\.k.u - Libert_y1 Liberty Mutual Insurance Company /� ' Mutual® The Ohio Casualty Insurance Company Certificate No: 8201621 -970490 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, _ Karen Brooks,Susan Palmer,Carol M.Sweeney,Patricia A.Watson,Kimberly D Wilson all of the city of Houston state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these,presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day of July , 2019 Liberty Mutual Insurance Company P,tNSUp, Pei INSV a\NSURq The Ohio Casualty Insurance Company j eo°0P° 4 �� • Q':°p°aar,..A cr•20°VON 44,, West American Insurance Company 1912 0 - 1919 a V 1991 n y r. 3 y Z Q� O Q 2 7:4. NN 4SBgCH°s1aa O ryNAMPSa` . �NDIANt" a� C a°i ��� * *� �y4 * 0 s�M * 0 By y c — David M.Carey,Assistant Secretary - as State of PENNSYLVANIA >, = County of MONTGOMERY ss c m o a) On this 25th day of July 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—I- a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Q LLI a) = IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. c n- C z P PAg $c� CV N Q�' ONW T-( COMMONWEALTH OF PENNSYLVANIA ;4�-` ' 1 O h°°°� ��AS.9 Notarial Seel �Q/�r�-R� O c OF Teresa Pastella,Notary Public p (I) Upper Merion7Wp.Montgomery County By. dk1 _ m C ar My Commission Expires March 28,2021 L ,1, uvt eresa Pastella,Notary Public o m Orq�POI"' Member,Pennsylvania Association of Notaries d o O o O) co 0 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual w_ o.c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o aa) i ARTICLE IV—OFFICERS:Section 12.Power of Attorney o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or thecu s 712 T President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o toc any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall 2 N > 2 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such °D Z `5 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under thew co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority o 0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. o cfl Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,Fo— shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in:full force and effect and has not been revoked. IN TESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies this 15th day of February 2022 v 1NSU ,t' IN,91„ d%NSU a fir' V � �1912 0 c :1919� o s 1991 0 'rd0 ssgcHus a yo`�AAMP"�`aa 'rs '"OiA"" as By Renee C.Llewellyn,Assistant Secretary w7 * 1 A, * 0 ''M * tid y LMS-12873 LMIC OCIC WAIC Multi Co_062018 51101 Z6Z91.-SITI 10 60 89 OL •olunfpu oivaurnoop quattnloop lop uotorpuoo o °laud uo auareuoo as ou pegogn>; otp jo uompuoo ao Ind g among uotouutro3ul op o}rsodoxd gaud olos so osmg aosg log soop pug Sp° uor}guttolrxr xoj sr aonou srgl, AOI`IOd 'VZIZOd I1S V OSIAV aLSH YN17: 11f10A 0,1 1,LON SHU H'OV,L.LV Ott:1 4 r do sutd2CIsihrq, ( u)o;uow13 agdap io uoo asagotunutoo.so uoino at ogiitoo rhgutTtot `pomosat Tog si a ndsrp otp.dI opond cs ldsrp gt antansax es on i5 •oxautrad '9149=£178108'T ago xo }ua0g PO1Wo0 o o ua2g la u03 asxeott1ntuo3 agpp `0m13100x tilt rig pinogs um:lo g inogg xo tunluxaxd g o guard US 13 a1tratttta3uoo gnndsip still atoll is .ma StInL1oouoo o;ndstp g oAuq no& molls 'SOI 'I3 I 0 SVIAIIIIaMOS sy.Lnasia :sainasici Udrv'Io ao wC1TIqua ao.8•sgxayrp1ttoliopoxdxaumsuoJ :lt u.I-x nos•sgxoripjtropal.ortdxatansuoO:ltutu-a AO S13xa;•rpint;n //:dl tt:qoj Aa'SUxQV1pVa k//: 1uf:qo1 LOOT-0617(ZIS)#XV:I LOOT-06t'(Us)'Xyd I606-pt,2L X,L`IstIV I6O617TLSL XZ`usny T60617I xoa 0. a T606.14 xog 0 a (VI-I II)troi;aaioxa aatuitsuo3 suxos,op (vt-I T I)uo-poalosd aatunsuo3 so.nias op oluaursaaedoa tg xrquoso°pond aouuansui jo luatultsddQ sgxa,I,atp.elan Igux noA IR seTanb 6 VE-ZSZ-008-T o sotloatop `ssanvogoo `sg1us611o3 op goxa0g sltngtdmoo zo S t L`sa2s.OAoo uorogtuIoJur ammo 1xgd .sgX0,L op sotaag `satugdmoo uo uorlguxxodar urggo oouumsttl op o;ttatuglasdoa to uoo asagolunuroo apand jo luoutindoci sux3Z attq lott4uoo but nod, SSLZ 90b6T yd`erssnxd.10&DI S5LZ-90t1761 Vd` Issnzddo 2urx 00 h,°aS`•pelg 00pessreu611 OOZZ ooY "pmH aausssrguou 04ZZ .rrgposa apan4 uatqunn •oa owo.oslg Afsur nah 0 69Z-T Sf-LLS`I 01b9Z-T SL-L18-I lu ufanb uun.io ouros 1313d o uatotitxrxojur-end 1g:lutglduro3 g augur sr} ag ouojoiol op otauntu Ig 113U Ell apand.poise, o}xo uogsuuodul Fob aa1J-II.ol Ilgo ,Sgtu noA •gfanb gun xmattros gaud o uorosuuojtit ouorio gagd :2utgtdtuoo g oggtu 1O uor guuoJtn u g qO o,L ELNY,LDIOdWI C?SlAV aDILON Z�IYZ210 SVXJ SlXXL A1 flS �1 TAr Client#• 1859 LEMCO ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY)1/31/2022 1I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS I, 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 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 NAMEACT Carolyn Ruffeno x134 Insurepointe of Texas,Inc. PHONE 713 964-0022 FAX 713 964-0044 2909 Hillcroft,Ste 200 a cMn'Igo,E:t): (A/c,Na): ADDRESS: cruffeno@insurepointe.com Houston,TX 77057-5848 INSURER(S)AFFORDING COVERAGE NAIC# 713 964-0022 INSURER A Valley Forge Insurance Company 20508 INSURED INSURER B Continental Insurance Company 35289 LEM Construction Co.,Inc. 22945 10849 Kinghurst,Ste 150 INSURER C Texas Mutual Insurance Company INSURER D Travelers Lloyds Insurance Company 41262 Houston,TX 77099 INSURER E INSURER F. COVERAGES CERTIFICATE NUMBER: 21-22 Term REVISION NUMBER: 0 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. LT RR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM/DD/YYYI) A GENERAL LIABILITY 5095850808 11/01/2021 11/01/2022 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISESO(Ea RENTED $500,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $15,000 X PD Ded:10,000 PERSONAL BADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMP/OPAGG $2,000,000 —1 POLICY I ( Sm. n LOC $ B AUTOMOBILE LIABILITY 5095850792 11/01/2021 11/01/2022 COMBIaaccideNEDnt)SI $ .000rNGLE LIMIT 1 000 (E X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X NON-OWNED PROPERTY DAMAGE X HIRED AUTOS $ AUTOS (Per accident) B X UMBRELLA LIAB X OCCUR 5095850811 11/01/2021 11/01/2022 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$10,000 $ C WORKERS COMPENSATION 0001137932 11/01/2021 11/01/2022 X TO STATU- TRH- AND EMPLOYERS'LIABILITY TORY LIMITS R Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE POLICY LIMIT $1,000,000 D Builder's Risk/ 6608487L556 11/01/2021 11/01/2022 $30,000,000 Limit Installation $1,000,000 TempLocation Floater 1,000,000 Transit DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) RE. Bailey WTP Improvements&Sanitary Sewer Line Construction Project No.WA1901 &WW2007 The General Liability and Automobile policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City f Pearland SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y o THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3519 Liberty Drive ACCORDANCE WITH THE POLICY PROVISIONS. Pearland,TX 77581 AUTHORIZED REPRESENTATIVE �QQ -, •Elea D ^, "sr".^..' ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #5505774/M500715 KDW DESCRIPTIONS (Continued from Page 1) between the named insured and the certificate holder that requires such status.The General Liability, Workers Compensation and Automobile policies include a blanket automatic waiver of subrogation endorsement hat provides this feature only when there is a written contract between the named insured and the certificate holder that requires it.The General Liability,Workers Compensation and Automobile policies include a specific notice of cancellation to certificate holders endorsement,providing for 30 days advance notice if the policy is canceled by the company other than for nonpayment of premium,10 days notice after the policy is canceled for nonpayment of premium.Notice is sent to certificate holders with mailing addresses on file with the agent or the company The endorsement does not provide for notice of cancellation if the named insured requests cancellation.The General Liability policy includes an endorsement that contains primary and non-contributory wording. SAGITTA 25.3(2010/05) 2 of 2 #S505774/M500715 Client#• 1859 LEMCO ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY)1/31/2022 ITHIS 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 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 NAME CT Carolyn Ruffeno x134 Insurepointe of Texas,Inc. PHONE 713 964-0022 FAX 713 964-0044 (A/C,No,Ext): WC,No): 2909 Hillcroft,Ste 200 ADDRESS: cruffeno@insurepointe.com Houston,TX 77057-5848 INSURER(S)AFFORDING COVERAGE NAIC# 713 964-0022 INSURERA Columbia Casualty Company 31127 INSURED INSURER B LEM Construction Co.,Inc. 10849 Kinghurst,Ste 150 INSURER C. Houston,TX 77099 INSURER D INSURER E INSURER F. COVERAGES CERTIFICATE NUMBER: 21-22 PROF/POL REVISION NUMBER: 0 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. T INSR TYPE OF INSURANCE N W SR VD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) (MM/DD/YYYI) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS COMP/OP AGG $ 7 POLICY n JECT fl LOC $ AUTOMOBILE LIABILITY COM BINEDtSINGLE LIMIT(Ea $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE POLICY LIMIT $ A Contractors 6043669334 11/01/2021 11/01/2022 $3,000,000 Per Claim Professional& $5,000,000 Aggregate Pollution Liab DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE.Bailey WTP Improvements&Sanitary Sewer Line Construction Project No.WA1901 &WW2007 CERTIFICATE HOLDER CANCELLATION 3519of Pearland SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Liberty Drive ACCORDANCE WITH THE POLICY PROVISIONS. / Pearland,TX 77581 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S505775/M500713 KDW CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply TABLE OF CONTENTS 1 Additional Insureds 2. Additional Insured-Primary And Non-Contributory To Additional Insured's Insurance 3. Bodily Injury—Expanded Definition 4. Broad Knowledge of Occurrence/Notice of Occurrence 5, Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7 Contractual Liability-Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury—Exception for Reasonable Force 11 General Aggregate Limits of Insurance—Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises I Alienated Premises I Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17 Medical Payments 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft $ 20. Personal And Advertising Injury—Discrimination or Humiliation 4 21 Personal And Advertising Injury-Contractual Liability 22. Property Damage-Elevators 23. Supplementary Payments 24 Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation—Blanket mmm 26. Wrap-Up Extension OCIP CCIP,or Consolidated (Wrap-Up)Insurance Programs ggg EEE r` - CNA74705XX (1-15) Policy No. 5095850808 Page 1 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date 11/01/2021 Insured Name. LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1 ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part;and (2) was executed prior to: (a) the bodily injury or property damage,or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement;or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H. below Any coverage granted by this endorsement shall apply only to the extent permissible by law A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of. 1 such person or organization's financial control of a Named Insured;or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX(1-15) Policy No: 5095850808 Page 2 of 17 Endorsement No. 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by,on behalf of,or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance,or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by,on behalf of,or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of. 1 the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults,street banners, or decorations and similar exposures; or b. the construction,erection,or removal of elevators;or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured H. Trade Show Event Lessor 1 With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and ggg advertising injury caused by. MEE CNA74705XX (1-15) Policy No: 5095850808 Page 3 of 17 Endorsement No• 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph. If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS,the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury,sickness or disease. 4 BROAD KNOWLEDGE OF OCCURRENCE!NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence,offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence,offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following. 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No. 5095850808 Page 4 of 17 Endorsement No. 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name. LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory,excess, contingent or otherwise,which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership,limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision,management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of,encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k.and I.and replace them with the following: 4. This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it,or any part of it except when caused by or resulting from. Q (1) fire, (2) smoke; (3) collapse; or (4) explosion I. Damage to Your Work mmm EEE Property damage to your work arising out of it, or any part of it and included in the products-completed operations hazard. This exclusion does not apply. (1) If the damaged work, or the work out of which the damage arises, was performed on the Named (r= Insured's behalf by a subcontractor;or CNA74705XX (1-15) Policy No• 5095850808 Page 5 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of (a) fire; (b) smoke, (c) collapse;or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE. Subject to 5.above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises,was performed on the Named Insured's behalf by a subcontractor C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy 7 CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following. Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications;or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage, (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory,inspection,architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY _ CNA74705XX (1-15) Policy No 5095850808 — Page 6 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2 021 Insured Name. LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property However, unless Paragraph (1) above applies,this exclusion does not apply to damages because of bodily injury This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1)or(2)above. B. The following paragraph is added to LIMITS OF INSURANCE Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS. Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells,data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that-is not physically injured.All such loss of use shall be deemed to occur at the time of the occurrence that caused it;or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance,electronic data is not tangible property E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the mmm $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9 ESTATES, LEGAL REPRESENTATIVES,AND SPOUSES mmm ggi The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 5095850808 Page 7 of 17 Endorsement No• 4 VALLEY FORGE INSURANCE COMPANY Effective Date 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement , claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative,or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to• Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property 11 GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1 All damages under Coverage A,except damages because of bodily injury or property damage included in the products-completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1 Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard;and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX(1-15) Policy No: 5095850808 — Page 8 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemed to be the same construction project. F The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: , A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose,and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act,error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: 9,2 This insurance does not apply to. Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime EEE Any actual or alleged dishonest,criminal or malicious act,error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No 5095850808 Page 9 of 17 Endorsement No. 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of• a professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician, e. Paramedic; f Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional;or Professional health care services does not include any services rendered in connection with human clinical trials or product testing ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident.All acts, errors or omissions that are logically connected by any common fact,circumstance,situation,transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are insureds with respect to: (1) bodily injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business,and CNA74705XX (1-15) Policy No: 5095850808 Page 10 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs(a),(b), (c) and(d)of Paragraph 2.a.(1)of WHO IS AN INSURED D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES I PARTNERSHIP I LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations,except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or Q limited liability company;and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program,then such insurance will always be considered valid and collectible for the purpose of paragraph c.above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES I ALIENATED PREMISES I PROPERTY IN THE NAMED INSURED'S CARE,CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j.Damage to Property in its entirety and replace it with the following: This insurance does not apply to - = CNA74705XX(1-15) Policy No: 5095850808 Page 11 of 17 Endorsement No• 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care,custody or control of the Insured, (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3)and (4)of this exclusion do not apply to property damage (other than damage by fire)to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days.A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph(2)of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs(3)and (4)of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs(3)and (4)does not apply to: a. property at a job site awaiting or during such property's installation,fabrication,or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto,aircraft or watercraft; d. property in transit;or e any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below CNA74705XX(1-15) Policy No. 5095850808 Page 12 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date 11/01/2021 Insured Name. LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE. Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days.The Damage To Premises Rented To You Limit is the greater of. a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care,custody or control; B 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability 0 Q This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17 MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7 (the Medical Expense Limit) and replace it with the following. 7 Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C— Medical Payments for all medical expenses because of bodily injury sustained by any one person.The Medical Expense Limit is the greater of. (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN, or (2) the amount shown in the Declarations for Medical Expense Limit. EEE CNA74705XX(1-15) Policy No. 5095850808 Page 13 of 17 Endorsement No. 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name. LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b)with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident;and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft,Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured,provided that: 1 the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured;and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured,provided the watercraft is: (a) less than 75 feet long;and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS,the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1 delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following' This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of (a) the Named Insured;or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company)of the Named Insured. 2. add the following exclusions: CNA74705XX(1-15) Policy No: 5095850808 -- Page 14 of 17 Endorsement No. 4 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1 ADDITIONAL INSURED of this endorsement;or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21 PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 1 Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2 The first unnumbered paragraph beneath Paragraph 2.f.(2)(b)is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that Q indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B—Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. -= CNA74705XX(1-15) Policy No• 5095850808 Page 15 of 17 Endorsement No: 4 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1 b.is amended to delete the$250 limit shown for the cost of bail bonds and replace it with a $5,000 limit;and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part,the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION -BLANKET Under CONDITIONS, the condition entitled Transfer.Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of 1 the Named Insured's ongoing operations;or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1 is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION OCIP,CCIP,OR CONSOLIDATED (WRAP-UP)INSURANCE PROGRAMS Note. The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (0 C.I.P) or Contractor Controlled Insurance Programs (C C I.P) is attached,then the following changes apply. A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1 Bodily injury, property damage,or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 5095850808 Page 16 of 17 Endorsement No. 4 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc. with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4.Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (0 C.I.P)or Contractor Controlled Insurance Program (C.0 I.P). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1 single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments,and 2. the common areas and structures appurtenant to the structures in paragraph 1 (including pools, hot tubs, detached garages, guest houses or any similar structures). However,when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy mmm mmm ggg - CNA74705XX(1-15) Policy No• 5095850808 Page 17 of 17 Endorsement No• 4 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name. LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions,or the acts or omissions of those acting on your behalf. A. in the performance of your ongoing operations subject to such written contract;or B. in the performance of your work subject to such written contract, but only with respect to bodily Injury or property damage included in the products-completed operations hazard, and only if. 1 the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010,or under the 10- 01 edition of CG2037,or B. additional insured coverage with"arising out of"language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury,property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy,including the limits of insurance,the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. N s IV The insurance granted by this endorsement to the additional insured does not apply to bodily injury,property damage,or personal and advertising injury arising out of A. the rendering of,or the failure to render, any professional architectural, engineering,or surveying services, including: 1 the preparing,approving,or failing to prepare or approve maps,shop drawings,opinions, reports,surveys, field orders,change orders or drawings and specifications;and 2. supervisory,inspection,architectural or engineering activities;or tm B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this coverage _ part: CNA75079XX(10-16) Policy No 5095850808 Page 1 of 2 Endorsement No 10 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2 021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office.Inc. with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured,this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1 primary and non-contributing with other insurance available to the additional insured;or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above,this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement,the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence,Offense,Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1 give the Insurer written notice of any claim,or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received,and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim;and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer,whose policy or program applies to a loss that the Insurer covers under this coverage part. However, ( if the written contract requires this insurance to be primary and non-contributory,this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured VII Solely with respect to the insurance granted by this endorsement,the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy;and B. was executed prior to: 1 the bodily injury or property damage,or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below,and — expires concurrently with said Policy 1 CNA75079XX(10-16) Policy No: 5095850808 Page 2 of 2 Endorsement No. 10 VALLEY FORGE INSURANCE COMPANY Effective Date. 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc. with its permission. CNA CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY—NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 030 Number of days notice for nonpayment of premium: N/A Name of person or organization to whom notice will be sent: PER SCHEDULE ON FILE Address: PER SCHEDULE ON FILE PER SCHEDULE ON FILE XX 00000 If no entry appears above,the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy I period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in 0 the above Schedule. g N Q All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy CNA74702XX (1-15) Policy No 5095850808 Page 1 of 1 Endorsement No 27 VALLEY FORGE INSURANCE COMPANY Effective Date: 11/01/2021 Insured Name: LEM CONSTRUCTION CO , INC Copyright CNA All Rights Reserved. CNA Business Auto Policy Policy Endorsement ' DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY 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: LEM CONSTRUCTION CO , INC. Endorsement Effective Date: 11/01/2021 SCHEDULE Name Of Person(s) Or Organization(s). ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON/ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY 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 A.1 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 Form No: CA 20 48 10 13 Policy No:BUA 5095850792 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 11/01/2021 Endorsement No:4,Page: 1 of 1 Policy Page:48 of 134 Underwriting Company The Continental Insurance Company, 151 N Franklin St,Chicago,IL 60606 Copyright Insurance Services Office,Inc.,2011 CNA Business Auto Policy Policy Endorsement I - CONTRACTORS EXTENDED COVERAGE ENDORSEMENT- BUSINESS AUTO PLUS THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM I. LIABILITY COVERAGE A. Who Is An Insured The following is added to Section II, Paragraph A.1., Who Is An Insured: 1 a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the date of inception of this Coverage Form, provided that, b. The insurance afforded by this provision Al. does not apply to any such entity that is an insured under any other liability "policy" providing auto coverage. 2. Any organization you newly acquire or form, other than a limited liability company, partnership or joint venture, and over which you maintain majority ownership interest. The insurance afforded by this provision A.2. a. Is'effective on the acquisition or formation date, and is afforded only until the end of the policy period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier b. Does not apply to (1) Bodily injury or property damage caused by an accident that occurred before you acquired or formed the organization, or (2) Any such organization that is an insured under any other liability "policy" providing auto coverage. 3. Any person or organization that you are required by a written contract to name as an additional insured is an insured but only with respect to their legal liability for acts or omissions of a person, who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability Coverage is afforded under this policy If required by written contract, this insurance will be primary and non-contributory to insurance on which the additional insured is a Named Insured 4. An employee of yours is an insured while operating an auto hired or rented under a contract or agreement in that employee's name, with your permission, while performing duties related to the conduct of your business. "Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on the inception date of this Coverage Form but: 1 Which are no longer in force, or 2. Whose limits have been exhausted B. Bail Bonds and Loss of Earnings Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows. 1 In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000, and 2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day Form No: CNA63359XX (04-2012) Policy No:BUA 5095850792 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 1 1/01/2021 Endorsement No: 11, Page: 1 of 4 Policy Page:62 of 134 Underwriting Company The Continental Insurance Company, 151 N Franklin St,Chicago,IL 60606 Copyright CNA All Rights Reserved.Includes copyrighted material of the Insurance Services Office,Inc.,used with its permission. CNA Business Auto Policy Policy Endorsement C. Fellow Employee Section II, Paragraph B.5 does not apply Such coverage as is afforded by this provision C. is excess over any other collectible insurance. II. PHYSICAL DAMAGE COVERAGE A. Glass Breakage — Hitting A Bird Or Animal — Falling Objects Or Missiles The following is added to Section III, Paragraph A.3. With respect to any covered auto, any deductible shown in the Declarations will not apply to glass breakage if such glass is repaired, in a manner acceptable to us, rather than replaced B. Transportation Expenses Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to provide a. $60 per day, in lieu of $20; subject to b. $1,800 maximum, in lieu of $600 C. Loss of Use Expenses Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to provide a. $1,000 maximum, in lieu of $600. D. Hired "Autos" The following is added to Section III. Paragraph A. _ 5. Hired "Autos" If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired Autos, then Physical Damage coverage is extended to a. Any covered auto you lease, hire, rent or borrow without a driver; and b. Any covered auto hired or rented by your employee without a driver;under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto. No deductible applies to loss caused by fire or lightning d. The physical damage coverage as is provided by this provision is equal to the physical damage coverage(s) provided on your owned autos. e. Such physical damage coverage for hired autos will. (1) Include loss of use, provided it is the consequence of an accident for which the Named Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing or rental concern (2) Such coverage as is provided by this provision will be subject to a limit of $750 per accident. E. Airbag Coverage The following is added to Section III, Paragraph B.3. The accidental discharge of an airbag shall not be considered mechanical breakdown Form No: CNA63359XX(04-2012) Policy No:BUA 5095850792 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 11/01/2021 Endorsement No: 11,Page: 2 of 4 Policy Page: 63 of 134 Underwriting Company The Continental Insurance Company, 151 N Franklin St,Chicago,IL 60606 ®Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office,Inc.,used with its permission. CNA Business Auto Policy Policy Endorsement F. Electronic Equipment Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following: c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed electronic equipment including its antennas and other accessories d. A $100 per occurrence deductible applies to the coverage provided by this provision. G. Diminution In Value The following is added to Section III, Paragraph.6.6. Subject to the following, the diminution in value exclusion does not apply to: a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver for a.period of 30 days or less, while performing duties related to the conduct of your business, and b. Any covered auto of the private passenger type hired or rented by your employee without a driver for a period of 30 days or less, under a contract in that individual employee's name, with your permission, while performing duties related to the conduct of your business. c. Such coverage as is provided by this provision is limited to a diminution in value loss arising directly out of accidental damage and not as a result of the failure to make repairs, faulty or incomplete maintenance or repairs, or the installation of substandard parts. d. The most we will pay for loss to a covered auto in any one accident is the lesser of• (1) $5,000; or (2) 20% of the auto's actual cash value (ACV) III. Drive Other Car Coverage — Executive Officers The following is added to Sections II and III: 1 Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by, and for Physical Damage Coverage while in the care, custody or control of, any of your "executive officers", except: a. An auto owned by that "executive officer" or a member of that person's household, or b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing or parking autos. Such Liability and/or Physical Damage Coverage as is afforded by this provision. (1) Equal to the greatest of those coverages afforded any covered auto, and (2) Excess over any other collectible insurance 2. For purposes of this provision, "executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and, while a resident of the same household, includes that person's spouse. Such "executive officers" are insureds while using a covered auto described in this provision. IV BUSINESS AUTO CONDITIONS A. Duties In The Event Of Accident, Claim, Suit Or Loss The following is added to Section IV, Paragraph A.2.a. Form No: CNA63359XX(04-2012) Policy No:BUA 5095850792 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 11/01/2021 Endorsement No: 11,Page:3 of 4 Policy Page: 64 of 134 Underwriting Company The Continental Insurance Company, 151 N Franklin St,Chicago,IL 60606 ©Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office,Inc.,used with its permission. CNA Business Auto Policy Policy Endorsement (4) Your employees may know of an accident or loss. This will not mean that you have such knowledge, unless such accident or loss is known to you or if you are not an individual, to any of your executive officers or partners or your insurance manager The following is added to Section IV, Paragraph A.2.b. (6) Your employees may know of documents received concerning a claim or suit. This will not mean that you have such knowledge, unless receipt of such documents is known to you or if you are not an individual,to any of your executive officers or partners or your insurance manager B. Transfer Of Rights Of Recovery Against Others To Us The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have, because of payments we make for injury or damage, against any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. This injury or damage must arise out of your activities under a contract with that person or organization. You must agree to that requirement prior to an accident or loss. C. Concealment, Misrepresentation or Fraud The following is added to Section IV, Paragraph B.2. Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not prejudice you with respect to the coverage afforded provided such failure or omission is not intentional D. Other Insurance The following is added to Section IV, Paragraph B.5. Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy shall be on a primary non-contributory basis. This provision is applicable only when required by a written contract. That written contract must have been entered into prior to Accident or Loss. E. Policy Period, Coverage Territory Section IV, Paragraph B. 7 (5).(a) is revised to provide a. 45 days of coverage in lieu of 30 days. V DEFINITIONS Section V paragraph C. is deleted and replaced by the following Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury or death resulting from any of these. Form No:CNA63359XX(04-2012) Policy No:BUA 5095850792 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 11/01/2021 Endorsement No: 11, Page:4 of 4 Policy Page: 65 of 134 Underwriting Company The Continental Insurance Company, 151 N Franklin St,Chicago,IL 60606 Copyright CNA All Rights Reserved. Includes copyrighted material of the Insurance Services Office,Inc.,used with its permission. CNA Business Auto Policy Policy Endorsement NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy Form No:CNA68021XX(02-2013) Policy No:BUA 5095850792 Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 11/01/2021 Endorsement No: 12; Page: 1 of 1 Policy Page: 66 of 134 Underwriting Company The Continental Insurance Company, 151 N Franklin St,Chicago,IL 60606 ®Copyright CNA All Rights Reserved. TexasMutuar WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured 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 11/1/21 at 12:01 a.m.standard time,forms a part of: Policy no. 0001137932 of Texas Mutual Insurance Company effective on 11/1/21 Issued to. LEM CONSTRUCTION CO INC /4ILn This is not a bill , Authorized representative NCCI Carrier Code: 29939 10/29/21 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com I (800)859-5995 I Fax(800)359-0650 WC 42 06 01 TexasMutu ® WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1 () Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver 2. Operations: 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 on 11/1/21 at 12:01 a.m.standard time,forms a part of: Policy no.0001137932 of Texas Mutual Insurance Company effective on 11/1/21 Issued to. LEM CONSTRUCTION CO INC 4A-€This is not a bill Authorized representative NCCI Carrier Code: 29939 10/29/21 PO Box 12058 Austin,TX 78711-2058 1 of 1 texasmutual.com I (800)859-5995 I Fax(800)359-0650 WC 42 03 04 B FORM MCS-90 Revised 6/3/2021 OMB No. 2126-0008 Expiration:5/31/2024 USDOT Number 2114497 Date Received: Please note,the expiration date as stated on this form relates to the process for renewing the Information Collection Request for this form with the Office of Management and Budget.This requirement to collect information as requested on this form does not expire.For questions,please contact the Office of Registration and Safety Information, Registration,Licensing,and Insurance Division. A Federal Agency may not conduct or sponsor and a person is not required to respond to, nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a current valid OMB Control Number The OMB Control Number for this information collection is 2126-0008. Public reporting for this collection of information is estimated to be approximately 2 minutes per response,including the time for reviewing instructions, gathering the data needed,and completing and reviewing the collection of information All responses to this collection of information are mandatory Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden to: Information Collection Clearance Officer, Federal Motor Carrier Safety Administration, MC-RRA, Washington, D C. 20590. ("\ United States Department of Transportation Federal Motor Carrier Safety Administration Endorsement for Motor Carrier Policies of Insurance for Public Liability under Sections 29 and 30 of the Motor Carrier Act of 1980 FORM MCS-90 Issued to LEM CONSTRUCTION CO INC of HOUSTON,TX 77099-3404 (Motor Carrier name) (Motor Carrier state or province) Dated at Houston,TX 77056 on this 3RD day of NOVEMBER 2021 Amending Policy Number 5095850792 Effective Date: 11/01/2021 Name of Insurance Company The Continental Insurance Company Countersigned by (authorized company representative) The policy to which this endorsement is attached provides primary or excess insurance, as indicated for the limits shown (check only one) nThis insurance is primary and the company shall not be liable for amounts in excess of $1,000,000 for each accident. nThis insurance is excess and the company shall not be liable for amounts in excess of for each accident in excess of the underlying limit of for each accident. Whenever required by the Federal Motor Carrier Safety Administration(FMCSA) the company agrees to furnish the FMCSA a duplicate of said policy and all its endorsements.The company also agrees, upon telephone request by an authorized representative of the FMCSA, to verify that the policy is in force as of a particular date. The telephone number to call is: Cancellation of this endorsement may be effected by the company or the insured by giving (1)thirty-five (35)days notice in writing to the other party(said 35 days notice to commence from the date the notice is mailed, proof of mailing shall be sufficient proof of notice) and (2) if the insured is subject to the FMCSA's registration requirements under 49 U.S.C. 13901, by providing thirty(30) days notice to the FMCSA(said 30 days notice to commence from the date the notice is received by the FMCSA at its office in Washington, DC) Filings must be transmitted online via the Internet at http://www.fmcsa.dot.gov/urs. (continued on next page) FORM MCS-90 Page 1 of 3 FORM MCS-90 Revised 6/3/2021 OMB No. 2126-0008 Expiration:5/31/2024 DEFINITIONS AS USED IN THIS ENDORSEMENT Accident includes continuous or repeated exposure to Environmental Restoration means restitution for the loss, _ conditions or which results in bodily injury, property damage, or destruction of natural resources arising out of damage,or environmental damage which the insured the accidental discharge,dispersal, release or escape into neither expected nor intended. or upon the land,atmosphere,watercourse,or body of Motor Vehicle means a land vehicle, machine,truck, water, of any commodity transported by a motor carrier This shall include the cost of removal and the cost of tractor,trailer,or semitrailer propelled or drawn by mechanical power and used on a highway for transporting, tonecessary measures taken to minimize or mitigate damage property, or any combination thereof human health,the natural environment,fish,shellfish and wildlife. Bodily Injury means injury to the body,sickness, or disease Public Liability means liability for bodily injury, property to any person, including death resulting from any of these. damage,and environmental restoration. Property Damage means damage to or loss of use of tangible property The insurance policy to which this endorsement is attached or violation thereof,shall relieve the company from liability provides automobile liability insurance and is amended to or from the payment of any final judgment,within the assure compliance by the insured,within the limits stated limits of liability herein described,irrespective of the herein,as a motor carrier of property,with Sections 29 and financial condition, insolvency or bankruptcy of the insured. 30 of the Motor Carrier Act of 1980 and the rules and However, all terms, conditions,and limitations in the policy regulations of the Federal Motor Carrier Safety to which the endorsement is attached shall remain in full Administration (FMCSA). force and effect as binding between the insured and the In consideration of the premium stated in the policy to company The insured agrees to reimburse Inw h thi endorsement is stated the insurer(the the company for any payment made by the company on account of any accident,claim,or suit involving a breach company)agrees to pay,within the limits of liability described herein,any final judgment recovered against the of the terms of the policy, and for any payment that the insured for public liability resulting from negligence in the company would not have been obligated to make under the operation, provisions of the policy except for the agreement contained maintenance or use of motor vehicles subject to in this endorsement. the financial responsibility requirements of Sections 29 and 30 of the Motor Carrier Act of 1980 regardless of It is further understood and agreed that, upon failure of the whether or not each motor vehicle is specifically described company to pay any final judgment recovered against the in the policy and whether or not such negligence occurs on insured as provided herein,the judgment creditor may any route or in any territory authorized to be served by the maintain an action in any court of competent jurisdiction insured or elsewhere.Such insurance as is afforded,for against the company to compel such payment. public liability,does not apply to injury to or death of the The limits of the company's liability for the amounts insured's employees while engaged in the course of their prescribed in this endorsement apply separately to each employment, or property transported by the insured, accident and any payment under the policy because of designated as cargo. It is understood and agreed that anyone accident shall not operate to reduce the liability of no condition, provision,stipulation,or limitation contained the company for the payment of final judgments resulting in the policy,this endorsement,or any other endorsement from any other accident. thereon, (continued on next page) FORM MCS-90 Page 2 of 3 FORM MCS-90 Revised 6/3/2021 OMB No. 2126-0008 Expiration:5/31/2024 SCHEDULE OF LIMITS - PUBLIC LIABILITY Type of carriage Commodity transported January 1, 1985 (1) For-hire(in interstate or foreign commerce, Property(nonhazardous) $750,000 with a gross vehicle weight rating of 10,001 or more pounds). (2) For-hire and Private(in interstate,foreign,or Hazardous substances,as defined in 49 $5,000,000 intrastate commerce,with a gross vehicle weight CFR 171.8,transported in cargo tanks, rating of 10,001 or more pounds). portable tanks,or hopper-.type vehicles with capacities in excess of 3,500 water gallons; or in bulk Division 1 1, 1.2,and 1.3 materials, Division 2.3, Hazard Zone A,or Division 6.1, Packing Group I, Hazard Zone A material,in bulk Division.2.1 or 2.2; or highway route controlled quantities of a Class 7 material, as defined in 49 CFR 173.403. (3) For-hire and Private(in interstate or foreign Oil listed in 49 CFR 172.101, hazardous $1,000,000 commerce, in any quantity; or in intrastate waste, hazardous materials,and hazardous commerce, in bulk only;with a gross vehicle substances defined in 49 CFR 171.8 and weight rating of 10,001 or more pounds). listed in 49 CFR 172.101, but not mentioned in (2)above or(4)below (4) For-hire and Private(In interstate or foreign Any quantity of Division 1 1, 1.2, or 1 3 $5,000,000 commerce,with a gross vehicle weight rating of material; any quantity of a Division 2.3, less than 10,001 pounds). Hazard Zone A,or Division 6 1, Packing Group I, Hazard Zone A material, or highway route controlled quantities of a Class 7 material as defined in 49 CFR 173.403. *The schedule of limits shown does not provide coverage The limits shown in the schedule are for information purposes only FORM MCS-90 Page 3 of 3 CITY OF PEARLAND PARTIAL WAIVER OF LIEN Section 00615 PARTIAL WAIVER OF LIEN AND PAYMENT AFFIDAVIT The undersigned contracted with City of Pearland to furnish in connection with certain improvements to real property located in the City of Pearland, TX and owned by the City of Pearland which improvements are described as follows. In consideration of Pay Estimate No in the amount of$ the undersigned, on oath, states that all persons and firms who supplied labor and materials to the undersigned in connection with said Project will be fully paid within 30 days of the date of this document by the undersigned for such work through In consideration of the payment herewith made, the undersigned does fully and finally release and hold harmless the City of Pearland and its surety, if any, through the above date from any and all claims, liens, or right to claim or lien, arising out of this Project under any applicable bond, law or statue. It is understood that this affidavit is submitted to induce payment of the above sum and for use by the City of Pearland in assuring the Owner and others that all liens and claims relating to the said Project furnished by the undersigned are paid. Signature Printed Name&Title Company Name State of County of Subscribed and sworn to, before me, this day of , 20 My Commission Expires: Notary Public 5-12-12 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Section 00700 GENERAL CONDITIONS OF AGREEMENT TABLE OF CONTENTS Page No. 1.0 DEFINITIONS AND INTERPRETATIONS 1 1 01 Owner, Contractor and Engineer 1 02 Contract Documents 103 Subcontractor 1 04 Written Notice 105 Work 1 06 Extra Work 1 07 Work Day 1 07-1 Rain Day 1 07-2 Impact Day 1 08 Calendar Day 1 09 Substantially Completed 1 10 Interpretation of Words and Phrases 1 11 Referenced Standards 1 12 Contract Time 1 13 Construction Inspector 1 14 Balancing Change Order 2.0 RIGHTS AND RESPONSIBILITIES OF THE OWNER 4 2.01 No Warranty of Design 2 02 Right of Entry 2.03 Ownership of Plans 10-2012 00700-i CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 2.04 Changes and Alterations 2 05 Damages 3.0 RIGHTS AND RESPONSIBILITIES OF THE ENGINEER 6 3 01 Owner-Engineer Relationship 3 02 Keeping of Plans and Specifications Accessible 3 03 Preliminary Approval 3 04 Inspection by Engineer 3 05 Determination of Questions and Disputes 3 06 Recommendation of Payment 4.0 RIGHTS AND RESPONSIBILITIES OF THE CONTRACTOR 8 4 01 Independent Contractor 4 02 Contractor's Understanding 4 03 Laws and Ordinances 4 04 Assignment and Subletting 4 05 Performance and Payment Bonds [and Maintenance Bond] 4 06 Insurance 4 07 Permits and Fees 4 08 Texas State Sales Tax 4 09 Contractor's Duty and Superintendence 4 10 Character of Workers 4 11 Labor, Equipment, Materials, Construction Plant and Buildings 412 Sanitation 4 13 Cleaning and Maintenance 4 14 Performance of Work 4 15 Right of Owner to Accelerate the Work 10-2012 00700-ii CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4 16 Layout of Work 4 17 Shop Drawings 4 18 Engineer-Contractor Relationship, Observations 4 19 Observation and Testing 4.20 Defects and Their Remedies 4.21 Liability for Proper Performance 4.22 Protection Against Accident To Employees and the Public 4.23 Protection of Adjoining Property 4.24 Protection against Claims of Subcontractors, Laborers, Materialmen, and Furnishers of Equipment, Machinery and Supplies 4.25 Protection Against Royalties or Patented Invention 4.26 Indemnification 4.27 Losses From Natural Causes 4.28 Guarantee 5.0 PROSECUTION AND PROGRESS 18 5 01 Time and Order of Completion 5 02 Extension of Time 5 03 Hindrances and Delays 5 04 Suspension of Work 5 05 Liquidated Damages for Delay 5 06 Change of Contract Time 5 07 Delays Beyond Owner's and Contractor's Control 6.0 MEASUREMENT AND PAYMENT 21 6 01 Discrepancies and Omissions 6 02 Quantities and Measurements 10-2012 00700-iii CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 6 03 Estimated Quantities 6 04 Price of Work 6 05 Payments 6 06 Partial Payments 6 07 Use of Completed Portions & Punchlist 6 08 Substantial Completion 6 08-1 6 09 Final Payment 6 10 Correction of Work Before Final Payment 6 11 Correction of Work After Final Payment 6 12 Payments Withheld 6 13 Delayed Payments 7.0 EXTRA WORK AND CLAIMS 27 7 01 Differing Site Conditions 7 02 Change Orders 7 03 Change Orders 7 04 Request for Work Approval for Work on Non-Work Days 7 05 Minor Changes 7 06 Extra Work 7 07 Time of Filing Claims 8.0 DEFAULT 30 8 01 Default by Contractor 8 02 Supplementation of Contractor Forces 8 03 Cumulative Remedies & Specific Performance 8 04 Cross-Default 10-2012 00700-iv CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 8 05 Insolvency 8 06 Contingent Assignment 8 07 Waiver of Consequential Damages 8 08 Termination for Convenience 8 09 Default by Owner 9.0 DISPUTE RESOLUTION 35 ATTACHMENT NO 1 WORKERS' COMPENSATION INSURANCE COVERAGE Al ATTACHMENT NO 2 AGREEMENT FOR FINAL PAYMENT AND CONTRACTOR'S SWORN RELEASE BI ATTACHMENT NO 3 OWNER'S INSURANCE REQUIREMENTS OF CONTRACTOR C 1 10-2012 00700-v CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Section 00700 GENERAL CONDITIONS OF AGREEMENT 1.0 DEFINITIONS AND INTERPRETATIONS 101 OWNER, CONTRACTOR AND ENGINEER. The OWNER, the CONTRACTOR and the ENGINEER are those persons or organizations identified as such in the Agreement. The term ENGINEER as used in these General Conditions shall refer to the Engineer or Architect identified in the Agreement, as applicable, and means a person authorized to act as a representative of the entity designated by the OWNER to provide professional services required in connection with the preparation of plans and specifications of this Contract. The term CONSTRUCTION MANAGER as used in these General Conditions shall refer to the Construction Manager identified in the Agreement, as applicable, and means a person authorized to act as representative of the entity designated by the OWNER to provide professional services required in connection with the performance of the work of this Contract. The Owner's representative on the project site shall be the CONSTRUCTION MANAGER or ENGINEER as designated. 1 02 CONTRACT DOCUMENTS. The Contract Documents shall consist of all of the documents identified in Article 8 of the Standard Form of Agreement, which documents, excluding such documents as may be delivered or issued after the Effective Date of the Agreement, as referenced in Article 8, shall be bound together in a Project Manual for the Work. All references to the "Contract" or the "Agreement" in these General Conditions of Agreement shall include the Contract Documents. The Contract Documents are complementary, and what is required by one shall be binding as if required by all. In the event of any conflict among the Contract Documents, the Contract Documents shall govern in the following order- (1) Modifications in writing and signed by both parties, including any Change Orders, (2) Standard Form of Agreement; (3) Special Conditions of Agreement; (4) General Conditions of Agreement, including Attachment No 1 — Workers' Compensation Insurance Coverage, Attachment No 2 — Agreement for Final Payment and CONTRACTOR'S Sworn Release, and Attachment No 3 — Owner's Insurance Requirements of Contractor; (5) Addenda, if any; (6) Plans and Specifications referenced or included in the Project Manual, (7) Instructions to Bidders, (8) Bid Proposal, and 08-2018 00700- 1 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (9) Exhibits The following Exhibits, if any, attached hereto, are incorporated herein, and are a part of this Contract: In the event a conflict or inconsistency remains between or within the Contract Documents, or the Contract Documents and applicable standards, codes and ordinances, CONTRACTOR shall provide the greater quantity or better quality, or CONTRACTOR shall comply with the more stringent requirements, as determined by ENGINEER. Terms or phrases used in the Contract Documents with a well-known technical or construction industry meaning shall have such recognized meanings. References to standards, specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, shall mean the latest in effect on the effective date of the Contract, unless otherwise stated in the Contract Documents. 1 03 SUBCONTRACTOR. The term "subcontractor", as employed herein, includes those entities having a contract with the CONTRACTOR or a subcontractor for performance of work on the Project. OWNER shall have no responsibility to any subcontractor for performance of work on the Project contemplated by these Contract Documents, and any such subcontractor shall look exclusively to CONTRACTOR for any payments due subcontractor 1 04 WRITTEN NOTICE. Written Notice shall be deemed to have been duly served if delivered in person or by electronic means through the Pro-Trak to the individual or to a partner of the partnership or joint venture, or to an officer of the corporation or company for whom it is intended, or if delivered at or sent by Certified Mail, Return Receipt Requested, to the last known business address or registered office of such individual, partnership,joint venture or corporation or company, or to the address for giving notices listed in the Standard Form of Agreement. 1 05 WORK. Unless otherwise stipulated, the CONTRACTOR shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and all other facilities or services of any nature whatsoever necessary for the execution and completion of the Work described in the Standard Form of Agreement. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality The CONTRACTOR shall, if required by the ENGINEER as representative of the OWNER, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well-known, technical or trade meaning shall be held to refer to such recognized standards. All work shall be done and all materials shall be furnished in strict conformity with the Contract Documents. 1 06 EXTRA WORK. The term "Extra Work", as used in this Contract, shall be understood to mean and include all work that may be required by the ENGINEER as representative of the OWNER,to be performed by the CONTRACTOR to accomplish any change, alteration or addition to the work shown in the plans. Extra work shall be authorized in writing by the ENGINEER prior to commencement. Extra Work items are paid for on an as needed, as authorized basis only 1 07 WORK DAY As used herein, a "Work Day" is defined as any Monday through Friday, not a legal holiday, and any Saturday or Sunday specifically approved by the OWNER, in which the CONTRACTOR can perform six or more hours of work per the current construction schedule. CONTRACTOR agrees to request specific approval from the Construction Manager or 08-2018 00700-2 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Owner, in advance, to perform work on Saturdays or Sundays and in so doing agrees to pay all charges and costs for Inspection and or Construction Management services required during the performance of any such approved work. Refer to paragraph 7 04 for procedure to determine cost for Construction Management and Inspection Services for work on non-work days. 1 07-1 RAIN DAY As used herein, is defined as any WORK DAY during which weather related conditions prevent the CONTRACTOR from performing four (4) or more consecutive hours of work on cntical path items as identified in the current construction schedule CONTRACTOR shall record Rain Days on the Pay Application each month for the review and possible approval by the OWNER. The approved Rain Day is then added to the Contract Time. (See 1 12 Contract Time below) 1 07-2 IMPACT DAY As used herein, is a day that is added to the CONTRACT TIME by the OWNER by Change Order to extend the Contract Time by one full Work Day (See 1 12 Contract Time below) Impact Days, once approved by the OWNER, shall extend the Contract Time on a one-to-one basis to replace a Work Day lost to conditions that prevented the CONTRACTOR from performing four (4) or more consecutive hours of work on critical path items. Impact Days are added to the Contract Time by Change Order only at the end of the work and then only if, in the opinion of the OWNER, a time extension is warranted due to delays beyond the control of the Contractor and required to complete the work within the Contract Time. 1 08 CALENDAR DAY A "calendar day" is any day of the week, month or year no days being excepted. Unless otherwise expressly provided, all references to "day(s)" shall mean calendar day(s). 1 09 SUBSTANTIALLY COMPLETED The terms "Substantially Completed", or "Substantially Complete" or "Substantial Completion" as used in this Contract, shall mean that all major process components of the facility or work have been made suitable for use or occupancy, including appropriate documentation from the equipment suppliers that all of the individual components have been installed in accordance with the specifications and manufacturer's recommendations,the installations have been approved by the ENGINEER and the items have met the start-up and testing requirements of the contract documents or is deemed to be in a condition to serve its intended purpose or requires only minor miscellaneous work and adjustment to achieve Final Completion and Acceptance as determined by the ENGINEER. Upon compliance with the above referenced crrtena, ENGINEER shall issue a Certificate of Substantial Completion. PARTIAL SUBSTANTIAL COMPLETION designation will be given on components of the Work that must be placed into service prior to the completion of the entire Work. The contractor's One Year Warranty period for these items shall begin on the date of Partial Substantial Completion as designated by the ENGINEER. The ENGINEER shall determine and make all such designations. 1 10 INTERPRETATION OF WORDS AND PHRASES Whenever the words "directed", "permitted", "designated", "required", "ordered", "considered necessary", "prescribed" or words of like import are used, it shall be understood that the direction, requirement, permission, order, opinion designation or prescription of the ENGINEER as the OWNER's representative is intended. Similarly, the words "approved", "acceptable", "satisfactory" or words of like import shall mean that no exception is taken by ENGINEER, but does not relieve CONTRACTOR of responsibility for compliance with the Contract Documents. 08-2018 00700-3 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Whenever in the Specifications or Plans of the Contract Documents, the terms of description of various qualities relative to finish, workmanship or other qualities of similar kind which cannot, from their nature, be specifically and clearly described and specified, but are necessarily described in general terms, the fulfillment of which must depend on individual judgment, then, in all such cases, any question of the fulfillment of said Specifications shall be decided by the ENGINEER as the OWNER's representative, and said work shall be done in accordance with his interpretations of the meaning of the words, terms or clauses defining the character of the work. 111 REFERENCED STANDARDS No provision of any referenced standard specification, or manual shall be effective to change the duties and responsibilities of the Owner, Engineer, Contractor, or their consultants, employees, or representatives from those set forth in the Contract Documents, nor shall it be effective to assign to the Engineer or its consultants, employees, or representatives any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibilities contrary to provisions of the Contract Documents. 1 12 CONTRACT TIME The term Contract Time as used herein, refers to the number of Calendar days provided to complete the work or the date, stated in the Agreement: (i)to achieve Substantial Completion, and (ii) to complete the Work so that it is ready for final payment as evidenced by ENGINEER's written recommendation of final payment in accordance with Paragraph 6 09 and as modified as a result of any authorized Extensions. The established Contract Time includes 40 Rain Days per year, based on the average number of rain days per year for the period of June 1898 to December 1996 as recorded by the Alvin Weather Center Record. The Contract Time shall only be extended by (a) the addition of Rain Days equal to the number of actual Rain Days in excess of 40 days per year and (b) the number of Impact Days granted for delays, in the opinion of the Owner, beyond the control of the Contractor The extension of the Contract Time shall be the CONTRACTOR's sole and exclusive remedy for delays. 1 13 CONSTRUCTION INSPECTOR The term "Construction Inspector" here in includes those professionals engaged by the OWNER to ensure CONTRACT work's compliance with the specifications and any applicable statutory requirements. 1 14 BALANCING CHANGE ORDER is a change order executed during the close-out process that may add/remove pay items, or adjust quantities of existing items or remove unused pay items or quantities Balancing Change Orders are used to reconcile the unit cost of the work performed or installed by the Contractor 2.0 RIGHTS AND RESPONSIBILITIES OF THE OWNER 2 01 NO WARRANTY OF DESIGN It is understood that the OWNER MAKES NO WARRANTY OF THE ADEQUACY, ACCURACY OR SUFFICIENCY OF THE PLANS AND SPECIFICATIONS OR ANY OTHER DESIGN DOCUMENTS, AND OWNER HEREBY EXPRESSLY DISCLAIMS ANY SUCH WARRANTY, EXPRESSED OR IMPLIED Prior to commencing each portion of the Work, CONTRACTOR shall carefully study and compare the relevant Contract Documents, shall observe conditions at the site affecting the Work, and shall take field measurements of existing conditions related to the Work. Any errors, omissions or 08-2018 00700-4 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT inconsistencies in the Contract Documents noted by the CONTRACTOR, and/or any variance between the Contract Documents and applicable codes, standards or ordinances, shall be promptly reported by CONTRACTOR to ENGINEER in writing as a Request for Information. Work performed prior to a Request for Information shall be at the Contractor's risk. If CONTRACTOR fails to perform its obligations under this paragraph, CONTRACTOR shall pay such costs and damages to OWNER as would have been avoided if CONTRACTOR had reported any errors, omissions, inconsistencies or variances in the Contract Documents noted by CONTRACTOR or which should have been noted by a careful study of the Contract Documents. CONTRACTOR shall comply with the Contract Documents, all approved modifications thereof and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the requirements of the Contract Documents and approved modifications thereof and all approved additions and alterations,thereto, as the same shall have been interpreted by the ENGINEER. 2 02 RIGHT OF ENTRY The OWNER reserves the right to enter the property or location on which the work herein contracted for is to be performed, constructed or installed, for itself or such agent or agents as it may select, for the purpose of.inspecting the work, or for the purpose of performing, constructing or installing such collateral work as the OWNER may desire. The OWNER shall have the right to make inspections at all reasonable times, and the CONTRACTOR hereby waives any claims for extension of time and/or compensation for any loss or damage if his work shall be delayed by reason of such inspection, performance, construction or installation of collateral work. 2.03 OWNERSHIP OF PLANS All plans, specifications and copies thereof furnished by the OWNER shall not be reused on other work and, with the exception of the sets forming the part of the signed Contract Documents, are to be returned to the OWNER on request at the completion of the Work. All plans and models are the property of the OWNER. 2.04 CHANGES AND ALTERATIONS The CONTRACTOR further agrees that the Owner may make such changes and alterations, additions and deletions as the OWNER may see fit, in the Work, including but not limited to changes in line, grade, form, dimensions, plans or specifications for the Work herein contemplated, or any part thereof, either before or after the beginning of construction, without affecting the validity of this Contract and the corresponding Performance and Payment Bonds. If such changes or alterations or deletions diminish the quantity or the value of the Work to be done, they shall not constitute the basis for a claim for compensation or damages, including lost or anticipated profits on the Work that may be affected. If the amount of Work is increased and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this Contract, otherwise, such additional work shall be paid for as provided under Article 7 hereof for Extra Work. In case the OWNER shall make such changes or alterations as shall make useless any Work already done or material already furnished or used in said Work,then the OWNER shall compensate the CONTRACTOR for any material or labor so used and for any actual loss occasioned by such change due to actual expenses incurred in preparation for the Work as originally planned. 2.05 DAMAGES In the event the OWNER is damaged in the course of the work by the act, negligence, omission, mistake or default of the CONTRACTOR, or should the 08-2018 00700-5 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 3.0 RIGHTS AND RESPONSIBILITIES OF THE ENGINEER 3 01 OWNER-ENGINEER RELATIONSHIP The ENGINEER shall serve as the OWNER'S representative during construction. The duties, responsibilities and limitations on the authority of the ENGINEER as the OWNER's representative during construction are set forth in the Contract Documents, and the ENGINEER shall not have authority to extend the OWNER's liability or to bind the OWNER for any additional liability of any nature whatsoever without the written consent of the OWNER. Any communications by the OWNER to the CONTRACTOR regarding the Work shall be issued through the ENGINEER. It is the intent of this Agreement that there shall be no delay in the execution of the Work; therefore, written decisions or directions rendered by the ENGINEER as the OWNER's representative shall be promptly carried out, and any claim arising therefrom shall be resolved as provided in Article 7 Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the OWNER'S representative shall have the authority to issue written stop work orders whenever such stoppage may be necessary to insure the performance of the Work in accordance with the Contract Documents. 3 02 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE. The ENGINEER shall furnish the CONTRACTOR with four (4) copies of all Plans and Specifications without expense to the CONTRACTOR, and the CONTRACTOR shall keep one full size copy of the same constantly accessible on the job site, with the latest revisions noted thereon. The CONTRACTOR shall be responsible for preserving the Plans and Specifications, timely and accurately updated, for reference and review by the OWNER or the ENGINEER and submittal of redlines during closeout. 3 03 PRELIMINARY APPROVAL The ENGINEER shall not have the power to waive the obligations imposed under this Contract for the furnishing by the CONTRACTOR of new material of good quality, and for good and workmanlike performance of the Work as herein described, and in full accordance with the Contract Documents, without alteration, deletion or change. No failure or omission of the OWNER'S representative to discover, object to or condemn any non-conforming or defective work or material, or to stop work, shall release the CONTRACTOR from the obligation to fully and properly perform the Contract, including without limitation, the obligation to at once remove and properly replace any defective work or material at any time prior to final acceptance, upon discovery of such non-conforming or defective work or material. Any questioned Work may be ordered taken up or removed for inspection by the ENGINEER prior to final acceptance, and if found not to be in accordance with the Contract Documents, all expense of removing, inspection and repair or replacement shall be borne by the CONTRACTOR, otherwise the expense thus incurred shall be allowed as Extra Work and shall be paid for by the OWNER, provided that where inspection or approval is specifically required by the Specifications prior to performance of certain work, should the CONTRACTOR proceed with such work without requesting prior inspection or approval, he shall bear all expense of taking up, removing and replacing this work if so directed by the ENGINEER. 08-2018 00700-6 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 3 04 INSPECTION BY ENGINEER. The ENGINEER will make periodic visits to the site to observe the progress and quality of the executed Work and to determine if such Work generally meets the essential performance and design features and the technical, functional /or engineering requirements of the Contract Documents, and is in all other respects being performed in compliance with the Contract Documents. However, the ENGINEER shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on-site inspections to check the quality and/or quantity of the work, nor shall the ENGINEER be in any way responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident to the Work being performed or any part thereof. The ENGINEER shall use reasonable care to prevent deviation from the intent and substance of the Contract Documents by the CONTRACTOR in the performance of the Work and any part thereof and, on the basis of such on-site observations, will keep the OWNER informed of the progress of the work and will endeavor to guard the OWNER against defects and deficiencies in the Work of the CONTRACTOR. Notwithstanding any other provision of this Agreement or any other Contract Document, the ENGINEER shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the CONTRACTOR, any subcontractors, agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the Work. 3 05 DETERMINATION OF QUESTIONS AND DISPUTES In order to prevent delays and disputes and to discourage litigation, it is agreed that the ENGINEER shall, in all cases, determine the quantities and qualities of the several kinds of Work, which are to be paid for under this Contract. The ENGINEER shall address all questions in relation to said Work and the construction thereof, as well as all claims, disputes and other matters in question between the CONTRACTOR and the OWNER relating to the execution or progress of the Work or the interpretation of the Contract Documents. In the event the ENGINEER shall become aware of or shall receive information that there is a dispute or a possible dispute as to the reasonable interpretation of the terms and conditions of the Contract Documents, or any other dispute or question, the ENGINEER shall, within a reasonable time, provide a written interpretation of the Contract Documents or a written decision on all questions arising relative to the execution of the Work, copies of which shall be delivered to all parties to the Contract. If the CONTRACTOR or OWNER desires to take exception to any directions, order, interpretation or instructions of the ENGINEER, CONTRACTOR or OWNER shall present any such claim to the ENGINEER in accordance with the provisions of Section 7 07 3 06 RECOMMENDATION OF PAYMENT The ENGINEER shall review the CONTRACTOR's application for payment and supporting documents, shall determine the amount owed to the CONTRACTOR and shall provide written recommendation to the OWNER for payment to the CONTRACTOR in such amount. Such recommendation of payment to CONTRACTOR shall constitute a representation to the OWNER of the ENGINEER's judgment that the work has progressed to the point indicated, to the best of his knowledge, information and belief; however, such recommendation of an application for payment to CONTRACTOR shall not be deemed an acceptance of any defective or non-conforming Work. Any recommendation of payment by the ENGINEER shall be subject to OWNER's rights to withhold payment under Section 6 12 and as otherwise provided in the Contract. 08-2018 00700-7 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.0 RIGHTS AND RESPONSIBILITIES OF THE CONTRACTOR 4 01 INDEPENDENT CONTRACTOR. CONTRACTOR is, and shall remain, an independent contractor, solely responsible for the manner and method of completing the Work under this Contract, with full and exclusive power and authority to direct, supervise and control his own employees and to determine the means, method and manner of performing such Work, so long as such methods comply with the requirements of the Contract Documents, and do not adversely affect the completed improvements or any other property abutting or adjoining the Work area, the OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the Plans, Specifications and Contract Documents. The fact that the OWNER or ENGINEER as the Owner's representative shall have the right to observe CONTRACTOR's work during his performance and to carry out the other prerogatives which are expressly reserved to and vested in the OWNER and the ENGINEER hereunder, is not intended to and shall not at any time change or affect the status of the CONTRACTOR as an independent contractor with respect to either the OWNER or the ENGINEER as the OWNER's representative or to the CONTRACTOR's own employees or to any other person, firm or corporation. 4 02 CONTRACTOR'S UNDERSTANDING It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the Work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the Work, the general and local conditions, including but not limited to weather, access, lay down and storage areas, and all other matters which in any way affect the Work under this Contract. It is further understood that the CONTRACTOR has satisfied himself as to the terms, meaning, intent and requirements of all of the Contract Documents, and applicable laws, codes, regulations and ordinances. CONTRACTOR hereby warrants and represents that it has taken into consideration all of the foregoing factors, and CONTRACTOR shall perform the Work for the Contract Price and within the Contract Time. No verbal agreement or conversation with any officer, agent or employee of the OWNER or the ENGINEER, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations herein contained. 4 03 LAWS AND ORDINANCES The CONTRACTOR shall at all times observe and comply with all federal, state or local laws, codes, ordinances, permits and regulations, regardless of whether the same are adopted before or after the execution of this Contract, which in any manner affect the Contract or the work, and shall indemnify, save and hold harmless the OWNER and the ENGINEER against any claim arising out of the violation of any such laws, ordinances and regulations, whether by the CONTRACTOR or his agents, employees, subcontractors or vendors. If the CONTRACTOR observes that the Plans and Specifications are at variance with federal or state laws or codes or the ordinances or regulations of the City, he shall promptly notify the ENGINEER in writing, and any necessary changes shall be made as provided in the Contract for changes in the work. If the CONTRACTOR performs any work knowing it to be contrary to such laws, codes, ordinances, rules or regulations, or if CONTRACTOR reasonably should have known of any such violation, and without such notice to the ENGINEER, CONTRACTOR shall bear all costs arising therefrom. The OWNER is a Political Subdivision of the State of Texas, and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the OWNER may enter into contracts, shall be controlling and shall be considered as part of this Contract to the same effect as though embodied herein. Neither the act 08-2018 00700-8 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT of OWNER entering into this Contract, nor OWNER's performance hereunder, shall constitute a waiver of any immunity from suit enjoyed by OWNER under applicable law, all such rights and defenses being hereby expressly reserved, notwithstanding any term or provision herein to the contrary The Code of Ordinances and other applicable regulations of the OWNER shall be deemed to be embodied in this Contract. The prevailing wage rates applicable to this Project shall be either Document 00811 — Wage Scale for Engineering Construction, or Document 00813 — Wage Scale for Building Construction, or both, as set out in the Project Manual. 4 04 ASSIGNMENT AND SUBLETTING The CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this Contract and that he will not assign, by power of attorney or otherwise, or sublet said Contract, or any rights, duties or obligations arising thereunder, in whole or in part, without the prior written consent of the OWNER, and that no part or feature of the Work will be sublet to anyone objectionable to the ENGINEER or the OWNER. In addition, the OWNER reserves the right to disapprove the subletting of this Contract or any portion hereof on any basis whatsoever The CONTRACTOR further agrees that the subletting of any portion or feature of the Work or materials required in the performance of this Contract shall not relieve the CONTRACTOR from his obligations to the OWNER, as provided for by this Agreement. 4 05 PERFORMANCE, PAYMENT AND MAINTENANCE BONDS In the event the Contract Price shall be in excess of $25,000 00, the CONTRACTOR shall execute separate Performance, Payment and Maintenance Bonds, each in the sum of one hundred percent(100%) of the Contract Price, and each in accordance with the provisions of Chapter 2253 of the Texas Government Code. If the Contract Price does not exceed $25,000 00, the statutory bonds will not be required. All required Bonds shall be payable to OWNER and on forms approved by the OWNER, and shall be executed by a corporate surety in accordance with Article 7 19-1 of the Texas Insurance Code. It is agreed that the Contract shall not be in effect until such original Performance, Payment and Maintenance Bonds are delivered to and approved by the OWNER. The cost of the premium for the Performance, Payment and Maintenance Bonds, should Maintenance Bonds be required, shall be included in the CONTRACTOR's Bid Proposal. All bonds shall be issued by Texas Department of Insurance approved surety companies. 4 06 INSURANCE. The CONTRACTOR, at his own expense, shall procure, maintain and keep in force throughout the duration of the Work, and throughout the Guarantee Period, insurance as specified in Attachment No 1 hereto with regard to Workers' Compensation Insurance, and as specified in Attachment No 3 hereto with regard to all other Insurance. Such insurance shall be earned with an insurance company licensed to transact business in the State of Texas and shall cover all operations in connection with this Contract, whether performed by the CONTRACTOR or a subcontractor, or others for whom CONTRACTOR is responsible. 4 07 PERMITS AND FEES Unless otherwise provided in the Contract Documents,the Contractor shall secure and pay for all permits, licenses, and inspections necessary for proper execution and completion of the Work, and which are legally required at the time bids are received. Permits required by the City of Pearland will be issued as a NO FEE permit. 4 08 TEXAS STATE SALES TAX. Materials incorporated into this project are exempt from State Sales according to provisions of the Texas Tax Code, Chapter 151, Subsection H. 08-2018 00700-9 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT The Contractor must obtain a limited sales, excise and use tax permit or exemption certificate which shall enable him to buy the materials to be incorporated into the Work without paying tax at due time of purchase 4 09 CONTRACTOR'S DUTY AND SUPERINTENDENCE. The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this Contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to the ENGINEER as the OWNER'S representative. The superintendent shall represent the CONTRACTOR in his absence and shall act as the agent of the CONTRACTOR, and all directions given to him shall be binding as if given to the CONTRACTOR. Adequate supervision by competent and reasonable representatives of the CONTRACTOR is essential to the proper performance of the Work, and lack of such supervision shall be an act of default, and grounds for suspending operations of the CONTRACTOR. The Superintendent cannot be removed from the project without the consent of the Owner; the Superintendent must speak and understand the English language; the Superintendent must be on site when any work on the project is being done, even when a subcontractor is performing the work. The Work, from its commencement to completion, shall be under the exclusive charge and control of the CONTRACTOR, and all risk in connection therewith shall be borne by the CONTRACTOR. Neither the OWNER nor the ENGINEER as the OWNER's representative will be responsible for the acts or omissions of the CONTRACTOR, its subcontractors or any of its agents or employees, or any other persons performing any of the Work. 4 10 CHARACTER OF WORKERS The CONTRACTOR agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this Contract, to do the Work, and agrees that whenever the ENGINEER shall inform him in writing that any worker or workers on the Work are, in his opinion, incompetent, unfaithful or disorderly, or in the ENGINEER's opinion, are not using their best efforts for the progress of the Work, such worker or workers shall be discharged from the Work and shall not again be employed on the Work without the ENGINEER's written consent. OWNER reserves the right to bar any person, subcontractor, or supplier found to be incompetent, unfaithful, disorderly, or not using their best efforts to progress work or considered to be a threat to the health, safety and welfare to the project or workforce 411 LABOR, EQUIPMENT, MATERIALS, CONSTRUCTION PLANT, AND BUILDINGS The CONTRACTOR shall provide all labor, services, tools, equipment, machinery, supplies, facilities, utilities and materials necessary in the prosecution and completion of this Contract where it is not otherwise specifically provided that the OWNER shall furnish same; and further, the CONTRACTOR shall be responsible for the care, preservation, conservation and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction and any and all parts of the Work, whether the CONTRACTOR has been paid, partially paid or not paid for such Work, until the entire Work is completed and accepted. The building or placement of structures for housing workers or offices, or the erection of tents or other forms of protection, will be permitted only with the ENGINEER's written permission, and at 08-2018 00700- 10 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT such places as the ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the ENGINEER. Any structures of any nature constructed, placed or erected by the CONTRACTOR for the purposes herein set out, shall be the sole responsibility of the CONTRACTOR as to the proper erection, placement or construction thereof; and the CONTRACTOR agrees to indemnify and hold the ENGINEER or OWNER harmless from any claims of any nature whatsoever brought against either of them for damages allegedly sustained by anyone by reason of the erection, placement, construction or maintenance of CONTRACTOR's buildings or structures. 4 12 SANITATION Necessary sanitary conveniences for the use of laborers and others on the Work site, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by the ENGINEER, and their use shall be strictly enforced. Any structures of any nature constructed or erected by the CONTRACTOR for the purposes herein set out, shall be the sole responsibility of the CONTRACTOR as to the proper erection or construction thereof, and the CONTRACTOR agrees to indemnify and hold the ENGINEER and OWNER harmless from any claims of any nature whatsoever brought against either of them for damages allegedly sustained by anyone by reason of the erection, construction or maintenance of CONTRACTOR's buildings. 4 13 CLEANING AND MAINTENANCE. The CONTRACTOR shall at all times keep and maintain the premises free from accumulation of debris, trash and waste The CONTRACTOR shall remove waste, debris and trash at the end of each work day CONTRACTOR shall remove all such debris, trash and waste, tools, scaffolding and surplus materials, and shall leave the Work broom-clean or its equivalent, upon completion of the Work. The Work shall be left in good order and condition. In case of dispute, the OWNER may remove the debris, trash, waste and surplus materials, and charge the cost to the CONTRACTOR. 4 14 PERFORMANCE OF WORK. It is further agreed that it is the intent of this Contract that all Work must be done and all material must be furnished in accordance with the generally accepted practice for such materials furnished or work completed, unless otherwise provided in the Contract Documents. 4 15 RIGHT OF OWNER TO ACCELERATE THE WORK. If at any time the methods or equipment used by the CONTRACTOR, or the work force supplied are found to be inadequate to achieve the progress required to Substantially Complete the Work within the Contract Time, the OWNER or the ENGINEER as the OWNER's representative, may order the CONTRACTOR in writing to supplement its forces and/or equipment, or work shifts or overtime, or otherwise improve its efficiency and rate of progress to achieve Substantial Completion of the Work within the Contract Time, and the CONTRACTOR shall comply with such order, at its own cost and expense. 416 LAYOUT OF WORK. Except as specifically provided herein, the CONTRACTOR shall be responsible for laying out work by means of construction surveying and shall accomplish this work in a manner acceptable to the ENGINEER and in conformance with the Contract Documents. 4 17 SHOP DRAWINGS The CONTRACTOR shall submit to the ENGINEER, with such promptness as to cause no delay in his own Work or in that of any other contractor, six (6) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules 08-2018 00700- 11 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT required for the work of the various trades. Contractor will check and approve shop drawings for compliance with requirements of Contract Documents and will so certify by stamp on each drawing prior to submittal to ENGINEER. Any drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. The ENGINEER shall pass upon them with reasonable promptness, indicating desired corrections. The CONTRACTOR shall make any corrections required by the ENGINEER, file with him two (2) corrected copies and furnish such other copies as may be needed. The ENGINEER's approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from the Contract Documents, unless he has, in writing, called the ENGINEER's attention to such deviations at the time of the submission, and the ENGINEER has acknowledged and accepted such deviations in writing, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the CONTRACTOR's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required Contract Work in accordance with the Contract Documents, and within the Contract Time. Such review by the ENGINEER shall be for the sole purpose of determining the apparent sufficiency of said drawings or schedules to result in finished improvements in conformity with the Contract Documents, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR's performance hereunder, and any action taken by the ENGINEER shall not relieve the CONTRACTOR of his responsibility and liability to comply with the Contract Documents. OWNER, CONSTRUCTION MANAGER, ENGINEER, and CONTRACTOR shall make all submittals, review comments, notes, corrections, schedules and updates, testing results, payment applications, instructions and other communications by means of the OWNER'S Pro-Trak. The OWNER, ENGINEER and CONTRACTOR shall each retain such hard copies form this system as are required for their specific record keeping requirements. No documents shall be removed from this system or destroyed except those being replaced by the systems protocols as a latest version document. All requirements for written communications, submittals, comments, instructions or other documents processed by means of this system shall have the same legal or time sensitive status as if they had been hand delivered in hard copy to their intended addressee. 4 18 ENGINEER-CONTRACTOR RELATIONSHIP; OBSERVATIONS It is agreed by the CONTRACTOR that the ENGINEER, as the OWNER's representative, shall be and is hereby authorized to appoint such subordinate engineers, representatives or observers as the said ENGINEER may from time to time deem proper to observe the materials furnished and the Work done under this Agreement. The CONTRACTOR shall furnish all reasonable aid and assistance required by the subordinate engineers, representatives or observers for the proper observation and examination of the work. The CONTRACTOR shall regard and obey the directions and instructions of any subordinate engineers, representatives or observers so appointed, when such directions and instructions are consistent with the obligations of this Agreement and the Contract Documents, provided, however, should the CONTRACTOR object to any orders by any 08-2018 00700- 12 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT subordinate engineer, representative or observer, the CONTRACTOR may, within three (3) days, make written appeal to the ENGINEER for his decision. 419 OBSERVATION AND TESTING The OWNER or the ENGINEER as the OWNER's representative shall have the right at all reasonable times to observe, inspect and test the Work. The CONTRACTOR shall make all necessary arrangements and provide proper facilities and access for such observation, inspection and testing at any location wherever Work is in preparation or progress. The CONTRACTOR shall ascertain the scope of any observation, inspection or testing which may be contemplated by the OWNER or the ENGINEER and shall give ample notice as to the time each part of the Work will be ready for such observation, inspection or testing. The OWNER or the ENGINEER may reject any Work found to be defective or not in accordance with the Contract Documents, regardless of the stage of its completion or the time or place of discovery of such deficiencies, and regardless of whether the ENGINEER has previously accepted the Work through oversight or otherwise. If any Work is covered without approval or consent of the OWNER, it must, if requested by the OWNER or the ENGINEER, be uncovered for examination, at the sole expense of the CONTRACTOR. In the event that any part of the Work is being fabricated or manufactured at a location where it is not convenient for the OWNER or the ENGINEER to make observations of such Work or require testing of said Work, then in such event, the OWNER or the ENGINEER may require the CONTRACTOR to furnish the OWNER or the ENGINEER with certificates of inspection, testing or approval made by independent persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the Contract Documents. If any Work, which is required to be inspected, tested or approved, is covered up without written approval or consent of the OWNER or the ENGINEER, it must, if requested by the OWNER or the ENGINEER, be uncovered for observation and testing, at the sole expense of the CONTRACTOR. The cost of all such inspections, tests and approvals shall be borne by the CONTRACTOR unless otherwise provided herein. Any Work which fails to meet the requirements of such tests, inspections or approval, and any Work which meets the requirements of any such tests or approval but does not meet the requirements of the Contract Documents shall be considered defective Such defective Work and any other work affected thereby shall be corrected at the CONTRACTOR'S expense. Neither observations by the OWNER or by the ENGINEER, nor inspections, certifications, tests or approvals made by the OWNER, the ENGINEER or other persons authorized under this Agreement to make such inspections, tests or approvals, shall relieve the CONTRACTOR from his obligation to perform the Work in accordance with the requirements of the Contract Documents. 4.20 DEFECTS AND THEIR REMEDIES It is further agreed that if the Work or any part thereof or any material brought on the site of the Work for use in the Work or selected for the same, shall be deemed by the ENGINEER as unsuitable or not in conformity with the Contract Documents, the CONTRACTOR shall, after receipt of written notice thereof from the ENGINEER, forthwith remove such material and rebuild or otherwise remedy such Work so that it shall be in full accordance with this Contract, It is further agreed that any such remedial action contemplated herein shall be at CONTRACTOR's expense. 08-2018 00700- 13 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.21 LIABILITY FOR PROPER PERFORMANCE. Engineering construction drawings and specifications, as well as any additional instructions and information concerning the Work to be performed, passing from or through the ENGINEER, shall not be interpreted as requiring or allowing the CONTRACTOR to deviate from the Contract Documents, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the parties as to Work the CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable and contractually bound, at his own expense, for design, construction, installation and use or non-use of all items and methods incident to the performance of the Contract, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, similar items or devices used by him during construction, and work performed either directly or incident to construction, and for all loss, damage or injury incident thereto, either to person or property, whether such damage be suffered by the ENGINEER, the OWNER or any other person not a party to this Contract. Any review of Work in progress or any visit or observation during construction, or any clarification of Contract Documents by the ENGINEER or OWNER, or any agent, employee or representative of either of them, whether through personal observation on the Project site or by means of approval of shop drawings for construction or construction processes, or by other means or methods, is agreed by the CONTRACTOR to be for the purpose of observing the extent and nature of Work completed or being performed, as measured against the Contract Documents, or for the purpose of enabling the CONTRACTOR to more fully understand the Contract Documents so that the completed construction Work will conform thereto, and shall in no way relieve the CONTRACTOR from full and complete responsibility for proper performance of his Work on the Project, including, without limitation, the propriety of means and methods of the CONTRACTOR in performing said Contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Any action by the ENGINEER or the OWNER in visiting or observing during construction, or any clarification of Contract Documents shall not constitute a waiver of CONTRACTOR'S liability for damages as herein set out. Deviation by the CONTRACTOR from Contract Documents, whether called to the CONTRACTOR's attention or not, shall in no way relieve CONTRACTOR from his responsibility to complete all work in accordance with said Contract Documents, and further shall not relieve CONTRACTOR of his liability for loss, damage or injury as herein set out. 4.22 PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC The CONTRACTOR shall be solely responsible for the safety of himself, his employees and persons entering the project site, as well as for the protection of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder The CONTRACTOR shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the Work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded, as a minimum, in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The CONTRACTOR shall provide all necessary machinery guards, safe walkways, ladders, bridges, gangplanks, barricades, fences,traffic control,warning signs and other safety devices. 08-2018 00700- 14 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 9 No alcoholic beverages, non-prescription drugs, or unsafe practices shall be allowed on the Work site. CONTRACTOR shall dismiss anyone participating in any of the above from the Work site for the duration of the Project. Only prescription drug uses with a doctor's authorization to perform construction activities shall be allowed on the Work site. Violation of this provision is a default under the Contract. The use, possession, sale, transfer, purchase or being under the influence of alcohol, drugs or any other illegal or unlawful substance by CONTRACTOR or CONTRACTOR's employees, or CONTRACTOR's subcontractors and employees at any time at the Work site or while on company business is prohibited. CONTRACTOR shall institute and enforce appropriate drug testing guidelines and program. All accidents or injuries to CONTRACTOR's employees working on the job site must be reported verbally and in writing to the ENGINEER immediately, and within no more than eight(8) hours. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, in his sole discretion as an independent contractor Inclusion of this paragraph in the Agreement, as well as any notice which may be given by the OWNER or the ENGINEER as the OWNER's representative concerning omissions under thus paragraph as the Work progresses, are intended as reminders to the CONTRACTOR of his duty and shall not be construed as any assumption of duty by ENGINEER, or OWNER's representative to supervise safety precautions by either the CONTRACTOR or any of his subcontractors. 4.23 PROTECTION OF ADJOINING PROPERTY The CONTRACTOR shall employ proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction, and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent or adjoining property THE CONTRACTOR AGREES TO INDEMNIFY, DEFEND, SAVE AND HOLD HARMLESS THE CONSTRUCTION MANAGER, OWNER AND ENGINEER AGAINST ANY CLAIM OR CLAIMS FOR DAMAGES, LOSS, COSTS OR EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES, DUE TO ANY INJURY TO ANY ADJACENT OR ADJOINING PROPERTY, ARISING OR GROWING OUT OF THE PERFORMANCE OF THE CONTRACT, REGARDLESS OF WHETHER OR NOT SUCH DAMAGE, LOSS, COST OR EXPENSE IS CAUSED IN PART BY THE NEGLIGENCE, GROSS NEGLIGENCE OR STRICT LIABILITY OF OWNER AND/OR ENGINEER. 4.24 PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES THE CONTRACTOR AGREES THAT HE WILL PROMPTLY PAY WHEN DUE, AND WILL INDEMNIFY, SAVE AND HOLD THE OWNER AND THE ENGINEER HARMLESS FROM ALL CLAIMS GROWING OUT OF THE DEMANDS OF SUBCONTRACTORS, LABORERS, WORKERS, MECHANICS, MATERIALMEN AND FURNISHERS OF MACHINERY AND PARTS THEREOF, EQUIPMENT, POWER TOOLS AND ALL SUPPLIES, INCLUDING COMMISSARY, INCURRED IN THE FURTHERANCE OF THE PERFORMANCE OF THIS CONTRACT When so desired by the OWNER, the CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the CONTRACTOR fails to do so, then the OWNER may, at the option of the OWNER, either pay directly any unpaid bills of which the OWNER has written notice, or withhold from the CONTRACTOR's unpaid compensation a sum of money deemed reasonably 08-2018 00700- 15 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT sufficient to liquidate any and all such claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to the CONTRACTOR shall be resumed in full, in accordance with the terms of this Contract. Any and all communications between any parties under this paragraph shall be in writing. Nothing contained in this paragraph or this Agreement shall create, establish or impose any relationship, contractual or otherwise, between OWNER and any subcontractor, laborer or supplier of CONTRACTOR, nor shall it create, establish or impose any duty upon OWNER to pay or to see to the payment of any subcontractor, laborer or supplier of CONTRACTOR. 4.25 PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION The CONTRACTOR shall pay all royalties and license fees and shall provide for the use of any design, device, material or process covered by letters patent or copyright, by suitable legal agreement with the patentee or owner thereof THE CONTRACTOR SHALL DEFEND ALL SUITS OR CLAIMS FOR INFRINGEMENT OF ANY PATENT OR COPYRIGHT AND SHALL INDEMNIFY, SAVE AND HOLD THE OWNER AND THE ENGINEER HARMLESS FROM ANY LOSS OR LIABILITY ON ACCOUNT THEREOF, EXCEPT SUCH SUITS AND CLAIMS ARISING OUT OF A PARTICULAR DESIGN, DEVICE, MATERIAL OR PROCESS OR THE PRODUCT OF A PARTICULAR MANUFACTURER OR MANUFACTURERS SPECIFIED OR REQUIRED BY THE OWNER, PROVIDED, HOWEVER, IF CHOICE OF ALTERNATE DESIGN, DEVICE, MATERIAL OR PROCESS IS ALLOWED TO THE CONTRACTOR, OR IF CONTRACTOR KNEW OR SHOULD HAVE KNOWN OF THE PATENT OR COPYRIGHT AND FAILED TO PROMPTLY NOTIFY OWNER IN WRITING, THEN THE CONTRACTOR SHALL INDEMNIFY, DEFEND, SAVE AND HOLD THE OWNER HARMLESS FROM ANY LOSS OR LIABILITY ON ACCOUNT THEREOF 4.26 INDEMNIFICATION THE CONTRACTOR AGREES TO DEFEND, INDEMNIFY AND HOLD THE ENGINEER AND THE OWNER HARMLESS FROM ANY CLAIMS OR DEMANDS OF ANY NATURE WHATSOEVER MADE BY ANY EMPLOYEE, EMPLOYEES, AGENTS OR SUBCONTRACTORS OF CONTRACTOR, OR BY ANY UNION, TRADE ASSOCIATION, WORKER'S ASSOCIATION OR OTHER GROUPS, ASSOCIATIONS OR INDIVIDUALS, ALLEGEDLY REPRESENTING EMPLOYEES OF THE CONTRACTOR, IN ANY DISPUTE BETWEEN THE CONTRACTOR AND HIS EMPLOYEES, DIRECTLY OR INDIRECTLY INVOLVING, GROWING OUT OF OR ARISING FROM CLAIMS BY SUCH EMPLOYEES FOR WAGES, SALARY, COMPENSATION, BENEFITS, WORKING CONDITIONS OR ANY OTHER SIMILAR COMPLAINT OR CLAIM WHICH MAY BE MADE. THE CONTRACTOR, HIS SURETIES AND INSURANCE CARRIERS SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE OWNER AND THE ENGINEER AND THEIR RESPECTIVE OFFICERS, REPRESENTATIVES, AGENTS AND EMPLOYEES FROM AND AGAINST ALL DAMAGES, CLAIMS, LOSSES, DEMANDS, SUITS, LIABILITIES, JUDGMENTS AND COSTS OF ANY CHARACTER WHATSOEVER, INCLUDING REASONABLE ATTORNEY'S FEES AND EXPENSES, AND SHALL BE REQUIRED TO PAY ANY JUDGMENT THEREFOR, WITH COSTS, WHICH MAY BE OBTAINED - AGAINST THE OWNER AND/OR THE ENGINEER OR ANY OF THEIR OFFICERS, REPRESENTATIVES, AGENTS OR EMPLOYEES, ARISING OUT OF OR RESULTING FROM OR ALLEGEDLY ARISING OUT OF OR RESULTING FROM THE PERFORMANCE 08-2018 00700- 16 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT OF THE WORK, PROVIDED THAT ANY SUCH DAMAGES, CLAIM, LOSS, DEMAND, SUIT, LIABILITY, JUDGMENT, COST OR EXPENSE (A) ARISES OUT OF OR RESULTS FROM IN WHOLE OR IN PART, OR ALLEGEDLY ARISES OUT OF OR RESULTS FROM IN WHOLE OR IN PART, ANY BREACH OF THIS AGREEMENT OR BREACH OF WARRANTY BY CONTRACTOR, OR (B) IS ATTRIBUTABLE TO BODILY INJURY, SICKNESS, DISEASE OR DEATH OR INJURY TO OR DESTRUCTION OF TANGIBLE PROPERTY, INCLUDING THE LOSS OF USE RESULTING THEREFROM, AND IS CAUSED IN WHOLE OR IN PART OR IS ALLEGEDLY CAUSED IN WHOLE OR IN PART BY ANY NEGLIGENT ACT OR OMISSION OF THE CONTRACTOR, ANY SUBCONTRACTOR, THEIR AGENTS OR EMPLOYEES OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY ONE OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, REGARDLESS OF WHETHER OR NOT IT IS CAUSED IN PART OR ALLEGEDLY CAUSED IN PART BY THE NEGLIGENCE, GROSS NEGLIGENCE OR STRICT LIABILITY OF OWNER, ENGINEER AND/OR A PARTY INDEMNIFIED HEREUNDER. Notwithstanding the foregoing or anything in the Agreement to the contrary, in accordance with the provisions of Section 130 002 of the Texas Civil Practice and Remedies Code, CONTRACTOR shall not be obligated to indemnify or hold harmless the ENGINEER, his agents, servants or employees, from liability for damage that is caused by or results from defects in plans, designs or specifications prepared, approved or used by the ENGINEER, or negligence of the ENGINEER in the rendition or conduct of professional duties called for or arising out of any construction contract and the plans, designs or specifications that are a part of the construction contract, and arises from personal injury or death, property injury, or any other expense that arises from personal injury, death, or property injury This indemnity agreement is a continuing obligation, and shall survive notwithstanding completion of the Work, Final Payment, expiration of the warranty period, termination of the Contract, and abandonment or takeover of the Work. CONTRACTOR's indemnification obligations hereunder shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or a subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts, and shall not be limited by any limitation on amounts or coverage of insurance provided or to be provided under this Contract. 4.27 LOSSES FROM NATURAL CAUSES All loss, cost, expense or damage to the CONTRACTOR arising out of the nature of the Work to be done or from any unforeseen circumstances in the prosecution of the same, or from the action of the elements, or from unusual 410 obstructions or difficulties which may be encountered in the prosecution of the Work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. 08-2018 00700- 17 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4.28 GUARANTEE The CONTRACTOR hereby guarantees all the Work under the Contract to be free from defects or deficiencies in material in every particular and free from defects or deficiencies in workmanship, and against unusual damage from proper and usual use, and agrees to replace or to re-execute without cost to the OWNER such Work as may be found to be defective, deficient or otherwise not in conformance with the Contract Documents, and to make good all damages caused to other work or material, due to such defective Work or due to its required replacement or re-execution. This guarantee shall cover a period of one year from the date of Substantial Completion or Partial Substantial Completion of Work under the Contract, as evidenced by the Certificate of Substantial Completion. Neither the Certificate of Substantial Completion, Final Payment, nor any provision in the Contract Documents shall relieve the CONTRACTOR of the responsibility for defective, deficient or non-conforming material or workmanship during the period covered by the guarantee The one-year period of guarantee will not limit the OWNER'S other rights under common law with respect to any defects, deficiencies or non-conforming Work discovered after one year If this one-year guarantee conflicts with other warranties or guarantees, the longer period of warranty or guarantee will govern. 5.0 PROSECUTION AND PROGRESS 5 01 TIME AND ORDER OF COMPLETION It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his Work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction, provided, however, that the order and the time of prosecution shall be such that the Work shall be Substantially Completed as a whole and in part, in accordance with this Contract and the Contract Time, provided, also, that when the OWNER is having other work done, either by contract or by his own forces, the ENGINEER may direct the time and manner of constructing the Work done under this Contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized, and the CONTRACTOR shall fully cooperate and coordinate its Work with OWNER or such other contractors. The CONTRACTOR shall submit, an updated schedule with every pay estimate for review by the ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the Work, with dates on which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. Such schedules shall show completion of the Work within the Contract Time, and/or shall show such recovery efforts as CONTRACTOR intends to undertake in the event Substantial Completion of the Work is delayed. 5 02 EXTENSION OF TIME. The CONTRACTOR agrees that he has submitted his Bid Proposal in full recognition of the time required for the completion of this Project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions as hereinafter set forth, and that he shall not be entitled to, nor will he request, an extension of time on this Contract, except when Substantial Completion of the Work has been delayed solely by strikes, lockouts, fires, Acts of God, or by any other cause which the ENGINEER shall decide justifies the delay The CONTRACTOR shall give the ENGINEER prompt notice, in writing and within three (3) days of the start of any such delay, of the cause of any such delay, and its estimated effect on the Work and the schedule for jak completion of the Work. Upon receipt of a written request for an extension of the Contract Time IF from the CONTRACTOR, supported by relevant and all requested documentation, the ENGINEER shall submit such written request, together with his written recommendation, to the 08-2018 00700- 18 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT OWNER for consideration. If the delay is not attributable in whole or in part to any act or omission of CONTRACTOR, its subcontractors or suppliers, and if the OWNER determines that CONTRACTOR is entitled to an extension of time under the terms of the Contract, the OWNER shall grant an extension of time for Substantial Completion of the Work, sufficient to compensate for the delay, and such extension of time shall be CONTRACTOR's sole and exclusive remedy, except as may be otherwise provided herein. No extensions of Contract Time shall be made for delays occurring prior to the Contractor's mobilization as defined in Section 01505 MOBILIZATION The Contract Time as defined in the Bid Proposal and other sections herein incorporates 40 Rain Days per calendar year or an average of 3.33 days per calendar month. The CONTRACTOR is required to keep record of all weather related delays and to submit the monthly count on each Pay Application. The Owner's Representative shall review and sign off on this record as a part of the Pay Application approval process every month. If, during preparation of the Balancing Change Order, the status of the work progress requires an extension of the Contract Time, Impact Days shall be added to the Completion Date equal to the total number of Weather or Impact Days approved less the original 40 days resident in the original Contract Time. The Addition of Weather or Impact Days will only alter the Contract Time when added by Change Order If the Work is completed prior to the Completion Date, No Days will be added. The addition of Weather or Impact Days shall be the CONTRACTOR's sole remedy for delays to the completion of the Work and their addition to the Contract Time shall not affect the Contract Price through any "per diem" adjustment to the General Conditions costs, Temporary Facilities costs or any other costs associated with the extension of the Contract Time. 5 03 HINDRANCES AND DELAYS In executing the Contract, the CONTRACTOR agrees that in undertaking to complete the Work within the time herein fixed, he has taken into consideration and made allowances for all interference, disruption, hindrances and delays incident to such Work, whether growing out of delays in securing material, workmen or otherwise. No claim shall be made by the CONTRACTOR for damages, loss, costs or expense resulting from interference, disruption, hindrances or delays from any cause during the progress of any portion of the Work embraced in this Contract, except where the Work is stopped or suspended by order of the OWNER's representative and such stoppage or suspension is not attributable to any act or omission of CONTRACTOR. 5 04 SUSPENSION OF WORK. OWNER may, without cause, order the CONTRACTOR in writing to suspend the Work, in whole or in part, for such period of time as OWNER may request. The Contract Price and/or Contract Time shall be adjusted for any increase in the cost of or the time required for performance of the Work caused by such suspension. No adjustment shall be made to the extent performance was or would have been suspended by a cause for which CONTRACTOR is responsible, or to the extent an adjustment is made or denied under another provision of the Contract Documents. 5 05 LIQUIDATED DAMAGES FOR DELAY It is understood and agreed that time is of the essence, and that the CONTRACTOR will commence the Work on the date specified herein or in any Notice to Proceed, and will Substantially Complete the Work within the Contract Time. It is expressly understood and agreed, by and between the CONTRACTOR and the OWNER, that the time for the Substantial Completion of the Work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality The CONTRACTOR further agrees that a failure to complete on time will cause damage to the OWNER and that such damages 08,2018 00700- 19 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT cannot be accurately measured or that ascertainment will be difficult. Therefore, the parties agree that for each and every calendar day the Work or any portion thereof shall remain uncompleted after the expiration of the Contract Time, the CONTRACTOR shall pay, as liquidated damages and as a reasonable estimate of OWNER's damages, and not as a penalty,the amount set out in the Standard Form of Agreement. However, the foregoing agreement as to liquidated damages constitutes only an agreement by the OWNER and the CONTRACTOR as to the amount of damages which the OWNER will sustain by reason of the CONTRACTOR'S failure to complete the work within the Contract Time. Should the OWNER suffer damage by reason of any other breach by CONTRACTOR, the OWNER may recover such actual damages in addition to any liquidated damages due. The OWNER shall have the right to deduct and withhold the amount of any and all such damages whether it be the minimum amount stipulated above or otherwise, from any monies owing by it to said CONTRACTOR, or the OWNER may recover such amount from the CONTRACTOR and the sureties of his bond, all of such remedies shall be cumulative and the OWNER shall not be required to elect any one nor be deemed to have made an election by proceeding to enforce any one remedy 5 06 CHANGE OF CONTRACT TIME The Contract Time may only be changed by a Change Order Any claim for an adjustment of Contract Time shall be based on written notice delivered by the party making such claim to the other party and to the ENGINEER promptly, but in no event later than ten (10) days after the event-giving rise to the claim. Notice of the extent of the claim, along with supporting data, shall be delivered within thirty (30) days of the occurrence and shall be accompanied by the claimant's written representation that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in Contract Time shall be determined by the ENGINEER in accordance with the requirements of this paragraph. Contractor shall submit, as a minimum,the following data. A. Information showing that the time requested is not included in the existing Contract and in addition to the Contract. B Information documenting that the number of days requested is accurate for the event. C Revised, current construction schedule showing that the time requested affects the project's critical path. 5 07 DELAYS BEYOND OWNER'S AND CONTRACTOR'S CONTROL Where CONTRACTOR is prevented from completing any part of the Work within the Contract Time due to delays beyond the control of the OWNER and the CONTRACTOR, including, but not limited to, interference by utility owners or other contractors performing other work, Contractor shall be entitled to an extension of the Contract Time in an amount equal to the time lost. CONTRACTOR shall not be entitled to any increase in Contract Price as a result of such delays. IN NO EVENT SHALL OWNER BE LIABLE TO CONTRACTOR FOR DAMAGES ARISING OUT OF OR RESULTING FROM (i) Delays caused by, or within the control of, the CONTRACTOR, or (ii) Delays beyond the control of both parties including, but not limited to, interference by utility owners or other contractors performing other work, fires, floods, epidemics, abnormal weather -- conditions, acts of God, even if such delays are due in part to the negligence, other fault, breach of contract or warranty, violation of the Texas Deceptive Trade Act, or strict liability without regard 08-2018 00700-20 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT to fault of OWNER. An extension of Contract time shall be CONTRACTOR's sole and exclusive remedy for any such delays. Delays attributed to, and within the control of, a Subcontractor or Supplier shall be deemed to be delays within the control of the CONTRACTOR. 6.0 MEASUREMENT AND PAYMENT 6 01 DISCREPANCIES AND OMISSIONS. If the CONTRACTOR knows or reasonably should have known of any discrepancies or omissions in the Contract Documents, he shall notify the ENGINEER and obtain a clarification by Addendum before the bids are received, and if no such request is received by the ENGINEER prior to the opening of bids, then it shall be considered that the CONTRACTOR fully understands the Work to be performed and has provided sufficient sums in his Bid Proposal to complete the Work in accordance with the Contract Documents. It is further understood that any request for clarification must be submitted no later than five (5) days prior to the opening of bids. 6 02 QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, volume, number and weight only shall be considered, unless otherwise specifically provided. 6 03 ESTIMATED QUANTITIES This Agreement, including the Contract Documents, and including any estimates contained therein, is intended to convey all Work to be done and material to be furnished hereunder Where the estimated quantities are shown for the various classes of Work to be done and material to be furnished under this Contract, they are approximate and are to be used only as a basis for estimating the probable cost of the Work and for comparing the Bid Proposals offered for the Work. It is understood and agreed that the actual amount of Work to be done and the materials to be furnished under this Contract may differ from the estimates and that the items listed or estimated quantities stated, and/or any difference between estimated and actual Work, shall not give rise to a claim by the CONTRACTOR against the OWNER for loss, cost, expense, damages, unit price adjustment, quantity differences, unrecovered overhead or lost or anticipated profits, or other compensation. 6 04 PRICE OF WORK. It is agreed that it is the intent of this Contract that all Work described in the Bid Proposal, and Contract Documents, is to be done for the prices bid by the CONTRACTOR and that such prices shall include all appurtenances necessary to complete the Work in accordance with the intent of these Contract Documents as interpreted by the ENGINEER, and all costs, expenses, bond and insurance premiums, taxes, overhead, and profit. In consideration of the furnishing of all the necessary labor, equipment and material and the completion of all Work by the CONTRACTOR, and upon the completion of all Work and the delivery of all materials embraced in this Contract in full conformity with the Contract Documents, the OWNER agrees to pay to the CONTRACTOR the prices set forth in the Standard Form of Agreement, OWNER and CONTRACTOR agree that the Contract is a unit cost agreement, unless stated otherwise, and that the final Contract amount is equal to the unit cost multiplied by the number of units authorized,installed and approved by the Owner The OWNER does not assume any obligation to pay for any services or material not actually authorized and used. The CONTRACTOR hereby agrees to receive such prices as payment in full for furnishing all materials and all labor required for the aforesaid Work, and for all expenses incurred by him, and for full performance of the Work and the whole thereof in the 08-2018 00700-21 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT manner and according to this Agreement, Contract Documents, and the requirements of the ENGINEER. 6 05 PAYMENTS No payments made or approvals or certificates given shall be considered as conclusive evidence of the performance of the Contract, either in whole or in part, nor shall any certificate, approval or payment be considered as acceptance of defective, deficient or non-conforming Work. CONTRACTOR shall, at any time requested during the progress of the Work, furnish the OWNER or the ENGINEER with an affidavit showing the CONTRACTOR's total outstanding indebtedness in connection with the Work. Before Final Payment is made, the CONTRACTOR shall satisfy the OWNER, by affidavit or otherwise, that there are no unpaid claims due subcontractors, suppliers or laborers by reason of any Work under the Contract. Acceptance by CONTRACTOR of Final Payment shall constitute a waiver of any and all claims of whatsoever nature against OWNER, arising out of or related to the Contract, or the Work, or any acts or omissions of OWNER or ENGINEER, which have not theretofore been timely filed as provided in this Contract. 6 06 PARTIAL PAYMENTS When the Contract Price is a lump sum amount,prior to the first Application for Payment, CONTRACTOR shall submit to ENGINEER for review and approval a Schedule of Values, which shall fairly allocate the entire Contract Price among the various portions of the Work and shall be prepared in such form and supported by such data to substantiate its accuracy as the ENGINEER may reasonably require The Schedule of Values shall follow the trade divisions of the Specifications so far as practicable. Upon approval, this Schedule of Values shall be used by ENGINEER as the basis for reviewing the Contractor's Application for Payment. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. On or before the tenth day of each month, the CONTRACTOR shall prepare and submit to the ENGINEER, for approval or correction, an application for partial payment, being a statement showing as completely as practicable, the agreed unit quantities and extended total value of the Work done by the CONTRACTOR up to and including the twenty-fifth day of the preceding month, said statement shall also include the value of all conforming materials to be fabricated into the Work and stored in accordance with manufacturer's recommendations and as approved by the OWNER or ENGINEER at the Work site only No payment will be made for materials stored until OWNER has approved in writing storage at the Work site. The ENGINEER shall then review such statement of unit quantities and application for partial payment and the progress of the Work made by the CONTRACTOR and, within ten days after the date ENGINEER receives CONTRACTOR's application for payment, if the application is found to be accurate and correct and the WORK conforming to the requirements of the Contract Documents, the ENGINEER shall certify the application for partial payment and shall deliver his preliminary certification for payment to the OWNER and the CONTRACTOR, or, if the ENGINEER finds that CONTRACTOR's application for payment contains an error or is otherwise disputed, he shall notify CONTRACTOR of such error or dispute, and shall prepare a preliminary certificate for partial payment for the undisputed amount of the application for payment due CONTRACTOR, and deliver it to the OWNER and CONTRACTOR. ENGINEER'S notice to CONTRACTOR that a bona fide dispute for payment exists shall include a list of the specific reasons for nonpayment. All payment applications made by CONTRACTOR and delivered to ENGINEER and all verifications and certification of such applications shall be made and transmitted within the Pro- Trak system and signed with the appropriate electronic signatures as provided for in the software. Such applications for payment shall not be considered complete unless accompanied by the 08-2018 00700-22 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT CONTRACTOR'S Partial Waiver of Lien and Payment Affidavit, Section 00615, duly executed by an authorized representative of the CONTRACTOR and reflecting the correct corresponding amount of the payment application. The OWNER shall then pay the CONTRACTOR, within thirty (30) days of the date of ENGINEER's receipt of the application for payment, the undisputed balance due, less applicable retainage, and further less all previous payments and all further sums that may be retained or withheld by the OWNER under the terms of this Agreement. CONTRACTOR may submit a corrected application for payment after its receipt of the ENGINEER's notice of error or dispute, and such corrected application for payment shall be reviewed by the ENGINEER and disputed or paid under the same procedure and within the same time limits set out above. As a condition of any progress payment under this Agreement, CONTRACTOR shall execute and deliver to ENGINEER and OWNER a full release of all claims, direct or indirect, at law or in equity, arising out of or related to the Work to date, excluding retainage or any claims previously submitted as required under the terms of the Contract, and specifically identified and excluded by CONTRACTOR in the release. OWNER shall be entitled to retain from each progress payment five percent (5%) of the amount thereof. Such retamage shall be retained until Final Completion and satisfaction of all conditions for Final Payment. It is understood, however, that in case the whole Work be near to completion, as certified by the ENGINEER, and some unexpected or unusual delay occurs, through no neglect or fault on the part of the CONTRACTOR, the OWNER may, upon written recommendation of the ENGINEER, pay a reasonable and equitable portion of the retained percentage to the CONTRACTOR, or the CONTRACTOR, at the OWNER'S option, may be relieved of the obligation to fully complete the Work, and thereupon, the CONTRACTOR shall receive, at the OWNER'S option, payment of the balance due him under the Contract for Work completed in accordance with the Contract Documents, subject to OWNER's rights to otherwise withhold or retain payments, and subject to the conditions set forth under"6 09 FINAL PAYMENT" The Owner at its option and in compliance with Texas law may reduce retainage to less than the above-stated percentages. 6 07 USE OF COMPLETED PORTIONS & PUNCHLIST The OWNER shall have the right to take possession of and use any completed or partially completed portions of the Work, notwithstanding that the time for completing the entire work or such portions may not have expired, but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the Work, the CONTRACTOR shall promptly and within three (3) days of OWNER's taking possession, give OWNER written notice of same, and CONTRACTOR may be entitled to such extra compensation or extension of time, or both, as may be determined in accordance with the provisions of this Agreement. 6 08 SUBSTANTIAL COMPLETION The CONTRACTOR shall notify the OWNER AND ENGINEER, by letter executed by a duly qualified officer of CONTRACTOR that in CONTRACTOR's opinion, the Work of the Contract, or an agreed portion thereof, is "Substantially Complete" Such notification shall include a list of all outstanding or incomplete items. Upon receipt, and within a reasonable time thereafter, of such notice, the ENGINEER and the CONTRACTOR shall jointly perform a walk-through and inspection of the Work to determine the status of all or the identified portion of the work, and the ENGINEER shall prepare a detailed 08-2018 00700-23 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT list of unfinished, incomplete, defective and/or non-conforming Work ("Punchlist") If the ENGINEER determines that the Work is Substantially Complete in accordance with the Contract Documents, the ENGINEER shall issue to the OWNER and the CONTRACTOR a Certificate of Substantial Completion. OWNER shall have seven (7) days after receipt of Certificate to make written objection to the ENGINEER as to any provision of the Certificate or the attached list of non-conforming work. If ENGINEER concludes that the Work is not Substantially Complete, ENGINEER will, within fourteen (14) days, notify CONTRACTOR of the reason he believes the Work is not Substantially Complete. Upon Substantial Completion of the Work, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities, pending final payment and acceptance, with respect to security, maintenance, utilities and damage to the Work, except as otherwise provided in the Certificate of Substantial Completion. NEITHER THE SUBSTANTIAL COMPLETION OF THE WORK, NOR THE OMISSION OF AN ITEM FROM THE PUNCHLIST, SHALL EXCUSE THE CONTRACTOR FROM PERFORMING ALL OF THE WORK UNDERTAKEN, WHETHER OF A MINOR OR MAJOR NATURE, AND THEREBY COMPLETING THE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS The Certificate of Substantial Completion shall establish the time period within which CONTRACTOR shall complete the Work for Final Acceptance by the Owner and ENGINEER. 6 08-1 OWNER shall have the right to exclude CONTRACTOR from the Work after the date of Substantial Completion, for security requirement reasons. OWNER may establish an access procedure to facilitate CONTRACTOR's uninterrupted access to the Work for the purposes of completing and correcting all items on the Punchlist in an expeditious manner 6 09 FINAL PAYMENT Final payment of the Retamage withheld from the Contract Price shall be made by the OWNER to the CONTRACTOR at such time as (a) the Work, including all Change Orders and including all Punchlist work, has been fully completed in strict accordance with the Contract Documents; (b) the Contract has been fully performed except for the CONTRACTOR's responsibility to correct nonconforming Work during the warranty period set forth in the Contract Documents, and to satisfy other requirements, if any, which necessarily survive final payment; (c) CONTRACTOR delivers to OWNER a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be cancelled or allowed to expire until at least 30 days prior written notice has been given to OWNER, (d) CONTRACTOR delivers to OWNER a Consent of Surety, if any, to final payment; (e) CONTRACTOR delivers to OWNER a complete set of As-Built Drawings, reflecting all deviations from the Plans, Specifications and approved shop drawings in the Work actually constructed, and delivers all maintenance and operating manuals and/or instructions, 08-2018 00700-24 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (f) CONTRACTOR delivers to OWNER all building certificates required prior to occupancy and all other required inspections/approvals/acceptances by city, county, state governmental entities or other authorities having jurisdiction, (g) CONTRACTOR delivers to OWNER assignments of all guarantees and warranties from subcontractors, vendors, suppliers or manufacturers, as well as names, addresses and telephone numbers of contacts for each subcontractor, vendor, supplier or manufacturer; (h) CONTRACTOR removes all equipment,tools, temporary facilities, surplus materials and rubbish from the site, and final cleans the site to OWNER's satisfaction, (i) CONTRACTOR delivers to OWNER a Full and Final Release and Affidavit of Bills Paid in the form attached hereto as Attachment No 2, executed by CONTRACTOR, (j) CONTRACTOR delivers to OWNER all other documentation required to be submitted to OWNER pursuant to the Contract Documents, including but not limited to any special guarantees or warranties, operation and maintenance manuals, etc' in each case in a form satisfactory to OWNER as determined in OWNER's sole discretion, and (k) The Final Application for Payment has been approved by the ENGINEER and OWNER. Acceptance of Final Payment by the CONTRACTOR shall constitute a waiver of all claims by CONTRACTOR against OWNER other than any claims previously made in writing by CONTRACTOR against OWNER, and still unsettled, and except for claims arising out of third party actions, cross-claims and counterclaims. No interest shall be due or payable by OWNER to CONTRACTOR on any sums retained or withheld by OWNER pursuant to the terms or provisions of the Contract Documents, except as otherwise provided by applicable law Neither the Certificate of Substantial Completion nor the Final Payment nor possession or acceptance of the Work shall relieve the CONTRACTOR of its obligation for correction of defective or non- conforming Work, or for fulfillment of any warranty, which may be required by law or by the Contract Documents. 6 10 CORRECTION OF WORK BEFORE FINAL PAYMENT The CONTRACTOR shall promptly remove from OWNER's premises all materials, equipment or Work which is defective or otherwise not in conformance with the Contract Documents, whether actually incorporated in the Work or not, and CONTRACTOR shall, at his own expense, promptly replace such materials, equipment or Work with other materials conforming to the requirements of the Contract. The CONTRACTOR shall also bear the expense of restoring all work of CONTRACTOR or other contractors damaged by any such removal or replacement. If CONTRACTOR does not remove and replace any such unsuitable Work within ten (10) business days after receipt of a written notice from the OWNER or the ENGINEER, the OWNER may remove,replace and remedy such work at CONTRACTOR's expense. 08-2018 00700-25 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 6 11 CORRECTION OF WORK AFTER FINAL PAYMENT If within one (1) year from the date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, CONTRACTOR shall, at its sole cost, correct it and any other work affected thereby promptly after receipt of a written notice from OWNER to do so In addition, CONTRACTOR shall be responsible for any damage to building contents, when such damage results from the CONTRACTOR's use of faulty materials or defective workmanship, to the extent such damage is not covered by OWNER's insurance. This warranty period shall renew and recommence for each corrected item of Work upon completion of the remedial work. This time period for correction by CONTRACTOR is in addition to, and not in lieu of, all warranties or remedies, which exist at common law or by statute These warranty obligations shall survive the termination of this Contract, and shall be enforceable by a decree of specific performance, in addition to such other rights and remedies available to OWNER at law or in equity 612 PAYMENTS WITHHELD The OWNER may withhold, or on account of subsequently discovered evidence nullify and demand immediate repayment of, the whole or part of any certificate for payment or payment, to such extent as may be necessary to protect OWNER from loss on account of: (a) Defective or non-conforming Work not remedied, (b) Claims filed or reasonable evidence indicating probable filing of claims, (c) Failure of the CONTRACTOR to make payments promptly to subcontractors or for material or labor; (d) Damage to another contractor, OWNER, existing improvements on the site, or to adjacent or adjoining property; (e) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract amount; (f) Reasonable indication that the Work will not be completed within the Contract Time, (g) Failure on the part of the CONTRACTOR to execute any and all documents, releases or other documents presented to the CONTRACTOR for execution, as provided for herein or otherwise, (h) Liquidated or other damages due to late completion, and/or (i) Any breach by CONTRACTOR of this Contract or any other agreement between OWNER and CONTRACTOR. When the above grounds are removed to OWNER's satisfaction, the withheld payment shall be made promptly If the said causes are not so remedied, OWNER may remedy the same for CONTRACTOR's account, charge the entire cost thereof to CONTRACTOR and deduct such cost 08-2018 00700-26 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT from the Contract Sum or from any payments due or to become due under any other agreement between OWNER and CONTRACTOR. 6 13 DELAYED PAYMENTS Should the OWNER fail to make payment to the CONTRACTOR when payment is due in accordance with the terms of the Contract Documents, any interest due CONTRACTOR for late payments shall accrue and be paid in accordance with the provisions of Chapter 2251 of the Texas Government Code, as amended, and payment of such interest shall fully liquidate and compensate any injury to the CONTRACTOR growing out of such delay in payment. Should OWNER fail to pay CONTRACTOR an undisputed amount due within the time limits provided in the Contract or applicable law, CONTRACTOR shall give the notice required and comply with the provisions of Section 2251 051 of the Texas Government Code, and shall thereupon be entitled to the rights and remedies provided therein. 7.0 EXTRA WORK AND CLAIMS 7 01 DIFFERING SITE CONDITIONS During the progress of the work, if subsurface, latent physical conditions or unknown physical conditions of an unusual nature are encountered at the site that differ materially from those indicated in the contract or from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract,the CONTRACTOR shall notify the OWNER's Representative in writing within three (3) calendar days of the specific differing conditions before the site is disturbed and before the affected work is performed. (a) Upon written notification, the ENGINEER will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly The ENGINEER will notify the CONTRACTOR in writing of the determination whether or not an adjustment of the contract is warranted. (b)No contract adjustment which results in a benefit to the CONTRACTOR will be allowed unless the CONTRACTOR has provided the required written notice (c)No contract adjustment will,be allowed under this clause for any effects caused on unchanged work. 7 02 SUSPENSIONS OF WORK ORDERED BY THE ENGINEER. If the performance of all or any portion of the work is suspended by the ENGINEER in writing for seven(7) calendar days and the CONTRACTOR believes that additional compensation and/or contract time is due as a result of such suspension, the CONTRACTOR shall submit a written request for adjustment to the ENGINEER within seven(7) calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. (a)Upon receipt,the ENGINEER will evaluate the CONTRACTOR's request. If the ENGINEER agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the CONTRACTOR, its suppliers, or subcontractors at any approved tier, and not caused by weather,the ENGINEER will make an adjustment(excluding profit) and modify the contract in writing accordingly The CONTRACTOR will be notified of the ENGINEER's determination, in writing,whether or 08-2018 00700-27 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT not an adjustment of the contract is warranted. (b)No contract adjustment will be allowed unless the CONTRACTOR has submitted the request for adjustment within the time prescribed. (c)No contract adjustment will be allowed under this clause to the extent that performance would have been suspended by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 7 03 CHANGE ORDERS Without invalidating this Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the Work, such changes will be authorized by Change Order to be prepared by the ENGINEER for execution by the OWNER and the CONTRACTOR. The Change Order shall set forth the basis for any change in Contract Price, as hereinafter set forth for Extra Work, and any change in Contract Time, which may result from the change. 7 04 In accordance with paragraph 1 06 CONTRACTOR'S request to work weekends, the Owner's Construction Manager shall, upon receipt of written notice by the CONTRACTOR of the need to conduct work on otherwise non-Work Days, prepare a cost estimate for providing Construction Management and Inspection services during the requested period and submit this to both OWNER and CONTRACTOR. If approved by both parties the Construction Manager shall prepare a Deductive Change Order in the amount stated in the estimate for the signature of the CONTRACTOR and the OWNER for inclusion in the next Pay Application. The Deductive Change Order must be signed and executed by both the OWNER and CONTRACTOR prior to start of work on any non-Work Day 7 05 MINOR CHANGES The ENGINEER may authorize minor changes in the Work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price or time If the CONTRACTOR believes that any minor changes authorized by the ENGINEER involves Extra Work or entitles him to an increase in the Contract Price or the Contract Time, the CONTRACTOR shall give notice of same by written request to the ENGINEER for a written Work Order, with a copy to OWNER. Any such notice and request by the CONTRACTOR shall be given prior to beginning the changed work. CONTRACTOR's commencement of any minor change in the Work prior to such written notice and request shall constitute a waiver of any and all claims for an increase in the Contract Price or the Contract Time arising out of or related to such changed work. 7 06 EXTRA WORK. It is agreed that the CONTRACTOR shall perform all work when presented with a written Change Order, Work Change Directive or Work Order signed by the ENGINEER, subject, however, to the right of the CONTRACTOR to require written confirmation of such Change Order, Work Change Directive or Work Order by the OWNER. It is agreed that the basis of compensation or adjustment to the CONTRACTOR for work either altered, added or deleted by a Change Order or Work Change Directive, or for which a claim for Extra Work is made, shall be determined by one or more of the following methods. Method (A) --By Contract unit prices applicable to the work, if any; or Method(B) --By agreed unit prices or agreed stipulated lump sum price, or 08-2018 00700-28 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT Method (C) --If neither Method (A) nor Method (B) can be agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "Actual Field Cost" of the work plus. a) For subcontractors performing work mark-up shall be limited to fifteen percent, ten (10%) for the subcontractor plus five (5%) for the General Contractor or b)For the General Contractor alone, self-performing the extra work, without subcontractor, the mark-up shall not exceed ten percent (10%), as full and final compensation for the Extra Work and all costs and expenses, direct or indirect, arising out of or related thereto In the event said Extra Work or Change Order or Work Change Directive work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "Actual Field Cost" is hereby defined as the cost to the CONTRACTOR of all workers, such as foremen, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals of machinery and equipment, for the time actually employed or used on such Extra Work or Change Order or Work Change Directive work, plus actual transportation charges necessarily incurred together with all power, fuel, lubricants, water and similar operating expenses, plus all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security, Old Age Benefits and other payroll taxes, and a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation, and all other insurance as may be required by law or ordinance, or the Contract Documents,plus all payments to subcontractors for such work. The ENGINEER may direct the form in which accounts of the "Actual Field Cost" shall be kept and the records of these accounts shall be made available to the ENGINEER. The ENGINEER or OWNER may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used, otherwise these matters shall be determined by the CONTRACTOR. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100%), unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America where practicable. The mark-up of the "Actual Field Cost" to be paid to the CONTRACTOR, shall cover and compensate him for his profit, overhead, and all other elements of cost and expense not embraced within the "Actual Field Cost" as herein defined,, save that where the CONTRACTOR's field office must be maintained solely on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "Actual Field Cost." No claim for Extra Work of any kind will be allowed unless ordered by the ENGINEER in a written Work Order In case any orders or instructions, either oral or written, appear to the CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in the Contract Time, he shall make written request to the ENGINEER for a written Work Order authorizing such Extra Work within ten (10) days of ENGINEER's orders or instructions, otherwise the orders or instructions will be considered minor changes. The issuance of a Work Order by the ENGINEER shall not constitute or be construed as an agreement or acknowledgement by the ENGINEER that the work which is the subject of the Work Order is Extra Work outside the scope of the Contract Work, but shall merely constitute a direction to the 08-2018 00700-29 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT CONTRACTOR to perform the work, and the CONTRACTOR shall proceed with the work, and shall keep an accurate account of the "Actual Field Cost" thereof, as provided under Method (C). Upon completion of the alleged Extra Work, the CONTRACTOR shall promptly and within ten (10) days submit his claim to the ENGINEER by proper certification and attestation, on forms provided by the ENGINEER. The ENGINEER shall render a written decision on CONTRACTOR's claim within ten (10) days. It is mutually agreed between the parties that the ENGINEER's decision on all claims or questions in relation to the Work, CONTRACTOR's performance of the Work, any changes in the Work or Extra Work, the Contract Price and/or the Contract Time, shall be final and conclusive and binding upon the parties. If the ENGINEER shall fail to respond in writing to CONTRACTOR's claim within thirty (30) days of the date of submission, or if CONTRACTOR shall dispute or object to ENGINEER's decision on any claim, and CONTRACTOR fails to file a Request for Mediation of such claim in accordance with the provisions of Article 9 0, within sixty (60) days after the date of submission to the ENGINEER, or such longer period as the parties may agree to in writing, the CONTRACTOR shall lose and forfeit his right to make such claim for Extra Work at any later date, and all such claims held by the CONTRACTOR shall be deemed waived, forfeited and forever barred. CONTRACTOR shall continue to diligently prosecute the Work notwithstanding any pending claim, dispute, or dispute resolution process between OWNER and CONTRACTOR. 7 07 TIME OF FILING CLAIMS Except as otherwise provided herein, all questions of dispute or adjustment shall be made within the Pro-Trak system and filed with the ENGINEER within three (3) days after the ENGINEER has given any directions, order or instruction to which the CONTRACTOR desires to take exception. The ENGINEER shall reply within thirty (30) days to such written exceptions, and render his final decision in writing. It is mutually agreed between the parties that the ENGINEER's decision on all claims or questions in relation to the Work, CONTRACTOR's performance of the Work, any changes in the Work or Extra Work, the Contract Price and/or the Contract Time, shall be final and conclusive and binding upon the parties. In case the CONTRACTOR should desire to appeal from the ENGINEER's decision, the CONTRACTOR may request a meeting between representatives of the OWNER and the CONTRACTOR for the purposes of appealing the ENGINEER's decision directly to the OWNER, such meeting to occur within ten (10) days after the date of the CONTRACTOR's request, or such longer period as may be agreed to by the parties in writing. If the CONTRACTOR shall still be aggrieved after a meeting with the OWNER and/or his representative, the CONTRACTOR shall have sixty (60) days after the date of the meeting, or such longer period as the parties may agree to in writing, to file a Request for Mediation of such claim in accordance with the provisions of Article 9 0 In the event the CONTRACTOR shall fail, for any reason, to timely file a Request for Mediation,the OWNER shall be released of any and all liability, and the CONTRACTOR's failure to timely file a Request for Mediation shall constitute a waiver, forfeit and final bar of all such claims held by the CONTRACTOR against the OWNER. CONTRACTOR shall continue to diligently prosecute the Work notwithstanding any pending claim, dispute, or dispute resolution process between OWNER and CONTRACTOR. 8.0 DEFAULT 8 01 DEFAULT BY CONTRACTOR. In case the CONTRACTOR should abandon and fail or refuse to resume Work within five (5) days after written notification from the OWNER or the ENGINEER, or if the CONTRACTOR fails to comply with the orders of the ENGINEER when such orders are consistent with the Contract Documents, or if the CONTRACTOR otherwise defaults on its obligations under the Contract, OWNER shall have the right, if it so elects and 08-2018 00700-30 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT without prejudice to any other rights it may have, after giving five (5) days written notice of default to CONTRACTOR and any surety, to terminate the Contract or any part thereof and/or to take over or cause others to take over the Work or any part thereof, and to complete such Work for the account of CONTRACTOR. Where Performance and Payment Bonds exist, the sureties on these bonds shall be directed to complete the Work in conjunction with the notice of default, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of default,the CONTRACTOR shall promptly and Within no more than three (3) days, remove from the Work any machinery, equipment, or tools then on the job, not intended for incorporation into the Work. Should CONTRACTOR fail to promptly remove such machinery, equipment or tools, OWNER may remove such machinery, equipment or tools and store same at CONTRACTOR's expense; return such machinery, equipment or tools to their purported owner; or otherwise dispose of such machinery, equipment or tools as OWNER sees fit. Any materials, supplies and/or equipment delivered for use in the Work, may be used in the completion of the Work by the OWNER or the surety on the Performance Bond, or another contractor in completion of the Work; it being understood that the use of such equipment, supplies and materials will ultimately reduce the cost to complete the Work and be reflected in the final settlement. Where there is no Performance Bond or in case the surety should fail to commence compliance with the notice for completion hereinabove provided for within ten (10) days after the service of such notice, then the OWNER may provide for completion of the Work in either of the following elective manners (a) The OWNER may thereupon employ such force of workers and use such machinery, equipment, tools, materials and supplies as the OWNER may deem necessary to expeditiously complete the Work, and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such monies as may be due or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement or any other agreement between OWNER and CONTRACTOR. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall be credited with the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same had been completed by such CONTRACTOR, then the CONTRACTOR and/or his surety shall promptly pay the amount of such excess to the OWNER upon demand, or (b) The OWNER, under sealed bids, under the times and procedures provided for by law, may let the contract for completion of the Work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the OWNER under the completion contract, as compared to what would have been the cost under this Contract, such increase shall be charged to the CONTRACTOR, and the amount of such increase may be deducted by the OWNER out of such monies as may be due or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement or any other agreement between OWNER and CONTRACTOR, or the CONTRACTOR and/or his surety shall promptly pay the amount of such increase to the OWNER 08-2018 00700-31 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT upon demand. However, should the cost to complete any such completion contract prove to be fess than what would have been the cost to complete under this Contract, the CONTRACTOR and/or his surety shall be credited therewith. In the event of a default by CONTRACTOR, no further payments shall be made to CONTRACTOR under the Contract until the Work is Finally Completed. When the Work shall have been Finally Completed, the CONTRACTOR and his surety shall be so notified. A complete itemized statement of the Contract accounts, certified by the ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his surety, whereupon the CONTRACTOR and/or his surety shall pay the balance due as reflected by said statement. The OWNER, prior to incurring an obligation to make payment hereunder, shall have such statement of completion attested to by the CONTRACTOR and the surety as accurate, and in exchange for payment of the sum stated therein, the OWNER shall be entitled to a full and final release of any claims or demands by the CONTRACTOR or the surety In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this Contract, or when the CONTRACTOR and/or his surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment, tools or supplies left on the site of the Work shall be turned over to the CONTRACTOR and/or his surety Should the cost to complete the Work exceed the Contract Pnce, and the CONTRACTOR and/or his surety fail to pay the amount due the OWNER within the time designated above, and there remains any machinery, equipment, tools, materials or supplies which are the property of CONTRACTOR on the site of the Work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his surety at the respective addresses designated in the Contract, provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of the CONTRACTOR and his surety, subject only to the duty of the OWNER to exercise ordinary care to protect such property After fifteen (15) days from the date of such notice, the OWNER may sell such property, equipment, tools, materials or supplies, and apply the net sum derived from such sale to the credit of the CONTRACTOR and his surety Such sale may be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools, materials or supplies, which remain on the Work, and belong to persons other than the CONTRACTOR or his surety, to their reputed owners. 8 02 SUPPLEMENTATION OF CONTRACTOR FORCES If CONTRACTOR at any time shall, in OWNER'S sole opinion, fail to furnish skilled workers, suitable materials, supplies or adequate equipment sufficient for the prompt, timely and diligent prosecution of the Work in accordance with OWNER's direction, OWNER shall have the right, without prejudice to the exercise of other remedies for the same default and without fully taking over the Work, to supplement CONTRACTOR's forces and to expedite delivery of and to procure and furnish such workers, materials, tools, supplies or equipment for CONTRACTOR's account by employing other contractors and suppliers engaged in the same class of work and charge the entire cost thereof to CONTRACTOR, said cost to be deducted from sums due or to become due to CONTRACTOR under the Contract or any other agreement with OWNER or any parent, subsidiary or affiliate of OWNER. 08-2018 00700-32 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 8 03 CUMULATIVE REMEDIES & SPECIFIC PERFORMANCE. All rights and remedies of OWNER, under the terms of the Contract and/or available at law or in equity, are cumulative. In the event CONTRACTOR or any of its subcontractors, vendors or suppliers fails or refuses for any reason to provide timely manufacture, fabrication, delivery, installation, erection, construction or completion of any supplies, materials, expendables, equipment, machinery, accessories or appurtenances to be furnished hereunder, CONTRACTOR acknowledges and agrees that such items are required, necessary, essentially unique to the Project and the Work and will cause irreparable harm to OWNER and the Project if not furnished in accordance with the Contract, and OWNER shall have the right to obtain a decree of specific performance and mandatory injunctive relief from any Court of competent jurisdiction to ensure the timely furnishing of such items. 8 04 CROSS-DEFAULT If, for any reason, CONTRACTOR is declared in default and/or terminated by OWNER under any other agreement with OWNER, whether related to the Project or not related to the Project, OWNER shall have the right to offset and apply any amounts which might be owed to OWNER by CONTRACTOR under any other such agreements against any earned but unpaid amounts owing to CONTRACTOR by OWNER under the Contract, any retamage earned by CONTRACTOR under the Contract or any unearned, unpaid amount under the Contract. 8 05 INSOLVENCY It is recognized that if CONTRACTOR becomes a debtor in voluntary or involuntary bankruptcy proceedings, makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of his insolvency, such events could seriously impair or frustrate CONTRACTOR's performance of the Work. Accordingly, it is agreed that should CONTRACTOR become a debtor in bankruptcy, either voluntary or involuntary, CONTRACTOR shall notify OWNER in writing within twenty-four (24) hours of the filing with the bankruptcy court. Further, it is agreed that upon occurrence of any one or more such events, OWNER shall be entitled to request of CONTRACTOR or its successors, trustees or receivers, adequate assurances of future performance. In the event such adequate assurances are not given to the reasonable satisfaction of OWNER within seventy-two (72) hours of such request, OWNER shall have the right to immediately invoke the remedies of this Section 8 or as provided by law Pending receipt of such adequate assurances of such future performance, OWNER may proceed with the Work on a temporary basis and deduct the costs, plus reasonable overhead and profit, from any amounts due or which may become due to CONTRACTOR under the Contract or any other agreement with OWNER. In this regard, OWNER and CONTRACTOR agree that delays in performance could result in more damages to CONTRACTOR than would be sustained if OWNER failed to exercise such remedies. 8 06 CONTINGENT ASSIGNMENT CONTRACTOR hereby assigns to OWNER, all of CONTRACTOR's rights under and interest in any and all subcontracts and/or purchase orders entered into by CONTRACTOR pursuant to this Agreement, such assignment to become effective upon CONTRACTOR's default under this Agreement or OWNER's termination of this Contract, and OWNER's acceptance of such assignment. Upon CONTRACTOR's default or OWNER's termination of this Contract, OWNER may, in the event there is no performance bond for the Contract, or in the event the performance bond surety fails to complete the Contract, or if OWNER otherwise so elects in its sole discretion, accept such assignment by written notice of such acceptance to CONTRACTOR and subcontractor, and may require subcontractors to perform all of the then unperformed duties and obligations under the subcontract, for the direct benefit of OWNER. In the event OWNER requires such performance by a subcontractor, then OWNER 08-2018 00700-33 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT shall be obligated to pay such subcontractor any amounts due and owing under the terms of the subcontract/purchase order, at the subcontract prices and rates, and subject to any rights of withholding or offset and other terms and conditions of the subcontract, for all work properly performed by such subcontractor, to the date of OWNER's acceptance and thereafter OWNER's liability in this connection, however, shall not exceed the amount obtained by subtracting all payments made by CONTRACTOR to subcontractor from the Subcontract Price at the time of CONTRACTOR's default or OWNER's termination of CONTRACTOR. CONTRACTOR shall include a provision in its subcontracts that allows such assignment and allows OWNER to take these actions, and further provides that in the event of CONTRACTOR's termination for default, the subcontractor agrees to give the OWNER or its agent the right to inspect all books and records of subcontractor relating to the Work. 8 07 WAIVER OF CONSEQUENTIAL DAMAGES CONTRACTOR expressly waives any and all claims for consequential damages against OWNER arising out of or related to this Contract, or any other agreements between CONTRACTOR and OWNER, including, but not limited to, claims for damages incurred by CONTRACTOR for principal office expenses, including the compensation of personnel stationed there, losses of financing, bonding capacity, business and reputation, and claims for lost profit, whether on this Contract or otherwise. 8 08 TERMINATION FOR CONVENIENCE. OWNER may at its sole discretion, upon five (5) days written notice to CONTRACTOR, terminate this Contract, in whole or in part, if and when OWNER determines that it is in the best interest of OWNER to do so Upon receipt of such written notice from OWNER, CONTRACTOR shall cease all terminated Work,and take reasonable precautions to protect and preserve such work, and shall take all reasonable measures after consultation with OWNER to terminate or assign to OWNER all subcontracts, purchase orders or other commitments related to the Work or the Project on terms and conditions acceptable to OWNER. CONTRACTOR will be paid for all Work performed in strict accordance with the Contract Documents, based upon the Contract Price and the percentage of completion on the date of termination, and less amounts previously paid, subject to any reasonable backcharges attributable to CONTRACTOR's failure to comply with any of the provisions of this Contract and further subject to the other terms of this Contract regarding payment. In no event will CONTRACTOR receive or be entitled to any payment or compensation whatsoever for interruption of business or loss of business opportunities, any other items of consequential damages, for overhead or loss of profits on the unperformed Work and/or services and unfurnished materials or for any intangible, impact or similarly described cost, damages or expense, and under no circumstances shall the total sum paid to or received by CONTRACTOR under this Contract exceed the Contract Price. The compensation provided herein shall be CONTRACTOR's sole and exclusive remedy arising out of a termination for convenience. 8 09 DEFAULT BY OWNER. In case the OWNER shall default on its material obligations under this Contract, other than OWNER's failure to pay CONTRACTOR a disputed amount due within the time limits provided in the Contract or applicable law, as addressed by Section 6 13 of this Agreement, and shall fail or refuse to cure, or to commence and diligently pursue cure of such default within fifteen (15) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the Work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of the Work that have not been included in payments to the CONTRACTOR and have not been incorporated into the Work. And thereupon, the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all Work actually completed by 08-2018 00700-34 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT said CONTRACTOR (at the Contract Prices), the value of all partially completed Work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the terms of this Contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole Work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by the OWNER and all other sums that may be retained by the OWNER under the terms of this Agreement, and shall present the same to the OWNER, and OWNER's payment of said sum to the CONTRACTOR, on or before thirty (30) days after OWNER's receipt of such statement, shall satisfy any and all rights, claims or causes of action of CONTRACTOR arising out of or related to such default by OWNER, and shall be CONTRACTOR's sole and exclusive remedy for such default. A disputed or unilateral claim by the Contractor cannot by itself constitute a default hereunder 9.0 DISPUTE RESOLUTION Any dispute or pending claim or dispute resolution process between OWNER and CONTRACTOR shall not excuse or relieve CONTRACTOR of its obligations under the Contract, and CONTRACTOR shall diligently prosecute the Work notwithstanding any pending claim, dispute, or dispute resolution process between OWNER and CONTRACTOR. All claims, disputes and other matters in question arising out of or relating to, the Contract,, or the breach thereof, shall be subject to mediation as a condition precedent to any other dispute resolution process as may be selected by OWNER. Unless mutually agreed otherwise the mediation shall be conducted by a third party who will be selected by agreement between OWNER and CONTRACTOR, and Request for Mediation shall be filed with the other party The parties shall share the mediator's fee and any filing fees equally If a claim, dispute or other matter in question between OWNER and CONTRACTOR involves the work of a subcontractor or supplier, OWNER or CONTRACTOR may join such subcontractor or supplier as a party to any mediation proceeding between OWNER and CONTRACTOR hereunder CONTRACTOR shall include in all subcontracts and/or purchase orders related to the Work a specific provision whereby the subcontractor or supplier consents to being,joined in mediation between OWNER and CONTRACTOR involving the work of such subcontractor or supplier This Contract shall be governed by the laws of the State of Texas and shall be considered performable in Brazoria County, Texas, for venue purposes. Further, the OWNER and CONTRACTOR stipulate that venue for any dispute resolution proceeding involving or touching upon the Contract other than the conduct of an arbitration hearing shall be in Brazoria County, Texas, or, if such choice of venue is prohibited or unenforceable by law, shall be held in the county where the Project is located. CONTRACTOR agrees to pay OWNER all reasonable attorneys' fees incurred by OWNER in the event OWNER seeks to enforce any provision of this Contract whether by arbitration or other dispute resolution process. Further, in the event OWNER defends any claim instituted by CONTRACTOR against OWNER, whether in arbitration or other dispute resolution process, CONTRACTOR agrees to pay OWNER all reasonable attorneys' fees incurred by OWNER in defending such claim provided OWNER is the prevailing party, in whole or in part, in such proceeding. 08-2018 00700-35 of 35 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT ATTACHMENT NO. 1 TO GENERAL CONDITIONS WORKERS' COMPENSATION INSURANCE COVERAGE A. DEFINITIONS Certificate of coverage ("certificate") A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC81, TWCC-82, TWCC-83 or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project for the duration of the Project. Duration of the Project includes the time from the beginning of the Work on the Project until the contractor's/person's work on the Project has been completed and the Project warranty period has expired. Persons providing services on the project includes persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with due contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, motor carriers and owner- operators, (as defined at Section 406 121 of the Texas Labor Code), leasing companies, and employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Title 5 Workers' Compensation, Subtitle A Texas Workers' Compensation Act, for employees of the contractor providing services on the project, for the duration of the project. C The CONTRACTOR must provide a certificate of coverage to the OWNER prior to being awarded the Contract. D. If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. E. The CONTRACTOR shall obtain from each subcontractor or other person providing services on a project, and provide to the OWNER. (I) a certificate of coverage, prior to that person beginning work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 05/2007 00700-Al CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (2) no later than seven days after receipt by the CONTRACTOR and prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for one year thereafter G. The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery, within 10 days after the CONTRACTOR knew or should have known, of any changes that materially affect the provision of coverage of any person providing services on the Project. H. The CONTRACTOR shall post on each Project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. NOTICE REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440- 3789 to receive information on the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a project, too (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Title 5 Workers' Compensation, Subtitle A Texas Workers' Compensation Act, for all of its employees providing services on the Project, for the duration of the Project; (2) provide to the CONTRACTOR, prior to that person beginning work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the Project: 05/2007 00700-A2 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT (3) provide the CONTRACTOR,prior to the end of the coverage penod, a new certificate of coverage, showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; (4) obtain from each other person with whom it contracts, and provide to the CONTRACTOR. (a) a certificate of coverage, prior to the other person beginning work on the Project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage penod, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; (5) retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; (6) notify the OWNER in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage agreements will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropnate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The CONTRACTOR's failure to comply with any of these provisions is a breach of contract by the CONTRACTOR, which entitles the OWNER to pursue all rights and remedies available to it under the Contract, at law or in equity, if the CONTRACTOR does not remedy the breach within ten days after receipt of notice of breach from the OWNER. 05/2007 00700-A3 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT ATTACHMENT NO 2 TO GENERAL CONDITIONS AGREEMENT FOR FINAL PAYMENT AND CONTRACTOR'S SWORN RELEASE In consideration of the Final Payment under that certain contract between LEM Construction Co, Inc. (hereafter "CONTRACTOR") and the City of Pearland (hereafter "OWNER") for the Project known as Bailey WTP Improvements & Sanitary Sewer Line (the "Contract"), the CONTRACTOR makes the following representations to OWNER, either individually if a proprietorship, or jointly and severally by all general partners if a partnership, or if a corporation, by action of the president and secretary of said corporation, as duly authorized by appropriate action of the stockholders and/or board of directors of said corporation, their signatures hereon constituting a representation under oath by said individuals that they have the authority to execute this Agreement for and on behalf of the said corporation. 1 The undersigned CONTRACTOR represents to OWNER that the Application for Payment for the Final Payment under the Contract, and the final Change Order issued under the Contract if any, whether or not modified, corrected or changed in some way by the ENGINEER, the CONTRACTOR or the OWNER, a copy of which are attached hereto and marked Exhibit "A", are true, correct and accurate, and that CONTRACTOR has received payment in full for all other Applications for Payment submitted under the Contract, and that CONTRACTOR has been fully compensated for all labor, materials, equipment and/or services furnished in connection with the Contract, except for the Final Payment. 2. It is agreed and stipulated by the undersigned CONTRACTOR that upon the receipt of Final Payment in the amount as set out on the attached Application for Payment, the CONTRACTOR, by execution of this instrument of release, does, therefore, RELEASE and FOREVER DISCHARGE OWNER of and from all manner of debts, claims, demands, obligations, suits, liabilities and causes of action of any nature whatsoever, at law or in equity, in contract or in tort, now existing or which may hereafter accrue, arising out of or related to the Contract, any Change Orders or Work Orders, the Work, or any labor, materials, equipment or services furnished by CONTRACTOR to OWNER. 3 The CONTRACTOR, acting by and through the person or persons whose names are subscribed hereto, does solemnly swear and affirm that all bills and claims have been paid to all materialmen, suppliers, laborers, subcontractors, or other entities performing services or supplying materials or equipment, and that OWNER shall not be subject to any bills, claims, demands, litigation or suits in connection therewith. 4 It is further specifically understood and agreed that this Agreement for Final Payment and Contractor's Sworn Release shall constitute a part of the Contract, and it is also specifically understood and agreed that this Agreement shall not act as a modification, waiver or renunciation by OWNER of any of its rights or remedies as set out in the Contract itself, but this Agreement for Final Payment and Contractor's Sworn Release shall constitute a supplement thereto for the additional protection of OWNER. 05/2007 00700-B 1 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT SIGNED and EXECUTED this, the_day of , 20_ CONTRACTOR. By. Signature Print Name Title [If CONTRACTOR is a proprietorship, owner must sign, if a partnership, each general partner must sign, if a corporation, the following language should be used.] SIGNED and EXECUTED this, the day of 20_by , a Texas corporation, under authority granted to the undersigned by said corporation as contained in the Charter, By-Laws or Minutes of a meeting of said corporation regularly called and held. CONTRACTOR. By. President ATTEST Corporate Secretary (Corporate Seal) [This form is for use by either a proprietorship or a partnership In the event CONTRACTOR is a partnership or a joint proprietorship, additional signature lines should be added for each individual.] 05/2007 00700-B2 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT AFFIDAVIT STATE OF TEXAS § COUNTY OF § BEFORE ME, the undersigned authority, on this day personally appeared the person or persons whose name(s) are subscribed to the above and foregoing Agreement for Final Payment and Contractor's Sworn Release, who each, after being by me duly sworn, on their oaths deposed and said. I (We) am (are)the person(s) who signed and executed the above and foregoing Agreement for Final Payment and Contractor's Sworn Release, and I (we) have read the facts and statements as therein set out and the representations as made therein, and I (we) state that the above and foregoing are true and correct. CONTRACTOR- Affiant SWORN TO AND SUBSCRIBED TO before me, the day of 20_ Notary Public, State of Texas My Commission Expires. [This form is for use in the event CONTRACTOR is a corporation.] 07/2006 00700-B3 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT AFFIDAVIT STATE OF TEXAS § COUNTY OF § BEFORE ME,the undersigned authority, on this day personally appeared the persons who signed and executed the above and foregoing Agreement for Final Payment mid Contractor's Sworn Release, whose names are set out above, who each, after being by me duly sworn, on their oaths deposed and said. We each are the persons whose names are subscribed above, and hold respectively the offices in the corporation as set out above, and each state under oath that we have the authority to execute this Agreement for Final Payment and Contractor's Sworn Release for and on behalf of said corporation, pursuant to authority granted to us in the Charter of said corporation,the By-Laws of said corporation and/or the Minutes of said corporation, and the facts, statements and representations as set out in the instrument to which this Affidavit is attached, are true and correct. SWORN TO AND SUBSCRIBED TO before me this,the day of 20 Notary Public, State of Texas My Commission Expires. 07/2006 00700-B4 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT ATTACHMENT NO. 3 TO GENERAL CONDITIONS OWNER'S INSURANCE REQUIREMENTS OF CONTRACTOR 1 Definitions. For purposes of this Agreement: 1 1 Owner Parties. "Owner Parties" means (a) the City of Pearland, its successors and assigns, and the Engineer, (b) any officers, employees, or agents of such persons or entities, and (c) others as required by the Contract Documents, if any 1.2 Contractor "Contractor" shall mean the vendor providing the service or work to be performed under this Agreement. 1.3 Subcontractor "Subcontractor" shall include subcontractors of any tier 1 4 ISO "ISO"means Insurance Services Office. 2. Contractor Insurance Representations to Owner Parties 2.1 It is expressly understood and agreed that the insurance coverages required herein. 2.1 1 represent Owner Parties' minimum requirements and are not to be construed to void or limit the Contractor's indemnity obligations as contained in this Agreement nor represent in any manner a determination of the insurance coverages the Contractor should or should not maintain for its own protection, and 2.1.2 are being, or have been, obtained by the Contractor in support of the Contractor's liability and indemnity obligations under this Agreement. Neither the requirements as to insurance to be earned as provided for herein, the insolvency, bankruptcy or failure of any insurance company carrying insurance of the Contractor, nor the failure of any insurance company to pay claims accruing, shall be held to affect, negate or waive any of the provisions of this Agreement. 2.2 Failure to obtain and maintain the required insurance shall constitute a material breach of, and default under, this Agreement. If the Contractor shall fail to remedy such breach within five (5) business days after notice by the Owner, the Contractor will be liable for any and all costs, liabilities, damages and penalties resulting to the Owner Parties from such breach, unless a written waiver of the specific insurance requirement(s) is provided to the Contractor by the Owner In the event of any failure by the Contractor to comply with the provisions of this Agreement, the Owner may, without in any way compromising or waiving any right or remedy at law or in equity, on notice to the Contractor, purchase such insurance, at the Contractor's expense, provided that the Owner shall have no obligation to do so and if the Owner shall do so, the Contractor shall not be relieved of or excused from the obligation to obtain and maintain such insurance amounts and coverages. 10-2012 00700-Cl CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 3 Conditions Affecting All Insurance Required Herein 3 1 Cost of Insurance. All insurance coverage shall be provided at the Contractor's sole expense. 3.2 Status and Rating of Insurance Company All insurance coverage shall be written through insurance companies authorized to do business in the state in which the work is to be performed and rated no less than A- VII in the most current edition of A. M. Best's Key Rating Guide. 3.3 Restrictive, Limiting, or Exclusionary Endorsements. All insurance coverage shall be provided to the Owner Parties in compliance with the requirements herein and shall contain no endorsements that restrict, limit, or exclude coverage required herein in any manner without the prior express written approval of the Owner 3 4 Limits of Liability The limits of liability may be provided by a single policy of insurance or by a combination of primary and umbrella policies, but in no event shall the total limits of liability available for any one occurrence or accident be less than the amount required herein. 3.5 Notice of Cancellation, Nonrenewal, or Material Reduction in Coverage. All insurance coverage shall contain the following express provision. In the event of cancellation, non-renewal, or material reduction in coverage affecting the certificate holder, thirty (30) days prior written notice shall be given to the certificate holder by certified mail or registered mail, return receipt requested. 3 6 Waiver of Subrogation. The Contractor hereby agrees to waive its rights of recovery from the Owner Parties with regard to all causes of property and/or liability loss and shall cause a waiver of subrogation endorsement to be provided in favor of the Owner Parties on all insurance coverage earned by the Contractor, whether required herein or not. 3 7 Deductible/Retention. Except as otherwise specified herein, no insurance required herein shall contain a deductible or self-insured retention in excess of $25,000 without prior written approval of the Owner All deductibles and/or retentions shall be paid by, assumed by, for the account of, and at the Contractor's sole risk. The Contractor shall not be reimbursed for same. 4 Maintenance of Insurance. The following insurance shall be maintained in effect with limits not less than those set forth below at all times during the term of this Agreement and thereafter as required. 10-2012 00700-C2 CITY OFPEARLAND GENERAL CONDITIONS OF AGREEMENT 4 1 Commercial General Liability Insurance 4 1 1 Coverage. Such insurance shall cover liability arising out of all locations and operations of the Contractor, including but not limited to liability assumed under this contract (including the tort liability of another assumed in a business contract) Defense shall be provided as an additional benefit and not included within the limit of liability 4 1.2 Form. Commercial General Liability Occurrence form (at least as broad as an unmodified ISO CG 0001 0798 or its equivalent) 4 1 3 Amount of Insurance. Coverage shall be provided with limits of not less than. Each Occurrence Limit $1,000,000 General Aggregate Limit $2,000,000 Product-Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 4 1 4 Required Endorsements a. Additional Insured. Additional insured status shall be provided in favor of the Owner Parties on any of the following: i. ISO form CG 20 10 11 85, or u. ISO form CG 20 26 11 85, or in. a combination of ISO forms CG 20 33 10 01 and CG 20 37 1001, or iv any form providing equivalent protection to Owner b Designated Construction Project(s) Aggregate Limit. The aggregate limit shall apply separately to this Agreement through use of an ISO CG 25 03 03 97 endorsement or its equivalent. c. Notice of Cancellation, Nonrenewal or Material Reduction in Coverage, as required in 3 5, above. d. Personal Injury Liability The personal injury contractual liability exclusion shall be deleted. e. Primary and Non-Contributing Liability It is the intent of the parties to this Agreement that all insurance required herein shall be primary to all insurance available to the Owner Parties. The obligations of the Contractor's insurance shall not be affected by any other insurance available to the Owner Parties and shall seek no contribution from the Owner Parties' insurance, whether primary, excess contingent, or on any other basis. The Contractor's insurance coverage shall be endorsed to provide such primary and non- contributing liability f. Waiver of Subrogation, as required in 3 6, above. 10-2012 00700-C3 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4 1.5 Continuing Commercial General Liability Insurance. The Contractor shall maintain such insurance in identical coverage, form and amount, including required endorsements, for at least one (1) year following Date of Substantial Completion of the Work to be performed under this Agreement. The Contractor shall provide written representation to Owner stating Work completion date. 4.2 Auto Liability Insurance 4.2.1 Coverage. Such insurance shall cover liability ansing out of any auto (including owned, hired, and non-owned) 4.2.2 Form. Business Auto form (at least as broad as an unmodified ISO CA 0001 or its equivalent) 4.2.3 Amount of Insurance. Coverage shall be provided with a limit of not less than$1,000,000 4.2 4 Required Endorsements a. Notice of Cancellation, Nonrenewal or Material Reduction in Coverage, as required in 3 5, above. b Waiver of Subrogation, as required in 3 6, above. 4.3 Employer's Liability Insurance 4.3 1 Coverage. Employer's Liability Insurance shall be provided as follows 4.3.2 Amount of Insurance. Coverage shall be provided with a limit of not less than. Employer's Liability. $1,000,000 each accident and each disease. 4.3.3 Required Endorsements a. Notice of Cancellation, Nonrenewal or Material Reduction in Coverage, as required in 3 5, above. b Waiver of Subrogation, as required in 3 6, above. 4 4 Umbrella Liability Insurance 4 4 1 Coverage. Such insurance shall be excess over and be no less broad than all coverages described above and shall include a drop-down provision for exhaustion of underlying limits. 4 4.2 Form. This policy shall have the same inception and expiration dates as the commercial general liability insurance required above. 10-2012 00700-C4 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4 4.3 Amount of Insurance. Coverage shall be provided with a limit of not less than$5,000,000 4 4 4 Continuing Umbrella Liability Insurance. The Contractor shall maintain such insurance in identical coverage, form and amount, including required endorsements, for at least one (1) year following Date of Substantial Completion of the Work to be performed under this Agreement. The Contractor shall provide written representation to the Owner stating Work completion date. 4 5 Professional Liability Insurance 4.5 1 Coverage. The Contractor shall provide professional liability insurance for any professional design or engineering drawing required by the work. Such insurance shall indemnify the Owner from claims arising from the negligent performance of professional services of any type, including but not limited to design or design/build services as part of the Work to be performed. 4.5.2 Form. This insurance shall include prior acts coverage sufficient to cover all services rendered by the Contractor and by its consultants under this Agreement. It is recognized that this coverage may be provided on a Claims-Made basis. 4 5.3 Amount of Insurance. Coverage shall be provided with a limit of not less than$1,000,000 4 5 4 Continuing Professional Liability Insurance. The Contractor shall maintain such insurance in identical coverage, form and amount for at least one (1) year following Date of Substantial Completion of the Work to be performed under this Agreement. The Contractor shall provide written representation to the Owner stating Work completion date. 4 6 Builder's Risk 4 61 Insureds. Insureds shall include: a. Owner, General Contactor and all Loss Payees and Mortgagees as Named Insureds, and b subcontractors of all tiers in the Work as Additional Insureds. 10-2012 00700-C5 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4 6.2 Covered Property. Such insurance shall cover a. all structure(s) under construction, including retaining walls, paved surfaces and roadways, bridges, glass, foundation(s), footings, underground pipes and wiring, excavations, grading, backfilhng or filling; b all temporary structures (e.g., fencing, scaffolding, cribbing, false work, forms, site lighting, temporary utilities and buildings) located at the site; c. all property including materials and supplies on site for installation, d. all property including materials and supplies at other locations but intended for use at the site; e. all property including materials and supplies in transit to the site for installation by all means of transportation other than ocean transit; and f. other Work at the site identified in the Agreement to which this Exhibit is attached. Form a. Coverage shall be at least as broad as an unmodified ISO Special form, shall be provided on a completed-value basis, and shall be primary to any other coverage insurance available to the insured parties, with that other insurance being excess, secondary and non- contributing. b No protective safeguard warranty shall be permitted. c. Required coverage shall further include: i. Additional expenses due to delay in $ TBD completion of project(where applicable) ii. Agreed value Included without sublimit iii. Damage arising from error, omission or Included without sublimit deficiency in construction methods, design, specifications, workmanship or materials, including collapse iv Debris removal additional limit 25% of direct damage loss v Earthquake (where applicable) $ TBD vi. Earthquake sprinkler leakage(where $ TBD applicable) vii. Expediting expenses $ TBD viii. Flood(where applicable) $ TBD ix. Freezing Included without subhmit x. Mechanical breakdown, including hot& Included without sublimit cold testing(where applicable) xi. Notice of cancellation,non-renewal or Included 10-2012 00700-C6 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT material reduction—60 days prior written notice to each insured xu. Occupancy clause, as required in F, Included below xiii. Ordinance or law Included without sublimit xiv Pollutant clean-up and removal $ TBD xv Preservation of property Included without sublimit xvi. Replacement cost Included xvu. Theft Included without sublimit xviii. Waiver of subrogation as required in G, Included below 4 6.3 Amount of Insurance. Coverage shall be provided in an amount equal at all times to the full replacement value and cost of debris removal for any single occurrence. 4 6 4 Deductibles. Deductibles shall not exceed the following: a. All Risks of Direct Damage, Per $5,000 Occurrence, except b Delayed Opening Waiting Period 5 Days c. Flood, Per Occurrence $25,000 or excess of NFIP if in Flood Zone A, B or V d. Earthquake and Earthquake Sprinkler $25,000 Leakage, Per Occurrence 4 6.5 Termination of Coverage. The termination of coverage provision shall be endorsed to permit occupancy of the covered property being constructed so long as such occupancy does not exceed 20% of the usable area of the property This insurance shall be maintained in effect, unless otherwise provided for in the Contract Documents, until the earliest.of the following dates a. the date on which all persons and organizations who are insureds under the policy agree that it shall be terminated, b the date on which final payment, as provided for in the Agreement to which this Exhibit is attached, has been made; or c. the date on which the insurable interests in the Covered Property of all insureds other than Contractor have ceased. 10-2012 00700-C7 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 4 6 6 Waiver of Subrogation. The waiver of subrogation provision shall be endorsed as follows a. A waiver of subrogation shall be provided in favor of all insureds. b The waiver of subrogation provisions shall be endorsed as follows Should a covered loss be subrogated, either in whole or in part, your rights to any recovery will come first, and we will be entitled to a recovery only after you have been fully compensated for the loss. 5 Intentionally left blank. 6 Evidence of Insurance 6 1 Provision of Evidence. Evidence of the insurance coverage required to be maintained by the Contractor, represented by certificates of insurance, evidence of insurance, and endorsements issued by the insurance company or its legal agent, and must be furnished to the Owner prior to commencement of Work and not later than fifteen (15) days after receipt of this Agreement. New certificates of insurance, evidence of insurance, and endorsements shall be provided to the Owner prior to the termination date of the current certificates of insurance, evidence of insurance, and endorsements. 6.2 Form 6.2.1 All property insurance required herein shall be evidenced by ACORD form 28, "Evidence of Property Insurance" 6.2.2 All liability insurance required herein shall be evidenced by ACORD form 25, "Certificate of Insurance" 6.3 Specifications. Such certificates of insurance, evidence of insurance, and endorsements shall specify- 6.3 1 The Owner as a certificate holder with correct mailing address. 6.3.2 Insured's name, which must match that on this Agreement. 6 3.3 Insurance companies affording each coverage, policy number of each coverage, policy dates of each coverage, all coverages and limits described herein, and signature of authorized representative of insurance company 6.3 4 Producer of the certificate with correct address and phone number listed. 6.3 5 Additional insured status required herein. 6.3 6 Amount of any deductibles and/or retentions. 6.3 7 Cancellation, non-renewal and material reduction in coverage notification as required by this Agreement. Additionally, the words "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon Company, it agents or representatives" shall be deleted from the cancellation provision of the ACORD 25 certificate of insurance form. 10-2012 00700-C8 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT 6.3 8 Designated Construction Project Aggregate Limits required herein. 6.3.9 Personal Injury contractual liability required herein. 6.3 10 Primary and non-contributing status required herein. 6.3 11 Waivers of subrogation required herein. 6 4 Required Endorsements. A copy of each of the required endorsements shall also be provided. 6 5 Failure to Obtain. Failure of any Owner Party to demand such certificate or other evidence of full compliance with these insurance requirements or failure of any Owner Party to identify a deficiency from evidence that is provided shall not be construed as a waiver of the Contractor's obligation to maintain such insurance. 6 6 Certified Copies. Upon request of any Owner Party, the Contractor shall provide to the Owner a certified copy of all insurance policies required herein within ten (10) days of any such request. Renewal policies, if necessary, shall be delivered to the Owner prior to the expiration of the previous policy 6 7 Commencement of Work. Commencement of Work without provision of the required certificate of insurance, evidence of insurance and/or required endorsements, or without compliance with any other provision of this Agreement, shall not constitute a waiver by any Owner Party of any rights. The Owner shall have the right, but not the obligation, of prohibiting the Contractor or any subcontractor from performing any Work until such certificate of insurance, evidence of insurance and/or required endorsements are received and approved by the Owner 7 Insurance Requirements of Contractor's Subcontractors 7 1 Insurance similar to that required of the Contractor shall be provided by all subcontractors (or provided by the Contractor on behalf of subcontractors) to cover operations performed under any subcontract agreement. The Contractor shall be held responsible for any modification in these insurance requirements as they apply to subcontractors. The Contractor shall maintain certificates of insurance from all subcontractors containing provisions similar to those listed herein (modified to recognize that the certificate is from subcontractor) enumerating, among other things, the waivers of subrogation, additional insured status, and primary liability as required herein, and make them available to the Owner upon request. 7.2 The Contractor is fully responsible for loss and damage to its property on the site, including tools and equipment, and shall take necessary precautions to prevent damage to or vandalism, theft, burglary, pilferage and unexplained disappearance of property Any insurance covering the Contractor's or its subcontractor's property shall be the Contractor's and its subcontractor's sole and complete means or recovery for any such loss. To the extent any loss is not covered by said insurance or subject to any deductible or co-insurance, the Contractor shall not be reimbursed for same. Should the Contractor or its subcontractors choose to self insure this risk, it is expressly agreed that the Contractor hereby waives, and shall cause its 10-2012 00700-C9 CITY OF PEARLAND GENERAL CONDITIONS OF AGREEMENT subcontractors to waive, any claim for damage or loss to said property in favor of the Owner Parties. 8 Use of the Owner's Equipment. The Contractor, its agents, employees, subcontractors or suppliers shall use the Owner's equipment only with express wntten permission of the Owner's designated representative and in accordance with the Owner's terms and condition for such use. If the Contractor or any of its agents, employees, subcontractors or suppliers utilize any of the Owner's equipment for any purpose, including machinery, tools, scaffolding, hoists, lifts or similar items owned, leased or under the control of the Owner, the Contractor shall defend, indemnify and be liable to the Owner Parties for any and all loss or damage which may anse from such use. 9 Release and Waiver The Contractor hereby releases, and shall cause its subcontractors to release, the Owner Parties from any and all claims or causes of action whatsoever which the Contractor and/or its subcontractors might otherwise now or hereafter possess resulting in or from or in any way connected with any loss covered by insurance, whether required herein or not, or which should have been covered by insurance required herein, including the deductible and/or uninsured portion thereof, maintained and/or required to be maintained by the Contractor and/or its subcontractors pursuant to this Agreement. 10-2012 00700-C10 CITY OF PEARLAND SPECIAL CONDITIONS OF AGREEMENT Section 00800 SPECIAL CONDITIONS OF AGREEMENT The following Special Conditions modify the General Conditions, Document 00700 Where a portion of the General Conditions is modified or deleted by these Special Conditions, the unaltered portions of the General Conditions shall remain in effect. ARTICLE 1 DEFINITIONS AND INTERPRETATIONS 1 01 Add the following paragraph to the end of Article 1 01 The OWNER'S representative on the project site is Morgan Early telephone 281 652. 1734 The CONSTRUCTION MANAGER is telephone The CONSTRUCTION INSPECTOR is telephone ARTICLE 4 RIGHTS AND RESPONSIBILITIES OF THE CONTRACTOR 4 05 Add the following paragraph to Article 4 05 A Maintenance Bond in accordance with Document 00612 of the Project Manual is required for this Project. The cost of this bond shall be included in the CONTRACTOR'S Bid Proposal. Attachment No. 3 To General Conditions, Owner's Insurance Requirements of Contractor, Article 4 6 Builder's Risk—Builder's Risk Insurance is Required for this project. ARTICLE 5 PROSECUTION AND PROGRESS 5 08 Add Article 5 08 The Contract Time as defined in the bid and other sections of the Contract Documents includes a certain number of rain days. Based on the Alvin Weather Center Records, the average annual rain days from June 1898 to December 1996 is 40 days calculated from all precipitation days of record. The CONTRACTOR is required to keep a record of rain days at the site. The record of ram days must be accepted and signed by the City Inspector monthly, and shall be reported on the monthly pay estimate submittal. At the end of the contract,the CONTRACTOR will be credited only for 08/2018 00800- 1 of 2 CITY OF PEARLAND SPECIAL CONDITIONS OF AGREEMENT the number of accepted rain days that exceed 40 rain days per year, proportionate to the original Contract Time General Notes: Section 01500 Temporary Facilities requires CONTRACTOR to provide high speed internet access in the Field Office BIDDER is required to provide either a Field Office or any internet access for this project. All other requirements remain and will be required per the section. It is the responsibility of the Contractor to coordinate with the Owner for all Traffic Control Documents. Contractor to coordinate with the Owner for procurement of Traffic Control Documents prior to permitting. Contractor is to keep a minimum of one lane open at all times,in both directions No lane closures to extend beyond the defined work day Contractor will be required to provide an on-site construction office for the duration of this project. END OF SECTION 08/2018 00800-2 of 2 CITY OF PEARLAND WAGE SCALE FOR ENGINEERING CONSTRUCTION Section 00811 WAGE SCALE FOR ENGINEERING CONSTRUCTION 1 01 In accordance with the Prevailing Wage law on Public Works (Article 2258 of the Texas Government Code), the public body awarding the contract does hereby specify the rates shown on the attached tables following to be the general prevailing rates in the locality in which the work is being performed. 1 02 This prevailing wage rate does not prohibit the payment of more than the rates stated. 1 03 The wage scale for engineering construction is to be applied to all site work greater than five (5) feet from an exterior wall of new building under construction or from an exterior wall of an existing building. 10-2012 00811 - 1 of 1 CITY OF PEARLAND ADDENDUM Section 00900 ADDENDUM NO. 1 Date November 19, 2021 PROJECT Bailey WTP Improvements and Sanitary Sewer Line BID NO 0821-57 BID DATE December 9, 2021, 2:00 p.m FROM. Morgan R Early Project Manager City of Pearland 3519 Liberty, Pearland TX 77581 To Prospective Bidders and Interested Parties This addendum forms a part of the bidding documents and will be Incorporated into the Contract Documents, as applicable. Insofar as the original Contract Documents, Specifications, and Drawings are inconsistent, this Addendum shall govern. Please acknowledge receipt of this Addendum on the Bid Proposal form, Section 00300 submitted to the City of Pearland. FAILURE TO ACKNOWLEDGE RECEIPT OF ADDENDA ON THE BID PROPOSAL FORM MAY BE CAUSE FOR DISQUALIFICATION. CONTRACT DOCUMENTS Replace section 00100 - Invitation to Bidders with Attached. Bid due date has been revised to December 9, 2021 by 2.00 PM. An additional site visit for interested proposers will be held Tuesday,November 23, 2021 at 2.30PM at 3945 Wells Dr, Pearland TX 77581 Remove bid proposal form Part B in it's entirety and replace with attached bid proposal form. Attached is the agenda and sign-in sheet from the Mandatory Pre-Bid Conference SPECIFICATIONS Insert BNSF License Agreement to Appendix. CONSTRUCTION DRAWINGS None. afiC11Y P)E END OF ADDENDUM NO 1 t9Morgan R Early,Project Manager 2-22-12 00900- 1 of CITY OF PEARLAND INVITATION TO PROPOSE Section 00100 INVITATION TO PROPOSE COMPETITIVE SEALED PROPOSAL Electronic Competitive Sealed Proposals(CSP)will be accepted for the following project,through the City's E-bid System. Electronic Proposals shall be submitted through the City's web site at: https.//pearland.ionwave.net/Login.aspx All interested Offerors are required to register as a "supplier" on the City's E-bid System at the above web address by selecting "Supplier Registration" Registration provides automatic access to any changes (addenda) to the Plans, Specifications or Submission time and date. Submission of an Electronic Proposal REQUIRES completing a short registration questionnaire found on this web site. When prompted to add or remove commodity codes, registrants must add the codes listed below. * Building Construction Services,New(Includes Maintenance and Repair Services) * Construction Services, General (Includes Maintenance and Repair Services) * Construction Services, Heavy (Includes Maintenance and Repair Services) * Construction Services, Trade (New Construction) For more information regarding registration instructions, see INSTRUCTIONS TO OFFERORS, SECTION 00200, PART 2 included in the project proposal documents viewable on the web site Questions regarding electronic proposals are to be directed to City Purchasing Officer at ebids@pearlandtx.gov All Proposals submitted electronically will remain confidential until the opening date and time when they will be opened and read into the public record. Proposals shall be submitted on the forms provided in the E-bid System and submitted electronically through this system to the City Purchasing Officer, City of Pearland, City Hall Chambers located at 3519 Liberty Drive, Pearland, Texas 775 81 Electronic Proposals will be accepted until 2:00 p.m.,Thursday,December 9,2021 All Proposals shall reference the following project information in the appropriate locations in provided electronic format. All properly submitted proposals shall be publicly"opened"and read aloud into the public record following the closing of the acceptance period for the construction of. Bailey Water Plant Improvements and Bailey Sewer Line—Veterans to Bailey Water Plant City of Pearland,Texas COP PN WA1901 PROPOSAL NO • 0821-57 A mandatory pre-proposal conference will be held at the City of Pearland City Hall Chambers at 3519 Liberty Drive, Pearland, Texas 77581 at 11:00 a.m. on Thursday,November 18,2021. Following the meeting at City Hall, a site visit will be available at 3945 Wells Drive,Pearland, TX 77584 The project will entail the improvements at the Bailey Water Treatment Plant, as well as work related to the project at the off-site Magnolia site, off-site proposed lift station site, and off-site along Bailey Rd for the sewer line improvements. 8/2019 00100- 1 of 4 CITY OF PEARLAND INVITATION TO PROPOSE Upon award of a contract, the successful Offeror will be required to utilize the City's web based project management software, "Pro-Trak" for the administration of the construction project, including but not limited to,all transmittals and material submittals,RFI's,RFC's,Change Orders, Applications for Payment and all project communications with the City, its Construction Manager and Engineer This system has certain hardware, internet access and operation requirements that form the basis for all project communications,documentation and records for the project.For more information, see INSTRUCTIONS TO OFFERORS, SECTION 00200, PART 1 4 Electronic Proposal Documents. including Contract Documents, Plans and Technical Specifications are available for download at no cost on the City's Website at: at: https.//pearland.ionwave.net/Login.aspx upon registration. The documents are NOT viewable without registration. These same documents are also available at the following locations. Amtek Plan Room (713) 956-0100 4001 Sherwood Houston, TX 77092 The Associated General Contractors of America, Inc (713) 334-7100 2400 Augusta, Suite 350 Houston, TX 77057 Virtual Builders Exchange (832) 613-0201 7035 W Tidwell Building J, Suite 112 Houston, TX 77092 McGrawHill Construction—Dodge Reports 1-800-393-6343 No plan fees or deposits are required for plans and Proposal documents obtained through the City's E-bid System. OFFERORS MUST REGISTER AS A SUPPLIER ON THE CITY'S E-BID SYSTEM IN ORDER TO SUBMIT A PROPOSAL EVEN IF PROPOSAL DOCUMENTS ARE OBTAINED VIA ONE OF THE PLAN HOUSES Offerors accept sole responsibility for downloading all of the required documents, plans, specifications proposal forms and addenda required for submitting a proposal. Proposals must be accompanied by a Contractors Qualification Statement(Section 00300 Part C) No proposal may be withdrawn or terminated for a period of ninety (90) days subsequent to the proposal opening date without the consent of the City of Pearland. Unless otherwise expressly provided herein, all references to "day(s)" shall mean calendar day(s) Bid Security and Bonds Bid Security in the form of Cashier's Check, Certified Check, or Bid Bond payable to the City of Pearland in the amount of 5% of the total bid price must accompany each proposal. Offerors submitting Proposals electronically through the E-bid System shall scan and up-load a copy of the sealed Bid Bond as an attachment to their bid. Original documents for Bid Security shall be requested by the City from the lowest two Offerors and delivered to the City's Purchasing Officer within 48 business hours of the request. Bid Security shall be 8/2019 00100-2 of 4 CITY OF PEARLAND INVITATION TO PROPOSE delivered to Office of City Purchasing,Finance Department,City Hall Annex,3523 Liberty Drive, Pearland, Texas 77581 Performance and Payment Bonds. The successful Offeror must furnish Performance and Payment Bonds as required by Chapter 2253 of the Texas Government Code or other applicable law,as amended,upon the form included in the Contract Documents,in the amount of one hundred percent (100%) of the final contract price, such bonds are to be executed by a corporate surety duly authorized to do business in the State of Texas, and named in the current list of"Treasury Department Circular No 570", naming the City of Pearland, Texas as Obligee. Additionally,the successful Offeror shall be required to provide a one year Maintenance Bond for the improvements installed as part of this work, as provided in the Special Conditions of Agreement if so stated. Equal Opportunity. All responsible Offerors having submitted complete proposals will receive consideration for award of contract without regard to race, color, religion, sex, or national origin. The contractor, sub-recipient, or sub-contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate Nondiscrimination: The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S C 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. DBE/SBE Goal. The Disadvantaged Business Enterprise (DBE) goal for this project is 0%. The Small Business Enterprise (SBE) goal for this project is 0%. DBEs and SBEs selected must be TxDOT approved. Race neutral participation is encouraged and can be achieved through various supplier and subcontracting opportunities. Selection Criteria. The Contract will be awarded based on provision of "Best Value" to the Owner "Best Value" is defined as the lowest price for the provision of the highest quality of goods and services in the performance of the work as determined to be most advantageous to the Owner (252.043 Local Government Code) Owner will attempt to negotiate a contract with the most qualified Offeror If the Owner is unable to negotiate a satisfactory scope, schedule or price with the selected Offeror, the Owner may end negotiations with that Offeror and proceed to the next highest ranked Offeror in the order of the ranking until a contract is reached or all proposals are rejected. 8/2019 00100-3 of 4 CITY OF PEARLAND INVITATION TO PROPOSE The Owner may undertake such investigations as he deems necessary to determine the ability of the Offeror to perform the work,the accuracy of information provided and the reputation of the Offeror with former clients. Offeror shall furnish the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any proposal if the evidence submitted by, or investigation of, such Offeror fails to satisfy the Owner that such Offeror is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Proposals containing any Conditional Modifiers will not be accepted. The City of Pearland (Owner) reserves the right to award a contract based on its sole assessment and ranking of the above factors in its own best interests and to reject any or all proposals for any reason. A proposal that has been "opened" may not be changed for the purposes of correcting an error in the proposed price, scope or schedule. State Sales Tax. The Owner qualifies for exemption from State and Local Sales Tax pursuant to Section 151.311 of the Texas Tax Code for material incorporated into the project. Crystal Roan City Secretary, City of Pearland First Publication date Wednesday,November 10, 2021 Second Publication date Wednesday,November 17, 2021 8/2019 00100-4 of 4 EXHIBIT'A' BAILEY WATER TREATMENT PLANT IMPROVEMENTS Quantity UOM Description Spec Reference Mgf Name Mfg# Estimated Response GENERAL PKHD 1 Base Bid 1 (WA1901) PKLN 1 1 Base Bid 1 LS MOBILIZATION,BONDS AND INSURANCE(3%MAXIMUM OF PROJECT WA1901) 01505 5,560 LF PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT TRENCH AND 02220 PKLN 1 2 Base Bid EXCAVATION SAFETY PLAN PREPARE AND OBTAIN APPLICABLE APPROVAL(S)AND IMPLEMENT STORM WATER LS PKLN 1 3 Base Bid 1 POLLUTION PREVENTION PLAN 01565 TRANSMISSION PKHD 2 Base Bid 1 LINE(WA1901) • PERFORM CUT CAP AND CONNECT PROPOSED TRANSMISSION LINE TO EXISTING PKLN 2 1 Base Bid 1 EA WATER LINE LOCATED OUTSIDE MAGNOLIA WTP DIV 2 5,560 LF FURNISH AND INSTALL 12-INCH C900,DR25 PVC PIPE BY OPEN CUT AND ALL RELATED DIV 2 AND 15064 PKLN 2 2 Base Bid APPURTENANCES 100 FURNISH AND INSTALL 12-INCH C900,DR25 PVC PIPE WITH STEEL CASING BY DRY DIV 2 AND 15101 PKLN 2 3 Base Bid LF AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES 2 EA FURNISH AND INSTALL 12-INCH GATE VALVE WITH VALVE BOX,AND ALL RELATED DIV 2 AND 15065 PKLN 2 4 Base Bid APPURTENANCES FURNISH AND INSTALL 2-INCH COMBINATION AIR RELEASE VALVE,AND ALL RELATED PKLN 2 5 Base Bid 1 EA APPURTENANCES 02640 PERFORM FLUSHING AND PRESSURE TESTING OF THE MAGNOLIA TRANSMISSION LINE LS PKLN 2 6 Base Bid 1 02670 PERFORM DISINFECTION AND BACTERIOLOGICAL TESTING OF THE MAGNOLIA LS PKLN 2 7 Base Bid 1 TRANSMISSION LINE 02670 SITE IMPROVEMENTS PKHD 3 Base Bid 1 _(WA1901) FURNISH AND INSTALL WESTECH PACKAGES AERALATER SYSTEM,COMPLETE IN PLACE), 1 LS for Two million eight hundred fifty five thousand four hundred sixty three Dollars and 11900 AND PKLN 3 1 Base Bid Zero Cents per lump sum. APPENDIX A FURNISH AND INSTALL SUPERVISORY CONTROL AND DATA ACQUISITION SYSTEM for DIV 13 AND 1 LS Two hundred ninety six thousand nine hundred seventy six Dollars and Zero Cents per APPENDIX B PKLN 3 2 Base Bid lump sum. Extra Work SITE ADDITIONS PKHD 4 Items 1 (WA1901) FURNISH AND INSTALL NEW SECURITY SYSTEMS AT BAILEY AND MAGNOLIA SITES for 1 LS Forty eight thousand four hundred thirty nine Dollars and Ninety one Cents per lump APPENDIX C PKLN 4 1 Extra Work Items sum. FURNISH AND INSTALL THE OPERATING PLATFORM FOR SUPERVISORY CONTROL AND 1 LS DATA ACQUISITION SYSTEM for Eighteen thousand three hundred thirty four Dollars and APPENDIX D PKLN 4 2 Extra Work Items Zero Cents per lump sum. 1 FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR SITE GENERATOR for Eight LS APPENDIX B PKLN 4 3 Extra Work Items thousand three hundred thirty Dollars and Zero Cents per lump sum. FURNISH AND INSTALL,AS DIRECTED BY OWNER,NEW REMOTE TERMINAL UNITS AT 1 LS MAGNOLIA AND BAILEY SITES for One hundred nine thousand nine hundred eighty nine APPENDIX B PKLN 4 4 Extra Work Items Dollars and Zero Cents per lump sum OWNER'S ALLOWANCE FOR WORK DIRECTED IN WRITING BY THE CITY OF PEARLAND for PKLN 4 5 Extra Work Items 1 Two hundred and fifty thousand Dollars and Zero Cents per lump sum. N A EXHIBIT'A' SANITARY SEWER LINE-BAILEY WTPTO RCN Quantity UOM Description Spec Reference Mgf Name Mfg# Estimated Response GENERAL ITEMS PKHD 1 Base Bid 1 (WW2007) PKLN 1 1 Base Bid 1 IS MOBILIZATION,BONDS AND INSURANCE(3%MAXIMUM OF PROJECT WW2007) 01505 3,040 LF PREPARE AND OBTAIN APPLICABLE APPROVALS)AND IMPLEMENT TRENCH AND 02220 PKLN 1 2 Base Bid EXCAVATION SAFETY PLAN PERFORM CONNECTION OF PROPOSED SEWER FORCE MAIN TO EXISTING MANHOLE IN LS PKLN 1 3 Base Bid 1 THE NATATORIUM PARKING LOT DIV 2 185 LF FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(8-10 VF DIV 2 AND 15064 PKLN 1 4 Base Bid DEPTH)AND ALL RELATED APPURTENANCES 180 LF FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE BY OPEN CUT(OVER 10 VF DIV 2 AND 15064 PKLN 1 6 Base Bid DEPTH)AND ALL RELATED APPURTENANCES FURNISH AND INSTALL 6-INCH ASTM D3034 SDR26 PVC PIPE WITH STEEL CASING BY 02410,15064, PKLN 1 5 Base Bid 145 LF DRY AUGER BORING AND JACKING,AND ALL RELATED APPURTENANCES AND DIV 2 2 EA FURNISH AND INSTALL STANDARD 5-FOOT DIAM.CONCRETE DROP MANHOLE,AND ALL 02542 AND DIV 2 PKLN 1 7 Base Bid RELATED APPURTENANCES 10 VF FURNISH AND INSTALL EXTRA DEPTH MANHOLE,AND ALL RELATED APPURTENANCES 02542 AND DIV 2 PKLN 1 8 Base Bid 2,675 LF FURNISH AND INSTALL 6-INCH C-900,DR-25 PVC PIPE BY OPEN CUT TRENCHING,AND DIV 2 AND 15064 PKLN 1 9 Base Bid ALL RELATED APPURTENANCES PKLN 1 10 Base Bid 1 LS PERFORM INSPECTION AND TESTING OF SANITARY SEWER LINE DIV 2 FURNISH AND INSTALL SITE CIVIL,STRUCTURAL,ARCHITECTURAL,HVAC,PLUMBING, TECHNICAL 1 LS AND ELECTRICAL WORK,INCLUDING EQUIPMENT,PIPING,VALVES,FITTINGS AND ALL SPECIFICATIONS PKLN 1 11 Base Bid RELATED APPURTENANCES,COMPLETE IN PLACE EXTRA WORK EXTRA WORK PKHD 2 ITEMS 1 ITEMS FURNISH AND INSTALL NEW NATURAL GAS SERVICE FOR LIFT STATION GENERATOR for 1 LS One thousand one hundred ten Dollars and Zero Cents per lump sum. APPENDIX D PKLN 2 1 EXTRA WORK ITEMS TOTAL BASE BID(WA3901): TOTAL EXTRA WORK ITEMS.CWA1901): TOTAL BASE BID CWW20O7): TOTAL EXTRA WORK ITEMS CWW2007): TOTAL PROPOSAL Ofleror's Authorized Signtatrnc o f Pt, CITY OF PEARLAND U L e9� PROJECTS DEPARTMENT 2016 Old Alvin, PEARLAND Pearland,Texas 77581 T E x n s pearlandtx.gov/projects esT 1 s9a PRE-PROPOSAL MEETING AGENDA Bailey Water Treatment Plant Improvements Thursday, November 18,2021 11:00 AM The pre bid meeting for this project is mandatory Please make sure you have signed the sign-in sheet. This meeting is not to make changes in the design, but to answer any questions about the plans and specifications Any questions you have shall be sent in writing through the E-bid system at ebids@pearlandtx.gov There will be no decisions made at this meeting. All questions and clarifications regarding project documents shall be made in writing and will be addressed by an addendum. Addendums will be available for viewing along with the contract documents. 1) Sign-in,Social Distancing Measures ' 2) Introduction of Participants a) City of Pearland Purchasing Liaison.Julie Blackmore ebids@pearlandtx.gov b) City of Pearland Project Manager Morgan R. Early 2016 Old Alvin Rd,Bldg. 1 Pearland, TX 77581 281 652.1734 office c) Design Engineer Enprotec/Hibbs and Todd, Inc 402 Cedar Street Abilene, TX 79601 325 698.5560 office 3) Introduction of the Project a) Project Name Bailey Water Treatment Plant Improvements b) City of Pearland Project Number WA1901 and WW2007 c) CSP No 0821-57 4) Project Overview Design 1 of 3 D30 Revised 7/08 a) Overview of Work—Competitive Sealed Proposal i) The project generally consists of pumping improvements at the off-site Magnolia well, installation of a transmission water line between the Magnolia well site and the Bailey Water Treatment Plant site, treatment improvements at the Bailey site to allow for treatment of groundwater from both the Magnolia and Bailey wells, and a sanitary sewer system — consisting of a gravity sewer'line to a lift station and a subsequent force main to the City's existing collection system—to handle waste generated from the Bailey site. b) The Contractor shall be aware of existing utilities in and around the project areas. It is the Contractor's responsibility to locate and verify all utilities prior to construction. Contractor must contact and coordinate with all pertinent entities (i.e AT&T, CenterPoint Energy, Comcast, etc ) and meet their requirements. c) Preliminary Cost Estimate-Approximately$13,428,000 00 d) Construction concerns. i) Future Issues COVID related resource delays that could affect schedule. Coordination between entities will be crucial for success. Acquisition of long lead time items to be prioritized to maintain construction schedule. ii) Existing Conditions Project Site is within a recreation center, which is heavily used and visible to the public. Site cleanliness will be a priority iii) Coordination Between other Entities Contact City of Pearland, Project Manager, Morgan R Early for necessary coordination. Entities to include City of Pearland Water Production, Distribution& Collections, Right-of-Way, Facilities, and Community Development. 5) Procurement Process a) Advertised. 11/10/2021 & 11/17/2021 in Pearland Reporter News. b) Mandatory Pre-bid Conference Thursday, November 18, 2021 @ 11.00 AM at the City of Pearland City Hall Council Chambers at 3519 Liberty Drive, Pearland, Texas 77581 The meeting will be followed by a site visit for interested proposers. c) Any inquires to the proposal should be emailed to ebtds@pearlandtx.gov no later than Wednesday,November 24, 2021 d) Construction Plans & Specs available for download at City's EBID system. All bids should be submitted through the E-Bid system located on the City's website at: https.//pearland.ionwave.net/Login.aspx. All interested Proposers are advised to register as a "supplier" on the City's E-Bid System at the above website by clicking on "Supplier Registration" and completing a short registration questionnaire. Electronic Bid Documents, including Plans, Technical Specifications and Bid Forms are available for download after registration is approved by City Purchasing office. No plan fees or deposits are required for bid documents obtained through the City's E-bid System. Questions regarding electronic bidding should be directed to City Purchasing Officer at ebids@pearlandtx.gov e) Sealed proposals are due in duplicate. Thursday, December 9, 2021 by 2.00 pm (via EBID system) Bids will be opened and read aloud after the 2.00 pm deadline Location. City Hall Council Chambers at 3519 Liberty Dr, Pearland TX 77581 f) Bidder Qualifications—must be submitted with bid g) Bid Security—Five percent (5%) bid security must accompany each bid proposal in the form of certified check, cashier's check or Bid Bond Design 2 of 3 D30.Revised 7/08 h) PROPOSAL AWARD Criteria for award of the proposal shall include the following. These factors, among others identified herein, will be used to evaluate your capability as a Vendor and in selecting the proposal that provides the best value for the City i) Price, ii) Reputation of the Proposer and of the Proposer's goods or services, iii) Quality of the Proposer's goods or services, iv) Extent to which the goods or services meet the City's needs, v) Proposer's past relationship with the City, vi) The impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses (HUB) and non-profit organizations employing persons with disabilities, vii)Total long-term cost to the City to acquire the Proposer's goods or services, viii) Any relevant criteria specifically listed in the request for proposals. i) Each Offeror by submitting a proposal agrees that if their offer is accepted by City Council, such Offeror will furnish all items and services upon which prices have been tendered and upon the terms and conditions in the proposal/contract. 6) Contract a) Award i) Notice of Award—Successful Bidder shall return Standard Form of Agreement and Payment, Performance and Maintenance Bond Forms within 10 days of receipt of Notice of Intent to Award. ii) Notice to Proceed — Contractor shall commence work within ten (10) days after receipt of Notice to Proceed b) Project Duration i) Substantial Completion 540 calendar days after the date of the Notice to Proceed ii) Complete/Final Payment: 90 days after Owner receives approved retainage invoice & close- out documentation required. iii) Liquidated Damages. One thousand five hundred dollars ($1,500)/calendar day 7) Closing comments Anything that has been said during the Pre-Proposal Conference is for the purpose of assisting in the clarification of the details of this project. This discussion is intended to be helpful to the potential proposers, but in no way is it meant to change anything contained in the Proposal Documents Additional questions regarding proposal documents must be submitted in writing to ebids@pearlandtx.gov Proposers must rely on Addenda for official answers to issues that are either not covered or are ambiguous in the Proposal Documents. All Pre-Proposal participants will be notified of future Addenda, if required. Interested proposers are responsible for obtaining Addenda from the City of Pearland. 8) Questions? Design 3 of 3 D30.Revised 7/08 tO 0i rf-tfe Bailey WTP Improvements &Sanitary Sewer Line o CoP Project No. WA1901 &WW2007 PEAR,LAND Mandatory Pre-Bid Meeting Sign-in Sheet T Thursday, November 18, 2021 @ 11.00 AM esr. ,s9a 3519 Liberty Dr, Pearland TX 77581 Name(Print) Company Phone Number Email Morgan R Early City of Pearland 281-652-1734 mearlyCa nearlandtx.gov Jordan Hibbs Enprotec/Hibbs &Todd, Inc 325-698-5560 jordan.hibbsae-ht.com Michael Wray Enprotec/Hibbs &Todd, Inc 325-698-5560 michael.wravOe-ht.com Jonathan Baum Enprotec/Hibbs &Todd, Inc 325-698-5560 jonathan.baumCa e-ht.com \lexonicca Peg&t, G 7P 2,81 U52 1151 ebidscDpeorkund+1. g&J Z-v--`A-�\ ApL c. L .ov.L. C..3 P e-lo tds D ,e 1 a-.14-X,oy.1 v 51.e/vcVl a lv,cc, Arc)tnc�ot js^C1v" leics €9 -So/ - 4127 Loruv G dc, & rondo% 1„dus�a-r`< al,/4.e,7` -7- lr.�tm2 A/4aR 2,04„ A `e7r '-J 2-3 fj/16, (J7 dJ R/da 6 i p0 CGS rt tE,.rf A11 i5o.v _ �� let-tog-,oa -41t;s et t eo.44 4;.., . co Ai psori\. -1-;or l f'rc A. Lk' Ls Z$/Ls-3- ai 2-0 ). i,rc(' r,,,1P'\P. - c onkrc . c-o,-- 1 ) V)sAn\C_f_f CoriS1t2-y-q(-,C:‘-5,0�e7--, N.1n.3 tn0c*.r 3rvIerNI,C. -P _C C'tlVb g-e'K ll�^ i` C. o F- 713 7 JS D Z>/Z c 1./y e f e..a,_1a. 4x y e( - 1��ie\ A\\eu. 5JP 1\'3-,-7 6-- t0c r13 u.tle., ()-2w-•1Wv.)1 tic g& Mt./11i zuel- Co? Z(3 -12-4- 1S01, e P T -God/ 1 -- D5.Revf- 18 Name 'nt) Company Phone Number Email 3QI; 07S00) VeCk).4 0311 aei tqain. C042.111A ?Qckzr (20 2 of 2 D5 Revised 9/08 Tracking#F21-67607 PIPELINE LICENSE THIS PIPELINE LICENSE("License")is made to be effective ,2021 (the"Effective Date") by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor")and CITY OF PEARLAND, a Texas Municipality("Licensee"). In consideration of the mutual covenants contained herein,the parties agree to the following: GENERAL 1 Grant of License. Licensor hereby grants Licensee a non-exclusive license,subject to all rights,interests, and estates of third parties,including,without limitation,any leases,use rights,easements,liens,or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process(the"Drawings and Specifications"),one(1)pipeline, 12.08 inches in diameter inside a 21.25 inch Steel casing(collectively,the"Pipeline"),across or along Licensor's rail corridor at or near the station of Pearland, County of Brazoria, State of Texas, Line Segment 7501, Mile Post 8.72 as shown on the attached Drawing No. 81498, dated May 12, 2021, attached hereto as Exhibit"A" and incorporated herein by reference(the"Premises"). 2. Term. This License shall commence on the Effective Date and shall continue for a period of twenty-five (25)years,subject to prior termination as hereinafter described. 3. Existing Improvements. Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees, licensees, easement beneficiaries or lien holders, if any, or interfere with the use, repair, maintenance or replacement of such improvements. 4 Use of the Premises. Licensee shall use the Premises solely for construction, maintenance, and use of the Pipeline in accordance with the Drawings and Specifications. The Pipeline shall carry Water, and Licensee shall not use the Pipeline to carry any other material or use the Premises for any other purpose. Licensee is expressly prohibited from using or allowing any telecommunication facilities or equipment within the Premises,or using or allowing the use of the Premises for any other purpose. 5. Alterations. Except as set forth in this License, Licensee may not make any alterations to the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without Licensor's prior written consent. COMPENSATION 6. License Fee. Licensee shall pay Licensor, prior to the Effective Date, a one-time payment (in lieu of recurring periodic fixed license fees)in the amount the sum of Three thousand seven hundred and No/100 Dollars($3,700.00)as compensation for the use of the Premises. 7 Costs and Expenses. 7 1 For the purpose of this License,"cost"or"costs"and"expense"or"expenses"includes,but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. 7.2 Licensee agrees to reimburse Licensor(pursuant to the terms of Section 8 below)for all costs and expenses incurred by Licensor in connection with Licensee's use of the Premises or the presence,construction and maintenance of the Pipeline,including but not limited to the furnishing of Licensor's flaggers and any vehicle rental costs incurred, inspection coordination, safety, mobilization and/or other observation services described in this License (collectively, the "Services"). Licensee shall bear the cost of the Services,when deemed necessary by Licensor's representative. Flagging costs shall include,but not be limited to,the following: pay for at least an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays (as applicable); vacation allowance; paid holidays (as applicable); railway and -1- Form 424;Rev.20200605 Tracking#21-67607 unemployment insurance; public liability and property damage insurance; health and welfare benefits; transportation; meals; lodging and supervision. Negotiations for railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase flagging rates. Flagging rates in effect at the time of performance by the flaggers will be used to calculate the flagging costs pursuant to this Section 7 7.3 Licensor,at its sole discretion, may elect to designate a third party(the"Scheduling Agent"),to perform and/or arrange for the performance of the Services. 8. Payment Terms. All invoices are due thirty (30) days after the date of invoice. If Licensee fails to pay any monies due to Licensor within thirty(30)days after the invoice date,then Licensee shall pay interest on such unpaid sum from the due date until paid at an annual rate equal to the lesser of(i)the prime rate last published in The Wall Street Journal in the preceding December plus two and one-half percent(2- 1/2%), or(ii)the maximum rate permitted by law LICENSOR'S RESERVED RIGHTS 9. Reserved Rights of Use. Licensor excepts and reserves the right, to be exercised by Licensor and any other parties who may obtain written permission or authority from Licensor 9.1 to maintain,use,operate,repair,replace,modify and relocate any utility,power or communication pipe/lines/cables and appurtenances(other than the Pipeline)and other facilities or structures of like character upon,over,under or across the Premises existing as of the Effective Date; 9.2 to construct,maintain, renew,use,operate,change, modify and relocate any tracks or additional facilities,structures and related appurtenances upon,over,under or across the Premises;or 9.3 / to use the Premises in any manner as Licensor in its sole discretion deems appropriate,provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 4 above. 10. Right to Require Relocation. If at any time during the term of this License,Licensor desires the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with by the Pipeline, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the Pipeline as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the Pipeline, or the construction of a new pipeline to replace the Pipeline. Notwithstanding the foregoing, Licensee agrees to make all emergency changes and minor adjustments, as determined by Licensor in its sole discretion,to the Pipeline promptly upon Licensor's request. LICENSEE'S OPERATIONS 11 Construction and Maintenance of the Pipeline. 11 1 Licensee shall not enter the Premises or commence construction unless accompanied by Licensor's representative,the Scheduling Agent or its designee. Licensee shall notify Licensor's Roadmaster, at telephone 409-853-6369, at least ten (10) business days prior to installation of the Pipeline and prior to entering the Premises for any subsequent maintenance thereon. In the event of emergency, Licensee shall notify Licensor of Licensee's entry onto the Premises at the telephone number above as soon as practicable and shall promptly thereafter follow up with written notice of such entry 11.2 Licensee's on-site supervisors shall retain/maintain a fully executed copy of this License at all times while on the Premises. 11.3 While on the Premises, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other -2- Form 424;Rev.20200605 Tracking#21-67607 however,that in lieu of the foregoing hand-tool exploration, Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice(e.g., consulting with the United States Infrastructure Corporation)to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Licensee shall request information from Licensor concerning the existence and approximate location of Licensor's underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline by contacting Licensor's Telecommunications Helpdesk, currently at 1-800- 533-2891 (optionl, then option 7), at least ten (10) business days prior to installation of the Pipeline. Upon receiving Licensee's timely request, Licensor will provide Licensee with the information Licensor has in its possession regarding any existing underground lines,utilities, and pipelines at or near the vicinity of the proposed Pipeline and, if applicable, identify the location of such lines on the Premises pursuant to Licensor's standard procedures. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions of the Premises and Licensee's operations will be subject at all times to the liability provisions herein. 12.2 For all bores greater than 26-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation must be performed by Licensee and reviewed by Licensor prior to construction. This study is to determine if granular material is present,and to prevent subsidence during the installation process. If the investigation determines in Licensor's reasonable opinion that granular material is present, Licensor may select a new location for Licensee's use, or may require Licensee to furnish for Licensor's review and approval, in Licensor's sole discretion, a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall,at Licensee's sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof 12.3 No wells shall be installed without prior written approval from Licensor 12.4 Any open hole, boring, or well constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: 12.4 1 filled in to surrounding ground level with compacted bentonite grout;or 12.4.2 otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10)days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. LIABILITY AND INSURANCE 13. Liability and Indemnification. 13.1 For purposes of this License: (a) "Indemnitees" means Licensor and Licensor's affiliated companies, partners, successors, assigns, legal representatives, officers, directors, shareholders, employees, and agents; (b) "Liabilities" means all claims, liabilities, fines, penalties, costs, damages, losses, liens, causes of action, suits, demands, judgments, and expenses (including, without limitation, court costs, reasonable attorneys' fees, costs of investigation, removal and remediation, and governmental oversight costs) environmental or otherwise;and (c)"Licensee Parties"means Licensee and Licensee's officers,agents, invitees, licensees,employees,or contractors,or any party directly or indirectly employed by any of them, or any party they control or exercise control over 13.2 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS INDEMNITEES FOR, FROM, AND AGAINST ANY AND ALL LIABILITIES OF ANY NATURE, KIND, OR DESCRIPTION DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM,OR RELATED TO(IN WHOLE OR IN PART): -4- Form 424;Rev 20200605 Tracking##21-67607 15. Insurance. Licensee shall, at its sole cost and expense, procure and maintain during the term of this License the following insurance coverage: 15.1 Commercial General Liability"CGL"Insurance. a. The policy will provide a minimum of$5,000,000 per occurrence and an aggregate limit of at least$10,000,000 but in no event will the coverage be in an amount less than the amount otherwise carried by Licensee. Coverage must be purchased on a post 2004 ISO occurrence form or equivalent and include coverage for,but not limited to,the following: • Bodily Injury and Property Damage • Personal Injury and Advertising Injury • Fire legal liability • Products and completed operations • Sudden and accidental pollution coverage ■ Contractual Liability for an "Insured Contract" consistent with the definition under the standard ISO general liability policy form. b. This policy will include the following endorsements or language,which shall be indicated on or attached to the certificate of insurance: • The definition of"Insured Contract"will be amended to remove any exclusion or other limitation for any work being done within 50 feet of Licensor's property; ■ Waiver of subrogation in favor of and acceptable to Licensor; • Additional insured endorsement in favor of and acceptable to Licensor and Jones Lang LaSalle Brokerage, Inc.to include coverage for ongoing and completed operations; • Separation of insureds; • The policy shall be primary and non-contributing with respect to any insurance carried by Licensor c. The parties agree that the workers'compensation and employers'liability related exclusions in the CGL policy(s)are intended to apply to employees of the policyholder and will not apply to Licensor's employees. d. No other endorsements that limit coverage with respect to-Licensee's obligations under this agreement may be included on the policy 15.2 Business Automobile Insurance. a. The insurance will provide minimum coverage with a combined single limit of at least $1,000,000 per accident, and include coverage for,but not limited to the following: • Bodily injury and property damage. • Any and all vehicles owned,used or hired. b. The policy will include the following endorsements or language,which will be indicated on or attached to the certificate of insurance: • Waiver of subrogation in favor of and acceptable to Licensor; • Additional insured endorsement in favor of and acceptable to Licensor; • Separation of insureds; • The policy shall be primary and non-contributing with respect to any insurance carried by Licensor 15.3 Workers'Compensation and Employers'Liability Insurance. a. The policy will provide coverage of all employees performing any part of the installation or maintenance of the Pipeline including coverage for,but not limited to: • Licensee's statutory liability under the workers'compensation laws of the state(s)in which the work or services under this agreement are to be performed. The policy will cover all of Licensee's employees,regardless of whether such coverage is optional under the law of that state(s) -6- Form 424;Rev.20200605 Tracking#21-67607 Licensor liabilities that would otherwise be covered by Licensee's insurance in accordance with the provisions of this agreement,will be covered as if Licensee elected not to include a self-insured retention or other financial responsibility for claims. 15.6.5 Prior to entering the Premises or commencing any work related to the installation or subsequent maintenance of the Pipeline,Licensee shall furnish to Licensor an acceptable certificate(s) of insurance from an authorized representative evidencing the required coverage(s),endorsements,and amendments. 15.6.6 Licensee shall notify BNSF in writing at least 30 days prior to any cancellation, non- ' renewal,substitution or material alteration of any insurance requirement. 15.6.7 Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Best's Guide Rating of A- and Class VII or better, and authorized to do business in the state(s)in which the service is to be provided. 15.6.8 If the coverage provided by any of the insurance policies required by this agreement is purchased on a "claims made" basis, Licensee hereby agrees to maintain coverage in force for a minimum of three years after expiration, cancellation or termination of this agreement. 15.6.9 Licensee agrees to provide evidence to Licensor that it has the required coverage in place at least annually or in the event of a renewal or material change of coverage 15.6.10 Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agent(s)/broker(s), and that Licensee has instructed them to procure the insurance coverage required by this License. 15.6.11 Not more frequently than once every five years, Licensor may, at its discretion, reasonably modify the insurance requirements to reflect the then-current risk management practices in the railroad industry and underwriting practices in the insurance industry 15.6.12 If Licensee will subcontract any portion of the operation, Licensee shall require that the subcontractor provide and maintain insurance coverage(s) as set forth herein, naming Licensor as an additional insured. In addition, Licensee shall require that the subcontractor shall release,defend and indemnify Licensee to the same extent and under the same terms and conditions as Licensee is required to release,defend and indemnify Licensor under this agreement. 15.6.13 Failure to provide evidence as required by this section shall entitle, but not require, Licensor to terminate this License immediately Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Licensee's obligations hereunder 15.6.14 The fact that Licensee obtains insurance (including, without limitation, self-insurance) shall not release or diminish Licensee's liabilities or obligations including, without limitation, the liabilities and obligations under the indemnity provisions of the License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. 15.6.15 In the event of a claim or lawsuit involving BNSF arising out of this Agreement, Licensee will make the policy covering such claims or lawsuits available to BNSF 15.6.16 If Licensee maintains broader coverage and/or higher limits than the minimum requirements in this Agreement, BNSF requires and shall be entitled to the broader coverage and/or the higher limits. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to BNSF -8- Form 424;Rev 20200605 Tracking 421-67607 request by Licensor,Licensee agrees to furnish Licensor with proof,satisfactory to Licensor,that Licensee is in compliance with the provisions of this Section 17.2. 17.3 Licensee shall give Licensor immediate notice to Licensor's Resource Operations Center at(800) 832-5452 of any known(i)release of Hazardous Materials on,from,or affecting the Premises,(ii) violation of Environmental Laws,or(iii)inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use its best efforts to immediately respond to any release on,from,or affecting the Premises. Licensee also shall give Licensor prompt notice of all measures undertaken on behalf of Licensee to investigate, remediate,respond to or otherwise cure such release or violation. 17 4 If Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the Pipeline which occurred or may occur during the term of this License, Licensor may require Licensee, at Licensee's sole risk and expense,to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensor's right-of-way 17.5 Licensee shall immediately report to Licensor's Resource Operations Center at(800)832-5452 any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take all reasonable actions necessary to prevent injury to persons, property, or the environment arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licensor's request for information regarding said conditions or activities. 17.6 During the term of this License, Licensor may, at Licensor's option, require Licensee to conduct an environmental audit, including but not limited to sampling, of the Premises through an environmental consulting engineer acceptable to Licensor, at Licensee's sole cost and expense, to determine if any noncompliance or environmental damage to the Premises has occurred during occupancy thereof by Licensee. The audit shall be conducted to Licensor's satisfaction and a copy of the audit report shall promptly be provided to Licensor for its review Licensee shall pay all expenses for any remedial or corrective action that may be required as a result of said audit to correct any noncompliance or environmental damage, and Licensee shall diligently pursue and complete all necessary work prior to termination of this License. Licensee's obligations under this Section 17.6 shall survive termination of this License. 17 7 Notwithstanding anything in this Section 17, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine Licensee's compliance with Environmental Laws, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is compliant. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability allocation provided by this License. 17.8 "Environmental Law(s)" shall mean any federal, state, local, or tribal law, statute, ordinance, code, rule, regulation, policy, common law, license, authorization, decision, order, or injunction which pertains to health, safety, any Hazardous Material, or the environment(including but not limited to ground, air, water, or noise pollution or contamination, and underground or above- ground tanks) and shall include, without limitation, CERCLA 42 U.S.C. §9601 et seq., the Resource Conservation and Recovery Act, 42 U.S.C. §6901 et seq., the Hazardous Materials Transportation Act,49 U.S.C. §5101 et seq.,the Federal Water Pollution Control Act, 33 U.S.C. §1251 et seq.,the Clean Air Act,42 U.S.C.§7401 et seq.,the Toxic Substances Control Act, 15 U.S.C. §2601 et seq., the Safe Drinking Water Act, 42 U.S.C. §300f et seq., the Emergency Planning and Community Right-to-Know Act, 42 U.S.C. 11001 et seq., the Federal Insecticide, Fungicide and Rodenticide Act, 7 U.S.C. 136 to 136y; the Oil Pollution Act, 33 U S.C. 2701 et seq., and the Occupational Safety and Health Act, 29 U.S.C. 651 et seq., all as have been amended from time to time, and any other federal, state, local, or tribal environmental requirements, together with all rules, regulations, orders, and decrees now or hereafter promulgated under any of the foregoing, as any of the foregoing now exist or may be changed or amended or come into effect in the future -10- Form 424;Rev.20200605 Tracking#21-67607 DEFAULT,TERMINATION,AND SURRENDER 23. Default and Termination. In addition to and not in limitation of Licensor's right to terminate for failure to provide evidence of insurance as required pursuant to the terms of Section 15, the following events are also deemed to be events of default pursuant to which Licensor has the right to terminate as set forth below 23.1 If default shall be made in any of Licensee's covenants, agreements,or obligations contained in this License and Licensee fails to cure said default within thirty(30) days after written notice is provided to Licensee by Licensor, or in case of any assignment or transfer of this License in violation of Section 26 below, Licensor may, at its option, terminate this License by serving five (5)days'notice in writing upon Licensee. Notwithstanding the foregoing,Licensor shall have the right to terminate this License immediately if Licensee fails to provide evidence of insurance as required in Section 15. 23.2 Should Licensee not comply fully with the obligations of Section 17 regarding the handling or transporting of Hazardous Materials, notwithstanding anything contained in any other provision of this License, Licensor may,at its option,terminate this License by serving five(5)days'notice in writing upon Licensee. 23.3 Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedies set forth in this Section 23 shall be in addition to, and not in limitation of,any other remedies that Licensor may have at law or in equity 23.4 In addition to and not in limitation of Licensor's rights to terminate this License for failure to provide evidence of insurance or occurrence of defaults as described above, this License may be terminated by either party, at any time, by serving thirty (30) days'written notice of termination upon the other party Such termination shall not release either party hereto from any liability or obligation under the License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or thereafter in case by the terms of the License it is provided that anything shall or may be done after termination hereof 24 Surrender of the Premises. 24 1 On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense: 24 1 1 if so directed by Licensor in writing, remove the Improvements, the Pipeline and all appurtenances thereto, or, at the sole discretion of Licensor, fill and cap or otherwise appropriately decommission the Pipeline with a method satisfactory to Licensor; 24 1.2 report and restore any damage to the Premises or Licensor's other property arising from, growing out of,or connected with Licensee's use of the Premises; 241.3 remedy any unsafe conditions on the Premises created or aggravated by Licensee; and 241 4 leave the Premises in substantially the condition which existed as of the Effective Date, or as otherwise agreed to by Licensor 24.2 Upon any expiration or termination of this License, if Licensee fails to surrender the Premises to Licensor or if Licensee fails to complete its obligations under Section 24.1 above (the "Restoration Obligations"), Licensee shall have a limited license to enter upon the Premises solely to the extent necessary for Licensee to complete the Restoration Obligations, and all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered and the Restoration Obligations are completed. Neither termination nor expiration -12- Form 424;Rev 20200605 Tracking#21-67607 26.4 Licensor shall have the right to transfer and assign, in whole or in part, all of its rights and obligations under this License, and upon any such transfer or assignment, Licensor shall be released from any further obligations hereunder, and Licensee agrees to look solely to the successor in interest of Licensor for the performance of such obligations. 27 Notices. Any notice, invoice,or other writing required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if(i) placed in the United States mail, certified, return receipt requested, or(ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below,or to such other address as the party to be notified may designate by giving the other party no less than thirty(30)days'advance written notice of such change in address. If to Licensor Jones Lang LaSalle Brokerage, Inc. 4200 Buckingham Road,Suite 110 Fort Worth,TX 76155 Attn: Permits/Licenses with a copy to: BNSF Railway Company 2650 Lou Menk Dr Fort Worth,TX 76131 Attn: Senior Manager Real Estate If to Licensee: City of Pearland 3519 Liberty Drive Pearland,TX 77581 28. Survival. Neither termination nor expiration will release either party from any liability or obligation under this License,whether of indemnity or otherwise, resulting from any acts,omissions or events happening prior to the date of termination or expiration, or, if later, the date when the Pipeline and the other Improvements are removed and the Restoration Obligations are completed in accordance with the terms hereof. 29. Recordation. It is understood and agreed that this License shall not be placed or allowed to be placed on public record. 30. Applicable Law All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. 31 Severability To the maximum extent possible,each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under,applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity,and this shall not invalidate the remainder of such provision or any other provision of this License. 32. Integration. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in any prior written agreement between the parties. 33. Joint and Several Liability If Licensee consists of two or more parties,all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 34 Waiver The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof -14- Form 424;Rev 20200605 CITY OF PEARLAND ADDENDUM Section 00900 ADDENDUM NO. 2 Date December 1, 2021 PROJECT Bailey WTP Improvements and Sanitary Sewer Line BID NO 0821-57 BID DATE December 9, 2021, 2 00 p.m FROM. Michael Wray, P.E. Project Manager Enprotec/Hibbs and Todd, Inc. 402 Cedar Street Abilene, TX 79601 To Prospective Bidders and Interested Parties This addendum forms a part of the bidding documents and will be incorporated into the Contract Documents, as applicable. Insofar as the original Contract Documents, Specifications, and Drawings are inconsistent, this Addendum shall govern. Please acknowledge receipt of this Addendum on the Bid Proposal form, Section 00300 submitted to the City of Pearland. FAILURE TO ACKNOWLEDGE RECEIPT OF ADDENDA ON THE BID PROPOSAL FORM MAY BE CAUSE FOR DISQUALIFICATION. CONTRACT DOCUMENTS Not applicable SPECIFICATIONS 1 Specification Section 13320-A—SCADA System Control Strategies REPLACE Part 2.4.E.1 d with the following "HACH sc4500 controllers shall be connected to the HACH CL-17sc analyzers to provide local display of the analyzer's measured output value and to transmit the output value to the WTP Main PLC As shown on the drawings, a single HACH sc4500 controller may be used to capture the output from up to two (2) HACH CL-17sc analyzers." 2. Specification Section 13320-A— SCADA System Control Strategies REPLACE Part 2.9.A.1 with the following: "Each chlorine analyzer shall be integrated with a sc4500 controller as shown on the drawings to allow for the following " 2-22-12 00900- 1 of2 CITY OF PEARLAND ADDENDUM 3 Specification Section 15103 —Butterfly Valves ADD Av-Tek as a manufacturer under Part 2.2.B and Part 2.3.B CONSTRUCTION DRAWINGS 1 Sheet 03D-05 Bailey Site—Aeralater Process Sections—REPLACE the Drawing in its entirety with the attached, revised drawing. 2. Sheet 04D-06 Chemical Systems—Bailey Control Building Analyzers—REPLACE the Drawing in its entirety with the attached,revised drawing. 3 Sheet 06Y-10 P&ID—Control Building Analyzers—REPLACE the Drawing in its entirety with the attached, revised drawing. 4 Sheet 03H-01 Bailey Site—Control Building HVAC and Sheet 07H-01 Mechanical Details and Schedules—REVISE the contents of both Drawings in accordance with the letter from FAI Engineers, Inc., included with this Addendum. 5 Sheet 03E-03 Bailey Site—Control Building Electrical Plan—REPLACE the Drawing in its entirety with the attached,revised drawing. END OF ADDENDUM NO 2 N1 '. Michael Wray, P.E �*' •i� **rr Project Manager MICHAEL WRAY • -o. 129846 Icti tit'. 11A6%ioniALC-.C? , 12/1/2021 1N A L 2-22-12 00900-2 of 2 City of Pearland Bailey Water Treatment Plant Improvements Bailey Site—Control Building HVAC ADDENDUM, November 30,2021 CONTRACT DRAWINGS Item No.1 Sheet 03H-01, Omit supply air and return air ductwork serving Storage Room 102, including two(2)supply air ceiling diffusers and one(1)return air ceiling grille. Item No.2. Sheet 07H-01, Mechanical Details and Schedules, Split system A/C Unit Schedule (Dx, Electric). Omit Unit ACU-1 in its entirety and insert the following: Unit No ACU-1 Supply CFM 1400 O.A.CFM 140 Ext. SP 6" Blower Speed #5HI Fan Voltage/Phase 208-230v/1 Phase Electric Heat 20KW Heat Voltage/Phase 208-230v/1 Phase Cooling BTUH Total 43,800 Sensible BTU Capacity 34,700 Cond.Unit MCA 25 7 amps Max. Over-current Prot 45 amps Manufacturer Fraser-Johnson Cond. Unit MCA TC4B48213 Blower Speed MEI4DN21 Electric Heat 6HK16502006-20KW w/circuit breaker Cooling Coil CM60DXA2 SEER 15 75 Ambient DB Temp 105°F T-stat 7-day Programmable rig ENGINEERS, INC PO Box 362,2504 CR 911 Mil Joshua,TX 76058 817.3.360..29002900 faiengineers.net A I B 1 C 1 D I E 1 F I G I H I I a 5 5 v AERALATER No.1 AFR AT ATER No.3 8' MODULATING BPV WITH 8"FL DI PRESSURE GAUGE/ 17 \ PRESSURE GAUGE ELECTRIC ACTUATOR-� 90"BEND 0. PSI EZ'- 07D-0 c W"MODULATING CFVeL OM PSIG,TYPE C WITH ELECTRIC ACTUATOR�� 10"FL DI 4411 TWIN-SPHERE rt 8"FL LEVER AND SPRING .r 90"BEND A - EXPANSION JOINTS _ CHECK VALVE TWINSPHERE 10"FL LEVP.R.AND SPRING - ��__` _ CHECK VALVE FLANGED COUPLING ADAPTER - 8"FL DI EXPANSION JOINT - 8"FL HFV WITH MANUAL 10•FL DI 10"FL BFV WITH MANUAL on 90"BEND - HANDWHEEL ACTUATOR 90"BEND 12' 316SS PIPE NIPPLES �t . I� _� __ CL EL 53,12 FLANGED COUPLING ADAPTER- _ '1 HANDWHEEL ACTUATOR AND 316SS 90"BEND-��!/S! _ 8^x 4"FL DI - 12"316SS PIPE NIPPLES �1 _ -'! _ CL EL 51_52 J/ /:rI CONCENTRIC 3"Dip I AND 316SS 90"BEND-/ ■ CO10"NCENTRIC . , 1/2"316SS BALL VALVE REDUCER -�1 10"DIP 1/2"FNPT SADDLE TAP A 1/2"31653 BALL VALVE l REDUCER--- _ (PER SPECIFICATION) -/ e I1/2"FNPT SADDLE TAP ✓ _¢ I�r ' / I T.O.S.EL_ 48.17 ft '�-�'1, T.O.S.EL 48.17 P (PER SPECIFICATION) / „__ _ _ _-- t'1 i 0 8"INFLUENT FLOW METER _-- _7 _x -_y .__I FARSHE'D GRADE - _ .__ .- --___1 1-- •i ' FINISHED GRADE _ __ _ t= EL a7..84 10•INFLUENT FLOW METER-' -,-- -- r--� - - _-` -e -_ ` EL 47.84 4 8. x J 4 T art EFFLUENT PUMPP- T - -- EFFLUENT PUMP y - r Em ©PIPE r� ( R' \P"I �/ SUPPORT /_-_CL EL 43.42 ��[0007D-03I SUPPORT (4)__CL EL 43.42 ,q /�11////�yy'am�\\ CL EL 40.41 \ CL EL 40.41 8"MJ DI 4 �8"DIP ryl(�1 10^MT DI�� F 1D"DIP O - 90"BEND WWWW ��''��// 90"BEND NOTES: NOTES: 1. BACKWASH SUMP AND DRAIN PIPING INTENTIONALLY OMITTED FOR 1. BACKWASH SUMP AND DRAIN PIPING INTENTIONALLY OMITTED FOR CLARITY REFER TO SHEET 03D-02 FOR DETAILS. CLARITY REFER TO SHEET 0313-02 FOR DETALS. 2. THE 8 INCH INFLUENT PLOW METER SHALL BE INSTALLED IN THE 2 THE 10 INCH INFLUENT FLOW METER SHALL BE INSTALLED IN THE ORIENTATION SHOWN AND CONFORM TO THE MANUFACTURER'S MINIMUM ORIENTATION SHOWN AND CONFORM TO THE MANUFACTURER'S MINIMUM UPSTREAM AND DOWNSTREAM UNOBSTRUL lED PIPE REQUIREMENTS. UPSTREAM AND DOWNSTREAM UNOBSTRUCTED PIPE REQUIREMENTS. 3. INFLUENT MAGNETIC FLOW METERS, MODULATING BFV., AND EFFLUENT 3. INFLUENT MAGNETIC FLOW METERS, MODULATING BFV4, AND EFFLUENT PUMPS FOR ALL 14'-9" DIAMETER AERALATERS SHALL BE FURNISHED BY PUMPS FOR ALL IT-3" DIAMETER AERALATERS SHALL BE FURNISHED BY AERALATER EQUIPMENT VENDOR AS SPECIFIED. ALL OTHER PIPING, AERALATER EQUIPMENT VENDOR AS SPECIFIED. ALL OTHER PIPING, VALVES, AND FITTINGS SHOWN ON THIS SECTION TO BE FURNISHED AND VALVES,AND FITTINGS SHOWN ON THIS SECTION TO BE FURNISHED AND 3 INSTALLED BY THE CONTRACTOR. INSTALLED BY THE CONTRACTOR 3 4. SECURE 8" DIP TO THE CONCRETE PIPE SUPPORTS LOCATED ON TUE 4. SECURE 10" DIP TO THE CONCRETE PIPE SUPPORTS LOCATED ON THE DISCHARGE OF THE EFFLUENT PUMP USING 12.03.4.304 S.S.ANCHORS AND DISCHARGE OF THE EFFLUENT PUMP USING 12"0X4" 304 S.S. ANCHORS A 1" WIDE 304 S.S. PIPE STRAP STRAP SHALL BE INSTALLED AFTER DIP AND A 1" WIDE 304 SS. PIPE STRAP STRAP SHALL BE INSTALLED AFTER HAS BEEN COATED PER 09800. DIP HAS BEER COATED PER 09800. ri. SECTION p l SECTION b3D- SCALE:1/4"=1'-0" 3D-04 SCALE: 1/4"=11.0" AERALATER No.1 / AERALATER No.3 f 2 4"TWIN-SPHERE 2 4 - EXPANSION JOINT - u'- 5"BFV WITH MANUAL 4"FL DI SPOOL 6"BFV WITH MANUAL -5"TWIN-SPHERE e`- HANDWHEEL ACTUATOR (LENGTH AS REQ'D) HANDWHEEL ACTUATOR EXPANSION JOINT 8"8.5"FL DI EFFLUENT PUMP 10"x 6"FL DI /EFFLUENT PUMP ECCENTRIC REDUCER---. / EQUIPMENT II £ ECCENTRIC REDUCER E N.I. ��✓ PAD 7D-01 PAD 7D-O ��f" 'i T.O.S.EL 48.17 �=___,____ � T.O.S.EL 48.17 F.F.EL 48.50 F.F.EL 48.50 __--_ _ �_, v FINISHED GRADE FEVISHED GRADE p^ EL 47.84 -_ --_-_ - _ - :I } _L 5"SINGLE-SPHERE - -- 6•SINGLE-SPHERE EXPANSION JOINT EXPANSION JOINT' NOTE: NOTE: I. PUMP EQUIPMENT PAD HEIGHT AS REQUIRED TO ALLOW FOR PIPE 1. PUMP EQUIPMENT PAD HEIGHT AS REQUIRED TO ALLOW FOR PIPE 2 ARRANGEMENT SHOWN. ARRANGEMENT SHOWN. r2-. SECTION SECTION n 103D-n11 SCALE:1/4"=10" 103D-04I SCALE: 1/4"=1-0" ;1 1 S NO. REVISION DATE 12/012021 '`tttt DESIGNED BY SCALE CITY OF PEARLAND PROJECT NO. 0 TCEQSUBMITTAL 07/27/2021 ..''. !F.,h1 =5 b IS°,LSD M W 1/16'=T.o' BAILEY WATER TREATMENT PLANT 20-7295A 1 BID SET 11/03/2021 ,r* .*i0 ENPROTECI�"'I IBBS & TODDI INC DRAWN BY IMPROVEMENTS SEQUENCE No. 2 ADDENDUM No.2 12/01/2021- - u::CNeEL wens ,i ENVIRONMENTAL AND CIVIL ENGINEERING 0 1 DEH DATE 43 OF 110 1 /+o- !29846_ •hht• 402 cedar Street Abilene,Texas 79801 ¢NOT ONE INCH ON - --- BAILEY SITE -AERALATER PROCESS - -- --- - -- +If':/CE�vKC?,,,,.......:' J 1 ' ' , 325-698-5580 PE F1rm ReyisOalron No 1151 TTI19 SHEET.ADJUST CHECKED BY SHEET'No. 9 114SS;o. .. PG FVm Re�i5t2twn N0 50103 SCALES ACCORDINGLY 11rtJjr021 SECTIONS - ---- /i/ 1 tiA� RPLS Frrn Reg+sVebon Na 100/19110 JLE 03D-OS a W A I B I C I D I E I F i G I H 1 I ' A I B I C I D I E I F I G I H j I GENERAL NOTES: 1. UNLESS OTHERWISE INDICATED,ALL CONDUITS IN THE STORAGE ROOM SHALL HE SCHEDULE 80 PVC.ALL SUPPORT MATERIAL IN THE STORAGE ROOM SHALL BE STAINLESS STEEL OR FIBERGLASS. ALL ANCHOR BOLTS AND FASTENERS IN THE STORAGE ROOM SHALL BE 316 STAINLESS STEEL. ALL CONDUIT PENETRATIONS THROUGH THE FLOOR SHALL BE PVC COATED RIGID STEEL CONDUIT UP TO A POINT 6"ABOVE FLOOR LEVEL.DO NOT DAMAGE PVC COATING. t ' i�FOR ENLARGED PLAN THIS AREA, NOTES INDICATED ON THE DRAWING BY OO #2 BARB COPPER I SEE SHEET 04E-01. 5 _______-__-_ _ __�-_ __ ____.__ GROUND CONDUCTOR-`___ -______ __ '__ ___- _ _ _ _ i 1. COORDINATE CONTROL STATION AND LOCAL DISCONNECT SWITCH WITH THE DOOR CONTROLLER. • INSTALL NECESSARY CONDUCTORS AND CONDUIT FOR CONTROL OF THE DOOR. MOUNT DOOR 5 3•C0 G G G GgrwP0 CONTROLLER AT 54' AFF INSTALL DISCONNECT COORDINATE LOCATION OF CONTROL STATION WITH SKID.«AT LEVEL OF DOOR CONTROLLER PANEL. FOR CONTINUATION - 2. ROUTE CONDUCTORS FOR THREE CIRCUITS TO PANEL LP-1 FOR EWH-1,SEE PANEL SCHEDULE. THREE#8 SEE SHEET 03E-02 F..-.16„..... AP AWG WITH CO AWG GROUND FOR EACH CONDUIT #2 BARE COPPER E GFI G GIT T YY C 3. INSTALL RELEP CACLE AS REQUIRED FOR AHU-I FAN UNIT. INSTALL CORD AND PLUG ON AHD-1 FOR GROUND CONDUCTOR E O ■ ■ ■ ■I OTYP pP-1 2OQ CONNECTION,PROVIDE RECEPTACLE AND PLUG AS REQUIRED FOR VOLTAGE AND CURRENT TRANUP TO1© O6 _ NEUTRALRMER V • _ 0 I O5 O O - 4, UNIT PROVIDED WITH LOCAL DISCONNECT. o g I o $ h GN LPI-54 o I r tW� n W o, ry Ix n'4 o m W,4 S. IN' ALL DEVICE O COUNTER •` COORDINATE LOCATION WITH THE BACKSPLASH. SEE 'F $ [+ h F LP1.20 ARCHITECTURAL ELEVATIONS. - .. LP-1 Q �y� �v,o aq' '1 L1 a��' '1 a4 '"�O OC q' =_ Si Lt N a p. <q a P. 4 0.P. A W.„- i<� I O O 6. INSTALL DEVICE BELOW COUNTER IN KNEE SPACE. COORDINATE WITH CABINETRY SEE - a' > > > s © ARCHITECTURAL ELEVATIONS. ]0 GPI 3 • 7 INSTALL OUTLET BELOW SIN COORDINATE WITH SWITCH ABOVE SINK LC-1 MCC O O LAB CONTROL ROOM Ali •• 107 18 AER 5,. C O I I SINK COORDINATE INSTALL 4'XS`X3/4"ACX PLYWOOD WIDTH OF WALL. INSTALL TOP OF PLYWOOD AT 6'ABOVE FINISHED 03E-03 FLOOR.PAINT PLYWOOD WITH TWO COATS OF WHITE ENAMEL PRIOR TO INSTALLATION OF ANY DEVICES Wp� LPI-14 OR EQUIPMENT. GPI I 1 TYP { 9. INSTALL GROUND BAR AT BOTTOM OF PLYWOOD.SEE SPECIFICATIONS. 2"C LPI-26 LP1-34 ALPI-52 LPI-24 Q 10. CONDUITS NOT SHOWN.SEE ONE-LINE DIAGRAMS AND PANEL SCHEDULES. FOR CONTINUATION E 15 16 WIT MAIN O �I O4 4 SEE SHEET 03E-02 I E-- -E 0 E O E PLC ' GIT 01 O LPI-ZI 0 TYPICAL 0 0 11. ROUTE SPECIFIED."CONDUIT BACK TO WTP MAIN PLC CABINET. INSTALL CONDUCTOR AND CONNECTOR AS 4 y _ _ U IB RADIO i .5 S 12. PROVIDE POWER FOR FAN FROM AHU-1 AND INTERLOCK FAN TO OPERATE WHEN AHU-1 OPERATES. #2 BARE COPPER / - - _- _ - ' __ _ SEE MECHANICAL. GROUND CONDUCTOR O PLYWOOD THIS ROOM SHALL BE ii 13. PROVIDE RECESSED 2-SPEED CONTROL OF FAN. VERIFY ACTUAL CONTROL REQUIREMENTS WITH 0 1-1/4"C TO 6'HIGH AND 8'LONG.INSTALL 2-SPEED MOTOR PROVIDED.SEE MECHANICAL. ANTENNA BOX WITH TOP OF PLYWOOD 7 ABOVE FINISHED FLOOR. 14. PROVIDE POWER SUPPLY FOR AERALATER AND FINISHED WATER ANALYZERS. IF HARDWIRED, Y PROVIDE LOCAL DISCONNECT SWITCH FOR EACH ANALYZER.AN ACCEPTABLE ALTERNATE WILL BE LPl<1 0 CORRIDOR TO PROVIDE A CORD AND PLUG WITH A RECEPTACLE FOR EACH ANALYZER. lw - 15. ROUTE CONDUIT TO TELEPHONE TERMIINAL BOX IN HSPS. SEE SHEET 03E-05.STUB UP 24"AFF AND _ 1PI-4 IP1-53 CAP LPI-5,7 13REAKROOM 2-42,480,1"C . 16. ROUTE CONDUIT TO EXISTING AUTOSENSORY PANEL IN HSPS.SEE SHEET 03E-05. 168 O PfECH 17 ROUTE CONDUIT TO EXISTING MCC IN HSPS. 2 I07 TO LP 18. CONDUITS NOT SHOWN.SEE ONE-LINE DIAGRAM AND SITE PLAN. LPl-03 1PI-43 1.PI-47 1P1-49 48,3 1-C LP11,3 13 19. ROUTE 3/4"C FROM THE J-BOX BACK TO THE PLYWOOD MOUNTING BOARD IN THE ELECTRICAL El i \ ROOM. STUB CONDUIT OUT 6'-0" AFF AT THE 2" CONDUIT FROM THE HSPS TELEPHONE TERMINAL rii I -PA \EI-2 BOX.INSTALL BLANK COVER PLATE.20. ALL WIREWAY USED IN THE STORAGE AREA SHALL BE 316 STAINLESS STEEL 21. INSTALL 2 CONDUIT MAST FOR ETHERNET RADIO ANTENNA.ROUTE CONDUIT THROUGH ROOF AND 3L [ d I E11H-1 I IN© 6." 3 (43 EXTEND A MINIMUM OF 30"ABOVE THE ROOF INSTALL ROOF JACK,SIZED FOR CONDUIT, TO SEAL (.0 --• PENETRATION RAIN PROOF INSTALL WEATHERHEAD ON TOP OF CONDUIT AND ROUTE ANTENNA O Oj 0 O _ WIRING AS CABLE THROUGH WEATHERHEAD TO ETHERNET RADIO. INSTALL ANTENNA ON MAST. INSTALL LB REQUIRED BY� CONDULET BEHIND BOX IN STORAGE ROOM AND EXTEND 2" CONDUIT INTO BOX. SEAL / 1 MANUFACTURER PENETRATION WATER PROOF ;11 \ i -n ' WTP 0 NEW \ __ -1 IM PI STORAGE TRANSFORMER -// 2 LP7-33 �07 I'C TO WTP " POLYPHOSPHATE AND v - 12 TO AHU-I wp MAIN PLC-., CORROSION INHIBITORSKID LCP 1� - s =_�= NaDCI DAY \• 10 SCARCER / '- 7 TANK �s UNISEX TOILET TK-04.150 ' IN MCC ROOM '� ,�, a�i �1-I/4•C TOr.4 3 -2 ETHERNET RADIO CU-I %/-�a 41/0 HARE COPPER 1'C TO WTP GROUND CONDUCTOR, �5-� � l'C TO WTP MAIN PLC LPI-32 1' r2 O I s TYPICAL.BURY Q 30" LPI-51 , ( - - e --/ BELOW GRADE. - C.2 i �LT-04.157- '`, M,IIN PED LI'1-37 LPl-39 /, w z I 1 lc LPI-35 y j :-0.3so yo..wo I .zw y.wao ° ., I 2 6=1}1REE 5'DE8 T �- - _CLAD _/// II�� yjll; I 3,4- /`- 2 GRODUND-ROD,TYPICAL. MS GH L1111 - . _ i r 1' _� ` --J i -y rr CHAMFER-�� /• t �. , 3 TOP OF ROD AT --- J60 5. CONDUCTOR LEVEL. j. ... LPI-17,19 CONCRETE r •! =_ T___ IlPAN RE PSI 'la- - PAD DAYS-1 z rt ANaOCl TRANSFER ! L-WIRING AS AFTIA ATE,R 3,4,5 / AERALATER 1,2 LPIfi #3 REBAR Q t j' Y'.� " PUMP P-04.750-/ REQUIRED BY NaOC1 SKID NaOC1 SKID) 12'O.C.EW J.a 12"x12"x6"STAINLESS STEEL MANUFACTURER I #1 •,y I, -� • c ANTENNA BOX.INSTALL P1K.450 LOP 4 2NEUi8AL TO = ... • }" �1-• • " APPROXIMATELY 8'-0°AFT- GROUND GRID ' a- ETHENNETNA 'v T` \. y .��✓^�1`,,r - a CONTROL BUILDING-ELECTRICAL PLAN ���/\v��q��.Gi $ Z' SCALE,3/8'=1'-0" tiAy ^ i i. c i��i�i.:�i�Iy 2 NOTE 8 PROVIDE CONCRETE PAD AS REQUIRED FOR S171.OF TRANSFORMER PROVIDED. 3 I to-A-- TRANSFORMER MAINTENANCE PAD $C AT F-NO SrAI E I P. NO. REVISION DATE 1 2/0 1202 1 `:`W VEftSYp DESIGNED BY SCALE PROJECT NO. a 0 TCEQ SUBMITTAL 07/27/2021 c�PSE� 1fk 1 BAR IS ONE INCH ON c w v CITY OF PEARLAND =-• ad ORIGINAL DRAWING AS NOTED BAILEY WATER TREATMENT PLANT 20-7295A 1 BID SET 11/03/2021- Jr. •,,, ENPROTEC/HIBBS & INC -- --- - -- - - - i TODD, DRAWN BY IMPROVEMENTS SEQUENCE NO. 2 ADDENDUM No.2 J 12/01/2021 i C.0'S BANE VE5S"P i 81)11 ♦ O 1 DATE 56 OF I10 _ ENVIRONMENTAL AND CIVIL ENGINEERfNG DE1I BAILEY SITE - CONTROL BUILDING E %/a 6d3?a _.z„t 325-693-5560 Street PE Finn R istration No.Abilerte,Texas 71151 -- - -- - -- -- 9601 IF NOT ONE INCH ON 0 P/ / +1.I..'S'E ;4: e9. 7HI5 BHEET.ADNST CHECKED BY Il107R017 SHEET Na. - -- - ---- �C/i///Y na _(7/�//�� `tly;;"��. RPLS PGirm Registra„onONo.1001on No /900 SCALES103 ACCORDINGLY C w Y ELECTRICAL PLAN 03E-03 A B � C D E F G H I A I B 1 C I D I E 1 F I G I H I I 1"x12"PVC -12"SCH.80 PVC CONCENTRIC REDUCER 1^SCH.80 PVC / SAMPLE LINES O /-CEILING (TYP OF 7 THIS VIEW) SAMPLE LINE FROM ! n�� i mon 1 ROUTED TO SINK I / POST BAILEY HSPS t *I FINISHED WATER I I I I r1/2"PVC SO�'KFT WELD ITT7 FLOW METER VAULT - 1"SCH.80 PVC 1 , / GLOBE VALVEOF Y �i (SEE SHEET 03C-01 INTERIOR O SAMPLE LINES FOR I I 7,1,I;Ig VIEµ, (TYP I 1'x12' PVC FOR CONTINUATION) I SCH.80 PVC SAMPLE LINE FROM BUILDING WALL ANALYZERS(TYP I _ _-_ CONCENTRIC REDUCER POST BAILEY ASPS POLYPHOSPHATE I ��� OF 7 THIS VIEW)--� I I I I II_ _-r_ I 5 I I AND CORROSION INHIBITOR VAULT (SEE SHEET 03C-01 FOR CONTINUATION) I t Y - -I b' YYv� YV i__ I"SCH.80 PVC SAMPLE LINE II I- -- -L�--w-1,- I'. nrt--12"5CIE SO PVC FROM BAILEY WELL(SEE SHEET I --'-D-D.Q"+-1 I I, 1ii!: �- 03C-ol FOR CONTINUATIO I __ GSF 7 THIS VIEW) SAMPLE LINES ROUTED 1 SCH.BO PVC SAMPLE LINE FROM - I __ I I I I I I TO Siam(SEE PLAN VIEW THIS SHEET) O MAGNOLIA TRANSMISSION LINE(SEE - - - SHEET 03C-Ol FOR CONTINUATION) � '- -- ----- - .� _- IiIIII I I I PIPE SUPPORT / 1' r s WELD GLOB E VALVE SUPPLY Inn - I I I ( MAX.SUPPORT �07P _ SAMPLE I TYP THIS VIE (TYPICAL ON 12" OS TO ANALYZERS I h�I m LINES TO SINK) CI (TYP THIS VIEW) 11 HACH CL17so CHLORINE y AE-00.900 AE-04.910 I ANALYZER(TYP OF 7 HACH.4500 THIS VIEW) FLOOR DRAIN(SEE 9 CONTROLLER(IYP IIII�I PLUMBING DRAWINGS) O OP4T1 V[EW)- 1, a II HACH SSOOac cam-, O AMMGNIA ( : L MONOCHLORAMINE AE-09.970 I, �:� nIt I AE-04.97AI AE-04.930 MI I �� - ANALYZER -- I ' 1- I y .(! 4 >� - J [ I�I - .- 4 1-->- --1- 1-s - LW >� = [ I: �►� fir SEVEN(7),I"SCH.80 AE-04.96I0 I AE-04.940 I IAE-04.950 L L-__ I - - PVC SAMPLE LINES p 11 I •pppppp TO ANALYZERS(SEE I 1 1 1 1 I. . I I'I I I 1 ANALYZER SHEET 03C-01 FOR 1 1 1 1 CONTINUATION) 11 I I I I I I I I J-!' LINE R/DISCHS VIE' 1 1 I I I I ^rY Y'"� LINE('fYP THIS VIEµ') VYVVV V nI`�-_--_Y YiV� -1L_--_ — _-- __ RP EL.48.50 IIllL_-1F- ___ -4"TALL,4"WIDE PVC TROUGH WITH COMMON 1-UP SCH.80 0 ( , PVC OUTLET PIPE TO FLOOR DRAIN .- FLOOR DRAIN. NOTES: ----- -- NOTE- 3 1. ANALYZERS AND ANALYZER CONTROLLERS INTENTIONALLY OMITTED 1. ELECTRICAL POWER SUPPLY AND SCADA COMMUNICATIONS CONDUITS 3 INTENTIONALLY oNirrrED FOR CLARITY REFER TO ELECTRICAL IN THIS VIEW FOR CLARITY DRAWINGS AND P@ID5. 2. PIPE SUPPORTS LNTENTIONALLY OMITTED FOR CLARITY 3. A SINGLE 1/2"LINE AND GLOBE VALVE IS SHOWN CONTINUING TO THE I ' SECTION SINK FOR CLARITY SCALE 3/4' F-0" g CONTROL BUILDING LAB ROOM PLAN VIEW__ GENERAL NOTES: SCALE: 12"=1'-0" 1. ROUTING OF SAMPLE PIPING IS SHOWN SCHEMATICALLY AS AN AID TO THE CONTRACTOR FINAL PIPING ARRANGEMENT SHALL BE DETERMINED BY CONTRACTOR AND APPROVED BY ENGINEER.PIPING SHALL NOT BE ROUTED OVER ELECTRICAL OR HVAC EQUIPMENT.PROVIDE UNOBSTRUCTED ACCESS TO ALL VALVES AND EQUIPMENT. 2. NOT ALL PIPE SUPPORTS ARE SHOWN.PROVIDE PIPE SUPPORTS AT MAXIMUM SPACING LISTED IN 15090 UNLESS NOTED OTHERWISE ON THIS SHEET. 3. INSULATE ALL PIPES ABOVE CEILING PER 15180.INSULATION SHALL BE JACKETED PER 15180. 4. ALL WALL PENETRATIONS SHALL BE SEALED AIR/WATER TIGHT. NOTES INDICATED IN NUMBER BY® 1. ALL SAMPLE LINES SHALL RUN ABOVE THE FINISHED CEILING IN THE CONTROL BUILDING AND DROP DOWN INTO THE LAB TO THEIR RESPECTIVE ANALYZERS. 2 2. SAMPLE LINES SHALL BE ROUTED ALONG THE GYPSUM WALL SPACE BETWEEN THE UPPER CABINETS AND THE COUNTER.CONTRACTOR SHALL AVOID CONFLICTS 2 WITH ANY ELECTRICAL(SEE ELECTRICAL DRAWINGS FOR DETAILS IN THE LAB). SAMPLE LINES SHALL BE SUPPORTED EVERY 3'(MAX.)USING FRP SUPPORTS PER d DETAIL G,SHEET 07D-OI_ g3 3. CONTRACTOR SHALL FURNISH AND INSTALLA PVC TROUGH. THE TROUGH SHALL BE WATER TIGHT ON ALL SIDES WITH AN OPEN TOP FOR ANALYZER SAMPLE a WASTESUPPORTEDUSING I BE SUPPORTSDINTO. MOUNTEDMTO THE WALL AT 3'CSP (MAX.),DRATNT LINE SHALL BE PLUMBED TO THE FLOOR DRAIN IN THE LAB. TROUGH SHALL BE i 4. CONTRACTOR SHALL INSTALL HACH SSWsc ANALYZER SUCH THAT THE BOTTOM OF THE ANALYZER ENCLOSURE IS 2-0"ABOVE THE FINISHED FLOOR MAXIMUM. SCADA SYSTEMS INTEGRATOR IS RESPONSIBLE FOR FURNISHING AND INTEGRATING THE ANALYZER INTO THE SCADA SYSTEM PER DIVISION 13. ALL ANALYZER 5 DRAIN PORTS THAT ARE IN USE ARE TO BE PLUMBED TO THE COMMON DRAIN TROUGH. e SAMPLE UNE&ANALYZER SCHEDULE 5. CONTRACTOR SHALL INSTALL HACH CLl7ac ANALYZERS SUCH THAT NONE OF THE ANALYZERS ARE CLOSER THAN 2-0" ABOVE THE FINISHED FLOOR. SCADA I SYSTEMS INTEGRATOR IS RESPONSIBLE FOR FURNISHING AND INTEGRATING THE ANALYZERS INTO THE SCADA SYSTEM PER DIVISION 13. ALL ANALYL.R DRAIN SHEET 03C-01 REF SAMPLE UNE DESCRIPTION ANALYZER TAG No. PORTS THAT ARE IN USE ARE TO BE PLUMBED TO THE COMMON DRAIN TROUGH s A AERALATER No.1 EFFLUENT AE-04.900 R AERALATER No.2 EFFLUENT AE-04.910 6. CONTRACTOR SHALL INSTALL 12"SCH. SO PVC SAMPLE LINES SO AS TO PROVIDE A U-BEND HIGH POINT ALONG THE PLUMBING WHERE ALL ANALYZER SUPPLY CONNECTIONS SHALL TIE INTO. ANALYZER TIE IN LOCATIONS SHALL BE CONNECTED SUCH THAT A SAMPLE IS SUPPLIED TO EACH ANALYZER FROM THE E I C AERALATER No.3 EFFLUENT AE-04.920 BOTTOM OF THE 1/2" PVC HIGH POINT PLUMBING TO ENSURE THE SAMPLE LINES TO EACH ANALYZER ARE FREE OF AIR. ALL 12" SCH.80 PVC SAMPLE LINES i D AERALATER No.4 EFFLUENT AE-04.930 SHALL BE SUPPORTED AT 3'SPACING(MAX.)PER DETAIL 0,SHEET 07D-01). E AERALATER No.5 EFFLUENT AE-04.940 7. 1"AND 12"SCH.80 PVC SAMPLE LINES SHALL BE SUPPORTED AT 3'SPACING(MAX.)PER DETAIL G,SHEET 07D-01. & F COMBINED AERALATER EFFLUENT AE-04.950 AE 04960 B. CONTRACTOR SHALL ADHERE TO ANALYZER MANUFACTURER'S INSTALLATION RECOMMENDATIONS AND SIZE ALL SUPPLY AND WASTE/DISCHARGE LINES a G FINISHED H10 POST ID MG GST AE04-970 ACCORDINGLY 2 9. HACH so4500 CONTROT T ERS SHALL BE CONFIGURED TO THE ANALYZERS PER SHEET 06Y-10. SCADA SYSTEMS INTEGRATOR IS RESPONSIBLE FOR FURNISHING AND $I INTEGRATING THE CONTROLLERS INTO THE SCADA SYSTEM PER DMSION 13. L Pi " NO. REVISION DATE 12/01/2021 �" DESIGNED BY SCALE- PROJECT NO. 0 TCEQ SUBMITTAL 07/27/2021 r4<Ptt°' ..*ti BAR IS ONE INCH ON M w CITY OF PEARLAND I 1 BID SET 11/03/2021 Pf, *++/ ORIGINAL DRAWING - — - AS NOTED BAILEY WATER TREATMENT PLANT 20-7295A _ _ _ ;.: ..y ENPROTEC/HIBBS TODD, INC DRAWN BY IMPROVEMENTS SEQUENCE No. z 2 ADDENDUM No.2 - - 12/01/2021 ,.._.OI CH+EL lraet . ENVIRONMENTAL AND CIVIL ENGINEERING DEH ii 4.,..'+ 129846 .yMeHT d02 Cedaf Street Abilene,Texas 79601 PE Firm Registration No 1151 re NOT ONE INCH ON - - -- - DATE CHEMICAL SYSTEMS—BAILEY CONTROL —_ 69 OF 110 P+Iiili;..+-`'-- 325-698-5560 RCS PG Fe Firrn Registration Re Registration Nos 11003 THISSCALES ACCORDINGLYJUST CHECKED BY 1Iro32021 BUILDING ANALYZERS SHE-ET No. A 1 B v 1 C I D 1 E 1 F 1 G 1 H T I A 1 B 1 C 1 D 1 E I F I G I H I I m ANALYZER 1117 ERROR ®N0A1.YZEE WAR\1NG wr ALARM Ark 1$�ONx;H1ORAMINE, ®� ©CILORAF. Ak Ci LORINE, /X CHHLORINE, AE CHLORINE ix COLOR R ©CRIIARPO. Zik COLOR R Al‘0.lNONIA, 5 \ �2 cDl ` mS/L 049w m S, T '®' mp/+. , 5 SCADA AND HUMAN MACHINE --$ -.J, 1�---yl NEWINTE C NT CO HELL I INSIDE NEW CONTROL HELLOING I I I I D I — I °N ALYZER Ea ERROR i I I I I Ts DI I L _ (Q499)ANALYZER I ALARM _ atal AIFREE / N I .\\ u / . Al r———— 4Z490g GHORDR r ——— ...Eky Sly)FREE r—-'(If 95y.CEHH ARRIVE, I——i(q4 V?)MONOCHIORAMRI, �I ,� r`Vti se my eN v Ai a Al u Ts Al 9 FREE 4/( ) � ( ) HT ( )EHI o I — EQ )Q419 CHLORINE. Q439CLORINi, AZA99 CHARAR 4 CHLORINE, 9RL vmPJL y mil. p/L — )FREE A.YMO\TS WTP M MN PIC FIELD TWO(2) TWO(2) TWO WO O U) 02 0,9 FJOmA REFER TO ELECTRICAL 4-2 (2 SIGNALS SIGNALS SIGNALS DRAWINGS FOR SIGNAL CONDUCTOR TYPE AND HAC11444500 QLA\'IIT' 4 An CONTROLLER 4 IROVACF- — 04 9.0.0 --I 2 I OUCH CLITsc I CHLORINE I ANALYZER AERAIATER No I S.AIPLE POLY ■ L E GIST LISPS EFFLUENT I��I SAMP L,PVC 1"S,VMPL.PY'C Il� I WY-06I , 1".SAMPLE-PYC DT-SAMPL.PVC 1 I DRAIN Y _ I PALSIED 11,0 — AT POE 06Y-06 ' I"-SAMPLL.PVC I]I.d Er-S AMPLF.T.0 1 pi HACH CLITsc 04910 CHORINE ANALYZER LAD S1NA A AERAER Not SAMPLE-POLY CONTR01 HEEDING EFFLURATENT II 106Y-04I 1'-SAMPLLPVC , Itr-SAMPLI-PVC L I ALI Ilr 3 I FLOOR I- 12nc ACF-- AFT co,-......A1 3 120 VAC).- UT Y DRAIN 04,2a �9 i ,.. FUHACHCLiTtt Z CHLORINE HACHCLITscI ANALYZER CHLORINE I ANALYZER I FINISHED RAO SAMPLE-POLY ■ SAMPLE-POLY L. POST 1 0 MG CST 4E EFFLLER No3 ■ I EFFLUENT i � I t/ I OGt�I 1'-SANPI3.PVC � PT-SAMPLE-AU 106Y-05I I SAMPLE-PLC r VT-SAMPLER VC FLOOR I I DRAtN Y I ��0 _ Y 120 I.5Ck-111,1 HACH XiS& e CH I AE ANMil I 550O CHEN LORINENE 049'!0 MONOCHIORANnNL ANALYZER ANALYZER SERALATER No SAMPLE-POLY N FF11314ED 11;0 SAMPLI-POLY III EESLENT 1. r POST IOMD GST I06t-05I TRAMPLE-PVC . . PT-SAMPLE-PVC U [WY-OE I 1 SANPS.L-PVC ' IT`SASSPILPVC 1 I n...i iv& 2 DRAM FLOOR "®''8 I2I VAC).- HACH W300 CONTROLLER N o MACH CLITs, CHLORINE ANALYZER stool ATER No 5 SAMPLE-POLY II ) E. EFFL0 ENT I c 061 Os I I`-SAMPLE-PVC - " IT-SAMPLE-PVC .e.A--is/ I FLOOR — I DRAINY GENERAL NOTES: I 1. ANALYZER SAMPLE POLY LINES PER MANUFACTURERS INSTALLATION REQUIREMENTS. NOT ALL ANALYZER PLUMBING HACK CLITsc APPURTENANCES ARE SHOWN ON THIS DRAWING FOR CLARITY ®ANALYZER 2. ANALYZERS SHALL BE FURNISHED BY THE SCADA SYSTEMS INTEGRATOR IN ACCORDANCE WITH DIVISION 13. E COMENEF AER.SLEttR ESMPLL-POLY 3. ALL CONDUITS AND SIGNAL AND POWER CONDUCTORS SHALL BE y EFFLUENT 3 (O6Y-06I ' 1'-SAMPLE-PVC 17 W IPSAMPF PVCI-17 Q INSTALLED BY ELECTRICAL SUBCONTRACTOR 4. ONE HACH eo4500 SHALL SUPPORT INPUT AND OUTPUT SIGNALS IFLOOR(� FROM MULTIPLE ANALYTRRS AS SHOWN. I NO. REVISION DATE 17✓01l2021 DESIGNED BY SCALE CITY OF PEARLAND PROJECT NO. 0 TCEQ SUBMITTAL o7272ort ^{�,ptc` -,.'15'l1 BAR IS ONE INCH ON MW �G, r': BAILEY WATER TREATMENT PLANT 20-7295A 8 *I, ORIGINAL DRAWING _ 1 BID SET 11/032021 : ENPROTEC I"IIBBS TOD® INC ---- ,• , DRAwIv sY IMPROVEMENTS SEQUENCE No c 2 ADDENDUM No.2 12/012021 r N!CHAEL IyQAY ; e4*HirENVIRONMENTAL AND CIVIL ENGINEERING ° 1 D-Hx DATE 91 OF 110 Pam: 7?845 .- 402 Cedar Street Abi'Rne,Texas 79601 IF NOT ONE INCH ON - ---- - a � f++" ,�SS,�LNS =r 325-698-5560 PG F,irm TITI Re�gENYation No 50103 SCALES LE,ss R'�D ST CHECKED BY II/03/2021 P&ID— CONTROL BUILDING ANALYZERS SHEET No. § G1�/// Ill»"� RPLS Firm Regstrabon No 10011900 I A 06Y-10 A I B I C I D I E I F I G I H I I A I B I C I D i E I F 9 G I H I I LOC ATRIA 13ILEY CONTROL BE ILDING P',G\ELBD 3RQ DI YIG\Atln\ PP-1 LIGHT FIXTURE SCHEDULE TYRE\T`.11 I ® ��� GROINS-D BUS YES INTRREPTINO RATING 41,000 AMPS RMS NI:C tR41 BUS YES PANEL RATING 480:177 VOLTS,30,4WIRE,400 AMPERCS MAIN CIRCUIT BREAKER 250 AMPS LAMPS MR CATALOG NUMBER CIHCLII IAADI.I.MPA \O (HIP CHIC FIX7L'17F. DESCRIPTION TYPE. QUANTITY GiRC TRIP NO LOAD SERVER WAD ) LOAD LOAD SERVED 5 NO AMPS POLES AAiPS, '� A 4PS TOLES IMPS NO FIAT PANEL,EDGE LIT SURFACE MOUNTED FLNTI.RE _ A LED REQUIRED NIA.V•tLFA FRAME,120 VOLT,1'IT HIGH FI'TRCIENCY,WITH LITHON11 EPA\21X4t306.ASH(o450000K\Sl*;IOYTI20 - a - 1x4 3LItFACE MOCET TROETER RIT W'R'H lx4S,MKST{ 1 AERALATER.No I EFFLUENT PIMP 76 I}2 76 -AERALATER NA4 EFFLUENT PUMP 3 10 4 _ - _ _ - 3 20 3 (P-03159) 76 - )S2 76 (P-91300) AS CORROSION RESIST ANT St APACE.MOUNT FIXTURE ONE-PIECE 5 76 1S 2 76 _ _-_ 6 - B LED RE,Rs. FTI1ERGLASS HOUSIS-G WITH INTEGRAL PERIMETER CHANEE L 11TH0104 EFMIA860WLAHPAFLASDMV OLEG/1050h90CR1' 7---- -- -- -- ---- (0 '-22 _ '-(I -- -- ` E ITLIZING CONTINUER S POI RED IN PIACI\FERIA 4X GASKET 120 A - - - - --- -_ _ AERALATER Nol ItiUI.CED DRAFT FAN BLOWEREll RALA TER Na4 INDUCED BRASS FAX BLOWER 3 E5 10 ----- 9 IS 3 (BUR-03;50) I 1 _ - 22 - I1 (BLR-03302) - AS 6'13UWN LIGHT,CAEN iNFCED STALL MOUNTING/PLASTER - - -- -_ 11 I 1 12 I 1 IS C L@D REQL TREAD FRAME, NIZED JENCTRAN SOS win!BOTTOM DIN'GLU LETBONEA IAN650.1OL06ARLSS120Gt.10 _ - 14 ACCESS COVERS AND SPRING IATCHPS,120 VOLT 13 76 _15 2 06 -ACRALAT'R No 5 ECFI.LEST PUMP _ __ .Af23 ALAI ER Nut EFFLUENT PUMP 3 20 16 f WET LOCATIONS.DOWN LIGHT GALVANIZED STEEL M0tti1ThG - - -- _15 20 3 (1931, __76__, ____ISd _ _]o_ -(P-03356) - -- D LE /PLASTER FRAME,GALVANIZED JUNCTION BOX 1Y20 BOTTOM LITIIONW LDN630.10LO6ARLSSIMEZI0 _ 17 'l6 IS d ]6 _ __ _ IS' AEQLTRFD HINGED ACCESS COVERS AND SPRING LATCHES,120 1'07.T 19 - _--- - _T- i_ 2j 11 -__- _ - __- _____-_-- -__— _-- _- ____ -_ - _-______ _- _ _ AERALATF'di No2 INDUCED DRAFT FAN BLOWER -- - _ - _ --_ _ AERA'ATER Nos(NT3LCED DRAFT FAN BLOWER 20 AS SHOWER DOWN LIGHT,FLUSH LENS,WET LOCATION,119 21 15 3 1 I 22 11 I.R-03350) 3 15 22 P- Aw I LE. REQUIRED VOLT GOTHAM EV060150•l 5 OFFSY.OI TIG/_10 - 2-.3 (ELROD 200) ll +2 I i 25 76 87 I I _ 2S AERALATER No3 EFFLUENT PIMP - NOOCI TRANSFER POMP 3 :5 25 A5 2] 20 3 76 87 1t -94750) _ F LED VANITY IIG(TI,WALL MOTETCp 120 VOLTS,35 INCHES LITSONIR FASVCCL36INbNOLTa0h90GRIKR - {P-032S0) 76 - 87 1 I -(P 30_ REAL[RED - ." - - 31 11 _I I "- —•"SPACE 1 32- 15 AERALATER No3 INDUCED DRAFT FAN BLOWER - ---- -- t- Sd G LED REQLiRED LLD STRAP LIGHT,SoA 120 VOLT L.THONLA ZLIDFAS7W0Uff 0K9 STMVULT50CRIWH 33 IS 3 (Bi.A-B325C) 11 11 -- - AGE. _ 35 _ 11 11 SPACE I 35 AS WALL MOUNTED LED 01:11 1016 FIXTURE((VOLT,DARR 37 115 _135 _SPACE I _ _38 - 11 LED LITHONIA IWX2 EDPQ.SOKMVOLTPEDDBXO - - - - - -- -- _ 1 40 REQUIRED BRONZE,PHOTOCELL 39 175 3 PANEL LPl TRANSFORMER 135 135f -SPACE _ - - __ __ -- __- - _—_ - --- - _ - 41 135� 135 SPACE 1 42 J LID AS WALL MOUNTED LW OUTDOOR FIXTURE Alt OL1,DARK LITHO 0A TWY2LIDP450KMVOLTDDBXO TOTAL 1796 1794 1796 AEC&IRED BRONZE 4 K LE. REQUIRED WALE.MOUNTED LED OUTDOOR FTXTURL ISO VOLT DARK REQUIRED BRONZE LITJONIA TR'XILFDSCRMVOLTDUBXO - _ - - -DIE CAST ALUMINUM EXIT LICIT SINGLE FACE BRUSHED -- - - --- Q LED AS DIE ALCM,,NI.RED LETTER,12J NOI.TE EMERGENCY BATTERY LIP,EONTA LTStRELOSI) PACK. LOCATION-HAILEY CONTROL BLILDLG PANLLBD.ARD DESIGNATION_LPl LE. EMERGENCY LIGHT LLD.NATURAL ALL\ILT-lt Inv-7 VOLT LI'iHOAIA AEI GGLD\AXDt VOLTLTPSDR1Wf TYPE ALMA I GROUND RLS YT5 X REQL ERRED WITH BATTERY I3AAT.LP INTRRLPTING RATING 41060 AMPS RAM NEUTRAL BUS YES - PANEL RATING 205/120 VOLTS,30*BISON 090 AMPERES - MAIN CIRCLET 13RE.AKER-350 AMPS LED AS EMERGENCY LIGHT,LED,120177 VOLT WITII BATTERY BACELP LITHONIA LLOCDD CLRC IR1P NO CIRCLE/ LOAD(AMPS) CIRCLIf NO TRIP CIRC 2 AE.Ql IAED 2 PS A WAD SERVED WAD 0 CO LOAD LOAD SERVED POLES GEES NO 100 198 _ 98STORAGEAGE ROLLLP DOOR _ - - - 30 - 2 I - 15 ACE'-1 INDOOR LEST __ - - 3 100 �198_ 98 STOR AGE EF-1 20 4 LIGHT FIXTURE SCHEDULE NOTES , 5 90 2 ACL•I 13EATINc 712 _ - 737_- 13 GLa RCCLPT.4cr.E 20_ 8 722 78] 60 MCC,LAW CNTL ELK BRA AK,COM MEM LIGHTING 2R 8 9 - - SPICE 40 40 ATTIC,TOILET,AND STOWAGE LIGHTING20 IC 1. ALL FIXTURES SHALL BE PROVIDED WITH LAMP TYPE INDICATED - II - 'SPACE - 10 10 EXTERIOR SOFFIT LIGHTING 20 - 12 13 1 SPACE f 5 1 5 NORM BACKBOARD RECEPTACLE D t4 2. CATALOG NUMBER INDICATED MAY NOT BE COMPLETE FOR THE FIXTURE DESCRIBED CONTRACTOR SHALL REVIEW - i5 - I SPACE _ _ _ _110 - 120 WTP MAP.ARC - 35 - 16 CATALOG NUMBER AND ANY DETAILS TO DETERMINE THE EXACT CATALOG NUMBER TO PROVIDE THE FIXTURE - - - 7 _ 157 _ sSPARE _ 70 18 DESCRIBED. 19 30 2 +�-1 v 25 302 45 CONTROL ROOM EAST RECEPTACLES - 20 _ 20 1 a0 2 FWH-1 CIRCLET N61 11 _ 45 CONTROL ROOM SO1TH RECEPTACLES 20 _ 21 3 CONTRACTOR SHALL DETERMINE ACTUAL QUANTITY OF FDCTLRES REQUIRED 23 _ _ 725 _ 340 I S LAB ANALYZER 0OMl0 _ __ 29 _ 24 25 - .325 _340 15 WEST BAN. 301RDPRLCEYIACIL - 20 6 4- FIXTURES INDICATED WITH AN 'E" OR INDICATED BY NOTE SHALL BE PROVIDED WITH BATTERY BACKUP THAT 27 - 40 2 I:wr>_I CIRCA.. Noe _ _-123. 38.. 57 "BEST STXas:OE DEL PLUXA _ 20 29 3 3 PROVIDES 90 MINUTES OF LIGHT IN ACCORDANCE WITH THE LIFE SAFETY CODE 29 315 381 s 7 POLY.'CORA STORAGE HEMP FAMP I 20 30 40 2 E.WELL maxi No 31 325 US pp. 57 LAS STOEACE SLMP PLIES 1 20 32 33 20 POLYPIIOSPHATC AND CORROSION INHIBITOR SEED 120 130 10 ETIILRNEC RADIO 1 20 34 33Y 10 -_--_P94450 60 .--_-__ 6.0 SPARE 20 36_ 37 30 AERALAT,R 3,4,5 NOOC1 SEED 180 E80 _ _ _ SPARE 1 20 38 39 _ 20 AERAt ATER 1,2 N4EKI SKID 110 120 SPARE 1 20 OR EQI IFNiE!£ SCHEDULE 22 (aV Ail A)L CO,k0.RAi AND CODA RECEPTACLES 90 _ .0 SPIRE _ , 26 42 1TEM DESCRIPTION HANL-ACT,RER CATALOG NLDSBi,R 43 20 BREAK AM COVETER RLCEPFACLL 15 1 5 STARE 1 20 44 - INSTRUMENT AND SUN SWAY.SPIED FOR 2HS IJSIOOT FIF3,F2H OR Ella 5I_.MADE AS R2.QLIRLU.PROV O/. 95 20 ASPIRE AK RM ENDER SINK Al CEPTACLE 13 __I3_S 120 OUSTER ALRAI BIER'CG\7ROi.PANEL CIRCLET 1 - 20 - 46 I PROVIDED.AB5 MATERIAL W073 IN AGISTANCB,EIGHT GRAY OBBiEN 013RIEN SADDLE PAL ELPPORI MODULES ALL HARDWARE 47 _ ID DREAR RM COUNTER RECEY[WCLI. - _ I _ fl 120 MASTER AERALA t'LR CONTROL PULL CIRCLIr 1 I 10 Al SII ILL u STAINLESS STEEL 90 20 RLFRIGERA TOR RECEPTACLE 120 240 11,0 MASTER AL:tAL1RR CONTROL PANEL CIRCUIT 3 1 20 50 IVEATHERPR[bF IL l) Ii.30A,125 VOLT, CROt'8E HINDS 51 ZO -1(}TROO\L N ST OR4G_AND NECH RM RECEPTACLES 60 120 6'0 LAB COL\TER RECEPTACLES I 20 51 - O CAST ALUMINUM FO BOX WTRI D5185 COVER _ - - -- - - - SI`ECIFECATON GRAUE OR EAR AL LOC M._CONTROL STATION.STAINLESS STEEL $3 TD as STORAGE RECEPTACLES 3'7 gl .0 60 CAA COI STIR RECEPTACLES 5 E1 59 • ENCLOSURE PROVIDE LUGIITS AND PL'SIl BLT1ONS WITH CONTACTOR SHALL DETERMINE CATALOG .'DIAL '454 O i 16 2I_ SQUARE O CC\TwCT ARRANGEMENT INDICATED AW DT-VICES NLISBE RS TO SLIT on:APPLICATION SHALL B[NEA?,4 4® P1EO r0 CE'..t.ISO VOLT,2000 W Q ATI INSTALL FISHER FPSFTIS 2 IN CAST FM BOX PIERCE _ ® ELSE SENSING Tr1LRM05TAT NEM A 4X-40°P IUPF OR-PEEP A! T715-009 - - © 1003 W ATT.STAINLESS STEEL HEATER WITH THERMOSTAT KPNG ELE41=N AL MODEL 1'121WSS LOCATION BAILEY'HIGH SFRvICE PLASP STATION P.A'AE=LE30ARD DESIGNATION LPV-1 A1.A\LFAC'IL'BINd CO TYPE NISEI.I OROLvD HLB YES .-___ __ __ _ --_- -___- _ - -__ --- -_ - LTERRLP ZAG RATING 22,00E AMPS R,E•IS NEI TRAY.EL YES PANEL RATING 205120 VOLTS,30,4-WIRE,125 AMPERES SEAL CIRCLET BREAKER 125 AMPS CORE TRIP NO CIRCLII LFSL LOgi,twPS) CIRCUIT NO TRIP CIRC 2 C 2 IR AMPS POLES LOAD SERVED LOAD LNE I LINE 2 LOAD LOAD SERVED .* - AMPS _AMPS POLES ASPS N0. O —I 10 — PRESSURE REDUCING VAULT SLMP PUMP ___ _ 57 57 SPACE 2 AA5 _ 3 20 - POLE-&CORROSION INHIBITOR VAULT SEMI'PLMP 57 57 - SPACE - 4 g 5 20 FT-03450 ELECTRONICS ---- -- - _ 1V 1.0 SPACE 6 - 7 - 'OR Nz0C1&LAS INJECTION VALIT SLMP PL,MP 7 _ 57 _ SPACE 8 k _ 9 _ 20 LA5 iNRCT[ON VAULT SLEW 1'L14P 37 57 SPACE 10 II _1O _LT-05100 ELECTRONICS 10_-_ 1-0 SPACE .__ 12 (5 20 AREA LIGHT CHEMICAL STORAGE 20 20 SPACE _ _ 14 STANCE 16 15 20 _ PY-05200 _ _ __ __ - -_ -- -_ E 40 90 1' 17 20 LT,0510 ELECTRONICS -- a0 _ 40 APACE 18 _ 19 _ 20 I3AOKW.BSH POND SUMP PS,TIP 4,0 57 SPACE - 20 _ K 21 _ 20__ _DERALATER RECEPTACLE I5 15 - _'SPACE __- __ _ _ ___� 0 _ 23 _ ZO _SPAIRE _ _ -__ _- _ _ __ - _ __ - Z�_" SP ICE_ 25 20 SPARE SPACE 02 2) 20 _- -SPARE - _ _- --_ "' -- - SPACE - 18 - 29 20 SPARE - SPACE - 30 TOTAL 199 -1 8. 1} d a 3 1 Pt- 4I a NO. REVISION DATE 12/0142021 -4��»i`g o DESIGNED BY SCALE CITY OF PEARLAND PROJECT NO. 0 TCEQ SUBMITTAL 07/27/2021 Y fEe-aF reR-1,1111 T BAR ES ONE INCH O. c w v „Q SCALE. $AjLEY WATER TREATMENT PLANT 20-7295A g _ _ _ '' W ` *°' ENPROTEC/HIBBS & 1 ODD, INC ORIGINAL DRAWING . _ __- _ p. 1 BID SET 11/03J2021 f* iI� h �� DRAVVN By IMPROVEMENTS SEQUENCE No, 6 ZADDENDUM No. 12/01/2021 %CORS PlAYN.vERSva% • S`"'" O 1 0B11 108 OF 110 ENVIRONMENTAL AND CIVIL ENGINEERING DATE o 6E,_. ._. ,5 I5--' 402 Cedar Street Abilene,Texas 79601 IF NOT ONE EPOCH ON -- - - — -_--- _ - _— - _-- eL,�y// r p, Registration No. 17511t/032U21 C/CCC77�7�///�fff///� !9.'' 623Pa V•. , 325-698-5560 PE Firm.Reg HITS SHEET.AiDJUST CHECKED BY ELECTRICAL SCHEDULES SHEET No. +0 fs.�.57E,�5.'.-;��r PG Finn Registration No.50103 SCALES ACCOxT3BOaLY C ttls/GNAT. F.t r arc RPLS Firm Registration No 10011900 C W Y 07E-05 1aa.,,.v A I B I C I D I E I F I G H I CITY OF PEARLAND ADDENDUM Section 00900 ADDENDUM NO 3 Date• December 3, 2021 PROJECT Bailey WTP Improvements and Sanitary Sewer Line BID NO 0821-57 BID DATE December 9, 2021, 2 00 p.m FROM. Michael Wray, P.E. Project Manager Enprotec/Hibbs and Todd, Inc 402 Cedar Street Abilene, TX 79601 To Prospective Bidders and Interested Parties This addendum forms a part of the bidding,documents and will be incorporated into the Contract Documents, as applicable. Insofar as the original Contract Documents, Specifications, and Drawings are inconsistent, this Addendum shall govern. Please acknowledge receipt of this Addendum on the Bid Proposal form, Section 00300 submitted to the City of Pearland. FAILURE TO ACKNOWLEDGE RECEIPT OF ADDENDA ON THE BID PROPOSAL FORM MAY BE CAUSE FOR DISQUALIFICATION. CONTRACT DOCUMENTS Not applicable. SPECIFICATIONS 1 REPLACE Specification Section 13321 - Instrumentation and Sensing Devices in its entirety with the attached revised Specification Section 13321 2 Sherwin Williams shall be considered as an acceptable Manufacturer for the painting systems provided in the 09800—Panting specification. Submittal documentation shall be provided in accordance with specification 01600—Material and Equipment, Part 1 5 for substitutions prior to final approval and acceptance during Construction. CONSTRUCTION DRAWINGS 1 Sheet O1 E-02 Magnolia Site—Electrical Site Plan—REPLACE the Drawing in its entirety with the attached, revised drawing. 2-22-12 00900- 1 of 2 CITY OF PEARLAND ADDENDUM END OF ADDENDUM NO 3 Michael Wray, P.E. �� *sir • Project Manager % M I CHAEL WRAY • r t o: 29846 ct- 12/3/2021 2-22-12 00900-2 of 2 Addendum No 3 SECTION 13321 INSTRUMENTATION AND SENSING DEVICES PART 1 GENERAL. 11 SUMMARY A. To the extent possible,the General Contractor(Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project. This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC)-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities. All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following Division 13 specification sections 1 13100—Control Panels. 2. 13320—SCADA System. 3. 13320-A—Control Strategies. 4 13322—Communication Devices. 5. 13323—PLC-RTU 6. 13324—Human-Machine Interface. B. The Systems Integrator (SI) will furnish and install all instrumentation and sensing devices as described herein and specified elsewhere by related section 1 The SI will use this section to define "standard" "types of instrumentation and sensing devices for bidding purposes,. 2. The SI will furnish and install all instrumentation and sensing device hardware,software, and alarms as needed, including all accessories. 3. The SI will comply with other technical requirements referenced in Paragraph 1.2, Related Sections. 4 The SI will furnish and install all labor and materials including all direct, indirect, overhead and profit costs. C. Work includes: 1 Provide all specified requirements, gear, tools, and services as listed in or intended by the Contract General and Supplementary Conditions,Technical Specifications and Appendices,or as detailed in the Drawings or other addenda 2. Coordinate with Owner and Engineer regarding intent and expectation for main building devices and remote "field" devices(i e. located around the site) and integrate all peripheral equipment. City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No. 7295A 13321 - 1 December 2,2021 Addendum No 3 3. Provide systems start-up,training, and extended warranty services. 1.2 RELATED SECTIONS A. Section 13100—Control Panels. B. Section 13320—SCADA system C. Section 13320-A—Control Strategies. ;1 D Section 13322—Communications Devices. E Section 13323—PLC and RTU F Section 13324—Human-Machine Interface System G Section 13440—Cross-Linked Polyethylene Chemical StorageTanks. 1.3 SUBMITTALS A. Submit all product data according to the provisions within Section 01300- Submittals. Submit for Engineer's review and approval B. Documents must include detailed descriptions of systems, subsystems, and component operations. Documents must verify complete integration of network equipment. C. Documents must include all schematics and wiring diagrams, loop controls and relay ladder logic; software programs, database, and proprietary language formats, and manuals for integrated systems and components. D Operation and Maintenance (O&M) manual documents must include all information described above. O&M manuals will include all manufacturer and SI "As-Built" Drawings and schematics. Interpret "As Built" to mean all changes made by the SI to the Engineer's Drawings, schematics and/or specifications. PART 2 PRODUCTS 2.1 GENERAL. A. Specifications herein intend to suggest the minimum requirements of the integrated SCADA communications,command, and control system network. Absence of any Engineer-specifics does not relieve the SI from precisely bidding and supplying all hardware, software, devices, and support needed to accomplish the functional tasks implied by these specifications as a whole. B The SI will supply all equipment and services to ensure a complete and totally integrated SCADA communications,command,and control system-network. 1 The Engineer recognizes that a single supplier may not manufacture all equipment specified. However, the Engineer expects; the SI to City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No. 7295A 13321 - 2 December 2, 2021 Addendum No 3 supply all required equipment and services to complete the work(i.e. the system and network) and have it functioning properly t 2. The SI will employ permanently adequate personnel to provide 24/7/365 support for the instrumentation and sensing devices. This includes properly trained field technicians and technical "office" support via remote communication. C. The SI will furnish a "no exception- no exclusion;' one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete,functionally checked, and accepted by the Owner 2. The warranty period is beyond any "limited" warranty extended by manufacturers and/or suppliers on their packages or products. D It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2. Provide the Engineer a written report of any conflict,error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work. E This section contains specific, proprietary products. 1 It is the General Contractor's (GC) responsibility to obtain Engineer pre-approval of product-substitution offers. 2. The SI through the GC will submit all "or equal" product-substitution offers to the Engineer no less than 30-days prior to the Bid' 3. Product-substitution submittals will comply with Section 01300, Submittal requirements. F The Engineer will consider substitutions when a product '! becomes unavailable through no fault of the SI,who will document each request with complete data substantiating compliance with Contract Documents. G A request constitutes a representation that: 1 The SI investigated proposed product-substitution, and determined that it meets or exceeds the quality level of the specified product. 2. The SI will provide the same warranty for product-substitution as for specified product. City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 -3 December 2, 2021 Addendum No 3 3. The SI will coordinate installation and make changes to other Work, which may be required for the Work to be complete, with no additional cost to Owner 4 The SI waives claims for additional costs or time extension, which may subsequently become apparent. H Substitutions are not allowed 1 When they are indicated or implied on equipment or product data submittals. 2 Without separate written request for each instance 3. When acceptance will require revision to the Contract Documents Substitution submittal procedure: 1 Submit copies of request for substitution Provide the number of copies specified in Section 01300—Submittals. Limit each request to a single proposed substitution 2 Submit equipment submittals, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on SI J Engineer will notify SI in writing of decision to accept or reject request. 2.2 INSTRUMENTATION AND SENSING DEVICE EQUIPMENT GENERAL. A. Typical devices (field elements) will be either level, pressure', flow, or analytical Field elements will include indicating transmitters,suitable for the expected ranges that each field element device monitors. B. The SI will evaluate whether additional instrumentation and sensing devices are necessary to make the SCADA system function as intended Provide the Engineer a written report of such conclusions. C. The SI will process all instrument and/or sensing device signals through the corresponding water treatment plant (WTP) remote terminal units (RTUs) The SI will forward signals from RTUs to the WTP programmable logic controller(PLC)—WTP Main PLC. The SI will integrate all PLC signals with the human-machine interface (HMI)/operator interface computer (OIC) in the WTP main control building 2.3 LEVEL ELEMENTS AND INDICATINGTRANSMITTERS (LE/LIT) GENERAL. A. Ground storage tank and backwash detention pond level sensors shall be Endress and Hauser FMR20 radar elements,or Engineer pre-approved equal 1 Level indicating transmitter for the ground storage tank level sensors shall be Endress and Hauser RIA46,or Engineer pre-approved equal City of Pea rland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 -4 December 2, 2021 Addendum No 3 2. A level indicating transmitter is not required for the backwash detention pond, B. Chemical storage tank level sensors shall be Endress and Hauser FMR20 radar elements, or Engineer pre-approved equal 1 Level indicating transmitters for the chemical storage tanks are not required Mechanical level indicators furnished by the chemical tank Manufacturer shall provide local level indication per Section 13440— Cross-Linked Polyethylene Chemical StorageTanks. C. All level-device materials will be compatible with the liquids monitored. 1 The SI will check the chemical compatibility of the sensors with compatibility charts before purchase. 2. The SI will verify applications and compatibility of level device materials of construction with manufacturer prior to ordering equipment. 3. The SI will be responsible for replacing all equipment at no cost to the Owner for post-installation material incompatibility issues.' D All field housings will be NEMA 4X and include a weather protection cover as shown on the Drawings. E Manufacturer will supply all User Guides, Operating Instructions, and Description of Instrument Functions for each unit. 2.4 LEVEL ELEMENT SENSORS (LE) A. Ground storage tank, backwash detention pond, and chemical storage tank LE sensors: 1 All LE sensors shall have the following characteristics a 4-20mA loop powered with HART communication protocol b. 0-33 ft measurement range (1.5 inch antenna) with a beam angle of 30° c. The operating temperature rating will be-40°F to +176°F d Measurement error shall not exceed 0.39 inches when the liquid level is 1.67 feet from the sensor Measurement error shall not exceed 0 79 inches when the liquid level is 0.33 feet from the sensor 2. On all LE sensors-to-LI transmitter connection distances greater than 30 meters, the SI will use extension cables to a maximum (cumulative) distance of 300 meters. City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 - 5 December 2, 2021 Addendum No. 3 a The SI will use a terminal box to connect the extension cable. b Place terminal box in a convenient,easily accessible location B For closed-top tanks,the SI will install LE sensor using an NPT 1-1/21•'threaded adapter flange. 1 The SI will install LE sensor flush-mounted on a pre-fabricated tank nozzle. 2. The SI will consult with the LE sensor manufacturer if the closed-top tank uses nozzles. Depth of nozzle penetration into tank and nozzle's end-contraction configuration might affect LE sensor' blocking distance and angle. 3. The SI will install the LE sensor at a height that does not undershoot the blocking distance. 4 The SI will order adapter flanges and screws from the LE sensor Manufacturer 5. The SI will not use the cable to support sensor at mounting C. For open top tanks and ponds,the SI will install LE sensor using amounting bracket constructed of hot dipped galvanized steel 1 The SI will install the LE sensor at a height that does not undershoot the blocking distance. 2. The SI will install the LE sensor at a distance that does not interfere with the beam angle. 2.5 LEVEL INDICATING TRANSMITTERS (LIT) A. Ground storage tank Endress and Hauser LITs: 1 All LIT transmitters will have the following characteristics. a. Provide continuous, non-contact level measurement of fluids with 1 radar sensors. b. Provide up to two (2) output relays. 2. The SI and Manufacturer will collaborate on which pre-programmed linearization curves to use for types of vessels. a. Provide documentation of curves in writing to Engineer b. Provide pre-programmed pump control routines. c. Provide system integration via HART 3. All LIT transmitters shall City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 - 6 December 2, 2021 Addendum No 3 a Provide first 4-20 mA analog output signal with highway addressable remote transducer(,i e. HART) protocol' b. Provide Owner-specific signals on alarm Default conditions will be at minimum (-10% or 3.6 mA) and at maximum (110% or 22 mA) c. Provide a maximum 500 Ohm (S2) influence-negligible resistance load. d. Provide single-pole, double-throw (i.e. SPDT) potential-free relays, capable of inversion 4 The SI will provide verification in writing with the Engineer as to the assignable functions of the relay outputs. 5. The SI will provide verification in writing with the Engineer as to the state on error of the relay Default condition will be de-energized a. Provide a switch-on, delay selectable, after power failure. b Provide LEDs for each relay (i e. when energized), alarm relays, and pulse relays. 6. The SI will provide all LITs with a 120 Vac power supply 7 All LIT transmitter housings will a. Be capable of-40 to 140°F using an NEMA 4X field housing b. Provide a key combination at the operating module to lock the instrument. 8. All LIT transmitter datalog functions will a Include peak hold indicator of the minimum/maximum levels or flows and the minimum/maximum temperatures at the sensors. b. Include recording of the last 10 alarms. c. Include indication of the operating status. d. Include trend indication of the outputs on the on-site display e. Include indication of the operating hours. B. LITs are not required for the chemical storage tanks or the backwash detention pond. 2.6 PRESSURE GAUGES (PG) A. Pressure gauges will be Ashcroft Model 1259,Winters PPC, or Engineer pre- approved equal B. Pressure gauge accuracy will comply with ASME B40 100, Grade 2A, and be 0.5% (±) of full scale. City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 -7 December 2, 2021 Addendum No 3 C. Pressure gauge range will be dependent on the particular site application — verify range requirements with Engineer before ordering gauges. D Pressure gauges will be Glycerin filled and a minimum of 4-1/2"diameter with a case of fiberglass-reinforced thermoplastic, and a shatterproof(XSG) glass window E. Pressure gauge dial will be aluminum with white background and black pressure scale. F Pressure gauge pointer will be micrometer adjustable. G Pressure gauge bourdon tube will be 316-stainless steel H Pressure gauge connection size will be 1/4" NPT with connection location in the lower position 2.7 PRESSURE INDICATING TRANSMITTERS (PIT) A. Pressure indicating transmitters shall be Rosemount 3051 Series. Pressure indicating transmitter assembly will/shall 1 Include a diaphragm type pressure transducer and microprocessor- based transmitter for measurement of gauge, vacuum, or absolute pressure. 2. Have a maximum ratio of total instrument range to calibrated span 10 to 1 3. Adhere to the following accuracy&stability requirements: a Plus or minus 0 075 percent of calibrated span,' including effects of hysteresis, nonlinearity, and repeatability b Total performance accuracy. Plus or minus 0.30 percent of calibrated span, including reference accuracy effects, static pressure and ambient temperature effects. c. Stability of plus or minus 0 15 percent of upper range limit over 5 yea rs. 4 Have a diaphragm type transducer integral to pressure transmitter a Diaphragm material Stainless steel or ceramic. b Process material compatibility Verify all material compatibilities with the instrument manufacturer ii Process connection as shown on the Drawings. 5 Include a transmitter City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 -8 December 2, 2021 Addendum No 3 a. 24V DC power supply, loop powered b. Isolated 4-20mA DC with HART communication protocol c. Provided with electronic microprocessor d. Have an adjustable electronic zero and span,with elevated or suppressed zero as required by application Adjustment shall be possible without mechanical fulcrum points or'handheld configurator e. Have a 5-digit LCD scaled in engineering units. f With a NEMA 4X enclosure. Include over range protection to maximum line pressure. 6. Include a valve manifold supplied by the PIT equipment vendor a. One piece bonnet with a metal-to-metal seal to the valve body below the bonnet threads. Bonnet lock pin to prevent accidental loosening ii Gas leak tested metal-to-metal hard seat design for hard seat valves. iii Gas leak tested soft seat design with replaceable seat for soft seat valves. iv Manifold valves shall have straight through portion for bi-directional flow and easy roddable cleaning v Manifold valves shall allow for direct or remote instrument mounting b. 316 stainless steel body c. Teflon 0-rings. d 2-valve manifold for standard pressure measurement applications. 1 isolation valve and 1 drain/vent and calibration valve. e. 3-valve manifold for differential pressure measurement applications. 2 isolation valves and 1 equalizing valve. ii Plugged vent connections forvent/drain or calibration 2.8 FLOW ELEMENTS AND INDICATING TRANSMITTERS (FE/FIT) City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 - 9 December 2, 2021 Addendum No 3 A. Electromagnetic flow meters (i e. mag meters) shall be Rosemount 8750W, or Engineer pre-approved equal B. Mag meters shall 1 Be NSF 61 approved for drinking water use. 2. Be supplied with a calibration certificate. 3 Have a measuring velocity range of 1-39 feet per second (ft/s)with a measured error±0.5%. 4 Be equipped with a PTFE liner rated fluid temperatures between-58 to 350°F 5. Have a conductivity rating of> 5 pS/cm 6. Be equipped with a remote field-mount LCD display with local operator interface (LOI) that utilizes 120 VAC, 60 Hz power supply a Transmitter shall be rated for -4 to 140°F ambient temperatures. I b. Transmitter housing shall be NEMA 4X rated. c. Have four-line display with backlighting and touch control d. Have 4-20 mA outputs, current inputs, and signals on alarm with HART communications protocol e. Retain the measuring system data in the event of a power supply failure. f Transmitter shall be installed with a sun shield as shown on the Drawings. 7 Provide NEMA 4X protection 8. Have two measuring electrodes of 316 stainless steel 9 Have flanges and connections in accordance with ASME B16.5, Class 150 2.9 CHLORINE RESIDUAL ANALYZERS A. The SI shall furnish seven (7) HACH CL17sc colorimetric chlorine analyzers, or Engineer-approved equivalent, that shall be installed inside the Control Building lab at the Bailey site. 1 Each chlorine analyzer shall integrated with a sc200 controller as shown on the Drawings to allow for the following City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 - 10 December 2, 2021 Addendum No 3 a Local display of the CL17sc analyzer reading in milligrams per liter(mg/L) b. 12VDC Power supply to the CL17sc analyzer c. Integration of the CL17sc analyzer reading into the SCADA system through the WTP Main PLC via a 4-20mA signal with HART communication protocol 2. Power supply shall be 120 VAC, 1-phase, 60 Hz for the HACH sc200 controllers. 2.10 AMMONIA MONOCHLORAMINE ANALYZER A. The SI shall furnish one (1) HACH 5500sc ammonia monochloramine analyzer, or Engineer-approved equivalent, that shall be installed inside the Control Building lab at the Bailey site. SI shall integrate the following output signals into the SCADA system via the WTP Main PLC. is 1 Ammonia via a 4-20mA output. 2. Monochloramine via a 4-20mA output. 3 Analyzer warning/alarm via one (1) of the built-in relays. 4 Analyzer error via one (1) of the built-in relays. PART 3 EXECUTION 3.1 DEVICE OPERATION A. Demonstrate complete and satisfactorily device operation and calibration in continuation with overall instrumentation system testing, checkout, and operator training Refer to Section 13320, SCADA System requirements. 3.2 TRAINING A. Provide training for Owner's personnel on each type of instrument and/or sensing device. 1 Training is to encompass all system adjustments and protocol modifications made during demonstration testing 2. Training is independent of demonstration testing and excludes travel to and from site. B. Training is to cover all functions for the operation and maintenance of the instrument and/or sensing device. 1 Schedule training at Owner's convenience after all operations and maintenance information described in Paragraph 1.3, Submittals is approved and in the Owner's possession City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 - 11 December 2,2021 Addendum No. 3 2. Do not conduct training until after the date of completion (e.g., substantial) and subsequent acceptance of the work by the Owner 3.3 LONG-TERM FOLLOW-UPTRAINING AND ADJUSTMENTS A. Following Owner acceptance of the work,the SI is to return to thesite for 1- day per month over the next six (6) consecutive months. 1 Scheduling will be at the Owner's convenience, or request. 2. Training and adjustment time excludes travel to and from site. B Visits are to provide any necessary or wanted follow-up training, equipment adjustments, and/or programming modifications. C. Follow-up visits are beyond any other specific requests made by the Owner during the warranty period. END OF SECTION City of Pearland Bailey WTP Improvements Instrumentation &Sensing Devices Project No 7295A 13321 - 12 December 2, 2021 A 1 B I C I D 1 E 1 F I G I I-I I I "lb. /-EXISTING CONDUITS BACK TO PUMP STATION FOR POWER AND CONTROL.REMOVE ALL ( CONDUCTORS IN THEIR ENTIRETY REMOVE ALL ABOVE GRADE CONDUITS.EXTEND EXISTING 23 a CONDUITS ABOVE GRADE,AS SPECIFIED,AND // CAP UNUSED CONDUITS. SCALE IN FEET 5 ..-- \ 5 1 C57,71A6 tt+tJlx%h'L LIWYK PUMP z.inav ln.tl.C:;L vLE.0 aat.orva 1 =SHFre.4S Off'-C!,ADD OI r-1N 7 r/ I a / 4 i / 1 4 I. 1 v rrwn rc cxx rr0ro£r 1 Q3 exfeA csr Zs5�' 2#1 72fi,1"C nu7'C%0.1'1,1U.d.WX, Q I i s:rrsPix Mrhr I GA1L'FDS"t7RM-IaiP,2 1 I 01F-n7 I , \\ 7/ INSTALL NEW CONDUIT I:1 I LADDER SUPPORTS ON LADDER 11 '— I 1 LPI-6 V sari.a[0G ttpu F'FXISrl ,7"WM. ' — ,� ,C_ , NEW LEVEL D -it.. TRAN''SDI3CER OO LIT-U7.FU 2 - I tiAnAlato,It Lt.,. 1"C TO PLC NEW DOOR SWITCH 0 /� 2"C�\ /r / - aPo . 3i3 r / /SUN SHIELD "\ 4"HOT DIP \ ��—C+4T,VANIZED. �� � INSTALL FOST ``\ II CAP OM TQP .\ — I \ ` FOR CONTINUATION _ �' SEE SHEET 01E-A1 - Z\ ° i \' ° i `� J� LEVEL CONTROF I PR SHALL BE I I CONDOS AS NOTES INDICATED ON THE DRAWING BY 0 SPECIFIED.SPEIED.CABLE LENGTH `\ INDICATED o SHALL RE AS REQUIRED FOR I. EXISTING I-BOXES AND EXPOSED CONDUITS. REMOVE I-BOXES AND ABOVE GRADE CONTINUOUS LENL,A'H TO CONDUIT IN THEIR ENTIRETY REMOVE CONDUCTORS BACK TO 120 VOLT PANEL. CONTROLLER FIDG UN6TRUT,TYP 2. EXISTING SOLENOID VALVE.REMOVE ALL ABOVE GRADE CONDUIT AND CONDUCTORS, 2 LIDO U-BOLTS,TYP 3. EXISTING ABOVE GRADE CONDUITS AND I-BOX FOR GST PRESSURE SENSING.REMOVE 2 I-BOX AND ALL ABOVE GRADE CONDUIT AT I-BOX AND AT GST PRESSURE SENSING POINT, REMOVE SENSING TUBE AND CONDUCTORS BACK TO EXISTING IFINAL COMMUNICATION BOX AND INTO PUMP STATION. a ' I Jji f GRADE fk - - +L4 -- ( 4. INSTALL NEW CONDUIT SUPPORTS ON EXISTING LADDER BRACE PLATES.WELD 31/8 Is4" .3 , I _e- i METAL PLATE TO THE LADDER BRACE PLATE,ONE AT BOTTOM,ONE AT TOP AND 'o TWO INTERMEDIATE SUPPORTS.PLATE SHALL BE LONG ENOUGH TO INSTALL - I I ; CONDUITS INDICATED,INSTALL CONDUITS WITH U-BOLTS.DO NOT WELD TO LADDER RUNNERS.DO NOT VIOLATE OSHA REQUIREMENTS SOR LADDER.ACCESS,PAINT NEW g5 i CONDUIT SUPPORTS TO MATCH TANK i`, 3000 PSI CONCRETE ,,,.1 P.I I 5. ROUTE CIRCUIT BACK TO PANEL L IN FTTSTING CONDUIT TO PUMP BUILDING. IN ®2S DAYS f PUMP BUILDING INSTALL NEW CONDUIT TO LP-1. — S I i 6. REMOVE THE EXISTING CEILING MOUNTED POSTURES. INSTALL NEW FIXTURES INDICATED. P 1 i I 72" 1 7. FURNISH AND INSTALL DOOR POSITION SWITCH. DOOR SWITCH SHALL.BE CLEAR WATER TECH SERIES 1073 WITH CONTACT ARRANGEMENT AS REQUIRED FOR THE INSTALLATION. 8 ROUTE 21/14 AWG CABLE TO PLC IN CONTROL BUILDING.INSTALL SWITCH AND CONDUIT IN A MANNER THAT WILL NOT CREATE A TRIPPING HAZARD.LOCATION OF SWITCH SHALL BE LEVEL CONTROLLER APPROVED BY ENGINEER, a 1F--02 ELECTRONICS S. LEVEL TRANSDUCER. ROUTE I"CONDUIT AND CABLE DOWN TO LEVEL CONTROLLER. DO & INSTALLATIONS DETAIL NOT PENETRATE SUNSHIELD OR ENTER CONTROLLER FROM TOP ROUTE I-IPR816SH CABLE FROM LEVEL CONTROLLER TO PLC IN PUMP STATION. PROVIDE ALL REQUIRED NG SCAT P ArrFSSORIESFOR MOUNTING TO TANK SEE TANK DRAWINGS FOR ACCESS POINT. I I. - 2'i0. REVISION DATE _ 72/03Ra21 �y y��tii1 cl,,,_ DESIGNED BY SCALE CITY OF PEARLAND PROJECT NO. tr 0 TCEQ SUBMITTAL 07/27/2021 ,:�hatC kg1l BAR IS ONE INCH ON CV 20-7295A - I, ORIGINAL DRAWING _ r=s BAILEY WATER TREATMENT PLANT I BID SET 11/03/2021 :* t;,, ! ENPROTECIHIBBS mi. INC. .-...—... DRAWN BY IMPROVEMENTS SEQUENCE No. 2 ADDENDUM No.3 12J03/2021 �.C�0;5 rrn rrr vEx57Wo HT 0 '1 - -- --- ._.w ENVIRONMENTAL AND CIVIL ENGINEERING DB14 DATE 20 OF 110 _._. w 402 Getter Street Morena,Texas 78601 IF NOT ONE INCH ON - MAGNOLIA SITE—ELECTRICAL SITE egel, It ,"_qE.�, 0p,."�'� 325-6984560 PE Pon REgIStratlon Na 115'1 THIS SACC ADIUST CHECKED BY II/03/2021 * SHEET No. _ _ _ �. _/ FI�`g� PG Fmn Reg anon No.50103 SCALE'S ACCORDINGLY PLrAN ('7// LL QnrA4 ti^'F.�.p RPLS Firm Regrstr26nn Na 1W11900 C W Y 01E-02 -A I B I C 1 D I E I F I G I H I I CITY OF PEARLAND ADDENDUM Section 00900 ADDENDUM NO. 4 Date December 6, 2021 PROJECT Bailey WTP Improvements and Sanitary Sewer Line BID NO 0821-57 BID DATE December 9, 2021, 2.00 p.m FROM Michael Wray, P.E Project Manager Enprotec/Hibbs and Todd, Inc. 402 Cedar Street Abilene, TX 79601 To Prospective Bidders and Interested Parties This addendum forms a part of the bidding documents and will be incorporated into the Contract Documents, as applicable Insofar as the original Contract Documents, Specifications, and Drawings are inconsistent, this Addendum shall govern. Please acknowledge receipt of this Addendum on the Bid Proposal form, Section 00300 submitted to the City of Pearland. FAILURE TO ACKNOWLEDGE RECEIPT OF ADDENDA ON THE BID PROPOSAL FORM MAY BE CAUSE FOR DISQUALIFICATION. CONTRACT DOCUMENTS Not applicable. SPECIFICATIONS 1 REPLACE the project manual table of contents in its entirety with the attached, revised version to reflect the addition of Appendix E—Geotechnical Report from Prior Bailey 1 0 MG GST (for reference only) 2. ADD Appendix E—Geotechmcal Report from Prior Bailey 1 0 MG GST(for reference only) —to the end of the Technical Specifications. 3 REPLACE Appendix A—WesTech Aeralater Proposal - in its entirety with the attached, revised version. CONSTRUCTION DRAWINGS Not applicable 2-22-12 00900- 1 of 2 CITY OF PEARLAND ADDENDUM ., END OF ADDENDUM NO 4 iliji— ‘ • W *'ir 1' •,_ *tr1 I • MICHAEL WRAY Michael Wray, P.E j . 12 o 9846 .i Project Manager letT 4, tlt, .+ -. 12/6/2021 i .A .- 2 22 12 00900-2 of 2 CITY OF PEARLAND TABLE OF CONTENTS CITY OF PEARLAND BRAZORIA COUNTY,TEXAS TABLE OF CONTENTS SECTION TITLE DIVISION 0—BIDDING AND CONTRACT DOCUMENTS 00100 Invitation to Propose Competitive Sealed Proposal 00200 Instructions to Offerors 00300 Proposal 00500 Standard Form of Agreement 00610 Performance Bond 00611 Payment Bond 00612 One-Year Maintenance Bond 00615 Partial Waiver of Lien and Payment Affidavit 00700 General Conditions of Agreement 00800 Special Conditions of Agreement 00811 Wage Scale for Engineering Construction DIVISION 1 —GENERAL REQUIREMENTS 01010 Summary of Work 01039 Coordination and Meetings 01090 Standard References 01200 Measurement and Payment Procedures 01290 Change Order Procedures 01300 Submittals 01400 Quality Control 01500 Temporary Facilities and Controls 01505 Mobilization 01550 Stabilized Construction Exit 01555 Traffic Control and Regulation 01562 Waste Material Disposal 01565 Stormwater Pollution Prevention During Construction 01566 Source Controls for Erosion and Sedimentation 01580 Project Identification Signs 01600 Material and Equipment 01650 Starting of Systems 01700 Contract Closeout Division 1 Special Specification Items and Modifications CITY OF PEARLAND TABLE OF CONTENTS DIVISION 2—SITE WORK 02070 Demolition, Cutting and Patching 02110 Site Clearing and Grubbing 02210 Grading and Earthwork 02220 Trench and Excavation Safety System 02224 Excavation, Backfilling, and Compacting for Structures 02225 Excavation, Backfilling, and Compacting for Utilities 02226 Excavation, Backfilling, and Compacting for Pavement 02231 Aggregate Base Course 02321 Cement Stabilized Sand 02335 Subgrade 02410 Pipe Boring, Jacking, Tunneling and Encasement 02511 Water Meters 02521 Concrete Pavement, Sidewalks, and Approaches 02530 Gravity Sanitary Sewers 02533 Sanitary Sewage Force Mains 02542 Concrete Manholes and Accessories 02603 Frames, Grates, Rings, and Covers 02630 Storm Sewers 02631 Precast Inlets, Headwalls, and Wingwalls 02640 Combination Air Release Valves 02665 Water Systems 02670 Hydrostatic Testing of Pipelines 02675 Water System Disinfection 02728 Concrete Splash Blocks 02777 HDPE Pond Liner 02831 Chain Link Fences and Gates 02921 Hydro Mulch Seeding Division 2 Special Specification Items and Modifications DIVISION 3—CONCRETE 03300 Cast-in-Place Concrete DIVISION 4—MASONRY 04001 Masonry Procedures 04150 Masonry Accessories 04200 Unit Masonry DIVISION 5—METALS 05100 Miscellaneous Metals 05400 Light Gauge Metal Framing 05501 Bolts and Anchor Bolts 05800 Expansion Control CITY OF PEARLAND TABLE OF CONTENTS DIVISION 6—WOOD AND PLASTICS 06241 Hard Surface Tops 06411 Plastic Laminate Veneer Cabinetwork DIVISION 7—THERMAL AND MOISTURE PROTECTION 07100 Waterproofing 07210 Building Insulation 07410 Standing Seam Metal Roof System 07901 Caulking and Sealants DIVISION 8—DOORS AND WINDOWS 08111 Hollow Metal Doors and Frames 08120 Aluminum and Glass Framing 08202 Plastic Laminate Veneer Doors 08400 Overhead Coiling Doors 08710 Finish Hardware 08813 Tempered Glass 08814 One Inch Tempered Glass 08830 Mirror Glass DIVISION 9—FINISHES 09250 Gypsum Wallboard 09300 Glazed Porcelain Tile 09660 Resilient Tile Flooring 09666 Vinyl Base 09800 Painting DIVISION 10—SPECIALTIES 10164 Toilet and Bath Accessories 10400 Identification Devices 10452 Appliances 10500 Lockers DIVISION 11 —EQUIPMENT 11261 Packaged Chemical Feed Systems 11307 Sanitary Sewer Lift Station 11314 End-Suction Centrifugal Pumps 11900 Packaged Aeralater System 11948 Static Mixers CITY OF PEARLAND TABLE OF CONTENTS DIVISION 13—SPECIAL CONSTRUCTION 13100 Control Panels 13320 SCADA System 13320A SCADA System Control Strategies 13321 Instrumentation and Sensing Devices 13322 Communication Devices 13323 PLC and RTU 13324 Human-Machine Interface Systems 13340 Cross-Linked Polyethylene Chemical Storage Tanks DIVISION 15—MECHANICAL 15000 General Provisions for Mechanical 15050 Basic Mechanical Materials 15053 Electrical Provisions of HVAC and Plumbing Mechanical Work 15057 HVAC and Plumbing Cleaning 15058 Plumbing Pipe and Fittings 15060 Pipes and Pipe Fittings 15061 Piping Accessories 15062 Pipe• Ductile Iron 15064 Pipe. Plastic 15065 Steel Pipe 15090 Pipe Support Systems 15094 HVAC and Plumbing Pipe Hangers and Equipment Supports 15100 Plumbing Valves 15101 Gate Valves 15102 Solenoid Valves 15103 Butterfly Valves 15104 Ball Valves 15106 Check Valves 15113 Combination Air Release Valves 15116 Motorized Operators 15140 Supports and Anchors 15180 Pipe Insulation 15200 Piping and Accessories 15201 Valve and Gate Actuators 15211 HVAC and Plumbing Vibration Isolation 15251 HVAC and Plumbing Insulation 15295 Eccentric Plug Valves 15341 Plumbing Chemical Waste Drainage Piping Systems 15371 HVAC Refrigerant Piping 15401 Plumbing Domestic Water Piping Systems 15405 Plumbing Waste Water Piping System 15421 Plumbing Floor Drains 15451 Safety Shower and Eye Wash 15452 Plumbing Fixtures 15771 HVAC Split System Heating and Cooling Units 15829 HVAC Exhaust Fans 15841 HVAC Low Velocity Metal Ductwork 15867 HVAC Air Diffusers 15881 HVAC Filters 15962 HVAC and Plumbing Tests and Inspections CITY OF PEARLAND TABLE OF CONTENTS DIVISION 16—ELECTRICAL 16000 General Requirements for Electrical Work 16110 Raceways and Fittings 16115 Underground Electncal Duct and Conduit 16120 Conductors 16140 Winng Devices 16150 Motor and Equipment Controls and Wiring 16170 Circuit and Motor Disconnects 16195 Electncal Identification 16400 Electncal Services 16405 Arc-Flash Hazard Analysis/Short Circuit/Coordination Study 16406 Short Circuit and Coordination Study 16450 Grounding 16460 Dry-Type Transformers 16470 Panel Boards 16481 Motor Control Centers 16491 Automatic Transfer Switch 16620 Packaged Engine Generator System 16675 Transient Voltage Surge Suppression APPENDIX A WesTech Aeralater Proposal B Pnme Controls SCADA System, Operating Platform, and Remote Terminal Unit Proposal C Convergmt Secunty System Proposals D CenterPoint Energy Natural Gas Utility Proposals E Geotechmcal Report from Pnor Bailey 1 0 MG GST (for reference only) END OF SECTION APPENDIX A WesTech Aeralater Proposal j f • `tee,. , ` ± u �kP� .■l'„ i rj. I cIy !_. 5 1...� ,Y• E7 ) . x- elfE ,/ f • fi , `i J,9 , ol: M i MI i t.7•. { '—� c� n ..BEd; ,) 9.).,� I 1, 'a+ / n ,t _i' ` \ oi1 �re ,,, ,__ ' *. ,,� _, _...... ..•.. -ter j 4 I 'r 4 ;t'r . , l, S • .tom M.- n A I- i _ x{ •� .C,, 2 r X a s Bailey WTP Improvements Pearland,Texas Engineer Contact eHT Don Tyson dtyson@westech-inc.com Representative Rene Carson David Silverthorn rcarson@westech-inc.com Newman Regency Group Plano,Texas (972) 769-1993 dsilverthorn@newmanregency com • stya.riN i .., WESTECH® Proposal Number. 1830585 0 �oy Monday, December 06, 2021 '''' _SGiz Table of Contents Technical Proposal Item A—Three (3) 17'-3"AERALATER units Item B—Two (2) 14'-9"AERALATER units—This section includes all field service and the control panel Clarifications and Exceptions Commercial Proposal Bidder's Contact Information Pricing Payment Terms Schedule Freight Warranty WEST ECH° Proposal 1830585_Rev7 2 Technical Proposal Item A —AERALATER® Type II Package Filtration System, Model AL1I4W Design Criteria Application Iron oxidation and filtration Well Dedication Bailey Well Unit Flow 601-700 gpm Number of Units 3 Number of Filter Cells/Unit 4 Unit Size 17 ft—3 in diameter Aerator Blower Style Induced draft Aerator Blower Capacity 2,269 scfm @ 3/8"static pressure I Detention Duration >30 minutes �~ Filter Area 232.6 ft2 per filter [Hydraulic Load < 3 0 gpm/ft2 <4 0 m ft2 with one cell backwashin al Flow Control Influent Modulating Valve [Backwash Method . Water wash Backwash Water Source Filtered Water from In-Service Cells Backwash Water Loading Rate 12-15 gpm/ft2 * Backwash Water Flow Rate 698 gpm *The design backwash rate listed is based on a temperature of 25°C.The actual backwash water rate must be adjusted 2%up or down for each degree Celsius difference above or below from design temperature, i e.,above 25°C increase by 2%, below 25°C decrease by 2%. Features and Benefits The AERALATER°system is a completely self-contained treatment plant that combines aeration, detention and filtration in a single unitized package The system is utilized for iron, manganese, and arsenic removal It will also reduce radon,VOC, odor, H2S and other dissolved gases.The AERALATER unit is a flexible treatment plant able to accommodate different media, backwash methods, materials of construction, and discharge locations. • Compact design minimizing building size and land requirements lowers capital cost • MULTICELL°design allows the unit to be self-backwashing—eliminating a backwash supply pump and storage tank • Low installation cost-units less than 400 gpm come fully assembled, larger units are shipped in major sections • Low operating cost-aeration section provides oxygen to oxidize iron and removes carbon dioxide to minimize chemical feed requirements • Operational simplicity requiring minimal operator attention • Flexible-various configurations, automatic controls, and MULTIWASH°are available • Aluminum construction option provides corrosion resistant design WE S FEC H Proposal 1830585_Rev7 3 Induced Draft Blower Moisture Separator Target Nozzles `1 °� Gravity Distribution Tray PVC Slats or Static Mixer Chemical Feed Lines --- t I Float-Operated Inlet Throttling Valve MULTIWASH'Overdrain Detention Tank/Filter Inlet 4 � Transfer Header '} Filtration Media Backwash Waste Header — —Outlet Air Wash Header Common Underdrain Backwash Waste Standard TYPE II AERALATER®system with MULTI WASH®backwash depicted May not entirely reflect unit quoted. SZ'EC 141O Proposal 1830585_Rev7 4 E Tankage Scope of Supply Item _ ___ �___ Size __ __ Notes __ __ _.___ _....___ _M.__._� Unit Quantity �� Three Overall System 17 ft-3 in Diameter x"27 ft T _ High . Aeration Section 5 ft- 6 in Square Aluminum Construction with internal coating _ _ I Detention Section _ 17 ft-3 in Diameter Painted Steel Construction J Filtration Section 17 ft-3 in Diameter Painted Steel Construction LTank Inlet Nozzle 10 in Diameter Flanged 1 Detention Outlet Nozzle 10 in Diameter Flanged Filter Inlet Nozzle 12 in Diameter Flanged 1 Filter Outlet Nozzle 10 in Diameter. Flanged _ _ Drain 2 in Diameter Flanged,for detention tank and filter 4 Fabrications Scope of Supply I Feature Quantity Notes _ Weir Board 3 Painted Steel, guides and grooves for weir board are not by WesTech I Filter Front Piping 3 lots Sch 40 Steel pipe Pipe sections shipped loose for field fitting I by Contractor _ ��N __ __ __J Interior detention Steel rungs as needed,shipped loose to be field welded by the tank ladders 3 sets contractor to the detention tank interior after detention _section assembly _ External'Ladder to Galvanized Steel manway with fall protection system painted_.. l jdetention manway 3 safety yellow J Drain Assembly 3 lots Piping and fittings, size 2 in Fabricated items are shipped loose for field assembly and installation by contractor Aeration Section Scope of Supply I Feature Quantity Notes ____ _ . __ Units 3 _ Aluminum construction with internal coating t Air intake 2/unit Includes screen — _ __,I Media Access 1/unit Hinged and bolted side I Water Distributor 1/unit Distribution tray with velocity breaker box, air stacks, and_ I target nozzles Media 12 rows Round PVC slats on 2 in vertical centers Air Exhaust Connection 1/unit Moisture separator in the cover i �1 Connection Piping 1 Lot Includes piping,fittings and flange bolts Aerator is shipped loose for field bolting to detention section WE S Ec IF-I® Proposal 1830585_Rev7 5 Detention Section Scope of Supply I Feature Quantity Size — Notes— �� Units 3 Collector Pan 1/unit Stainless steel static mixer included PVC chemical feed piping included Chemical Feed Connection 3/unit %in Diameter Located above detention outlet nozzle Manway 1/unit 24 in Diameter Located on top plate Manway 1/unit 14 in x 18 in Lower side shell { Drain Coupling, 1/unit 2 in Diameter Shipped in the fewest number of pieces practical for field assembly and welding by the contractor Field drilling of the mounting holes will be required to install the aerator Filtration Section Scope of Supply [Feature Quantity Size Notes — .-... Plate Underdrain 3 17 ft—3 in Shop-installed plastic media retaining nozzles Diameter I Dividing Partition 4/unit _ Manway 4/unit 14 in x 18 in Located on top cover of filter Manway _ 4/unit 18 in x 24 in For underdrain access located on the side-shell J Drain Coupling 1/unit 2 in Diameter Overdrain 1/cell Pipe style collector Shipped in two complete halves for field assembly—includes transfer section for field welding to connect the two underdrain halves. An estimated 550 lineal feet of welding will be required by the contractor for the complete assembly of EACH 17 ft—3 in diameter AERALATER unit. WrEsIc Proposal 1830585_Rev7 6 Surface Preparation and Painting Scope I Location Notes Aerator Interior Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6 near white blast, painted with one shop stripe coat of Tnemec Series 91H20 Hydrozinc primer applied with brush to all weld and hard to reach areas, followed by one shop coat of Tnemec Series 91H20 Hydrozinc primer(DFT 2.5-3 5 mils)followed by one coat of Tenemec series 20 PotaPox(intermediate coat; DFT 4 0-6 0 mils) and Tnemec series 141 Epoxoline finish (10 0-12.0 mils) Total DFT minimum 16 5 mils. Detention and filter sections. Degreased per SSPC-SP1,Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP10 near white blast, painted with one shop stripe coat of Tnemec Series 91H20 Hydrozinc primer applied with brush to all weld-and hard to reach areas,followed by one shop coat of Tnemec Series 91H20 Hydrozinc primer(DFT 2 5—3 5 mils) The filter section only will Tank Interior then have one coat of Tenemec series 20 PotaPox (intermediate coat; DFT 4 0-6 0 mils) and Tnemec series 141 Epoxoline finish (DFT 10 0-12 0 mils)above and below the underdrain Interior filter finish will have a minimum dry film thickness of 12 mils. Filter will be shipped with minimum DFT 16 5 mils.The detention tank pieces will be shipped primed only with 2 inch masked edges in preparation for field assembly Detention finish by others after field assembly Detention and filter sections. Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting,Sandblasted to SSPC-SP6/NACE 3 near white blast, shop Tank Exterior stripe coat applied with brush to all weld and hard to reach areas painted with Tnemec Series 90-97 Tneme-Zinc primer(DFT of 2.5-3 5 mils) applied with brush to all weld and hard to reach areas,followed by one shop coat of Tnemec Series 90-97 Tneme-Zinc primer(2.5-3 5 DFT) Field finish to be applied by others. Prepared per paint manufacturers recommendations, painted with one coat of Piping 90-97 Tneme-Zinc primer on exterior only Field finish to be applied by others. Tank Bottom Tank will be shipped bare metal on bottom The tank shall be set in coal tar or asphaltic base mastic compound applied to concrete base pad (By others.) Field weld seams will be shipped with hold back for protection Induced Draft Blower Scope of Supply Quantity Volume Pressure Type Motor 4(one spare) 2,269 scfm 3/8 in SP Induced Draft 1/2 hp, 230 V, 60 Hz, 3 ph,TENV Feature Notes Housing Aluminum with stainless steel trim and rainhood Exhaust Screen Aluminum and stainless steel Hardware Type 18-8 stainless steel, included *Aeration blower assembly to be installed by contractor Media Scope of Supply I Type Quantity Depth Effective Size U C. Packaging Lo-d.A* 1830 ft3 30 in 0.6-0 8 mm <1.6 Supersacks *Includes approximately 5%excess for skimming. AE5IEC Proposal 1830585_Rev7 7 Valves Scope of Supply Item Quantity Size Type Operator Type 1 Unit Inlet* 3 10 in Modulating Electric Cel(Inlet _ 12 8-in Open/Close Butterfly Electric Backwash Waste 12 12 in Open/Close Butterfly _Electric _ ck Bawash Rate Set 3 12 in Manual Butterfly _ Chainwheel _ Drain _ 6 2 in Manual Butterfly Lever Sample Cocks — 6 1/2in Manual Lever _ *Actuators will be equipped with limit stops. Unit inlet valve actuators equipped with position feedback. All butterfly valves are Bray wafer style with stainless steel bearings, stainless steel disc, EPDM seat and shaft seal Manually controlled butterfly valves have lever or gear operated handwheel actuators. Automatic butterfly valves have double acting, weatherproof electric actuators manufactured by Bray Instrumentation Scope of Supply Description Quantity Type Output Manufacturer �I Level Control 3 Pressure Transmitter Analog Rosemount 2051T Loss of Head Gauge 3 ' 3% in gauge Visual WesTech M _ Loss of Head Switches 6 Vacuum Discrete Mercoid (mercury free) Influent Flow Meters 3 10" Magmeter Analog Rosemount 8750W 1 Weights Estimated Shipping Weight/Unit 42,000 lbs _ _--__j Estimated Shipping Weight/Heaviest Piece 13,000 lbs Effluent Pump Scope of Supply 1 Quantity Capacity Efficiency NEMA Motor 1 3 673 gpm 77% 5 hp,460 V, 60 Hz, 3 ph, @ 21.2 ft TDH 1150 RPM, Inverter duty [features _.� Notes _ ��� � Size 6x5x10 i VFD capability Inverter Ready motors J Casing Cast Iron I Wear Rings 316SS _._ ___; Foundation Base Mounted on Steel Bent-Form Baseplate Coating Manufacturer's Standard i Notes Pumps manufactured by Carver WE slim CH° Proposal 1830585_Rev7 8 VFD Scope of Supply }Quantity Electrical 3 4 0 KW, 5 5 HP, 380-480 VAC, 3 ph, IP21,Type 1 Features Notes Enclosure__ NEMA 1 Digital Inputs 6 Digital Outputs 2 [Analog inputs 2 Analog outputs 1 Relays 2 � Display Graphic with backlight I Keypad Removable, HOA buttons included Serial Communications Not included rEthernetPort Included Notes VFDs manufactured by Danfoss.VFDs will not be housed in the filter control panel WE Slit C H Proposal 1830585_Rev7 9 i Item B —AERALATER® Type II Package Filtration System, Model AL1I4W , Design Criteria [Application Iron oxidation and filtration I Well dedication Magnolia Well _ Flow per Unit _.___________- 401 510 gpm __ — _ { Number of Units 2 i Number of Filter Cells/Unite 4 — � __ 1 Unit Size __ 14 ft—9 in diameter Aerator Blower Style Induced draft I Aerator Blower Capacity 1519 scfm @ 3/8" static pressure Detention Duration >30 minutes Filter Area 169 9 ft2 total _ [Hydraulic Load <3 0 gpm/ft2(<4 0 gpm/ft2 with one cell in backwash) . � _Flow Control Influent Modulating Valves �� __ Backwash Method Water wash _. Backwash Water Source Filtered Water from_ In-Service Cells Backwash Water Loading Rate 12-15 gpm/ft2* _ �_ Backwash Water Flow Rate 510 gpm* *The design backwash rate listed is based on a temperature of 25 °C.The actual backwash water rate must be adjusted 2%up or down for each degree Celsius difference above or below from design temperature,i.e., above 25°C increase by 2%,below 25 °C decrease by 2%. Tankage Scope of Supply Item Size Notes _ _ __1 Unit quantity _ Two I _ _ Overall System 14 ft—9 in Diameter x 27 ft — � _ High Aeration Section 5 ft Square Aluminum Construction with internal coating Detention Section 14 ft—9 in Diameter Painted Steel Construction I Filtration Section 14 ft—9 in Diameter Painted Steel Construction Tank Inlet Nozzle 8 in Diameter Flanged 1 _ Detention Outlet Nozzle _10 in Diameter Flanged _ [—Filter Inlet Nozzle 10 in Diameter Flanged 1 Filter Outlet Nozzle 8 in Diameter Flanged f Drain 2 in Diameter Screwed,for detention tank and filter WEsTEeH° Proposal 1830585_Rev7 10 Fabrications Scope of Supply 1 Feature Quantity Notes i Weir Board 2 Painted steel construction,guides and grooves for weir _ board are not by WesTech Filter Front Piping 2 lots Sch 40 Steel pipe Pipe sections shipped loose for field fitting by Contractor Detention tank Steel rungs as needed, shipped loose to be field welded by internal ladders 2 sets the contractor to the detention tank interior after _ detention section assembly _ _ External ladder to 3 — Galvanized steel,ladder with fall protection system painted detention manway safety yellow Drain Assembly 2 lots Piping and fittings,size 2 in Fabricated items are shipped loose for field assembly and installation by contractor Aeration Section Scope of Supply I Feature Quantity Notes 1 Units 2 Aluminum construction with internal coating ir i Antake 2/unit Includes screen Media Access 1/unit Hinged and bolted side Water Distributor _ 1/unit Distribution tray with velocity breaker box, air stacks, and � target nozzles _ _ 1 Media 12 rows Round PVC slats on 2 in vertical centers Ai'r Exhaust Connection 1/unit Moisture separator in the cover _. Connection Piping 3 Lots Includes piping,fittings and flange bolts Aerator is shipped loose for field bolting to detention section Detention Section Scope of Supply I Feature Quantity Size. Notes A Units 2 Stainless steel static mixer included Collector Pan 1/unit PVC chemical feed piping included Chemical Feed Connection 3/unit %in Diameter Located above detention outlet nozzle Manway 1/unit 24 in Diameter Located on top plate _ ______ Manway_ 1/unit 14 in x 18 in Lower side shell Drain Coupling 1/unit 2 in Diameter ��� � Shipped in the fewest number of pieces practical for field assembly and welding by the contractor Field drilling of the mounting holes will be required to install the aerator WI'E Proposal 1830585_Rev7 11 Filtration Section Scope of Supply [Feature Quantity Size Notes Units 2 2 14 ft—9 in Shop-installed plastic media retaining nozzles Plate Underdrain I Diameter Dividing Partition 4/unit I Manway 4/unit 14 in x 18 in Located on top cover of filter Manway 4/unit 18 in x 24 in For underdrain access located on the side-shell 1/uni t Drain Coupling 2 in Diameter _ �- Overdrain 1/cell Pipe style collector Shipped in two complete halves for field assembly—includes section for field welding to connect the two underdrain halves. An estimated 500 lineal feet of welding will be required by the contractor for complete assembly of EACH 14 ft—9 in AERALATER unit. WE SITE CH® Proposal 1830585_Rev7 12 Surface Preparation and Painting Scope ( Location Notes Aerator Interior Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6 near white blast, painted with one shop stripe coat of Tnemec Series 91H2O Hydrozinc primer applied with brush to all weld and hard to reach areas, followed by one shop coat of Tnemec Series 91H2O Hydrozinc primer(DFT 2.5-3 5 mils)followed by one coat of Tenemec series 20 PotaPox(intermediate coat; DFT 4 0-6 0 mils) and Tnemec series 141 Epoxoline finish (10 0-12 0 mils) Total DFT minimum 16 5 mils. Detention and filter sections. Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting, Sandblasted to SSPC-SP10 near white blast, painted with one shop stripe coat of Tnemec Series 91H2O Hydrozinc primer applied with brush to all weld and hard to reach areas,followed by one shop coat of Tnemec Series 91H2O Hydrozinc primer(DFT 2.5—3.5 mils) The filter section interior Tank Interior only will then have one coat of Tenemec series 20 PotaPox(intermediate coat; DFT 4 0-6 0 mils) and Tnemec series 141 Epoxoline finish (DFT 10 0—12.0 mils) above and below the underdrain Interior filter finish will have a minimum dry film thickness of 12 mils. Filter will be shipped with minimum DFT 16 5 mils.The detention tank pieces will be shipped primed only with 2 inch masked edges in preparation for field assembly_Detention finish by others after field assembly Detention and filter sections: Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6/NACE 3 near white blast, shop Tank Exterior stripe coat applied with brush to all weld and hard to reach areas painted with Tnemec Series 90-97 Tneme-Zinc primer(DFT of 2.5-3 5 mils) applied with brush to all weld and hard to reach areas,followed by one shop coat of Tnemec Series _ 90-97 Tneme-Zinc primer(2 5-3 5 DFT) Field finish to be applied by others. Prepared per paint manufacturers recommendations, painted with one coat of Piping 90-97 Tneme-Zinc primer on exterior only Field finish to be applied by others. Tank Bottom Tank will be shipped bare metal on bottom The tank shall be set in coal tar or asphaltic base mastic compound applied to concrete base pad (By others.) Field weld seams will be shipped with hold back for protection Induced Draft Blower Scope of Supply Quantity Volume Pressure Type Motor 3 (one spare) 1519 scfm 3/8 in SP Induced Draft %hp, 230 V, 60 Hz, 3 ph,TENV Feature Notes Housing Aluminum with stainless steel trim and rainhood Exhaust Screen -- Aluminum and stainless steel Hardware Type 18-8 stainless steel, included *Aeration blower assembly to be installed by contractor Media Scope of Supply Type Quantity Depth Effective Size U C. Packaging j Lo-d.A* 892 ft3 30 in 0.6-0 8 mm <1.6 Supersacks *Includes 5%excess for skimming. WESTECI-11° Proposal 1830585_Rev7 13 Valves Scope of Supply Item Quantity Size Type Operator Type J Unit Inlet* 2 8 in Modulating Electric Cell Inlet _ 8 8 in Open/Close Butterfly Electric ^, J Backwash Waste 8 10 in Open/Close Butterfly Electric Backwash Rate Set 2 10 in Manual Butterfly Chainwheel j Drain 4 2 in Manual Butterfly Lever Sample Cocks 4 1/2 in Manual Lever *Actuators will be equipped with limit stops. Unit inlet valve actuators equipped with position feedback. All butterfly valves are Bray wafer style with stainless steel bearings, stainless steel disc, EPDM seat and shaft seal Manually controlled butterfly valves have lever or gear operated handwheel actuators. Automatic butterfly valves have double acting, weatherproof electric actuators manufactured by Bray Filter Control Panel Scope of Supply I Quantity Number of Units Controlled Operational Modes 1 5 Manual, Semi-Automatic, Automatic Includes pump down feature I Feature Description Notes I Housing NEMA 12, painted steel Wall-mounted inside a temperature controlled building PLC Allen Bradley CompactLogix 5380 1 OIT Allen Bradley PanelviewPlus 7 Will graphically represent all buttons, lights, switches, etc. SCADA Interface Ethernet UPS _ 30 minutes DIN rail mounted_ __ Modern _ __ For remote programming and �� troubleshooting Panel Door Single Equipped with handle, lock and key Pilot Lights Push to test LED Three (3) 20 amp, 120 V, 60 Hz, 1 phase electrical circuits supplied to Filter Control Panel by the installing Contractor Contractor shall be responsible for landing all field instrumentation to the filter control terminals. Instrumentation Scope of Supply Description Quantity Type Output Manufacturer 1 Level Control 2 Pressure Transmitter Analog Rosemount 2051T Loss of Head Gauge 2 3 6 in gauge Visual WesTech Loss of Head Switches 4 Vacuum Discrete Mercoid (mercury free) Influent Flow Meters 2 8" Magmeter Analog Rosemount 8750W sj Weights [Estimated Shipping Weight/Unit 32,000 lbs j Estimated Shipping Weight/Heaviest Piece 10,000 lbs WE SI" EC H8 Proposal 1830585_Rev7 14 Effluent Pump Scope of Supply Quantity Capacity Efficiency NEMA Motor __-_-__ _j 3 (one spare) 502 gpm 69% 5 hp, 460 V, 60 Hz, 3 ph, @ 20 1 ft TDH 1150 RPM, Inverter duty I Features Notes _.. _____ w___ ______ _4 Size 5x4x11 l VFD capability .Inverter Ready motors _ _ i Casing Cast Iron Wear Rings 316SS j Foundation Base Mounted on Steel Bent-Form Baseplate 1 Coating Manufacturer's Standard Notes Pumps manufactured by Carver Motor starters not by WesTech VFD Scope of Supply Quantity __-. Electrical _ _ _ _ _A 2 4 0 KW, 5 5 HP, 380-480 VAC, 3 ph, IP21,Type 1 Features Notes _.. 1 _ Enclosure NEMA 12 [ Digital Inputs. 6 ._._ ___..._ Digital Outputs 2 I Analog inputs a ___ 2 __. � _1 Analog outputs 1 r _ { Relays �.-- 2 Display Graphic with backlight _ Keypad Removable, HOA buttons included Serial Communications Not included Ethernet Port ~� Included __ m___ Notes. VFDs manufactured by Danfoss.VFDs will not be housed in the filter control panel WesTech Trips to the Site I Trips Days Includes ___.� 1 2 Instruction of welding and field erection for one tank. Additional tanks not under WesTech's supervision. El 1, 3 Inspect all 5 assembled AERALATERs and Contractor coatings. Media [ �_ _���� � installation can begin _ �_ _ 1 3 Verify electrician's terminations within the filter control panel, instrumentation start up,SCADA integration ____ 3 Coating of media—AERALATERs to be able to perform backwashes 1 3 Startup and training of operations personnel 1 5 14 Total Trips and days __M *Days promised are 8 hour working days. Note• Any item not listed above to be furnished by others. WE "IC I' Proposal 1830585_Rev7 15 Clarifications and Exceptions General Clarifications Terms&Conditions:This proposal, including all terms and conditions contained herein, shall become part of any resulting contract or purchase order Changes to any terms and conditions, including but not limited to submittal and shipment days, payment terms, and escalation clause shall be negotiated at order placement, otherwise the proposal terms and conditions contained herein shall apply Paint: All field surface preparation,field paint, touch-up, and repair to shop painted surfaces are not by WesTech Escalation If during the performance of the contract,the price of labor, material,freight, and other costs significantly increase,through no fault of WesTech,the price shall be equitably adjusted and subject to escalation A significant price increase shall mean any price increase from proposal date to material procurement greater than 2.5%from stated prices. Delays and costs associated with a Force Majeure event shall also be equitably adjusted and subject to a change in price and/or schedule Escalation to be based on cost increases, (without additional profit, overhead or margin) and shall include labor, material,freight, and other costs to WesTech that occur in the specified time period Any revisions or changes requested by the customer will be priced on a case-by-case basis. Such price increases shall be documented through third party sources. Carbon material escalation will be based on the US Midwest Domestic Index, current flats and longs indexes, in effect at the time of bid Stainless material escalation will be based the Argus Metals Stainless Steel ex works US base price plus surcharge for flat and bar(per design specified alloy), in effect at the time of bid USA Tariffs and Current Trade Laws: All prices are based on current USA and North America tariffs and trade laws/agreements at time of bid Any changes in costs due to USA Tariffs and trade laws/ agreements will be passed through to the purchaser at cost. AERALATER® Clarifications • Availability of equipment components specified may dictate substitutions of equal quality at the discretion of WesTech • All hardware is crated and shipped to the jobsite for assembly by the contractor • Sun shields should be provided by the contractor for protection of field instruments with LED displays. • If coordinated with WesTech, media can be loaded into the filter sections prior to detention section assembly but after filter halves have been placed in their permanent location and welded together Items not furnished by WesTech • Unloading of equipment from delivering carrier, protected storage of equipment, installation, supervision of installation • All underground and interconnecting piping, piping and fittings(not specifically listed), pipe supports, wall inserts or sleeves, Dresser or flexible couplings, hangers,valves(not specifically listed), air release piping and valves, sampling lines and sinks, small pressure water supply piping,field work of piping (i e, drilling and tapping for instrumentation) and flow meters • Walkways, handrails, stairways and ladders, air ducts and roof flashing WEs'1 ' I-1 Proposal 1830585_Rev7 16 • Finish paint and intermediate field coats, cathodic protection systems • All chemical feeders,feed lines, chemicals, labor and procedures for the disinfection of equipment, laboratory test equipment • Structural design, supply and installation of concrete pads, foundations, rebar, anchors, concrete,grout, sealant and sumps • Motor control center, motor starters, disconnects, electrical wiring and conduit, connection of electrical wiring to terminals within WesTech's control panel(s), telemetering equipment, sun shields • All pumps, operating and start-up lubricants not specifically listed • Any equipment and services not listed in this proposal Exceptions Not applicable WE s I E H� Proposal 1830585_Rev7 17 Commercial Proposal Proposal Name Bailey WTP Improvements Proposal Number 1830585 Monday, December 06, 2021 31; Bidder's Contact Information Company Name WesTech Engineering, LLC. Primary Contact Name Don Tyson Phone 801.265 1000 Email dtyson@westech-inc.com Address. Number/Street 3665 S West Temple Address. City,State, Zip Salt Lake City, UT 84115 2. ;Firm Pricing Currency US Dollars Scope of Supply A (3) 17'-3"AERALATERT", Model AL114W $1,639,802 B (2) 14'-9"AERALATERTM, Model AL1I4W with controls $1,215,661 Taxes(sales, use,VAT, IVA, IGV, duties, import fees, etc.) i _ Not Included , Prices are valid for a period not to exceed 30 days from date of proposal. Additional Field Service Daily Rate (Applicable Only to Field Service Not Included in Scope) $1,200 Pricing does not include field service unless noted in scope of supply,but is available at the daily rate plus expenses. The greater of a two week notice or visa procurement time is required prior to departure date.Our field service policy can be provided upon request for more details. 3 PaymentTxerms � �.sd,ms. a} _ Receipt of Shop Drawings&Submittals 5% Manufacture Following Approval by Owner of Final Design, Shop Drawings and Submittals 15/0 Project Mid-point [ 10% ' Notice of Readiness for Shipment j__ 20% Delivery of Treatment System to Site � 40%_� After Commissioning,Start-up,Training& Receipt of O&M Manuals ; _ _ 10% All payments are net 30 days.Partial shipments are allowed.An approved Letter of Credit is required if Incoterms CIF,CFR,DAP,CIP,or CPT are applicable.Payment is required in full for all other Incoterms prior to international shipment.Other terms per WesTech proforma invoice.Please note that the advising bank must be named as:Wells Fargo Bank,International Department,9000 Flair Drive,3rd Floor El Monte,California 91731,USA. 4.Schedule r z Submittals, after Purchase Order Acceptance and Contract Execution ) _ 6 to 8 weeks First Tank Ready to Ship, after Receipt of Final Submittal Approval 4 ▪ 20 to 22_weeks Final Tank Ready to Ship, after Receipt of Final Submittal Approval 32 to 34 weeks Estimated Weeks to Ready to Ship I • 26 to 42 weeks*, *Customer submittal approval is typically required to proceed with equipment fabrication and is not accounted for in the schedule above.Project schedule will be extended to account for time associated with receipt of customer submittal approval.There will be approximately 3 weeks between the delivery of each AERALATER unit. 5 Freight Domestic FOB Shipping Point_ Fu II Fre_ight,Allowed to Jobsite (FSP-FFA) From Final Destination_ Number of Trucks or Containers I- WesTech Shops Pearland,TX ; TBD VVrEs_h1Ec, u Proposal 1830585_Rev7 18 One-Year Warranty WesTech equipment is backed by WesTech's reputation as a quality manufacturer, and by many years of experience in the design of reliable equipment. Equipment manufactured or sold by WesTech Engineering, LLC, once paid for in full, is backed by the following warranty. For the benefit of the original user, WesTech warrants all new equipment manufactured by WesTech Engineering, LLC.to be free from defects in material and workmanship, and will replace or repair, F 0 B its factories or other location designated by it, any part or parts returned to it which WesTech's examination shall show to have failed under normal use and service by the original user within one (1) year following initial start-up, or eighteen (18) months from shipment to the purchaser,whichever occurs first. Such repair or replacement shall be free of charge for all items except for those items such as resin,filter media and the like that are consumable and normally replaced during maintenance, with respect to which, repair or replacement shall be subject to a pro-rata charge based upon WesTech's estimate of the percentage of normal service life realized from the part. WesTech's obligation under this warranty is conditioned upon its receiving prompt notice of claimed defects,which shall in no event be later than thirty(30) days following expiration of the warranty period, and is limited to repair or replacement as aforesaid This warranty is expressly made by WesTech and accepted by purchaser in lieu of all other warranties, including warranties of merchantability and fitness for particular purpose,whether written,oral, express, implied,or statutory WesTech neither assumes nor authorizes any other person to assume for it any other liability with respect to its equipment. WesTech shall not be liable for normal wear and tear,corrosion,or any contingent, incidental,or consequential damage or expense due to partial or complete inoperability of its equipment for any reason whatsoever This warranty shall not apply to equipment or parts thereof which have been altered or repaired outside of a WesTech factory, or damaged by improper installation, application, or maintenance, or subjected to misuse, abuse, neglect, accident, or incomplete adherence to all manufacturer's requirements, including, but not limited to, Operations& Maintenance Manual guidelines& procedures. This warranty applies only to equipment made or sold by WesTech Engineering, LLC WesTech Engineering, LLC makes no warranty with respect to parts, accessories, or components purchased by the customer from others.The warranties which apply to such items are those offered by their respective manufacturers. WrEI_Ec I ' Proposal 1830585_Rev7 19 APPENDIX E Geotechnical Report from Prior Bailey 1 .0 MG GST (for reference only) RABA GEOTECHNICAL ENGINEERING STUDY FOR BAILEY ROAD GROUND STORAGE TANK REPLACEMENT PEARLAND, TEXAS 5CILI `® •� 1(RABA EY YEARS Project No AHA18 065 00 Building Better Tomorrows 3602 Westchase April 22, 2019 Houston,TX 77042 www.rkci.com P 713.996.8990 F 713.996.8993 Mr Skipper Jones,Assistant Director of Capital Projects Toll Free 866.996.8990 City of Pearland TBPE Firm—F-3257 3519 Liberty Drive Pearland,Texas 77581 RE Geotechnical Engineering Study—Final Report Bailey Road Ground Storage Tank Addition Pearland,Texas Dear Mr Jones. RABA KISTNER Consultants, Inc. (RKCI) is pleased to submit the final report of our Geotechnical Engineering Study for the above-referenced project. This report presents our recommendations for ground storage tank design and construction, based on the revised tank diameter and tank bearing pressures provided by Preload,the project's tank designer and installer, received via electronic transmittal on Wednesday, April 10, 2019 This report also addresses comments made by Preload to our initial geotechnical report for the new prestressed concrete tank dated September 19, 2018. This study was performed in accordance with RKCI Revised Proposal No PHA18-096-00, dated July 26, 2017 Written authorization to proceed with this study was provided via the Notice to Proceed for Professional Services dated August 28, 2018. We appreciate the opportunity to be of professional service to you on this project. Should you have any questions about the information presented in this report, please call We look forward to assisting the City of Pearland (CLIENT) during the construction phase of the project by conducting the construction materials engineering and testing services (quality assurance program) S�ptE O F Tf.q 1 • Very truly yours, • s* fik *I, RABA KISTNER CONSULTANTS, INC. / •• ••• jJohn Douglas Brown .._ ._. — gain /f �: 96185 4-0 • t R` /CENSC �4i Saul Cruz John D Brown, P E. 4-22-2019 Graduate Engineer Manager, Geotechnical Services SC/KML/JDB Attachments Copies Submitted Above (1) O:Wctive Projects\Houston\2018WHA18-065-00 Bailey Water Plant Improvements\Reporting\AHA18-065-00 Final.docx GEO100 01/20/2009 San Antonio • Austin • Brownsville • Dallas • Freeport • Houston • McAllen • New Braunfels • Nebraska • Utah • Mexico GEOTECHNICAL ENGINEERING STUDY For BAILEY ROAD GROUND STORAGE TANK ADDITION PEARLAND,TEXAS Prepared for CITY OF PEARLAND Pearland,Texas Prepared by RABA KISTNER CONSULTANTS, INC. Houston,Texas PROJECT NO AHA18-065-00 April 22, 2019 RABAK STNER Project No AHA18-065-00 April 22,2019 INTRODUCTION 1 PROJECT DESCRIPTION ... 1 LIMITATIONS 1 BORING AND LABORATORY TESTS 2 CONSOLIDATION TEST 3 GENERAL SITE CONDITIONS 3 SITE DESCRIPTION 3 GEOLOGY 3 SEISMIC COEFFICIENTS 4 STRATIGRAPHY 4 GROUNDWATER 5 FOUNDATION ANALYSIS. 5 EXPANSIVE SOIL-RELATED MOVEMENTS 5 FOUNDATION RECOMMENDATIONS. 7 SITE GRADING 7 GST FOUNDATION 7 FOUNDATION IMPROVEMENT RECOMMENDATIONS 9 STRUCTURAL FILL 9 FOUNDATION CONSTRUCTION CONSIDERATIONS ... 10 SITE DRAINAGE 10 SITE PREPARATION 10 SHALLOW FOUNDATION EXCAVATIONS 10 CONSTRUCTION RELATED SERVICES ... ... 11 CONSTRUCTION MATERIALS TESTING AND OBSERVATION SERVICES 11 BUDGETING FOR CONSTRUCTION TESTING 11 ATTACHMENTS Boring Location Map Logs of Borings Key to Terms and Symbols Results of Soil Sample Analyses Important Information About Your Geotechnical Engineering Report RABAKISTNER Project No AHA18-065-00 1 April 22,2019 INTRODUCTION RABA KISTNER Consultants, Inc. (RKCI) has completed the authorized subsurface exploration, and foundation recommendations for the proposed ground storage tank(GST) located north of the intersection of Bailey Road and Wells Drive in Pearland,Texas.This report briefly describes the procedures utilized during this study and presents our findings along with our recommendations for foundation design and construction recommendations for the proposed ground storage tank. PROJECT DESCRIPTION Based on information provided by Preload, the project's tank designer and installer, via email transmittals received by our office on Wednesday,April 10,2019,the project consists of the construction of a new 1 MG GST located north of the intersection of Bailey Road and Wells Drive in Pearland,Texas.The new GST will be situated immediately west of the existing GST,which will be demolished The new prestressed concrete tank will be approximately 86-ft in diameter and have a side water depth of about 23.5-ft. The new GST will be supported on a thickened perimeter footing.The 1 MG GST with the dimensions noted above will impose contact pressures of 1.52 ksf beneath the 4-in thick membrane floor and 3.0 ksf beneath the perimeter footing (3.25-ft wide by 1-ft deep) For a 5.25-ft wide perimeter footing,gross contact pressure reduces to 2.0 ksf LIMITATIONS This engineering report has been prepared in accordance with accepted Geotechnical Engineering practices in the Houston area by Geotechnical firms conducting similar work under similar circumstances and is meant for the use of the City of Pearland (CLIENT)and its representatives for design purposes. This report may not contain sufficient information for purposes of other parties or other uses and is not intended for use in determining construction means and methods. The recommendations submitted in this report are based on the data obtained from four borings drilled at this site,our understanding of the project information provided to us by the CLIENT,and the assumption that site grading will result in only minor changes in the topography existing at the time of our study If the project information described in this report is incorrect, is altered, or if new information is available, we should be retained to review and modify our recommendations. This report may not reflect the actual variations of the subsurface conditions across the site The nature and extent of variations across the site may not become evident until construction commences. The construction process itself may also alter subsurface conditions. If variations appear evident at the time of construction, it may be necessary to reevaluate our recommendations after performing on-site observations and tests to establish the engineering impact of the variations. The scope of our Geotechnical Engineering Study does not include an environmental assessment of the air, soil, rock, or water conditions either on or adjacent to the site No environmental opinions are presented in this report. RKCI's scope of work does not include the investigation, detection, or design related to the prevention of any biological pollutants. The term "biological pollutants" includes, but is not limited to, mold,fungi,spores, bacteria,and viruses, and the byproduct of any such biological organisms. RABAKISTNER Project No AHA18-065-00 2 April 22,2019 It is assumed that existing grade elevations will not change at the time of construction If final site grades are significantly different by more than plus or minus 1 ft, our office should be informed about these changes. If needed and/or if desired, we will reexamine our analyses and make supplemental recommendations BORING AND LABORATORY TESTS Subsurface conditions at the site were evaluated by 4 borings (designated as B-1 through B-4) drilled at the locations shown on the Boring Location Map, Figure 1. The boring locations are approximate and were located in the field by an RKCI representative based on a site plan provided by the CLIENT, and by measuring distances from existing references Latitude-longitude at the boring locations was estimated using Google Earth The approximate coordinates are shown on the boring logs. The borings were drilled to depths ranging from 30-ft to 60-ft below the ground surface elevation existing at the time of our study using a buggy-mounted drilling rig. The borings were drilled utilizing a straight flight auger and were backfilled with the auger cuttings generated during the drilling activities. During drilling operations,the following samples were collected Type of Sample Number Collected Undisturbed Shelby Tube(ST) 38 Grab Sample 4 The ST samples were obtained in general accordance with accepted standard practices. Grab samples were collected from the auger cuttings. Representative portions of the samples were sealed in containers to reduce moisture loss, labeled, packaged, and transported to our laboratory for subsequent testing and classification In the laboratory, each sample was evaluated and visually classified by a member of our Geotechnical Engineering staff in general accordance with the Unified Soil Classification System (USCS) The geotechnical engineering properties of the strata were evaluated by the laboratory tests tabulated in the following table Type of Test Number Conducted Natural Moisture Content 42 Atterberg Limits 9 Percent Passing a No 200 Sieve 10 Unconfined Compression(UC) 5 One-Dimensional Consolidation 2 With the exception of the consolidation laboratory test result, the laboratory tests are presented in graphical or numerical form on the boring logs illustrated on Figures 2 through 5 A key to the classification of terms and symbols used on the logs is presented on Figure 6 The results of the laboratory and field testing are also tabulated on Figure 7 for ease of reference RABAKISTNER Project No AHA18-065-00 3 April 22,2019 Samples will be retained in our laboratory for 30 days after submittal of this report. Other arrangements may be provided at the request of the CLIENT CONSOLIDATION TEST One-dimensional, continuous rate of strain laboratory consolidation test has been performed on cohesive samples recovered from depths of 8-ft to 10-ft and 48-ft to 50-ft in Boring B-1. The laboratory test results and estimated settlement parameters are presented in the table below Consolidation Test Parameters f Sample Initial Final Dry Boring LL PI a„o P. Initial No. Depth Moisture Moisture Density (%) (%) (tsf) (tsf) C` Cr eo (ft) (%) (%) (pcf) B-1 8-10 23.5 21.0 101.3 65 47 0.56 5.6 0.24 0.09 0.664 B-1 48-50 22.3 19.5 104 7 57 36 1.83 8.5 0.20 0.04 0.610 GENERAL SITE CONDITIONS SITE DESCRIPTION The project site is located north of the intersection of Bailey Road and Wells Drive in Pearland, Texas. In general, the area proposed for the new ground storage tank, the site is relatively flat and covered with grass.The plant contains numerous structures such as storage tanks, piping, compressor equipment, and an operation office GEOLOGY The Bureau of Economic Geology, Geologic Atlas of Texas, Houston Sheet (Revised 1982) shows the subject site to be located on the Beaumont Formation The Beaumont Formation is the youngest coast- paralleling Pleistocene unit in the Texas Gulf Coast. Most of the Beaumont Formation was deposited as an overlapping group of fluvial or deltaic plains by ancestors of modern streams now draining into the Gulf of Mexico. The Beaumont formation is comprised of clay, silt, and sand, includes mainly stream channel, point-bar,natural levee, backswamp,and to a lesser extent coastal marsh and mud-flat deposits, concretions of calcium carbonate, iron oxide, and iron-manganese oxides in zone of weathering; surface almost featureless,characterized by relict river channels shown by meander patterns and pimple mounds on meanderbelt ridges, separated by areas of low., relatively smooth, featureless backswamp deposits without pimple mounds,formation thickness is+/-100 ft. The Beaumont Formation in the general area of the subject site is dominantly clay and mud of low permeability, high water-holding capacity, high compressibility, high to very high shrink-swell potential, poor drainage, level to depressed relief, low shear strength, and high plasticity; geologic units include interdistributary muds,abandoned channel-fill muds, and overbank fluvial muds. RABAKISTNER Project No AHA18-065-00 4 April 22, 2019 SEISMIC COEFFICIENTS On the basis of the soil borings conducted for this investigation, the upper 100 feet of soil may be characterized as stiff soil and a Class D Site Class Definition (Chapter 20 of ASCE 7) has been assigned to this site. On the basis of the United States Geological Survey(USGS)websitel which utilizes the American Society of Civil Engineers(ASCE) 2010 ASCE 7 (with March 2013 errata) and U.S Seismic Design Maps to develop seismic design parameters,the following seismic considerations are associated with this site • Ss=0.070g • S1=0.038g • Sms=0.113g • Smi=0.090g • Sps=0.075g • SD1=0.060g Based on the parameters listed above as well as Tables 1613.3.5(1) and 1613.3.5(2) of the 2012/2015 IBC, the Seismic Design Category for both short period and 1 second response accelerations is A.As part of the assumptions required to complete the calculations,a Risk Category of"I or II or Ill"was selected STRATIGRAPHY The subsurface conditions encountered at the boring locations are shown on the boring logs, Figures 2 through 5 The boring logs should be consulted for boring specific(detailed)stratigraphic information. These boring logs represent our interpretation of the subsurface conditions based on the field logs, visual examination of field samples by our personnel, and laboratory test results of selected field samples. Each stratum has been designated by grouping soils that possess similar physical and engineering characteristics. The lines designating the interfaces between strata on the boring logs represent approximate boundaries.Transitions between strata may be gradual. On the basis of the borings,the subsurface stratigraphy at this site can be described by a single generalized stratum with similar physical and engineering characteristics. This stratum consists of brown to dark gray to gray to reddish-brown to yellowish-brown,sandy lean clay soils, lean clay soils with sand,fat clay soils, and silty clay soils with sand This layer was noted in the borings from the ground surface elevation existing at the time of our drilling operations down to at least the termination depths of the borings. Measured moisture contents range from about 8 to 29 percent.This stratum is classified as marginally plastic to highly plastic, but mostly plastic to highly plastic with measured plasticity indices ranging from 5 to 48 percent. Percent passing a No 200 sieve tests demonstrate percent fines ranging from 59 to 100 percent. Undrained shear strength values ranging from about 0.5 to 2.0 tons per square foot(tsf)were measured based on the unconfined compression strength tests. Dry unit weight values ranging from about 96 to 111 pounds per cubic foot(pcf)were measured for this layer These soils are classified as CL soils, CH soils, and CL-ML soils in general accordance with the USCS. 1 http.//geohazards.usgs.gov/designmaps/us/application.php RABAKISTN ER Project No AHA18-065-00 5 April 22, 2019 GROUNDWATER Water level measurements were obtained in the open boreholes during drilling. When free water was encountered in the borings during the initial dry auger phase of drilling, drilling activities were suspended and water level depths in the open boreholes were recorded after a fifteen minute time period Groundwater level depths measured in the project borings are listed in the following table Boring No. Depth Groundwater Water Level Depth Encountered(ft) after 15 Minutes(ft) B-1 17.0 13.9 B-2 15.0 10 7 B-3 15.0 13.2 B-4 15.5 11.0 The static groundwater level, based on the water level readings shown on the boring logs and listed in the table above, appears to be approximately 11 to 13 feet below ground surface However, for settlement computations, a conservative water level depth of 10 feet was used in our analysis. Fluctuations in groundwater levels are possible due to variations in rainfall and surface water run-off The construction process itself may also cause variations in the groundwater levels. Based on the findings in our borings and on our experience in this region, we believe that groundwater seepage encountered during site earthwork activities and foundation construction may be controlled using temporary earthen berm and conventional sump-and-pump dewatering methods. FOUNDATION ANALYSIS EXPANSIVE SOIL-RELATED MOVEMENTS The anticipated ground movements due to swelling of the underlying soils at the site were estimated for slab-on-grade construction using the empirical procedure, Texas Department of Transportation (TxDOT) Tex-124-E, Method for Determining the Potential Vertical Rise(PVR) A PVR value of about 2%inches was estimated for the soils encountered A surcharge load of 0.5 psi (Empty GST with 4-in thick concrete floor), an active zone of 8 ft, and dry moisture conditions were assumed in estimating the above PVR value The TxDOT method of estimating expansive soil-related movements is based on empirical correlations utilizing the measured plasticity indices and assuming typical seasonal fluctuations in moisture content. If desired, other methods of estimating expansive soil-related movements are available, such as estimations based on swell tests and/or soil-suction analyses. However, the performance of these tests and the detailed analysis of expansive soil-related movements were beyond the scope of the current study It should also be noted that actual movements can exceed the estimated PVR values due to isolated changes in moisture content (such as due to leaks, landscape watering. ) or if water seeps into the soils to greater depths than the assumed active zone depth due to deep trenching or excavations. RABAKIST ER Project No AHA18-065-00 6 April 22, 2019 To mitigate water infiltration beneath the tank, bedding and backfill for water lines should consist of relatively impermeable material (outside the tank pad) such as cement stabilized sand or select cohesive fill with a plasticity index between 7 and 20 and a liquid limit less than 40 percent. OVEREXCAVATION AND SELECT FILL REPLACEMENT To reduce expansive, soil-related movements in at-grade construction, a portion of the upper highly expansive subgrade clays within the building areas can be removed by overexcavating and backfilling with a suitable select fill material PVR values have been estimated for overexcavation and select fill replacement to various depths below the ground surface elevation existing at the time of our study and are summarized in the table on the following page Recommendations for the selection and placement of select backfill materials are addressed in a subsequent section of this report. Depth of Overexcavation and Select Fill Estimated PVR Replacement(ft)* (in.) 0 2% 4.5 1'/2 6.0 <1 *below the ground surface elevation existing at the time of our study Drainage Considerations Considerations of surface and subsurface drainage may be crucial to construction and adequate foundation performance of the soil-supported structure Filling an excavation in relatively impervious plastic clays with relatively pervious select fill material creates a "bathtub" beneath the structure,which can result in ponding or trapped water within the fill unless good surface and subsurface drainage is provided Water entering the fill surface during construction or entering the fill exposed beyond the structure's lines after construction may create problems with fill moisture control during compaction and increased access for moisture to the underlying expansive clays both during and after construction Several surface and subsurface drainage design features and construction precautions can be used to limit problems associated with fill moisture. These features and precautions may include, but are not limited to, the following • installing berms or swales on the uphill side of the construction area to divert surface runoff away from the excavation/fill area during construction, • sloping of the top of the subgrade with a minimum downward slope of 11/2 percent out to the base of a dewatering trench located beyond the structure's perimeter; • sloping the surface of the fill during construction to promote runoff of rain water to drainage features until the final lift is placed, • sloping of a final,well-maintained, impervious clay or pavement surface(downward away from the structure)over the select fill material and any perimeter drain extending beyond the structure's footprint, with a minimum gradient of 6 inches in 5 ft, and, RABAKIST !'I ER Project No.AHA18-065-00 7 April 22,2019 • constructing final surface drainage patterns to prevent ponding and limit surface water infiltration at and around the structure's perimeter Details relative to the extent and implementation of these considerations must be evaluated on a project- specific basis by all members of the project design team Many variables that influence fill drainage considerations may depend on factors that are not fully developed in the early stages of design For this reason, drainage of the fill should be given consideration at the earliest possible stages of the project. French drains are not recommended unless specifically reviewed by RKCI FOUNDATION RECOMMENDATIONS SITE GRADING Site grading plans can result in changes in almost all aspects of foundation recommendations. We have prepared the foundation recommendations based on the ground surface elevations and the stratigraphic conditions encountered in the borings at the time of our study If site grading plans differ from the grades existing at the time of our study by more than plus or minus 1 ft,we must be retained to review the site grading plans prior to bidding the project for construction This will enable us to provide input for any changes in our original recommendations,which may be required as a result of site grading operations or other considerations. GST FOUNDATION We understand that the project consists of the construction of a new 1 MG GST The proposed tank will be a prestressed concrete tank supported on a reinforced concrete slab with a thickened edge. The new tank will have an 86-ft interior diameter(ID)and side water depth (SWD)will be 23.5 feet. The tank shell will be supported on one of two perimeter footing sizes: i) approximately 3.25 feet wide and 1 feet deep and ii) approximately 5.25 feet wide and 1 feet deep. Further, we understand that the 1 MG GST with the dimensions and water height noted above will impose contact pressures of 1.52 ksf beneath the 4-in thick membrane floor and 2.0 ksf and 3.0 ksf for respective perimeter footing widths of 5.25 feet and 3.25 feet. Prestressed concrete tanks are constructed using thin cylindrical shells of either concrete or shotcrete Shotcrete and precast concrete core walls incorporate a thin steel diaphragm that serves both as a liquid barrier and vertical reinforcement. Cast-in-place concrete core walls incorporate either vertical prestressing or a steel diaphragm We understand that current project plans call for the new prestressed concrete water storage tank to be supported on a shallow foundation system such as a grade-supported 4 in thick concrete slab with a perimeter wall footing. The subsurface conditions at the site are generally suitable for a shallow foundation system, provided the structure can tolerate the settlements discussed later in the GST Foundation Settlement section of this report. We recommend that RKCI be on-site during construction of the tank foundation to document the quality of fill material directly underneath the GST structure RABAKISTNER Project No AHA18-065-00 8 April 22, 2019 STABILITY The foundation system for the GST should satisfy two basic and independent design criteria First, the bearing pressure transmitted to the foundation soils should not exceed the net allowable soil bearing capacity, which includes an appropriate safety factor Second, settlements during the operating life of the tank should not be of a magnitude that will cause structural damage to the tank or its piping connections. Prestressed concrete tanks should be designed in general accordance with American Concrete Institute(ACI) 372R-03 Design and Construction of Circular Wire-and Strand-Wrapped Prestressed Concrete Structures The allowable bearing capacity for normal operating conditions (static loading) should be determined by dividing the ultimate capacity by a factor of three We computed the ultimate bearing capacity for the proposed tank under a full water height of 23.5 feet. Assuming applied pressures of about 1.52 ksf beneath the tank floor and 3 0 ksf/2.0 ksf beneath the perimeter footing, which will be imposed by the tank during hydrotesting and operation, and a subgrade (untreated) ultimate bearing capacity of 6,636 psf, we computed minimum factors of safety(FS)against shear failure of 3 6(tank floor),2.2(3.25-ft wide perimeter footing), and 3.3 (5.25-ft wide perimeter footing) The FS values for the 3.25-ft wide perimeter footing do not meet the minimum FS criterion of 3 GST SETTLEMENT ESTIMATES We performed the generalized settlement analysis for the proposed GST using Settle3D, a commercially available computer software program by RocScience for the calculation of stress distribution and total and differential settlements. The program first computes the net stress changes beneath loaded areas using available theories of stress distribution and overlap from adjacent structures. The program then uses soil compressibility parameters to evaluate the change in thickness of individual layers caused by the loaded areas and then computes the overall movement of the foundation at user defined points of interest. The program calculates immediate (elastic) and consolidation (primary and secondary) settlement by using either linear, non-linear, or Janbu-type compressibility parameters. Soil compressibility parameters were developed from the laboratory consolidation test results and using published correlations based on index testing of the foundation soils. We considered a perimeter footing diameter of 89.25-ft and the soil conditions observed in Borings B-1 through B-4 for our analyses. We assumed the tank would be filled to 23.5 ft during hydrotesting and maximum applied loads of about 1.52 ksf (beneath the tank floor) and 3.0 ksf (beneath the 3.25-ft wide perimeter footing) and 2.0 ksf(beneath the 5.25-ft wide perimeter footing) The results are presented in the following table Estimated Tank Settlements Perimeter Location Immediate Consolidation Total Footing Width Settlement Settlement, Settlement (ft) (in.) (in.) (in.) Tank Center 0 66 4 71 5.38 Tank Edge 0.35 2.84 3 19 3' 3" Tank Center 0 67 4 73 5.40 Tank Edge 0.42 3 46 3 18 Maximum tolerable settlement limits were provided by Preload and are listed below RABAKISTNER Project No AHA18-065-00 9 April 22, 2019 1. Maximum outer edge settlement,de<=2.5"(tolerable outer edge settlement may vary depending on pipe connection limitations, but should not exceed 6"), 2. Maximum differential settlement, dd<=1.5" between the outer edge and tank center; 3. Total settlement(at tank center),do<=4.0",and, 4 PVR<=1" Based on the settlement estimates presented on the table above and the tolerable settlement limits required by Preload, ground improvement is needed to reduce total and differential settlements and PVR. Guidelines for structural fill requirements are presented in the report section entitled "Foundation Construction Considerations" FOUNDATION IMPROVEMENT RECOMMENDATIONS Total settlement could be reduced to less than 6 inches by removal and replacement of the surficial 6-ft deep in situ clays with base material compacted in thin lifts at 97 percent modified Proctor(ASTM D1557) Removal and replacement with granular fill would also improve bearing capacity for the 3.25-ft wide perimeter footing and increase the FS value to greater than 3 Installation of a 5-ft thick fill pad comprised of compacted base material will reduce estimated settlement values as follows: Estimated Tank Settlement with 6-ft Thick Fill Pad Perimeter Location Immediate Consolidation Total Footing Width Settlement Settlement Settlement (ft) (in.) (in.) (in.) 5'-3" Tank Center 0 61 3.11 3.72 Tank Edge 0.33 1.97 2.30 3'-3" Tank Center 0 62 3.13 3.75 Tank Edge 0.38 2.28 2.66 The center of the tank fill pad should be crowned about 1 to 2 inches to mitigate differential settlement. Base material physical requirements and placement and compaction guidelines are detailed in following section STRUCTURAL FILL Materials used as structural fill underneath the tank structure should preferably should be crushed stone or crushed concrete aggregate We recommend that materials specified for use as select fill meet the TxDOT 2014 Standard Specifications for Construction and Maintenance of Highways,Streets and Bridges, Item 247, Flexible Base,Type A, C or D,Grades 1,2 or 5 Structural fill should have a minimum thickness of 6 feet and be placed in lifts not exceeding 12 inches loose measure and compacted to a minimum relative density of 97 percent modified Proctor (ASTM D1557) at moisture content within two percentage points of the optimum moisture content. RABAKISTNER Project No AHA18-065-00 10 April 22,2019 The tank perimeter footing should be covered with select fill having a minimum thickness of 2 feet and a minimum horizontal width of 10 feet. This cohesive select fill cap will minimize water infiltration into the underlying granular structural fill Select fill material requirements and placement and compaction criteria are presented in the following section FOUNDATION CONSTRUCTION CONSIDERATIONS SITE DRAINAGE Drainage is an important key to the successful performance of any foundation Good surface drainage should be established prior to and maintained after construction to help prevent water from ponding within or adjacent to the structure foundations and to facilitate rapid drainage away from the structure foundation Failure to provide positive drainage away from the structure can result in localized differential vertical movements in soil supported foundations. Other drainage and subsurface drainage issues are discussed in the Expansive Soil-Related Movements subsection of the Foundation Analysis section of this report. SITE PREPARATION Structure areas and all areas to support select fill should be stripped of all vegetation, topsoil, and other deleterious materials. After stripping and grubbing,the exposed subgrade should be thoroughly proofrolled in order to locate and densify any weak,compressible zones. A minimum of 5 passes of a fully-loaded dump truck or a similar heavily-loaded piece of construction equipment should be used for planning purposes. Proofrolling operations should be observed by the Geotechnical Engineer or his representative to document subgrade condition and preparation Weak or soft areas identified during proofrolling should be removed and replaced with suitable, compacted on-site clays,free of organics, oversized materials, and degradable or deleterious materials. Upon completion of the proofrolling operations and just prior to fill placement or slab construction, the exposed subgrade should be moisture conditioned by scarifying to a minimum depth of 6 in and recompacting to a minimum of 95 percent of the maximum dry density as determined by ASTM D698. The moisture content of the subgrade should be maintained within the range of optimum moisture content to 3 percentage points above optimum moisture content until permanently covered SHALLOW FOUNDATION EXCAVATIONS Shallow foundation excavations should be observed by the Geotechnical Engineer or his representative prior to placement of reinforcing steel and concrete This is necessary to document that the bearing soils at the bottom of the excavations are similar to those encountered in the borings and that excessive soft/loose materials and water are not present in the excavations If soft/loose pockets of soil are encountered in the foundation excavations,they should be removed and replaced with a compacted non- expansive fill material or lean concrete up to the design foundation bearing elevations. RABAKISTNER Project No.AHA18-065-00 11 April 22,2019 Disturbance from foot traffic and from the accumulation of excess water can result in losses in bearing capacity and increased settlement. If inclement weather is anticipated at the time construction, consideration should be given to protecting the bottoms of beam trenches by placing a thin mud mat (layer of flowable fill or lean concrete) at the bottom of trenches immediately following excavation This will reduce disturbance from foot traffic and will impede the infiltration of surface water All necessary precautions should be implemented to protect open excavations from the accumulation of surface water runoff and rain CONSTRUCTION RELATED SERVICES CONSTRUCTION MATERIALS TESTING AND OBSERVATION SERVICES As presented in the attachment to this report, Important Information About Your Geotechnical Engineering Report, subsurface conditions can vary across a project site. The conditions described in this report are based on interpolations derived from a limited number of data points. Variations will be encountered during construction, and only the geotechnical design engineer will be able to determine if these conditions are different than those assumed for design Construction problems resulting from variations or anomalies in subsurface conditions are among the most prevalent on construction projects and often lead to delays, changes, cost overruns, and disputes. These variations and anomalies can best be addressed if the geotechnical engineer of record, RKCI, is retained to perform construction observation and testing services during the construction of the project. This is because • RKCI has an intimate understanding of the geotechnical engineering report's findings and recommendations. RKCI understands how the report should be interpreted and can provide such interpretations on site, on the CLIENT's behalf • RKCI knows what subsurface conditions are anticipated at the site • RKCI is familiar with the goals of the CLIENT and project design professionals,having worked with them in the development of the geotechnical workscope. This enables RKCI to suggest remedial measures (when needed) which help meet the CLIENT's and the design teams' requirements. • RKCI has a vested interest in client satisfaction,and thus assigns qualified personnel whose principal concern is client satisfaction This concern is exhibited by the manner in which contractors' work is tested, evaluated and reported, and in selection of alternative approaches when such may become necessary • RKCI cannot be held accountable for problems which result due to misinterpretation of our findings or recommendations when we are not on hand to provide the interpretation which is required BUDGETING FOR CONSTRUCTION TESTING Appropriate budgets need to be developed for the required construction testing and observation activities. At the appropriate time before construction,we advise that RKCI and the project designers meet and jointly develop the testing budgets,as well as review the testing specifications as it pertains to this project. RABAKISTNER Project No AHA18-065-00 12 April 22, 2019 Once the construction testing budget and scope of work are finalized, we encourage a preconstruction meeting with the selected contractor to review the scope of work to make sure it is consistent with the construction means and methods proposed by the contractor RKCI looks forward to the opportunity to provide continued support on this project, and would welcome the opportunity to meet with the Project Team to develop both a scope and budget for these services. * * * * * * * * * * * * * * * * * * The following figures are attached and complete this report: Figure 1 Boring Location Map Figure 2 through 5 Logs of Borings Figure 6 Key to Terms and Symbols Figure 7 Results of Soil Sample Analyses RABAKIST !! E R ATTACHMENTS RABAK@STNER 13. 5. ca c C c E. B-2 - i ' ` . w I t B3 B-1 t^ y 5.1 8 ..—,:, i ,B-4 - s e 4 .§ ' § n a I a L . J' * ter^' e ./ is ./ r7; - O i I ' a .''''' 'r 1 l - r` f y� ' . • _ , REVISIONS. PROJECT No. KISTNER BORING LOCATION MAP No. °"'E DESCRIPTION CONSULTANTS CQNSULTANTS Engineering Testing Environmental BAILEY WATER PLANT Facilities Infrastructure ISSUE DATE. 09-18-18 3602 Westchase IMPROVEMENTS DRAWN BY. DV Houston,Texas 77042 BAILEY ROAD AND WELLS DRIVE CHECKED BY' Sc (713)996-8990 TEL REVIEWED BY. JDB (713)996-8993 FAX PEARLAND, TEXAS www.rkci.com FIGURE. TBPE Firm F-3257 — EP%nnln I.. o.a... v:..1..... r.......u....l.. I.... LOG OF BORING NO. B-1 A Bailey Water Plant Improvements 111 , R K I SB TA N E R Bailey Road and Wells Drive TBPE Firm Registration No.F-3257 DRILLING Pearland,Texas METHOD: Straight Flight Auger&Mud Rotary LOCATION: N 29.53293,W 95.28057 SHEAR STRENGTH,TONS/FT2 J y m >a -�--O---�---A --o- = m a a o - 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 u x o 2 E DESCRIPTION OF MATERIAL z-�� =i; N W y a 3 PLASTIC WATER LIQUID "g'i X o '^ N 9 3 LIMIT CONTENT LIMIT o SURFACE ELEVATION Existing grade,ft _ m 1p 2p 3p 49 59 69 79 80 SANDY LEAN CLAY(CL),brown w/roots FAT CLAY(CH),hard to stiff,dark gray w/ - sand seams - •X----A-0-----C - 42 92 -w/roots from 2 ft to 4 ft - - - - -5 - • 0 - -yellowish brown and gray,w/calacareous - - and ferrous nodules from 6 ft to 13 ft 102 - ® • - z 0 - - - a w z - 101 - 49111)- ---X - 47 I -10- - - 6 z a w LEAN CLAY w/SAND(CL),very stiff to stiff, v re - reddish brown and gray w/sand pockets - •O 9 - '1 r J -15I - a a a w v _ - 0 - - w -brown from 18 ft to 23 ft '^ - ® • - w m -20 - - 0 - - - z 0 J O FAT CLAY(CH),very stiff,reddish brown ,`"„ - 102 - X-II---0- X - 48 100 00 J -25- - - w w w - - - - w -reddish brown and gray from 28 ft to 33 ft z - -w/sand seams and calcareous nodules - •A O - -30 from 28 ft to 38 ft - - -yellowish brown and gray from 33 ft to 38 - - ft 111 - • A 0 - -35 - - - SILTY CLAY w/SAND(CL-ML),soft to stiff, brown w/sand pockets O 9 • - 5 84 DEPTH DRILLED: 60.0 ft DEPTH TO WATER: 13.9 ft PROJ.No. AHA18-065-00 DATE DRILLED: 9/1/2018 DATE MEASURED: 9/1/18 FIGURE: 2a LOG OF BORING NO. B-1 RABA Bailey Water Plant Improvements 111 K I S T° N E R Bailey Road and Wells Drive TBPE Firm Registration No.F-3257 DRILLING Pearland,Texas METHOD' Straight Flight Auger&Mud Rotary LOCATION: N 29.53293,W 95.28057 SHEAR STRENGTH,TONS/FT2 N ¢ yn -0---0--—0--A---0- = m a w ol= 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 u W o DESCRIPTION OF MATERIAL 1-0 N w >. ¢ 3 Z W PLASTIC WATER LIQUID Z o 0 3 LIMIT CONTENT LIMIT g SURFACE ELEVATION.Existing grade,ft m 19 29 39 49 i 59 69 79 89 SILTY CLAY w/SAND(CL-ML),soft to stiff, �/ brown w/sand pockets(continued) - - i / J - 00 • - —45 — — HFAT CLAY(CH),very stiff,yellowish brown _ j w/sand seams—50— 104 - » X - 36 95 — — w - �/ 2 n_ w - cc O cc 107 - • A • - '1 r J —55 — — w a / cc - w w / - - Li, m =60 z Boring terminated at a depth of 60 ft o 0 0 NOTES. Free-water was encountered at a depth of "' in - - 17 ft and rose to a depth of 13.9 ft after - - 0 15 minutes o —65— — — ,; VI w - - - - _ I- - - - - w I- O - - - - z —70— — — —75— — — DEPTH DRILLED: 60.0 ft DEPTH TO WATER: 13.9 ft PROJ.No. AHA18-065-00 DATE DRILLED: 9/1/2018 DATE MEASURED. 9/1/18 FIGURE: 2b LOG OF BORING NO. B-2 ' RAGA Bailey Water Plant Improvements K I S T N E R Bailey Road and Wells Drive TBPE Firm Registration No.F-3257 DRILLING Pearland,Texas METHOD. Straight Flight Auger&Mud Rotary LOCATION: N 29.53303,W 95.28051 SHEAR STRENGTH,TONS/FT2 J N z }a -9---0--- --A---I�-- = m a L. o 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 a x„ o 1— 2 DESCRIPTION OF MATERIAL N �_ �� W > ¢ 3 z 2 PLASTIC WATER LIQUID ^Z ;e o '^ �+ o 3 LIMIT CONTENT LIMIT SURFACE ELEVATION Existing grade,ft a' 19 29 39 49 59 69 79 89 SANDY LEAN CLAY(CL),brown w/roots • FAT CLAY(CH),hard to stiff,dark gray w/ sand seams - S------0-----X - 46 91 —5 — O 9 • — -yellowish brown and gray from 6 ft to 13 ft - a • - I- 0 - - -w/calcareous and ferrous nodules from 8 ft cc to 13 ft 102 - 00 90 - u Lu —10— / _— — o - � z / 7 0 W cc LEAN CLAY w/SAND(CL),stiff to firm, U- - reddish brown and gray - ;0-•-—X -1 17 78 'L r —15 — I- cc trio w triC] — — w/sand pockets from 18 ft to 23 ft D — O 9 • ,,, CO —20 — — 1- 0 z 0 J 0 0 FAT CLAY(CH),very stiff,reddish brown w/ , - `"i, sand seams 0 0 J —25— / — — w - ✓ - III w I- wi I A/ -reddish brown and gray w/calcareous - Z nodules from 28 ft to 30 ft •� 9 —30 ---- Boring terminated at a depth of 30 ft NOTES. - Free-water was encountered at a depth of - - 15 ft and rose to a depth of 10.7 ft after - - 15 minutes —35— — — DEPTH DRILLED. 30.0 ft DEPTH TO WATER: 10.7 ft PROJ.No. AHA18-065-00 DATE DRILLED: 9/1/2018 DATE MEASURED. 9/1/18 FIGURE: 3 LOG OF BORING NO. B-3 RABA Bailey Water Plant Improvements L K I S T N E R Bailey Road and Wells Drive TBPE Firm Registration No.F-3257 DRILLING Pearland,Texas METHOD: Straight Flight Auger&Mud Rotary LOCATION: N 29.53290;W 95.28069 SHEAR STRENGTH,TONS/FT2 N z ya -0---0---0-- --(} = m a a o 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 u W o DESCRIPTION OF MATERIAL t_ �o N 0.c N o ?W PLASTIC WATER LIQUID ^Z LIMIT CONTENT LIMIT g SURFACE ELEVATION.Existing grade,ft m 1Q 2Q 3Q 40 5Q 60 7Q 8Q V SANDY LEAN CLAY(CL),brown w/roots - •X-----X - 20 59 FAT CLAY(CH),hard to stiff,dark gray w/ - sand seams - • 0 0 - -w/roots from 2 ft to 4 ft - - — 5 96 — 0 A • — -yellowish brown and gray w/calcareous - - and ferrous nodules from 6 ft to 13 ft - 0 O • - 1- 0 - , a w z 00• - I- w —10— — -- / _ I- a w 0 F- 2 / LEA( N CLAY w/SAND(CL),stiff,reddish 0 brown and gray - 4B• r v J —15 — w I- a cc a. N 0 V) C9 • m —20 — — I- O z o J j o FAT CLAY(CH),very stiff,reddish brown and N gray X-� -0- �C - 46 100 0 J —25— / — — w * w/5andseam51rom28ftto30ft wI-z I- • COC9 —30 --- ---- Boring terminated at a depth of 30 ft NOTES. Free-water was encountered at a depth of - - 15 ft and rose to a depth of 13.2 ft after - - 15 minutes —35— — — DEPTH DRILLED: 30.0 ft DEPTH TO WATER: 13.2 ft PROJ.No. AHA18-065-00 DATE DRILLED. 9/1/2018 DATE MEASURED: 9/1/18 FIGURE: 4 LOG OF BORING NO. B-4 RNBTAN Bailey Water Plant Improvements ' K E R Bailey Road and Wells Drive TBPE Firm Registration No.F-3257 DRILLING Pearland,Texas METHOD. Straight Flight Auger&Mud Rotary LOCATION: N 29.53284,W 95.28049 SHEAR STRENGTH,TONS/FT2 N L ya -0---0---0--� --❑- 2 2 DESCRIPTION OF MATERIAL Le W t� 0.5 1.0 1.5 2.0 2.5 3.0 3.5 4.0 N c H y o 7 W PLASTIC WATER LIQUID s? g 9 3 LIMIT CONTENT LIMIT a SURFACE ELEVATION Existing grade,ft m 1p 2p 30 4p 50 6P 70 81) J,/// SANDY LEAN CLAY(CL),brown w/roots - • FAT CLAY(CH),very stiff to stiff,dark gray w/sand seams 103 - X-F——— X - 48 93 — 5 — ® • — - - -yellowish brown and gray w/calcareous - - and ferrous nodules from 6 ft to 13 ft - 0 • - z 0 - - a W CC - •C6 - I- 0 LW —10— — — o V z a 1,., 2 - -,/ / —_ I- LEAN CLAY(CL),very stiff to stiff,reddish o brown and gray w/sand pockets - OX--•0— X 27 89 cLL c r —15 0 — Q cc a N 100 . - LLJ 0LU —20 — 1- o z - - 0 0 "_,/ ' FAT CLAY(CH),very stiff,reddish brown N • 90 o —25 — — w / - - - - N w H 0 LLI-reddish brown and gray w/calcareous nodules from 28 ft to 30 ft •00 —30 ---- Boring terminated at a depth of 30 ft - NOTES. - Free-water was encountered at a depth of - - 15.5 ft and rose to a depth of 11 ft after - - 15 minutes —35— — — DEPTH DRILLED: 30.0 ft DEPTH TO WATER: 11 ft PROJ.No. AHA18-065-00 DATE DRILLED. 9/1/2018 DATE MEASURED: 9/1/18 FIGURE: 5 KEY TO TERMS AND SYMBOLS MATERIAL TYPES SOIL TERMS ROCK TERMS OTHER z\s/, 0", s` P I I /Ni. %/ I I I I z\/. CALCAREOUS — PEAT II CHALK I I LIMESTONE ASPHALT '/ ' %%%/ n /// / I ^ n //\ CALICHE SAND //// V�, A ///, CLAYSTONE ! MARL n A , BASE .i A r //�' a o i CLAY SANDY CLAY-SHALE l J/ METAMORPHIC <1 o CONCRETE/CEMENT , / CLAYEY SILT �',Y CONGLOMERATE SANDSTONE BRICKS/ PAVERS o)U obo / / VO.1• 00 0GRAVEL SILTY / // DOLOMITE SHALE WASTE V ( N..", x x I I I D M x x x ^o GRAVELLY w FILL x x x IGNEOUS IIIIII SILTSTONE NO INFORMATION WELL CONSTRUCTION AND PLUGGING MATERIALS (Ax •BLANK PIPE BENTONITE BCUTTENTOINGSNITE& •���� CUTTINGS SAND •� — ov U - SCREEN CEMENT GROUT p CONCRETE/CEMENT o00 GRAVEL VOLCLAY SAMPLE TYPES STRENGTH TEST TYPES ti 'At e POCKET PENETROMETER ti 'A' ti ROTARY 'Ai ROTARY SHELBY TUBE O TORVANE GRAB NO �L SPLIT BARREL ® UNCONFINED COMPRESSION SAMPLE \ RECOVERY A TRIAXIAL COMPRESSION UNCONSOLIDATED-UNDRAINED CORE NX CORE SPLIT SPOON ❑ TRIAXIAL COMPRESSION CONSOLIDATED-UNDRAINED GEOPROBE PITCHER TEXAS CONE NOTE: VALUES SYMBOLIZED ON BORING LOGS REPRESENT SHEAR I I SAMPLER PENETROMETER STRENGTHS UNLESS OTHERWISE NOTED I'll" IROTOSONIC ROTOSONICDISTURBEDDAMAGED INTACTPROJECT NO AHA18-065 00 REVISED 04/2012 R A B A K I S T N E R FIGURE 6a KEY TO TERMS AND SYMBOLS (CONT'D) TERMINOLOGY Terms used in this report to describe soils with regard to their consistency or conditions are in general accordance with the discussion presented in Article 45 of SOILS MECHANICS IN ENGINEERING PRACTICE,Terzaghi and Peck, John Wiley &Sons, Inc., 1967, using the most reliable information available from the field and laboratory investigations. Terms used for describing soils according to their texture or grain size distribution are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM,as described in American Society for Testing and Materials D2487-06 and D2488-00, Volume 04.08, Soil and Rock; Dimension Stone; Geosynthetics;2005. The depths shown on the boring logs are not exact,and have been estimated to the nearest half-foot. Depth measurements may be presented in a manner that implies greater precision in depth measurement, i.e 6.71 meters. The reader should understand and interpret this information only within the stated half-foot tolerance on depth measurements. RELATIVE DENSITY COHESIVE STRENGTH PLASTICITY Penetration Resistance Relative Resistance Cohesion Plasticity Degree of Blows per ft Density Blows per ft Consistency TSF Index Plasticity 0 - 4 Very Loose 0 - 2 Very Soft 0 - 0.125 0 - 5 None 4 - 10 Loose 2 - 4 Soft 0.125 - 0.25 5 - 10 Low 10 - 30 Medium Dense 4 - 8 Firm 0.25 - 0.5 10 - 20 Moderate 30 - 50 Dense 8 - 15 Stiff 0.5 - 1.0 20 - 40 Plastic > 50 Very Dense 15 - 30 Very Stiff 1.0 - 2.0 > 40 Highly Plastic > 30 Hard > 2.0 ABBREVIATIONS B = Benzene Qam,Qas,Qal = Quaternary Alluvium Kef = Eagle Ford Shale T = Toluene Qat = Low Terrace Deposits Kbu = Buda Limestone E = Ethylbenzene Qbc = Beaumont Formation Kdr = Del Rio Clay X = Total Xylenes Qt = Fluviatile Terrace Deposits Kft = Fort Terrett Member BTEX = Total BTEX Qao = Seymour Formation Kgt = Georgetown Formation TPH = Total Petroleum Hydrocarbons Qle = Leona Formation Kep = Person Formation ND = Not Detected Q-Tu = Uvalde Gravel Kek = Kainer Formation NA = Not Analyzed Ewi = Wilcox Formation Kes = Escondido Formation NR = Not Recorded/No Recovery Emi = Midway Group Kew = Walnut Formation OVA = Organic Vapor Analyzer Mc = Catahoula Formation Kgr = Glen Rose Formation ppm = Parts Per Million El = Laredo Formation Kgru = Upper Glen Rose Formation Kknm = Navarro Group and Marlbrook Kgrl = Lower Glen Rose Formation Marl Kh = Hensel)Sand Kpg = Pecan Gap Chalk Kau = Austin Chalk PROJECT NO AHA18-065-00 REVISED 04/2012 R A B A K I S T N E R FIGURE 6b KEY TO TERMS AND SYMBOLS (CONT'D) TERMINOLOGY SOIL STRUCTURE Slickensided Having planes of weakness that appear slick and glossy Fissured Containing shrinkage or relief cracks,often filled with fine sand or silt;usually more or less vertical. Pocket Inclusion of material of different texture that is smaller than the diameter of the sample. Parting Inclusion less than 1/8 inch thick extending through the sample. Seam Inclusion 1/8 inch to 3 inches thick extending through the sample. Layer Inclusion greater than 3 inches thick extending through the sample. Laminated Soil sample composed of alternating partings or seams of different soil type. Interlayered Soil sample composed of alternating layers of different soil type. Intermixed Soil sample composed of pockets of different soil type and layered or laminated structure is not evident. Calcareous Having appreciable quantities of carbonate. Carbonate Having more than 50%carbonate content. SAMPLING METHODS RELATIVELY UNDISTURBED SAMPLING Cohesive soil samples are to be collected using three-inch thin-walled tubes in general accordance with the Standard Practice for Thin-Walled Tube Sampling of Soils(ASTM D1587)and granular soil samples are to be collected using two-inch split-barrel samplers in general accordance with the Standard Method for Penetration Test and Split-Barrel Sampling of Soils(ASTM D1586). Cohesive soil samples may be extruded on-site when appropriate handling and storage techniques maintain sample integrity and moisture content. STANDARD PENETRATION TEST(SPT) A 2-in.-OD,1-3/8-in.-ID split spoon sampler is driven 1.5 ft into undisturbed soil with a 140-pound hammer free falling 30 in. After the sampler is seated 6 in.into undisturbed soil,the number of blows required to drive the sampler the last 12 in.is the Standard Penetration Resistance or"N"value,which is recorded as blows per foot as described below SPLIT-BARREL SAMPLER DRIVING RECORD Blows Per Foot Description 25 25 blows drove sampler 12 inches,after initial 6 inches of seating. 50/7" 50 blows drove sampler 7 inches,after initial 6 inches of seating. Ref/3" 50 blows drove sampler 3 inches during initial 6-inch seating interval. NOTE.To avoid damage to sampling tools,driving is limited to 50 blows during or after seating interval. PROJECT NO AHA18-065-00 REVISED 04/2012 R A B A K I S T N E R FIGURE 6c RESULTS OF SOIL SAMPLE ANALYSES PROJECT NAME Bailey Water Plant Improvements Bailey Road and Wells Drive Pearland, Texas FILE NAME AHA18-065-00 GPJ 9/19/2018 Sam le Water Dry Unit Shear Boring De th Bicws Content Liquid Plastic Plasticity USCS Weight %-200 Strength Strength No, (ft) per ft (o/o) Limit Limit Index (pcf) Sieve (tsf) Test B-1 0.0 to 2.0 8 2.0 to 4.0 19 65 23 42 CH 92 2.00 TV 4.0 to 6.0 21 1 75 TV 6.0 to 8.0 25 102 0.86 UC 8.0 to 10.0 24 65 18 47 101 1.25 TV 13.0 to 15.0 22 1.25 TV 18.0 to 20.0 23 0.80 TV 23.0 to 25.0 24 67 19 48 CH 102 100 1 16 UC 28.0 to 30.0 27 1 75 TV 33.0 to 35.0 20 111 1 41 UU 38.0 to 40.0 22 23 18 5 CL-ML 84 0 10 TV 43.0 to 45.0 20 0.60 TV 48.0 to 50.0 23 57 21 36 CH 104 95 1.25 PP 53.0 to 55.0 22 107 1 73 UU 58.0 to 60.0 22 1.50 TV B-2 0.0 to 2.0 10 2.0 to 4.0 19 67 21 46 CH 91 2.25 TV 4.0 to 6.0 27 0 40 TV 6.0 to 8.0 29 0.50 TV 8.0 to 10.0 23 102 0.53 UC 13.0 to 15.0 21 31 14 17 CL 78 0.75 PP 18.0 to 20.0 24 0.30 TV 23.0 to 25.0 28 1.50 TV 28.0 to 30.0 28 1.50 TV B-3 0.0 to 2.0 9 33 13 20 CL 59 2.0 to 4.0 20 2.50 TV 4.0 to 6.0 28 96 0.63 UC 6.0to8.0 19 070 TV 8.0 to 10.0 26 1.00 TV 13.0 to 15.0 20 0.80 TV 18.0 to 20.0 27 1.00 TV 23.0 to 25.0 28 70 24 46 CH 100 1 75 TV 28.0 to 30.0 26 1 75 TV B-4 0.0 to 2.0 9 2.0 to 4.0 21 65 17 48 CH 103 93 1.95 UC 4.0 to 6.0 26 0.80 TV 6.0 to 8.0 25 1.00 TV 8.0 to 10.0 22 1.25 TV 13.0 to 15.0 22 42 15 27 CL 89 0.63 TV PP=Pocket Penetrometer TV=Torvane UC=Unconfined Compression FV=Field Vane UU=Unconsolidated Undrained Triaxial CU=Consolidated Undrained Triaxial PROJECT NO AHA18-065-00 RABAKISTNER FIGURE 7a RESULTS OF SOIL SAMPLE ANALYSES PROJECT NAME Bailey Water Plant Improvements Bailey Road and Wells Drive Pearland, Texas FILE NAME AHA18-065-00 GPJ 9/19/2018 SampleWater Dry Unit BlowsShear Boring Depth Content Liquid Plastic Plasticity USCS Weight %-200 Strength Strength No. (ft) per ft (%) Limit Limit Index (pcf) Sieve (tsf) Test B-4 18.0 to 20.0 27 0.40 TV 23.0 to 25.0 27 1 75 TV 28.0 to 30.0 29 1 75 TV PP=Pocket Penetrometer TV=Torvane UC=Unconfined Compression FV=Field Vane UU=Unconsolidated Undrained Triaxial CU=Consolidated Undrained Triaxial PROJECT NO AHA18-065-00 RABAKISTNER FIGURE 7b Important information about This III • • • Geotechnical-Engineering --, Subsurface problems are a principal cause of construction delays, cost overruns, claims, and disputes. hile you cannot eliminate all such risks, you can manage them. The following information is provided to help. Geotechnical Services Are Performed for assessment of their impact.Geotechnical engineers cannot Specific Purposes, Persons, and Projects accept responsibility or liability for problems that occur because Geotechnical engineers structure their services to meet the their reports do not consider developments of which they were specific needs of their clients.A geotechnical-engineering not informed. study conducted for a civil engineer may not fulfill the needs of a constructor—a construction contractor—or even another Subsurface Conditions Can Change civil engineer Because each geotechnical-engineering study A geotechnical-engineering report is based on conditions that is unique,each geotechnical-engineering report is unique, existed at the time the geotechnical engineer performed the prepared solely for the client.No one except you should rely on study Do not rely on a geotechnical-engineering report whose this geotechnical-engineering report without first conferring adequacy may have been affected by the passage of time; with the geotechnical engineer who prepared it.And no one man-made events,such as construction on or adjacent to the —not even you—should apply this report for any purpose or site;or natural events,such as floods,droughts,earthquakes, project except the one originally contemplated. or groundwater fluctuations.Contact the geotechnical engineer before applying this report to determine if it is still reliable.A Read the Full Report minor amount of additional testing or analysis could prevent Serious problems have occurred because those relying on major problems. a geotechnical-engineering report did not read it all.Do not rely on an executive summary Do not read selected Most Geotechnical Findings Are Professional elements only Opinions Site exploration identifies subsurface conditions only at those Geotechnical Engineers Base Each Report on points where subsurface tests are conducted or samples are a Unique Set of Project-Specific Factors taken.Geotechnical engineers review field and laboratory Geotechnical engineers consider many unique,project-specific data and then apply their professional judgment to render factors when establishing the scope of a study Typical factors an opinion about subsurface conditions throughout the include:the client's goals,objectives,and risk-management site.Actual subsurface conditions may differ—sometimes preferences;the general nature of the structure involved,its significantly—from those indicated in your report.Retaining size,and configuration;the location of the structure on the the geotechnical engineer who developed your report to site;and other planned or existing site improvements,such as provide geotechnical-construction observation is the most access roads,parking lots,and underground utilities.Unless effective method of managing the risks associated with the geotechnical engineer who conducted the study specifically unanticipated conditions. indicates otherwise,do not rely on a geotechnical-engineering report that was: A Report's Recommendations Are Not Final • not prepared for you; Do not overrely on the confirmation-dependent • not prepared for your project; recommendations included in your report.Confirmation- • not prepared for the specific site explored;or dependent recommendations are not final,because • completed before important project changes were made. geotechnical engineers develop them principally from judgment and opinion.Geotechnical engineers can finalize Typical changes that can erode the reliability of an existing their recommendations only by observing actual subsurface geotechnical-engineering report include those that affect: conditions revealed during construction.The geotechnical • the function of the proposed structure,as when it's changed engineer who developed your report cannot assume from a parking garage to an office building,or from a light- responsibility or liability for the report's confirmation-dependent industrial plant to a refrigerated warehouse; recommendations if that engineer does not perform the • the elevation,configuration,location,orientation,or weight geotechnical-construction observation required to confirm the of the proposed structure; recommendations'applicability. 7... • the composition of the design team,or • project ownership. A Geotechnical-Engineering Report Is Subject to Misinterpretation As a general rule,always inform your geotechnical engineer Other design-team members'misinterpretation of of project changes—even minor ones—and request an geotechnical-engineering reports has resulted in costly problems.Confront that risk by having your geotechnical others recognize their own responsibilities and risks.Read engineer confer with appropriate members of the design team these provisions closely Ask questions.Your geotechnical after submitting the report.Also retain your geotechnical engineer should respond fully and frankly engineer to review pertinent elements of the design team's plans and specifications.Constructors can also misinterpret Environmental Concerns Are Not Covered a geotechnical-engineering report.Confront that risk by The equipment,techniques,and personnel used to perform having your geotechnical engineer participate in prebid and an environmental study differ significantly from those used to preconstruction conferences,and by providing geotechnical perform ageotechnical study For that reason,a geotechnical- construction observation. engineering report does not usually relate any environmental findings,conclusions,or recommendations;e.g.,about Do Not Redraw the Engineer's Logs the likelihood of encountering underground storage tanks Geotechnical engineers prepare final boring and testing logs or regulated contaminants. Unanticipated environmental based upon their interpretation of field logs and laboratory problems have led to numerous project failures.If you have not data.To prevent errors or omissions,the logs included in a yet obtained your own environmental information, geotechnical-engineering report should never be redrawn ask your geotechnical consultant for risk-management for inclusion in architectural or other design drawings.Only guidance.Do not rely on an environmental report prepared for photographic or electronic reproduction is acceptable,but someone else. recognize that separating logs from the report can elevate risk. Obtain Professional Assistance To Deal Give Constructors a Complete Report and with Mold Guidance Diverse strategies can be applied during building design, Some owners and design professionals mistakenly believe they construction,operation,and maintenance to prevent can make constructors liable for unanticipated subsurface significant amounts of mold from growing on indoor surfaces. conditions by limiting what they provide for bid preparation. To be effective,all such strategies should be devised for To help prevent costly problems,give constructors the the express purpose of mold prevention,integrated into a complete geotechnical-engineering report,but preface it with comprehensive plan,and executed with diligent oversight by a a clearly written letter of transmittal.In that letter,advise professional mold-prevention consultant.Because just a small constructors that the report was not prepared for purposes amount of water or moisture can lead to the development of of bid development and that the report's accuracy is limited, severe mold infestations,many mold-prevention strategies encourage them to confer with the geotechnical engineer focus on keeping building surfaces dry While groundwater, who prepared the report(a modest fee may be required)and/ water infiltration,and similar issues may have been addressed or to conduct additional study to obtain the specific types of as part of the geotechnical-engineering study whose findings information they need or prefer A prebid conference can also are conveyed in this report,the geotechnical engineer in be valuable.Be sure constructors have sufficient time to perform charge of this project is not a mold prevention consultant; additional study Only then might you be in a position to none of the services performed in connection with the give constructors the best information available to you, geotechnical engineer's study were designed or conducted for while requiring them to at least share some of the financial the purpose of mold prevention.Proper implementation of the responsibilities stemming from unanticipated conditions. recommendations conveyed in this report will not of itself be sufficient to prevent mold from growing in or on the structure Read Responsibility Provisions Closely involved. Some clients,design professionals,and constructors fail to recognize that geotechnical engineering is far less exact than Rely, on Your GBC-Member Geotechnical Engineer other engineering disciplines.This lack of understanding for Additional Assistance has created unrealistic expectations that have led to Membership in the Geotechnical Business Council of the disappointments,claims,and disputes.To help reduce the risk Geoprofessional Business Association exposes geotechnical of such outcomes,geotechnical engineers commonly include engineers to a wide array of risk-confrontation techniques a variety of explanatory provisions in their reports.Sometimes that can be of genuine benefit for everyone involved with labeled"limitations;'many of these provisions indicate where a construction project.Confer with you GBC-Member geotechnical engineers'responsibilities begin and end,to help geotechnical engineer for more information. HGEOTECHNICAL A BUSINESS COUNCIL aftfu GcoprofessionalBusinessAuociation 8811 Colesville Road/Suite G106,Silver Spring,MD 20910 Telephone:301/565-2733 Facsimile: 301/589-2017 e-mail: info@geoprofessional.org wwwgeoprofessional.org Copyright 2015 by Geoprofessional Business Association(GBA).Duplication,reproduction,or copying of this document,or its contents,in whole or in part, by any means whatsoever,is strictly prohibited,except with GBA s specific written permission.Excerpting,quoting,or otherwise extracting wording from this document L. is permitted only with the express written permission of GBA,and only for purposes of scholarly research or book review.Only members of GBA may use this document as a complement to or as an element of a geotechnical-engineering report.Any other firm,individual,or other entity that so uses this document without being a GBA member could be commiting negligent or intentional(fraudulent)misrepresentation. l ENGINEERING • ENVIRONMENTAL • INFRASTRUCTURE • PROJECT CONTROL Austin, TX San Antonio, TX Lake Worth, FL Brownsville, TX Houston, TX Lincoln, NE Dallas, TX McAllen, TX Salt Lake City, UT Freeport, TX New Braunfels, TX Mexico RABA KISTNER TECHNICAL SPECIFICATIONS ff� 6 II SECTION 01010 SUMMARY OF WORK PART 1 GENERAL I 1 1 SECTION INCLUDES A. This Section describes the Project in general and provides an overview1 of the extent of the Work to be performed II 11 B Detailed requirements and extent of Work are stated in the applicable Specification Sections, and as shown on the Drawings !; C Furnish and install all labor and materials including all direct, indirect, overhead and profit costs 1 Provide all specified requirements, equipment and services as listed in or intended by the Contract General and Supplementary Conditions, Technical Specifications and Appendices, or as detailed by the project's drawings, or other addenda 2 Except as specifically stated herein or in other applicable parts'i of the Contract Documents, provide and pay for equipment, tools, an f other facilities and services necessary for proper execution and completion of the Work. 1 2 CONTRACT DESCRIPTION A. The project includes J( II 1 Construction of an expansion of the City's existing Bailey;;Water Treatment Plant capacity and treatment capability to provide potable water for the City of Pearland The project consists of the following components a Disconnect existing Magnolia Well Site discharge from xistingei distribution system b Replacement of the existing Magnolia high service pumps with two transfer pumps c Installation of a transmission pipeline from the existing Magnolia Well Site discharge to the Bailey Water Treatment Plant 11 d Installation of five WesTech AERALATERS at the Bailey WTP for reduction of Iron, Manganese, and Hydrogen Sulfide from groundwater produced by the Bailey and Magnolia well`s e Bailey WTP yard piping to Tie Magnolia transmission pipeline into AERALATERS City of Pearland Bailey WTP Improvements Summary of Work Project No 7295A 01010-1 October 211,, 2021 ii Tie Bailey well discharge into AERALATERS iii Tie AERALATER filtrate to influent piping associated with the recent Bailey WTP 1 0 MG concrete GST project iv Demo and/or abandon in place unneeded existing Bailey yard piping f Installation of a new sanitary sewer line to accommodate the needs of the Bailey WTP• Addition of a holding pond to accommodate regular AERALATER backwash g Demolition of the existing damaged welded steel GST and foundation at the Bailey site h Addition of a new control building at the Bailey site Miscellaneous process and chemical expansions and improvements j All related electrical, instrumentation, and Supervisory Control and Data Acquisition (SCADA) work required for a complete and operable water treatment plant k. All related site/civil work for the project 1 3 COORDINATION A. Contractor shall remain solely responsible for the start-up and operation of the Work under this Contract until Substantial Completion is given by the Owner 1 4 CONTRACTOR USE OF SITE A Access to Sites 1 Coordinate with Owner for procedures to access construction sites 2 Owner may require screening of Contractor's personnel, and any subcontractor personnel, prior to allowing access to construction sites 3 Contractor and subcontractors shall follow Owner's designated security procedures 4 Limit use of existing water treatment plant site to allow a Owner occupancy b Uninterrupted production of potable water City of Pearland Bailey WTP Improvements Summary of Work Project No 7295A 01010-2 October 21, 2021 II 1 5 CONSTRUCTION SEQUENCING A The Contractor is solely responsible for construction means, controls, techniques, sequences, procedures, and construction safety in accordance with the Contract Documents B Contractor shall coordinate with Owner and Engineer to develop a sequence for construction activities li 1 6 MONTHLY STATUS MEETING A Contractor is required to attend a Monthly Status Meeting at the proje+t site II B Attendees shall include Contractor's Project Manager and Superintendent, Engineer and its Project Inspector, and Owner's Representatives ;I C Contractor shall present a written Status Report on activities completed for the prior month, and activities planned for the next month i D Contractor to submit updated Construction Schedule clearly showing th,'e work completed and the work remaining E Contractor to submit updated Shop Drawing Submittal Log and Request for Information (RFI) Log 1 7 WARRANTY A A one (1) year warranty period is applicable to this Project 1 Refer to the Maintenance Bond, Section 00612 2 Refer to Section 01700, Paragraph 1 7 1 8 LIMITS OF CONSTRUCTION 'I 11 A Confine access, operations, and storage areas to limits of construction as shown on the Plans provided by Owner as stipulated in Section 001700 — General Conditions of Agreement, trespassing on abutting lands or othe;i lands in the area is not allowed B Contractor shall make arrangements, at Contractor's cost, for temporary use of private properties, in which case Contractor and Contractor's surety shall indemnify and hold harmless the Owner against claims or demands !arising from such use of properties outside of the limits of construction 1 Improvements to private properties made for the Contractors use must be removed upon completion of the Work. 1I a No fill material may be placed in temporary work area or on adjacent private properties without the written permission of the Engineer or the issuance of a Fill Permit by the City of Pearland or other governing entity II City of Pearland Bailey WTP Improvements Summary of Work Project No 7295A 01010-3 October 21 1 2021 C Restrict total length which materials may be distributed along the route of the construction at any one time to 1,000 linear feet unless otherwise approved by Engineer 1 9 PROPERTIES OUTSIDE OF LIMITS OF CONSTRUCTION A If Contractor's means and methods require the acquisition of Temporary Construction Easements or any access to private property not already included in the above, such access and documentation along with any costs involved shall be the responsibility of the Contractor B Altering the condition of properties adjacent to and along the limits of construction will not be permitted unless authorized by the Engineer and property owner(s) as noted above C Means, methods, techniques, sequences, or procedures which will result in damage to properties or improvements in the vicinity outside of the limits of construction will not be permitted without temporary or permanent easements as determined by the Engineer D Any damage to properties outside of the limits of construction shall be repaired or replaced to the satisfaction of the Engineer and at no cost to the Owner E Contractor shall protect or replace all property corners, monuments or other demarcations disturbed, damaged, or lost as a result of his activities The replacement of these devices shall be properly documented to the satisfaction of the City by a Registered Public Land Surveyor with copies delivered to the Owner or private property owner 1 10 USE OF SITE A Obtain approvals of governing authorities prior to impeding or closing public roads or streets Do not close consecutive intersections simultaneously B Notify Engineer 48 hours prior to closing a street or a street crossing Permits for street closures are required in advance and are the responsibility of the Contractor C Maintain access for emergency vehicles including access to fire hydrants D Avoid obstructing drainage ditches or inlets, when obstruction is unavoidable due to requirements of the Work, provide grading and temporary drainage structures to maintain unimpeded flow E Locate and protect private lawn sprinkler systems which may exist on rights- of-ways within the Project Site Repair or replace damaged systems to condition equal to or better than that existing at start of the Work. F When required by the Work, cutting, patching, and fitting of Work to existing facilities, accommodating installation or connection of Work with existing facilities, or uncovering Work for access, inspection, or testing shall be performed in accordance with Engineer's and City's guidance City of Pearland Bailey WTP Improvements Summary of Work Project No 7295A 01010-4 October 21, 2021 it it I Fires are not permitted on the Project Site 1 11 CLEAN-UP. A Maintain Project Site in a neat and orderly manner 'I B Perform daily clean-up in and around construction zone of dirt, debris; scrap materials, other disposable items l C Leave streets, driveways, and sidewalks broom-clean or its equivalentilat the end of each work day D Promptly remove barriers, signs, and components of other control systems that are no longer being utilized 1 E Dispose of waste and excess materials in accordance with requirements of Section 01562 — Waste Material Disposal 1 12' RESTORATION ii A. Restore damaged permanent facilities to pre-construction conditions;ilunless replacement or abandonment of facilities is indicated on the Plans B Repair/Replace removed or damaged pavement to existing or better condition Repair/Replace with like materials to match existing style, lines, grades, etO , unless otherwise directed by Engineer C Repair turf areas which become damaged by Contractor's operations at no additional cost to Owner D Level with bank sand or topsoil, conforming to Section 02225, as approved by the Engineer E Provide hydromulch seeding in areas of commercial, industrial or undeveloped land use over the surface of ground disturbed during construction and not paved, or not designated to be paved, in accordance with Section O2921 — Hydro Mulch Seeding II F Water and level newly sodded areas with adjoining turf using steelji wheel rollers appropriate for sodding PART 2 PRODUCTS Not used PART 3 EXECUTION Not used it END OF SECTION City.of Pearland .11 Bailey WTP Improvements Summary of Work Project No 7295A 01010-5 October 21,I, 2021 SECTION 01039 COORDINATION AND MEETINGS PART 1 GENERAL 1 1 SECTION INCLUDES A Coordination B Field Engineering C Preconstruction Meeting 1 2 COORDINATION A Coordinate scheduling, submittal, and Work of the various sections of the Project Manual to assure efficient and orderly sequence of installation of interdependent construction elements B Coordinate completion and clean up of Work of separate sections in preparation for Substantial Completion C After Owner takes possession of Work, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities 1 3 FIELD ENGINEERING A Control datum for survey is shown on Drawings B Contractor to verify set-backs and easements, confirm drawing dimensions and elevations C Contractor to provide field engineering services as required supporting his work Establish elevations, lines, and levels, utilizing recognized engineering survey practices 1 4 PRECONSTRUCTION MEETING A Engineer will schedule a meeting after Notice of Award B Attendance Required Owner, Engineer, Contractor, and any'i major Subcontractors C Agenda 1 Distribution of Owner-Contractor Agreement / Contract Document 2 Submission of executed bonds and insurance certificates 3 Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule City of Pearland Bailey WTP Improvements Coordination and Meetings Project No 7295A 01039 - 1 October 21., 2021 4 Designation of personnel representing the parties in Contract, and the Engineer 5 Procedures and processing of field decisions, submittal, substitutions, applications for payments, proposal request, and Contract closeout procedures 6 Scheduling 7 Coordination with other agencies/organizations. 8 Scheduling activities of a Construction Materials Testing Lab D Engineer to record minutes and distribute copies after meeting to participants PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION City of Pearland Bailey WTP Improvements Coordination and Meetings Project No 7295A 01039 - 2 October 21, 2021 SECTION 01090 STANDARD REFERENCES 11 it Whenever used in the Project Manual, the following abbreviations will have the meanings listed it When documents are referenced,they are a part of the Specification as specified and modified In case of conflict between the requirements of these Specifications and those on the referenced documents, these Specifications shall prevail AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, Ste 249 1 Washington, DC 20001 ACI American Concrete Institute 38800 Country Club Drive Farmington Hills, MI 48331 it AISC American Institute of Steel Construction One East Wacker Drive, Ste 700 Chicago, IL 60601-1802 AISI American Iron and Steel, Institute i, 1 140 Connecticut Ave , Ste 705 Washington, DC 20036 AITC American Institute of Timber Construction 7012 S Revere Parkway, Ste 140 Centennial, CO 80112 ANSI American National Standards Institute, Inc 1899 L Street, NW, 11th Floor iI Washington, DC 20036 Ji APA American Plywood Association 7011 S 19th Street Tacoma, WA 98466-5333 API American Petroleum Institute 1220 L Street, NW Washington, DC 20005-4070 APSP Association of Pool and Spa Professionals 2111 Eisenhower Ave , Ste 500 Alexandria, VA 22314 ASCE American Society of Civil Engineers 1801 Alexander Bell Drive !I Reston, VA 20191 i1 11 1 City of Pearland Bailey WTP Improvements Standard References Project No 7295A 01090 - 1 October 211, 2021 ASCII American Standard Code for Information Interchange United States of American Standards Institute 25 West 43`d Street, 4' Floor New York, NY 10036 ASHRAE American Society of Heating, Refrigeration and Air Conditioning Engineers United Engineering Center 1791 Tullie Circle, NE Atlanta, GA 30329 ASME American Society of Mechanical Engineers Three Park Avenue New York, NY 10016 ASTM American Society for Testing and Materials 100 Bar Harbor Drive West Conshohocken, PA 19428 (http //www.astm org) AWPA American Wood Preservers Association 100 Chase Park South, Ste 116 Birmingham, AL 35244 AWS American Welding Society 550 LeJeane Road Miami, FL 33126 AWWA American Water Works Association 6666 W Quincy Avenue Denver, CO 80235 CRSI Concrete Reinforcing Steel Institute 933 North Plum Grove Road Schaumburg, IL 60173 EEI Edison Electric Institute 701 Pennsylvania Ave , NW Washington, DC 20004 ENGINEER Enprotec / Hibbs & Todd, Inc 402 Cedar Street Abilene, Texas 79601 FEDSPEC Federal Specifications General Services Administration Specification and Consumer Information Distribution Branch 1275 First Street, NE Washington, DC 20417 FEDSTDS Federal Standards (see FEDSPECS) City of Pearland Bailey'WTP Improvements Standard References Project No 7295A 01090 - 2 October 21, 2021 it it HI Hydraulic Institute 6 Campus Drive,.First Floor North 1i Parsippany, NJ 07054ill IBC International Building Code (Published by ICC) ICC International Code Council 1 500 New Jersey Ave , NW, 6th Floor Washington, DC 20001 ICEA Insulated Cable Engineers Association P O Box 1568 Carrolton, GA 30112 {� IEEE Institute of Electrical and Electronic Engineers, Inc it 3 Park Avenue, 17`h Floor ;j New York, NY 10016 IES Illuminating Engineering Society c/o United Engineering Center �I 120 Wall Street, Floor 17 �I New York, NY 10005 IMC International Mechanical Code (Published by ICC) 11 IPC International Plumbing Code 11 (Published by ICC) ISA Instrument Society of America 67 Alexander Drive it Research Triangle Park, NC 27709 MILSPEC Military Specifications Navy Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 NAAMM National Association of Architectural Metal Manufacturers 800 Roosevelt Rd , Bldg C, Ste 312 Glen Ellyn, IL 60137 NACE National Association of Corrosion Engineers 1440 South Creek Drive Houston, Texas 77084 NEC National Electrical Code National Fire Protection Association 1 Batterymarch Park Quincy, MA 02169 li City of Pearland II Bailey WTP Improvements Standard References Project No 7295A 01090 - 3 October 211; 2021 NEMA National Electrical Manufacturer's Association 1300 North 17th Street, Ste 1752 Rosslyn, VA 22209 NFPA National Forest Products Association 1 1 11 19th Street, NW, Ste 800 Washington, DC 20036 NFPA National Fire Protection Association 1 Batterymarch Park Quincy, MA 02169 NSF National Sanitation Foundation 789 N Dixboro Road Ann Arbor, MI 48113 OSHA Occupational Safety and Health Act Occupational/Safety and Health Administration Lubbock Area Office 1205 Texas Avenue Lubbock, TX 79401 OWNER City of Pearland 3519 Liberty Dr Pearland, TX 77581 SBCC Southern Building Code Congress 900 Montclair Road Birmingham, AL 35213 SMACNA Sheet Metal and Air Conditioning Contractor's National Association 4201 Lafayette Center Drive Chantilly, VA 20151-1209 SSPC Steel Structures Painting Council 4516 Henry Street, Suite 301 Pittsburgh, PA 15123-3728 SSPWC-NCT Standard Specifications for Public Works Construction-- North Central Texas North Central Texas Council of Governments P 0 Box 5888 Arlington, Texas 76005-5888 TCA Tile Council of America, Inc 100 Clemson Research Blvd Anderson, SC 29625 TCEQ Texas Commission on Environmental Quality P 0 Box 13087 Austin, TX 78711-3087 City of Pearland Bailey WTP Improvements Standard References Project No 7295A 01090 - 4 October 21, 2021 TDSHS Texas Department of State Health Services 1100 West.49t" Street Austin, Texas 78756-3199 TWDB Texas Water Development Board 1700 North Congress Avenue Austin, Texas 78711 TXDOT Texas Department of Transportation 125 E 1 1 th Street Austin, TX 78701 11 UBC Uniform Building Code 11 Published by ICB jl UL Underwriters Laboratories, Inc 2600 NW Lake Road Camas, WA 98607 USBR Bureau of Reclamation U S Department of Interior II Engineering and Research Center Denver Federal Center, Building 67 Denver, CO 80225 WWPA Western Wood Products Association li 522 SW Fifth Ave, Ste 500 Portland, OR 97204 ;) it END OF SECTION it II ii it II City of Pearland Bailey WTP Improvements Standard References Project No 7295A 01090 - 5 October 210, 2021 CITY OF PEARLAND MEASUREMENT AND PAYMENT PROCEDURES Section 01200 MEASUREMENT AND PAYMENT PROCEDURES 1.0 GENERAL 1.01 SECTION INCLUDES A Procedures for measurement and payment of Work. B Conditions for nonconformance assessment and nonpayment for rejected products. C References to Technical Specifications See Bid Proposal Sheet D Reference Standards 1 Concrete Reinforcing Steel Institute (CRSI) 2. American Institute of Steel Construction (AISC) 1.02 AUTHORITY A Units and methods delineated in this Section are intended to complement the criteria of the Technical Specifications and Section 00300—Bid Proposal. B In the event of conflict, the unit specified for Bid Items in Section 00300 — Bid Proposal shall govern. C Measurements and quantities submitted by the Contractor will be verified by the Engineer D Contractor shall provide necessary equipment, workers, and survey personnel as required by Engineer to verify quantities. 1.03 UNIT QUANTITIES SPECIFIED A Quantity and measurement estimates stated in Section 00300—Bid Proposal are for contract purposes only Quantities and measurements supplied or placed in the Work, authorized and verified by Engineer shall determine payment as stated,in Section 00700—General Conditions of Agreement. B If the actual Work requires greater or lesser quantities than those quantities indicated in Section 00300 — Bid Proposal, provide the required quantities at the :unit prices contracted except as otherwise stated in Section 00700 — General Conditions of Agreement or in executed Change Order 1.04 MEASUREMENT OF QUANTITIES A Measurement by Weight: Reinforcing steel, rolled or formed steel or other metal shapes will be measured by CRSI or AISC Manual of Steel-Construction weights. Welded assemblies will be measured by CRSI or AISC Manual of Steel Construction or scale weights. 05/2007 01200- 1 of 3 CITY OF PEARLAND MEASUREMENT AND PAYMENT PROCEDURES B Measurement by Volume. 1 Stockpiles Measured by cubic dimension using mean length, width, and height or thickness. 2. Excavation and Embankment Materials. Measured by cubic dimension using the average end area method. C Measurement by Area. Measured by square dimension using mean length and width or radius. D Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. E Stipulated Price Measurement: By unit designated in the agreement. F Other Items measured by weight, volume, area, or lineal means or combination, as appropriate, as a completed item or unit of the Work. 1.05 PAYMENT A Payment includes full compensation for all required supervision,labor,products,tools, equipment,plant,transportation,services,and incidentals,and erection,application or installation of an item of the Work; and Contractor's overhead and profit. The price bid shall include the total cost for required Work. Claims for payment as Unit Price Work not specifically covered in Section 00300—Bid Proposal will not be accepted. B Progress Payments for Unit Price Work will be based on the Engineer's observations and evaluations of quantities incorporated in the Work multiplied by the unit price. C Progress Payments for Lump Sum Work will be based on the Engineer's observations and evaluations of the percentage of quantities included in the schedule of values incorporated in the Work. D Final Payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities determined by Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.06 NONCONFORMANCE ASSESSMENT A Remove and replace the Work, or portions of the Work, not conforming to the Contract Documents. B If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct one of the following remedies 1 The nonconforming Work will remain as is, but the unit price will be adjusted to a lower price at the discretion of the Engineer 2. The nonconforming Work will be modified as authorized by the Engineer, and the unit price will be adjusted to a lower price at the discretion of the Engineer, if the modified Work is deemed to be less suitable than originally specified. 05/2007 01200-2of3 CITY OF PEARLAND MEASUREMENT AND PAYMENT PROCEDURES C Individual Technical Specifications may modify these options or may'identify a specific formula or percentage price reduction. D The authority of the Engineer to assess the nonconforming Work and identify payment adjustment is final. 1.07 NONPAYMENT FOR REJECTED PRODUCTS A Payment will not be made for any of the following: 1 Products wasted or disposed of in a manner that is not acceptable to Engineer I 2. Products determined as nonconforming before or after placement. 3 Products not completely unloaded from transporting vehicle. 4 Products placed beyond the lines and levels of the required Work. 5 Products remaining on hand after completion of the Work, unless specified otherwise 6 Loading, hauling, and disposing of rejected products 2.0 PRODUCTS - Not Used 3.0 EXECUTION - NotUsed END OF SECTION J. 05/2007 01200-3 of 3 CITY OF PEARLAND CHANGE ORDER PROCEDURES Section 01290 CHANGE ORDER PROCEDURES 1.0 GENERAL 1.01 SECTION INCLUDES A Procedures for processing Change Orders, including: 1 Assignment of a responsible individual for approval and communication of changes in the Work; 2. Documentation of change in Contract Price and Contract Time, 3 Change procedures,,using proposals and construction contract ji modifications, Work Change Directive, Stipulated Price Change Order, Unit Price Change Order, Time and Materials Change Order; 4 Execution of Change Orders, 5 Correlation of Contractor Submittals. B References to Technical Specifications. 1 Section 01350—Submittals 2 Section 01760—Project Record Documents C Other References 1 Rental Rate Blue Book for Construction Equipment (Data Quest Blue Book) Rental Rate is defined as the full unadjusted base rental rate for the appropriate item of construction equipment. 1.02 SUBMITTALS A Make Submittals required by this Section under the provisions of Section 01350 — Submittals. 1.03 RESPONSIBLE INDIVIDUAL A Contractor shall provide a letter indicating the name and address of the,individual authorized to execute change documents, and who shall also be responsible for informing others in Contractor's employ and Subcontractors of changes to the Work. The information shall be provided at the Preconstruction Conference. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT PRICE AND CONTRACT TIME A Provide full information required for identification and evaluation of proposed changes, and to substantiate costs of proposed changes in the Work. B Contractor shall document each Proposal for Change in cost or time with sufficient data to allow for its evaluation. 02/2008 01290- 1 of 4 CITY OF PEARLAND CHANGE ORDER PROCEDURES C Proposal for Change shall include, as a minimum, the following information as applicable. 1 Original Quantities of items in Section 00300—Bid Proposal with additions, reductions, deletions, and substitutions. 2. When Work items were not included in Section 00300—Bid Proposal, Contractor shall provide unit prices for the new items, with supporting information as required by the Engineer 3 Justification for any change in Contract Time. 4 Additional data upon request. D For changes in the Work performed on a time-and-material basis, the following additional information may be required. 1 Quantities and description of products and equipment. 2. Taxes, insurance and bonds. 3 Overhead and profit as noted in Section 00700—General Conditions of Agreement, 7 03 "Extra Work" 4 Dates and times work was performed, and by whom. 5 Time records and certified copies of applicable payrolls. 6. Invoices and receipts for products,rented equipment, and subcontracts, similarly documented. E Rented equipment will be paid to the Contractor by actual invoice cost for the duration of time required to complete the extra work. If the extra work comprises only a portion of the rental invoice where the equipment would otherwise be on the site,the Contractor shall compute the hourly equipment rate by dividing the actual monthly invoice by 176. (One day equals 8 hours and one week equals 40 hours.) Operating costs shall not exceed the estimated operating costs given for the item of equipment in the Blue Book. F For changes in the work performed on a time-and-materials basis using Contractor- owned equipment, compute rates with the Blue Book as follows. 1 Multiply the appropriate Rental Rate by an adjustment factor of 70 percent plus the full rate shown for operating costs. The Rental Rate utilized shall be the lowest cost combination of hourly, daily, weekly or monthly rates. Use 150 percent of the Rental Rate for double shifts (one extra shift per day) and 200 percent of the Rental Rate for more than two shifts per day No other rate adjustments shall apply 2. Standby rates shall be 50 percent of the appropriate Rental Rate shown in the Blue Book. Operating costs will not be allowed. 1.05 CHANGE PROCEDURES A Changes to Contract Price or Contract Time can only be made by issuance of a Change Order Issuance of a Work Change Directive or written acceptance by the Engineer of changes will be formalized into Change Orders All such changes will be in accordance with the requirements of Section 00700 — General Conditions of Agreement, 7 01 "Change Orders" 02/2008 01290-2 of 4 CITY OF PEARLAND CHANGE ORDER PROCEDURES B The Engineer will advise Contractor of Minor Changes in the Work not i Ivolving an adjustment to Contract Price or Contract Time as authorized by Section 00700 — General Conditions of Agreement, 7 02 "Minor Changes", by issuing supplemental instructions. C Contractor may request clarification of Plans, Technical Specifications or Contract Documents or other information. Response by the Engineer to a Request for Information does not authorize the Contractor to perform tasks outside the Scope of the Work. All changes must be authorized as described in this Section. 1.06 PROPOSALS FOR CHANGE AND CONTRACT MODIFICATION A The Engineer may issue a-Request for Proposal,which includes a detailed'descnption of a proposed change with supplementary or revised Plans and11 Technical Specifications.The Engineer may also request a proposal in the response to a Request for Information. Contractor will prepare and submit its Proposal for Change within 7 days or as specified in the request. B The Contractor may propose an unsolicited change by submitting a Proposal for Change to the Engineer describing the proposed change and its full effect on the Work, with a statement describing the reason for the change and the effect on the Contract Price and Contract Time including full documentation. it 1.07 WORK CHANGE DIRECTIVE A Engineer may issue a signed Work Change Directive instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order B The document will describe changes in the Work and will designate a'method of determining any change in Contract Price or Contract Time. ;! C Contractor shall proceed promptly to execute the changes in the Work in)accordance with the Work Change Directive. 1.08 STIPULATED PRICE CHANGE ORDER A A Stipulated Price Change Order will be based on an accepted Proposal'for Change including the Contractor's lump sum price quotation. 1.09 UNIT PRICE CHANGE ORDER A Where Unit Prices for the affected items of the Work are included in Section 00300- Bid Proposal , the Unit Price Change Order will be based on unit prices as originally bid, subject to provisions of Section 00700—General Conditions of Agreement. B Where unit prices of the Work are not pre-determined in Section 00300 — Bid Proposal, Work Change Directive or accepted Proposal for Change will;specify the unit pnces to be used. 02/2008 0111290-3 of 4 CITY OF PEARLAND CHANGE ORDER PROCEDURES 1.10 TIME-AND-MATERIAL CHANGE ORDER A Contractor shall provide an itemized account and supporting data after completion of change,within time limits indicated for claims in Section 00700—General Conditions of Agreement. B Engineer will determine the change allowable in Contract Pnce and Contract Time as provided in Section 00700—General Conditions of Agreement. C Contractor shall maintain detailed records of work done on time-and-material basis as specified in this Section, 1 04 "Documentation of Change in Contract Price and Contract Time" D Contractor shall provide full information required for evaluation of changes,and shall substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE DOCUMENTATION A Engineer will issue Change Orders, Work Change Directives, or accepted Proposals for Change for signatures of parties named in Section 00500 — Standard Form of Agreement. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A For Stipulated Price Contracts, Contractor shall promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price. B For Unit Price Contracts,the next monthly Application for Payment of the Work after acceptance of a Change Order will be revised to include any new items not previously included and the appropriate unit rates C Contractor shall promptly revise progress schedules to reflect any change in Contract Time, and shall revise schedules to adjust time for other items of work affected by the change, and resubmit for review D Contractor shall promptly enter changes to the on-site and record copies of the Plans, Technical Specifications or Contract Documents as required in Section 01760 — Project Record Documents. 2.0 PRODUCTS - Not Used 3.0 EXECUTION - NotUsed END OF SECTION 02/2008 01290-4 of 4 SECTION 01300 SUBMITTALS PART 1 GENERAL 1 1 SECTION INCLUDES A Submittal Procedures II it B Construction Progress Schedules C Shop Drawings I D Product Data E Manufacturer's Installation Instructions F Manufacturers' Certificates II 1 2 SUBMITTAL PROCEDURES A Transmit each submittal to Engineer for review Use the following formats B Submit only electronic copies to, the Engineer Engineer will review and return an electronic copy to Contractor C All electronic files shall be in PDF format and shall contain no pages largpr than 1 1" x 17" Ensure that scanned documents are fully legible I 1 Each submittal shall consist of a single, merged PDF file to facilitate review, portfolio PDF files will be rejected D Each submittal shall be limited to a single specification section or material topic Where equipment packages, assemblies, and the like are interrelated, the submittals should be provided together facilitating review ;of the Contractor's purposed offering When related portions of an equipment package or system are not provided, the submittals may be returned 'without review E Submittals shall be named and numbered with the specification number listed 11 first followed by a dash and a sequential number for that specification section For example, 11261-02 would be the second submittal for the Packaged Chemical Feed Systems specification F Should a resubmittal be required, the original submittal number shall be followed by an "A", "B", etc For example, 11261-02A would be the first resubmittal on the second submittal for the Packaged Chemical Feed Systems G Identify Project, Contractor, Subcontractor or supplier, pertinent Drawing and detail number, and Specification section number, as appropriate City of Pearland Bailey WTP Improvements Submittals Project No 7295A 01300 - 1 October 211, 2021 1,1 H Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents I Schedule submittals to expedite the Project and deliver to Engineer at business address Coordinate submission of related items J For each submittal for review, allow 10 business days excluding delivery time to and from the Contractor K Identify variations/exceptions from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. 1 Use a separate page(s) at the beginning of each portion of the submittal package 2 If no variations are proposed, state such on a separate page at the beginning of the submittal package L. Provide space for Contractor and Engineer review stamps M Revise and resubmit, if required, and identify all changes made since previous submission N Distribute copies of reviewed submittals as appropriate Instruct parties to promptly report any inability to comply with provisions 0 Submittals not requested will not be recognized or processed 1 3 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial schedule in reproducible form at the Preconstruction Conference B Revise and resubmit as required C Submit revised schedules with each Application for Payment, identifying changes since previous version D Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E Indicate estimated percentage of completion for each item of Work on each Application for Payment submission F Submit status of Requests for Information and submittals at monthly construction meetings City of Pearland Bailey WTP Improvements Submittals Project No 7295A 01300 - 2 October 21, 2021 I! 1: 1 4 SHOP DRAWINGS Ifa A. Submit for review After review, produce copies and distribute in accordance with the SUBMITTAL PROCEDURES article above and for record documents purposes described in Section 01700 — Contract Closeout 1 5 PRODUCT DATA. A. Submit the number of copies which the Contractor requires, plus three'copies which will be retained by the Engineer B Mark each copy to identify applicable products, models, options, and other data Supplement manufacturers' standard data to provide information;unique to this Project C After review, distribute in accordance with the Submittal Procedures;;article above and provide copies for record documents described in Section 01700 — Contract Closeout 1 6 MANUFACTURER INSTALLATION INSTRUCTIONS A When specified in individual Specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and operating, to Engineer 1 7 OPERATION AND MAINTENANCE i A. Submit data bound in 8-1/2 x 11 inch text pages, three-ring binders with durable plastic covers ii B Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required I C Information shall be organized with tabs and dividers by specification section numbers al D Submit three (3) hard copy sets and two (2) electronic sets of revised final volumes, within 10 business days after final inspections II 1 8 MANUFACTURER CERTIFICATES A. When specified in individual Specification sections, submit certification by manufacturer to Engineer B Indicate material or Product conforms to or exceeds specified requirements Submit supporting reference data, affidavits, and certifications as appropriate 11 C Certificates may be recent or previous test results on material or Prod 1 ct, but must be acceptable to Engineer City.of Pearland Bailey WTP Improvements Submittals Project No 7295A 01300 - 3 October 21, 2021 11 PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION 1 City of Pearland Bailey WTP Improvements Submittals Project No 7295A 01300 - 4 October 21, 2021 SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1 1 SECTION INCLUDES A. Quality Assurance--Control of Installation B Tolerances C References D Testing Laboratory Services E Manufacturers' Field Services and Reports 1 2 QUALITY ASSURANCE--CONTROL OF INSTALLATION A Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality B Comply with manufacturers' instructions, including each step in sequence C Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding D Comply with specified standards as minimum quality for the Work ,except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship E Perform Work by persons qualified to produce workmanship of specified quality F Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement 1 3 TOLERANCES A Monitor tolerance control of installed Products to produce acceptable Work Do not permit tolerances to accumulate it B Comply with manufacturers' tolerances Should manufacturers' tolerances conflict with Contract Documents, request clarification from Engineer! before proceeding C Adjust Products to appropriate dimensions, position before securing Products in place City of Pearland Bailey WTP Improvements Quality,Control Project No 7295A 01400 - 1 October 211, 2021 1 4 REFERENCES A For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes B Conform to reference standard by date of issue current on date of Contract Documents, except,where a specific date is established by code C Obtain copies of standards where required by product Specification sections D The contractual relationship, duties, and responsibilities of the parties in Contract and of the Engineer, shall not be altered from the Contract Documents by mention or inference otherwise in any reference document 1 5 TESTING LABORATORY SERVICES A Owner will appoint and employ services of an independent firm to perform inspecting and testing B The independent firm will perform inspections, tests, and other services specified in individual Specification sections and as required by the Engineer or the Owner C Inspecting, testing, and source quality control may occur on or off the project site Perform off-site inspecting or testing as required by the Engineer or the Owner D Reports will be submitted by the independent firm to the Engineer and Contractor, in duplicate, indicating observations and results of tests and indicating compliance or non-compliance with Contract Documents E Cooperate with independent firm, furnish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested 1 Notify Engineer and independent firm 24 hours prior to expected time for operations requiring services 2 Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use F Testing or inspecting does not relieve the Contractor of his responsibility to perform Work to contract'requirements G Retesting required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the. Engineer Payment for retesting shall be the Contractor's responsibility City of Pearland Bailey WTP Improvements Quality Control Project No 7295A 01400 - 2 October 21, 2021 1 6 MANUFACTURERS' FIELD SERVICES AND REPORTS A When specified, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, as applicable, and to initiate instructions when necessary 1 B Report observations and site decisions or instructions that are suppleml;ntal or contrary to manufacturers' written instructions C Submit report in duplicate within 30 days of observation to Engineer for information II PART 2 PRODUCTS Not used PART 3 EXECUTION jl Not used END OF SECTION II City of Pearland Bailey WTP Improvements Quality Control Project No 7295A 01400 - 3 October 21,2021 II II i CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS Section 01500' TEMPORARY FACILITIES AND CONTROLS 1.0 GENERAL 1.01 SECTION INCLUDES II A Temporary facilities and the necessary controls for the Work including utilities, telephone, sanitary facilities, field office, storage sheds and building, safety requirements,first aid equipment,fire protection,security measures,protection of the Work and property, access roads and parking, environmental controls, disposal of trash,debris,and excavated material,pest and rodent control,water runoff land erosion control. B References to Technical Specifications Section 00200—Instruction s to Bidders Section 01100—Summary of Work Section 01350—Submittals Section 01566—Source Controls for Erosion& Sedimentation it Section 01100'—Summary of Work Section 01600—Material &Equipment Section 01570—Trench Safety System Section 01555—Traffic Control &Regulation Section 01720—Field Surveying Section 01563 —Tree& Plant'Protection Section 01564—Control of Ground Water& Surface Water Section 13730- Computer Equipment C Referenced Standards. Occupational Safety and Health Administration(OSHA) National Fire Protection Association (NFPA) II Code of Ordinances, City of Pearland, Texas ;I D Definitions .I Underground Structures - sewer, water, gas, and other piping, andl! manholes, chambers, electrical and signal conduits, tunnels, and other existing II subsurface installations located within or adjacent to the limits of the Work. I� Surface Structures - existing buildings, structures and other constructed installations above the ground surface. Included with such structures are their foundations or any extension below the surface. Surface structures include, but are not; limited to buildings,tanks,walls,bridges,roads, dams, channels, open drainage,piping,poles, 12-2-2011 01500- 1 of 10 II CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS wires, posts, signs,markers, curbs, walks, guard cables, fencing, and other facilities that are visible above the ground surface. 1.02 MEASUREMENT AND PAYMENT A Unless indicated as a Bid Item,no separate payment will be made for Work performed under this Section. Include cost in Bid Items for which this Work is a component. 1.03 SUBMITTALS A Make Submittals required by this Section under the provisions of Section 01350 — Submittals. 1.04 CONTRACTOR'S RESPONSIBILITY A The facilities and controls specified in this Section are considered minimum for the Work. The Contractor may provide additional facilities and controls for the proper execution of the Work and to meet Contractor's responsibilities for protection of persons and property B Comply with applicable requirements specified in other Technical Specifications. Maintain and operate temporary facilities and systems to assure continuous service. Modify and extend systems as Work progress requires. Completely remove temporary materials and equipment when their use is no longer required. Restore existing facilities used for temporary services to specified or to original condition. 1.05 TEMPORARY UTILITIES A Temporary Service Make arrangements with utility service companies for such temporary services as are necessary to construct the work and manage the site. Abide by rules and regulations of the utility service companies or authorities having jurisdiction. Be responsible for utility service costs until the Work is Substantially Complete. Included are fuel,power,light,heat,and other utility services necessary for execution, completion, testing, and initial operation of the Work. B Water Provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices, or for other use as required for proper completion of the Work. For water to be drawn from public water supply, obtain special permit or license and meter from the proper City officials. For facilities under construction, establish a 12-2-2011 01500-2 of 10 ii CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS water/sewer billing account with City's Utility Billing Department.Adepolsit based on rates established by latest ordinance will be required. For water drawn from fire hydrants, apply for and receive a construction water meter from City' Public Works Department. Identify specific location for construction water meter installation. Once installed,water meter may not be moved without notification of Public Works Department. Install backflow preventer on fire hydrant supply if not included in City provided meter Provide and maintain an adequate supply of potable water for domestic consumption by Contractor personnel. C Electricity and Lighting 1 Provide temporary electric power service in Contractor's name, as required for the prosecution of the Work, including testing of Work. Provide power for lighting, operation of the Contractor's equipment, or for any other use by Contractor or as necessary to maintain any of Owner's on-going operations as may continue on the site during any scheduled shutdown. Minimum lighting level shall be 5 foot-pandles for open areas, 10 foot-candles for stairs and shops. 2 Provide permanent.electric power service,in the Contractor's name,to the work or site as and when required by the schedule of the work to achieve Substantial Completion or Partial Substantial Completion. Contractor to establish service bilhngjlin its name and transfer service and billing to the Owner upon acceptance of the work as ir Substantially Complete and suitable for beneficial occupancy by the Owner ii D Natural Gas Provide and pay for natural gas service to the work as and when required by the schedule to achieve Substantial Completion. Contractor to establish service billing in its name and transfer service and billing to the Owner upon acceptance of the work as Substantially Complete and suitable for beneficial occupancy by the Owner E Temporary Heat and Ventilation jl Provide temporary heat as necessary for protection or completion of the Work. Provide temporary heat and ventilation,to assure safe working conditions, maintain enclosed areas at a minimum of 50 degrees F F Telephone' Provide emergency telephone service at the Project Site for use by Contractor personnel and others performing work or furnishing services. ii G Sanitary Facilities Provide and.maintain sanitary facilities for persons on the Project Site,in compliance with federal, state, and local regulations. Locate toilets on the Project Site near the work and secluded from view insofar as possible. Keep toilets clean aisd supplied throughout the course of the Work. 12-2-2011 01500-3 of 10 it CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS Enforce the use of sanitary facilities by construction personnel at the Project Site. Such facilities shall be enclosed. Pit-type toilets will not be permitted. No discharge Will be allowed from these facilities. Collect and store sewage and waste so as not to cause a nuisance or health problem, have sewage and waste hauled off-site and properly disposed in accordance with local regulations. Control areas where sanitary facilities are located in conformance with Section 01566 —Source Controls for Erosion & Sedimentation. 1.06 FIELD OFFICE A Provision of a Field Office and other specific temporary facilities as required in paragraph B below UNLESS otherwise stated in Section 00800 - Special Conditions of the Agreement,or Section 01100—Summary of Work. Provide for transportation,move-in,set-up,tie-down and,when project is complete,removal and move-out. The Contractor shall confirm location of office and other temporary facilities with Owner's Representative at Pre-Construction Meeting prior to delivery and set up Location of temporary facilities shall, be approved by the Owner's Representative by way of the submittal process. B At a minimum, the Contractor's field office shall provide for, contain or serve to provide a secured space for project administrative operations, periodic progress meetings,on-site storage for project files and plans,office space for CONTRACTOR's field supervisory personnel and provide a separate securable office space for OWNER's Representative including meeting table and chairs, a single two drawer filing cabinet, a built-in drawing table and plan holders. Provide electric lighting and HVAC to the mobile office. 1 Field,Office shall provide for, at a minimum, a high speed Internet connection for use by Owner's Representative or Construction Manager as controlled by Paragraph A above. 1.07 STORAGE OF MATERIALS A Provide for storage of materials under the provisions of Section 01600—Material & Equipment. 1.08 SAFETY REQUIREMENTS A Contractor shall prepare, submit and follow a Safety Program that complies.with federal, state, and local safety codes, statutes, and practices. Include in the Safety Program documented response to excavation, embankment, and trench safety requirements as specified in Section 01570—Trench,Safety System. B Conduct operations in strict accord with applicable federal,state and local safety codes and statutes and with good construction practice. The.Contractor is fully responsible and obligated to establish,and maintain procedures for safety of all work, personnel and equipment involved in the Work. C Observe and comply with Texas Occupational Safety Act (Art. 5182a, V C S ) and with all safety and health standards promulgated by Secretary of Labor under Section 12-2-2011', 01500-4 of 10 CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS 107 of Contract Work Hours and Standards Act, published m OSHA Standards - 29 CFR, Part 1926, and adopted by Secretary of Labor under the Williams-Steiger Occupational Safety and Health Act of 1970, and to any other legislation enacted for safety and health of Contractor employees. Such safety and health standards apply to subcontractors and their employees as well as to the Contractor and its employees. D Observance of and compliance with the regulations shall be solely and without qualification the responsibility of the Contractor without reliance or superintendence of or direction by the Engineer or the Engineer's representative. Immediately advise the Engineer of investigation or inspection by Federal Safety and Health inspectors of the Contractor or subcontractor's work or place of work on the Project Site under this Contract,and after such investigation or inspection,advise the Engineer of the results. Submit one copy of accident reports to Engineer within ten(10)days of occurrence. E Protect areas occupied by workmen using the best available devices for detection of lethal and combustible gases. Test such devices frequently to assure their functional capability Constantly observe infiltration of liquids into the Work area for visual or odor evidence of contamination. Take immediate and appropnate step k;to seal off entry of contaminated liquids to the Work area. II i� F Safety measures, including but not limited to safety personnel, first-aid''equipment, ventilating equipment and safety equipment,in the Plans and Technical Specifications. are obligations of the Contractor G Maintain required coordination with the local Police and Fire Departments during the entire penod covered by the Contract. 1.09 FIRST AID EQUIPMENT i it A Provide a first aid kit throughout the construction period. List telephone numbers for physicians,hospitals, and ambulance services in each first aid kit. !j B Have at least one person thoroughly trained in first aid procedures pre ent on the Project Site whenever work is in progress. 1.10 FIRE PROTECTION A Fire Protection Standards. Conform to specified fire protection and prevention requirements as well as those that may be established by Federal, State, or local governmental agencies. B Comply with all applicable provisions of NFPA Standard No 241, Safeguarding Building Construction and Demolition Operations. Provide portable fire extinguishers, rated not less than 2A or 5B in accordance with NFPA Standard No 10,Portable Fire Extinguishers,for each temporary building,and for every 3000 square feet of floor area of facilities under construction. Locate portable fire extinguishers within 50 feet maximum, from any point on the Project Site. 12-2-2011 01500-5 of 10 it CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS C Fire Prevention and Safety Measures. Prohibit smoking in hazardous areas. Post suitable warning signs in areas that are continuously or intermittently hazardous. Use metal safety containers for storage and handling of flammable and combustible liquids. Do not store flammable or combustible liquids in or near stairways or exits. Maintain clear exits from all points within a structure. 1.11 SECURITY MEASURES A Protect all materials, equipment, and property associated with the Work from loss, theft,damage,and vandalism. Contractor's duty to protect property includes Owner's property B If existing fencing or barriers are breached or removed for purposes of construction, provide and maintain temporary security fencing equal to existing as approved by Owner's Representative. 1 12 PROTECTION OF PUBLIC UTILITIES A Prevent damage to existing public utilities during construction. These utilities are shown on the Plans at their approximate locations Give owners of these utilities at least 48 hours notice before commencing Work in the area, for locating the utilities during construction, and for making adjustments or relocation of the utilities when they conflict with the proposed Work. 1.13 PROTECTION OF PEOPLE AND PROPERTY A Preventive Actions. Take precautions, provide programs, and take actions necessary to protect the Work and public and private property from damage. Take action to prevent damage, injury or loss, including, but not limited to, the following: a. Store apparatus,materials,supplies,and equipment in an orderly,safe manner that will not unduly interfere with progress of the Work or the Work of any other contractor, any utility service company, or the Owner's operations. b Provide suitable storage for materials that are subject to damage by exposure to weather, theft,breakage, or otherwise. c. Place upon the Work or any part thereof only such loads as are consistent with the safety of that portion of the Work. d. Frequently clean up refuse,rubbish,scrap materials,and debris caused by construction operations,keeping the Work safe and orderly e. Provide safe barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways, and other hazardous areas. 12-2-2011 01500-6 of 10 CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS II Obtain written consent from proper parties before entering or occupying with workers, tools,materials or equipment,privately owned land except on easements provided for construction. Assume full responsibility for the preservation of public and private property on or adjacent to the site. If any direct or indirect damage is done by or on account of any act, omission, neglect, or misconduct in execution of the Work by the Contractor, it shall be restored by the Contractor to a condition equal to or better than that existing before the damage was done. B Barricades and Warning Signals. 1 Where Work is performed on or adjacent to any roadway, right-of-way, or public place, furnish and erect barricades, fences, lights, warning signs, and danger signals, provide watchmen,and take other precautionary measures for the protection of persons or property and protection of the Work. Conform to Section 01555—Traffic Control& Regulation. C Preserving Control Points Maintain permanent benchmarks,public or private elevation or property demarcation and control monumentation, or other reference points. Unless otherwisel directed in writing,replace at no cost to the Owner,those monuments,property corners or other permanent demarcations that are damaged or destroyed in accordance with Section 01720—Field Surveying. D Tree and Plant Protection. Protect trees,shrubs,lawns,outside of grading limits and within the grading limits as designated on the Plans,and in accordance with requirements of Section 01563—Tree &Plant Protection. �I E Protection of Underground and Surface Structures Known underground structures, including water, sewer, electric, and telephone services are shown on the Plans in accordance with the best information available,but is not guaranteed to be correct or complete. Contractor is responsible.for making Locate Calls. Explore ahead of trenching and excavation work and uncover obstructing underground structures sufficiently to determine their location, to prevent damage to {them and to prevent interruption of utility services. Restore to original condition damages to underground structure at no additional cost to the Owner Immediately notify the agency or company owning any existing utility which is damaged,broken,or disturbed. Obtain approval from the Engineer and agency for any repairs or relocations, either temporary or permanent. Necessary changes in location of the Work may be made by the Engineer to avoid unanticipated underground structures. If permanent relocation of an underground structure or other subsurface installations is required and not otherwise provided for in the Contract Documents,the Engineer will direct Contractor in writing to perform the Work, which shall be paid for under the 12-2-2011 0'1500-7 of 10 II CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS provisions for changes in the Contract Price as described in Section 00700—General Conditions of Agreement. Support in place and protect from direct or indirect injury to underground and surface structures located within or adjacent to the limits of the Work. Install such supports carefully and as required by the party owning or controlling such structure. Before installing structure supports,Contractor shall satisfy the Engineer that the methods and procedures to be used have been approved by the owner of the structure. Avoid moving or in any way changing the property of public utilities or private service corporations without prior written consent of a responsible official of that service or public utility Representatives of these utilities reserve the right to enter within the limits of this project for the purpose of maintaining their properties,or of making such changes or repairs to their property that may be considered necessary by performance of this Contract. Notify the owners and/or operators of utilities and pipelines of the nature of construction operations to be performed and the date or dates on which those operations will be performed. When construction operations are required in the immediate vicinity of existing structures,pipelines,or utilities,give a minimum of five (5)working days advance notice. Probe and flag the location of underground utilities prior to commencement of excavation. Keep flags in place until construction operations reach and uncover the utility Assume risks attending the presence or proximity of underground and surface structures within or adjacent to the limits to the Work including but not limited to damage and expense for direct or indirect injury caused by the Work to any structure. Immediately repair damage caused, to the satisfaction of the owner of the damaged structure. 1 14 PROTECTION OF THE WORK Provide protection of installed products to prevent damage from subsequent operations. Remove protection facilities when no longer needed,prior to completion of the Work. Control traffic to prevent damage to equipment,materials, and surfaces. 1.15 ROADS AND PARKING A Prevent interference with traffic and Owner operations on existing roads. B Minimize use of existing streets and driveways by construction traffic. C Control traffic to prevent damage to equipment, materials, and surfaces. D Construct and maintain temporary detours, ramps, and roads to provide for normal public traffic flow when use of public roads or streets is closed by necessities of the Work. E Provide mats or other means to prevent overloading or damage to existing roadways from tracked equipment or exceptionally large or heavy trucks or equipment 12-2-2011 01500-8 of 10 CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS F Designate temporary parking areas to accommodate construction personnel': When site space is not adequate, provide additional off-site parking. Locate as approved by Engineer G Do not allow heavy vehicles or construction equipment unnecessarily Fin existing parking areas. 1.16 ENVIRONMENTAL CONTROLS A Provide and maintain methods, equipment, and temporary construction as necessary for controls over environmental conditions at the construction site and adjacent areas. B Comply with statutes,regulations, and ordinances which relate to the proposed Work for the prevention of environmental pollution and preservation of natural resources, including but not limited to the National Environmental Policy Act of 1969, PL 91- 190, Executive Order 11514 F' C Provide, install and maintain storm water runoff control including but not limited to temporary entrance, silt fencing, etc. as specified in Contract Documents„ D Recognize and adhere to the environmental requirements of the Project Disturbed areas shall be strictly limited to boundaries established by the Contract Documents. Burning of rubbish, debris or waste materials is not permitted. it 1.17 POLLUTION CONTROL A Provide methods,means,and facilities required to prevent contamination Of soil,water or atmosphere by discharge of noxious substances from construction operations. B Provide equipment and personnel to perform emergency measures required to contain any spillage, and to remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off-site, and replace with suitable compacted fill and topsoil. ;i C Take special measures to prevent harmful substances from entering receiving streams or storm water conveyance systems in conformance with TPDES requirements and Section 01566—Source Controls for Erosion& Sedimentation. D Provide systems for control of atmospheric pollutants. li Prevent toxic concentrations of chemicals. it it Prevent harmful dispersal of pollutants into the atmosphere. Use equipment during construction that conforms to current federal, state, and local laws and regulations. II li 1.18 PEST AND RODENT CONTROL A Provide rodent and pest control as necessary to prevent infestation of Project Site. 1P B Employ methods and use materials which will not adversely affect conditions at the Project Site or adjoining properties. :F 12-2-2011 01500-9 of 10 CITY OF PEARLAND TEMPORARY FACILITIES AND CONTROLS 1.19 NOISE CONTROL A Provide vehicles, equipment, and construction activities that minimize noise to the greatest degree practicable. Noise levels shall conform to OSHA Standards- 29 CFR and in no case will noise levels be permitted which create a nuisance in the surrounding neighborhoods. B Conduct construction operations during daylight hours from 7.30 a.m. to 6 00 p.m. except as approved by Engineer C Comply with Chapter 19 NOISE, Codes of Ordinances, City of Pearland, Texas. 1.20 DUST CONTROL A Control objectionable dust caused by operation of vehicles and equipment under the provisions of Section 01566—Source Controls for Erosion& Sedimentation. 1.21 WATER RUNOFF AND EROSION CONTROL A Provide methods to control surface water,runoff,subsurface water,and water pumped from excavations and structures to prevent damage to the Work, the Project Site, or adjoining properties in accordance with Section 01564—Control of Ground Water& Surface Water and Section 01566—Source Controls for Erosion & Sedimentation. B Inspect earthwork periodically to detect any evidence of the start of erosion. Apply corrective measures as required to control erosion. 2.0 PRODUCTS - Not Used 3.0 EXECUTION - NotUsed END OF SECTION 12-2-2011 01500- 10 of 10 ii CITY OF PEARLAND MOBILIZATION Section 01505 ii MOBILIZATION ! II 1.1 GENERAL .I 1.2 SECTION INCLUDES A Mobilization of construction equipment and facilities onto the Work. B Referenced Standards. 1 Texas Department of Transportation(TxDOT) 11 2. Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) 11 1.3 MEASUREMENT AND PAYMENT A. Payment for Mobilization is on a Lump Sum basis and shall not exceed three 11 percent (3%) of the total bid price ji 1 B Payment for 50% of the Mobilization lump sum bid item may be included in the first monthly Application for Payment. Payment is subject to the receipt and approval by Engineer of the following items, as applicable 1i 1 Schedule of Values (Section 01350—Submittals) 2. Trench Safety Program(Section 01570—Trench Safety System) 11 3 Construction Schedule (Section 01350—Submittals) 4 Pre-construction Photographs (Section 01380—Construction Photographs) 5 Installation and acceptance of Project Identification Sign(s)(Sectioni, 01580—Project Identification Signs) 6 Installation and acceptance of Field Office (Section 01500—Temporary Facilities and Controls) 7 Installation and acceptance of TPDES requirements (Section 01565 ' TPDES Requirements) C. Payment for 25% of the Mobilization lump sum bid item may be included in the second monthly Application for Payment. Payment is subject to the receipt and approval by Engineer of the following items, as applicable 1 Installation of High Speed Internet Access(Section 01500—Temporary Facilities and Controls) D Payment for 15% of the Mobilization lump sum bid item may be included iri the third monthly Application for Payment. E. Payment for the remaining 10% of the Mobilization lump sum bid item may be included in the fourth monthly Application for Payment. 1 F For contracts with a duration of less than 120 days, payment for the remaining 50% of the Mobilization lump sum bid item may be included in the second monthly Application for Payment. Payment is subject to the receipt and 1 approval by Engineer of the items listed in B and C above, as applicable 11 08/2018 01505- 1 of 1 11 CITY OF PEARLAND MOBILIZATION G Mobilization payments will be subject to Retauiage as stipulated in Section 00700 General Conditions of Agreement. 2.1 PRODUCTS 2.2 PROJECT IDENTIFICATION SIGNS A. Provide specified number of project identification sign(s) per Section 01580 The name, address and contact information of the general contractor for the project shall be shown on the sign per Section 01580 and the attached exhibit. 3.1 EXECUTION 3.2 PLACEMENT OF PROJECT IDENTIFICATION SIGNS A. Place a Project Identification Sign as described in Section 01580, part 1 03,D visible to passing traffic or as directed by Engineer END OF SECTION 08/2018 01505- 1 of 1 CITY OF PEARLAND STABILIZED CONSTRUCTION EXITS ti Section 01550 I1 it STABILIZED CONSTRUCTION EXITS it II 1.0 GENERAL 1.01 SECTION INCLUDES i A Installation of erosion and sediment control for Stabilized Construction!,Exits used during construction and until final development of the Project site. B' References to Technical Specifications 1 Section 01350—Submittals 2. Section 01562—Waste Material Disposal , 3 Section 01565—TPDES Requirements 4 Section 01566—Source Controls for Erosion& Sedimentation C Referenced Standards. II 1 American Society of Testing and Materials (ASTM) 1 a. ASTM D 4632, "Standard Test Method for Grab Breaking Load and Elongation of Geotextiles" 1 1.02 MEASUREMENT AND PAYMENT II A Unless indicated as a Bid Item,no separate payment will be made for Work performed under this Section. Include cost in Bid Items for which this Work is a component. 1.03 SUBMITTALS A Make Submittals required in this Section under the provisions of Section 01350 — Submittals. 11 B Manufacturer's catalog sheets and other product data on Geotextile fabric. II C Sieve analysis of aggregates conforming to requirements in this Section,2102"Course Aggregates" 2.0 PRODUCTS 2.01 GEOTEXTILE FABRIC A Provide woven or non-woven geotextile fabric made of either polypropylene, polyethylene, ethylene, or polyamide material. B By ASTM D 4632, geotextile fabric shall have a minimum grab strength of 270 psi any principal direction, and the equivalent opening size between 50 and'140 I C Both the geotextile and threads shall be resistant to chemical attack,mildew, and rot and shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum lof 6 months of expected usable life at a temperature range of 0°F to 120°F it 12/2015 01550- 1 of 3 CITY OF PEARLAND STABILIZED CONSTRUCTION EXITS D Representative Manufacturers Mirafi, Inc., Or-Equal. 2.02 COARSE AGGREGATES A Coarse aggregate shall consist of crushed stone,gravel,concrete,crushed blast furnace slag,or a combination of these materials. Aggregate shall be composed of clean,hard, durable materials free from adherent coatings, salt,alkali, dirt, clay,loam, shale, soft or flaky materials, or organic and injurious matter B Course aggregates shall be open graded with a size 3" to 6" 3.0 EXECUTION 3.01 PREPARATION AND INSTALLATION A The Contractor shall provide stabilized construction exits at the construction,staging, parking, storage, and disposal areas to keep the street clean of mud carried by construction vehicle and equipment. Such erosion and sediment controls shall be constructed in accordance with the requirements shown on the Plans and specified in this Section. B Erosion and sediment control measures shall be in place prior to the start of any Work that exposes the soil, other than as specifically directed by the Engineer to allow soil testing and surveying. C Maintain existing erosion and sediment control systems located within the Project Site until acceptance of the Work or until directed by the Engineer to remove and discard the existing system. Maintenance shall be performed routinely to remove soil buildup or, as required by the Engineer D Regularly inspect and repair or replace components of stabilized construction exits. Unless otherwise directed, maintain them until the Work is accepted by the Owner Remove stabilized construction exits promptly when directed by the Engineer Discard removed materials in accordance with Section 01562 — Waste Material Disposal. E Equipment and vehicles shall be prohibited by the Contractor from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damage caused by construction traffic to erosion and sediment control systems, including vegetative systems shall be repaired immediately F Conduct all construction operations under this Contract in conformance with the erosion control practices described in the Section 01566-Source Controls for Erosion & Sedimentation and Section 01565 TPDES Requirements. 3.02 CONSTRUCTION METHODS A Provide stabilized access roads, subdivision roads, parking areas, and other on-site vehicle transportation routes where shown on Plans. 12/2015 01550-2 of 3 CITY OF PEARLAND STABILIZED CONSTRUCTION EXITS B Provide stabilized construction exits, and truck washing areas when approved by Engineer, of the sizes and locations where shown on Plans or as specified in this Section. C Vehicles leaving construction areas shall have their tires cleaned to remove sediment prior to entrance onto public right-of-way When washing is needed!,to remove sediment, Contractor shall construct a truck washing area. Truck washing shall be done on stabilized areas which drain into a drainage system protected by erosion and sediment control measures. D Details for Stabilized Construction Exits are shown on the Plans. Construction of all other stabilized areas shall be to the same requirements. Roadway widtli1 shall be at least 14 feet for one-way traffic and 20 feet for two-way traffic and shall be sufficient for all ingress and egress. Furnish and place geotextile fabric as a permeable separator to prevent mixing of coarse aggregate with underlying soil. Exposure of geotextile fabric to the elements between laydown and cover shall be a maximum of,14 days to minimize damage potential. E Roads and parking areas shall be graded to provide sufficient drainage i!away from stabilized areas. Use sandbags,gravel,boards,or similar methods to prevent sediment from entering public right-of-way, receiving stream or storm water conveyance system. F The stabilized areas shall be inspected and maintained daily Provide pleriodic top dressing with additional coarse aggregates to maintain the required depth.[Repair and clean out damaged control measures used to trap sediment. All sediment spilled, dropped,washed,or tracked onto public right-of-way shall be removed immediately 11 G The length of the stabilized area shall be as shown on the Plans,but not Tess than 50 feet. The thickness shall not be less than 8 inches. The width shall not be less than full width of all points of ingress or egress. 11 H Stabilization for other areas shall have the same coarse aggregate,thickness,and width requirements as the stabilized construction exit,except where shown otherwise on the Plans. I Stabilized area may be widened or lengthened to accommodate truck washing area when authorized by Engineer 11 J Alternative methods of construction may be utilized when shown on Plans, or when approved by the Engineer END OF SECTION II ii 11 12/2015 01550-3 of 3 ii CITY OF PEARLAND TRAFFIC CONTROL AND REGULATION Section 01555 TRAFFIC CONTROL AND REGULATION 1.0 GENERAL 1.01 SECTION INCLUDES A Requirements for traffic control plans,signs,signals,control devices,flares,lights and traffic signals, as well as construction parking control, designated haul routes and bridging of trenches and excavations. B Requirements for and qualifications of Flaggers. C References to Technical Specifications 1 Section 01350—Submittals 2. Section 01140—Contractor's Use of Premises D Referenced Standards 1 Texas Manual on Umform Traffic Control Devices (Texas MUTCD) 1.02 MEASUREMENT AND PAYMENT A Traffic Control and Regulation. Measurement is on a Lump Sum basis for Traffic Control and Regulation, including submittal of a traffic control plan if different from the one provided on the Plans, provision of traffic control devices, and provision of equipment and personnel as necessary to protect the Work and the public. The amount invoiced shall be determined based on the Schedule of Values submitted for traffic control and regulation. i B Flaggers. Measurement is on a Lump Sum basis for Flaggers as required for the Work. The amount invoiced shall be determined based on the Schedule of Values submitted for Flaggers. 1.03 SUBMITTALS A Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B A Traffic Control Plan responsive to the Texas MUTCD and sealed by a Registered Professional Engineer is incorporated into the Plans. If the Contractor proposes to implement traffic control different than the plan provided, he shall submit a Traffic Control Plan in conformance with Texas MUTCD for approval of the Engineer C For both the Traffic Control Plan and Flaggers' use, submit Schedules of Values within 30 days following the Notice to Proceed. D Each week submit a daily log for Flaggers listing name,badge number,time start,time finish, and hours worked. 03/2008 01555- 1 of 4 CITY OF PEARLAND TRAFFIC CONTROL AND REGULATION 1.04 FLAGGERS A Unless otherwise specified, use only Flaggers who are off-duty, regularly employed, uniformed Peace Officers B Flaggers are required at the following locations 1 Where multi-lane vehicular traffic must be diverted into single-lane vehicular traffic 2. Where vehicular traffic must change lanes abruptly 3 Where construction equipment either enters or crosses vehicular traffic lanes and walks. 4 Where construction equipment may intermittently encroach on vehicular traffic lanes and unprotected walks and cross-walks. 5 Where construction activities might affect public safety and convenience. 6 Where traffic regulation is needed due to rerouting of vehicular traffic around the work site. 7 When requested by Owner C The use of Flaggers is for the purpose of assisting in the regulation of traffic flow and movement, and does not in any way relieve the contractor of full responsibility for taking such other steps and provide such other Flaggers or personnel as the Contractor may deem necessary to protect the work and the public, and does not in any way relieve the Contractor of his responsibility for any damage for which he would otherwise be liable. Flaggers shall be used and maintained at such points for such periods of time as may be required to provide for the public safety and convenience of travel. 2.0 PRODUCTS 2.01 SIGNS, SIGNALS,AND DEVICES A Comply with Texas MUTCD regulations. B Traffic Cones and Drums, Flares and Lights As approved by agencies having jurisdiction. 3.0 EXECUTION 3.01 PUBLIC ROADS A Abide by laws and regulations of governing authorities when using public roads. If the Contractor's work requires that public roads be temporarily impeded or closed, approvals shall be obtained from governing authorities and permits paid for before starting any work. Coordinate activities with the Engineer B Contractor shall maintain at all times a 10-foot-wide all-weather lane adjacent to work areas which shall be kept free of construction equipment and debris and shall be for the use of emergency vehicles, or as otherwise provided in the Traffic Control Plan. 03/2008 01555 -2 of 4 CITY OF PEARLAND TRAFFIC CONTROL AND REGULATION C Contractor shall not obstruct the normal flow of traffic from 7.00 a.m.to 9'00 a.m.and 4.00 p.m. to 6.00 p.m. on designated major arterials or as directed by thelEngineer fi I D Contractor shall maintain local driveway access to residential and co_ mmercial properties adjacent to work areas at all times. E Cleanliness of Surrounding Streets 1 Keep streets used for entering or leaving the job area free of excavated' material, debris, and any foreign material resulting from construction operations. Leave the area broom-clean or its equivalent at the end of the work day F Control vehicular parking to prevent interference with public traffic and parking, and access by emergency vehicles. it G Monitor parking of construction personnel's vehicles in existing facilities. Maintain vehicular access to and through parking areas. H Prevent parking on or adjacent to access roads or in non-designated areas. 3.02 FLARES AND LIGHTS `I A Provide flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. Ij 3.03 HAUL ROUTES A Utilize haul routes designated by Owner or shown on the Plans for construction traffic. B Confine construction traffic to designated haul routes. C Provide traffic control at critical areas of haul routes to regulate traffic and minimize interference with public traffic. D Contractor shall be responsible for any damage caused by vehicles utilizing haul routes. 3.04 TRAFFIC SIGNS AND SIGNALS A Install traffic control devices at approaches to the site and on site, at crossroads, detours, parking areas, and elsewhere as needed to direct construction and affected. public traffic II B Relocate traffic signs and control devices as Work progresses to maintain effective traffic control. 3.05 BRIDGING TRENCHES AND EXCAVATIONS A Whenever necessary,bridge trenches and excavation to permit an unobstructed flow of traffic. 03/2008 01555-3 of 4 it CITY OF PEARLAND TRAFFIC CONTROL AND REGULATION B Secure bridging against displacement by using adjustable cleats,angles,bolts or other devices whenever bridge is installed. 1 On an existing bus route, 2. When more than five percent of daily traffic is comprised of commercial or truck traffic; 3 When more than two separate plates are used for the bridge, or 4 When bridge is to be used for more than five consecutive days. C Install bridging to operate with minimum noise. D Adequately shore the trench or excavation to support bridge and traffic. E Extend steel plates used for bridging a minimum of one foot beyond edges of trench or excavation. Use temporary paving materials (premix) to feather edges of plates to minimize wheel impact on secured bridging. F Use steel plates of sufficient thickness to support H-20 loading, truck or lane, that produces maximum stress 3.06 CLEAN-UP AND RESTORATION A Perform clean-up and restoration in and around construction zone in accordance with Section 01140—Contractor's Use of Premises B Remove equipment and devices when no longer required. C Repair damage caused by installation. D Remove post settings to a depth of 2 feet. END OF SECTION 03/2008 01555 -4 of 4 CITY OF PEARLAND WASTE MATERIAL DISPOSAL Section 01562 WASTE MATERIAL DISPOSAL 1.0 GENERAL 1.01 SECTION INCLUDES A Disposal of waste material and salvageable material. 'I B References to Technical Specifications 1 Section 01350—Submittals 2. Section 01566—Source Controls for Erosion & Sedimentation 3 Section 01600—Materials &Equipment 1.02 MEASUREMENT AND PAYMENT A Unless indicated as a Bid Item,no separate payment will be made for Work performed under this Section. Include cost in Bid Items for which this Work is a component. 1.03 SUBMITTALS A Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B Obtain and submit applicable permits for proposed disposal sites C Submit a Waste Material Disposal Plan. D Submit a copy of written permission from property owners,along with a description of the property,prior to disposal of excess material adjacent to the Project Site. Submit a written and signed release from property owner upon completion of disposal work. City of Pearland requires individual fill placement permits for all fill placed within the City limits. 1.04 WASTE MATERIAL DISPOSAL PLAN A Contractor shall formulate and implement a plan for the collection and,:disposal of waste materials on the Project Site which includes the following information. 1 Schedule for collection and inspection. 2. Location of trash and waste receptacles. 3 Provisions for liquid waste and potential water pollutants material. B The plan shall comply with applicable federal, state, and local healthy and safety regulations and Section 01566—Source Controls for Erosion& Sedimentation. 2.0 PRODUCTS - Not Used 07/2006 01562- 1 of 3 CITY OF PEARLAND WASTE MATERIAL DISPOSAL 3.0 EXECUTION 3.01 SALVAGEABLE MATERIAL A Excavated material. When indicated on Plans, load, haul, and deposit excavated material at a location or locations outside the limits of Project Site. B Base, surface, and bedding material. Deliver gravel, asphaltic, or other base and surfacing material designated for salvage to the location designated by the Engineer C Pipe culvert: Deliver culverts designated for salvage to Owner's storage area. D Other salvageable materials Conform to requirements of individual Technical Specifications. E Coordinate delivery of salvageable material with Engineer F When temporary, on-site storage of salvaged materials is required, comply with applicable provisions of Section 01600—Materials &Equipment. 3.02 SEDIMENT DISPOSAL A Remove sediment deposits and dispose of them at the designated spoil site for the Project. If a spoil site is not designated on the Plans, dispose of sediment off site at a location not in or adjacent to a stream or floodplain. B Off-site disposal is the responsibility of the Contractor C Sediment to be placed at the Project Site should be spread evenly throughout the designated area,compacted and stabilized. Sediment shall not be allowed to flush into a stream or drainage way D If sediment has been contaminated,it shall be disposed of in accordance with existing federal, state, and local rules and regulations. 3.03 EXCESS MATERIAL, WASTE,AND EQUIPMENT A Vegetation,rubble,broken concrete,debris,asphaltic concrete pavement,excess soil, and other materials not designated for salvage,shall become the property of Contractor and shall be removed from the Project Site and legally disposed of B Dispose of removed equipment,materials,waste and debris in a manner conforming to applicable laws and regulations C Excess soil may be deposited on private property adjacent to the Project Site when written permission is obtained from property owner under the provisions of this Section, 1 03D 07/2006 01562-2 of 3 CITY OF PEARLAND WASTE MATERIAL DISPOSAL D Verify the flood plain status of any proposed disposal site. Do not;dispose of excavated materials in an area designated as within the 100-year Flood Hazard Area. E Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. F No materials shall be disposed in a manner to damage the Owner in any way END OF SECTION i! it it it 07/2006 01562-3 of 3 SECTION 01565 STORM WATER POLLUTION PREVENTION DURING CONSTRUCTION PART 1 GENERAL 1 1 SECTION INCLUDES �I A. Shared Storm Water Pollution Prevention Plan (SWP3) 11 B Notices of Intent (NOIs) C Notices of Termination (NOTs) 1 2 REFERENCES it A Texas Pollutant Discharge Elimination System (TPDES) General Permit No TXR150000, administered by the Texas Commission of Environmental Quality (TCEQ) I 1 3 DEFINITIONS �I A. All definitions per Part I, Section B, Texas Pollutant Discharge Elimination System (TPDES) General Permit No TXR150000 (TPDES General Permit) II B CONTRACTOR Primary Operator, as defined in the TPDES General Permit C OWNER Primary Operator, as defined in the TPDES General Permit D Shared SWP3 as described in TPDES General Permit, Part III, Sectionl,A. E NOI — Notice of Intent. F NOT — Notice of Termination 1 4 SUBMITTALS A Procedures for Submittals Section 01300 B Submit Shared SWP3 for signature by CONTRACTOR and OWNER,'at. Pre- Construction Meeting C Submit a copy of CONTRACTOR's NOI at Pre-Construction Meeting D CONTRACTOR shall submit a copy of CONTRACTOR's NOT to ENGINEER after stabilization and completion of the construction project PART 2 PRODUCTS �I Not used City of Pearland Storm Water Pollution Prevention Bailey WTP Improvements During Construction Project No 7295A 01565-1 October 21!, 2021 II PART 3 EXECUTION 3 1 SHARED STORM WATER POLLUTION PREVENTION PLAN (SWP3) A. A Shared SWP3 is required for this project The CONTRACTOR and OWNER shall share one SWP3 B CONTRACTOR shall prepare and implement a single, comprehensive SWP3 for the entire construction site in accordance with TPDES General Permit at CONTRACTOR's expense 1 CONTRACTOR shall clearly list all Operators in the Shared SWP3, including themselves and the OWNER as Primary Operators, and any other Operators participating in the shared SWP3 2 In the Shared SWP3, the CONTRACTOR must clearly state the following a The CONTRACTOR has day-to-day operational control of those activities at a construction site that are necessary to ensure compliance with the shared SWP3, b The OWNER has the ability to make modifications to the construction plans and specifications, and c The OWNER has no responsibilities regarding implementation of the SWP3 unless CONTRACTOR fails to perform and complete contractual obligations 3 The CONTRACTOR shall provide a signature page, in accordance with TPDES General Permit Part III, Section A 1, for the Shared SWP3 to the OWNER at the Pre-Construction Meeting 4 CONTRACTOR shall prepare, certify, and post the Construction Site Notice in accordance with the applicable section of the TPDES General Permit 5 If applicable, the CONTRATOR shall submit the Construction Site Notice to operator(s) of any municipal separate sewer system (MS4), in accordance with TPDES General Permit, Part II, Section E 2(c) CONTRACTOR shall determine applicability of this Section 3 2 NOTICES OF INTENT (NOIs) A CONTRACTOR shall submit a copy of CONTRACTOR's Notice of Intent (NO1) to OWNER at the Pre-Construction Meeting B CONTRACTOR shall submit CONTRACTOR's NOI to TCEQ in accordance with TPDES General Permit, Part II, Section E 3(b), at least seven (7) days prior to commencing construction activities, or if utilizing electronic submittal, prior to commencing construction, at CONTRACTOR's expense City of Pearland Storm Water Pollution Prevention Bailey WTP Improvements During Construction Project No 7295A 01565-2 October 21, 2021 C OWNER shall submit OWNER's NOI to TCEQ in accordance with TPDES General Permit, Part II, Section E 3(b), at least seven (7) days prior to commencing construction activities, or if utilizing electronic submittal, prior to commencing construction, at OWNER's expense D OWNER shall provide a copy of OWNER's completed and certified NOI to CONTRACTOR E CONTRACTOR shall post and maintain a copy of each signed NOI at the construction site in accordance with TPDES General Permit, Part II, Section E 3(c) and E 3(d) F If applicable, CONTRACTOR shall submit CONTRACTOR's and OWNER;;s NOIs to operator(s) of any municipal separate sewer system (MS4), in accordance with TPDES General Permit, Part II, Section E 3(e) CONTRACTOR shall determine applicability of this Section G Fees associated with TPDES General Permit shall be at the expense of the applicable Primary Operator 1 2 NOTICES OF TERMINATION (NOTs) A CONTRACTOR shall submit CONTRACTOR's NOT as required by the TPDES General Permit B OWNER shall submit OWNER's NOT after CONTRACTOR certifies stabilization and completion of the construction project in CONTRACTOR's NOT END OF SECTION it City of Pearland Storm Water Pollution Prevention Bailey WTP Improvements During Construction Project No 7295A 01565-3 October 21', 2021 CITY OF PEARLAND SOURCE CONTROLS FOR EROSION AND SEDIMENTATION Section 01566 ii SOURCE CONTROLS FOR EROSION AND SEDIMENTATION 1.0 GENERAL 1.01 SECTION INCLUDES A Descriptions of measures and practices, in response to TPDES General Permit TXR 150000, which shall be used on the Work to eliminate or significantly minimize pollutants in discharges into Surface Water in the State by controlling erosion and sediments at their source. B References to Technical Specifications 1 Section 01550—Stabilized Construction Exit 2. Section 01562—Waste Material Disposal 3 Section 01500—Temporary Facilities and Controls C Definitions. 1 Potential Water Pollutant- any substance that could potentially alter the physical, thermal, chemical, or biological quality of the Surface Water in the State, rendering the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property, or to public health, safety or welfare, or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. 1.02 MEAUSREMENT AND PAYMENT A Unless indicated as a Bid Item,no separate payment will be made for Work performed under this Section. Include cost in Bid Items for which this Work is a component. 2.0 PRODUCTS - Not Used 3.0 EXECUTION 3.01 PREPARATION AND INSTALLATION A Contractor shall conduct all construction operations under this Contract in conformance with the erosion control practices described in the Plans and this Technical Specification. B Erosion and sediment control measures shall be in place prior to the start of any Work that exposes the soil, other than as specifically directed by the Engineer to allow soil testing and surveying. C The Contractor shall install, maintain, and inspect erosion and sediment control measures and practices that operate effectively and as specified in the Plans and in this or other Technical Specifications. 07/2006 01566- 1 of 5 CITY OF PEARLAND SOURCE CONTROLS FOR EROSION AND SEDIMENTATION D Equipment and vehicles shall be prohibited by the Contractor from maneuvering on areas outside of the limits of construction or dedicated rights-of-way and easements. Damage caused by construction traffic to erosion and sediment control systems shall be repaired immediately by the Contractor E The Contractor shall be responsible for collecting, stonng, hauling, and disposing of spoil, silt, waste materials, and contaminated material resulting from erosion and sediment control measures as specified in this or other Technical Specifications and in compliance with applicable federal, state, and local rules and regulations 3.02 EXPOSED SOIL A When soil is exposed as a result of clearing,grading,excavating, stockpiling,or other soil disturbing activities, the Contractor shall implement measures to effectively control erosion and prevent the escape of sediments from the Project Site. B Control measures may include the following practices 1 Preserve existing vegetation to the extent possible. 2. Construct drainage swales, berms, or sediment basins. 3 Maintain grades to minimize the velocity of sheet flow over disturbed areas and promote evaporation and infiltration of storm water directly into the ground. 4 Install filter fabric fences or barriers, sediment traps, seepage basins, gabions, or storm drain inlet protection devices. 5 Utilize vegetative buffer strips, mulching, or nprap C When the placement of topsoil,bank sand, or other soil material is specified, after an area has been brought to grade and immediately prior to placement, loosen the subgrade discing or by scarifying to a depth of at least 2 inches to permit bonding to the subsoil. D When all soil disturbing activities have been completed, establish a perennial vegetative cover on all areas that are not paved, covered by permanent structures, or otherwise permanently stabilized. 3.03 DUST CONTROL A Implement control measures to minimize dust creation and movement on construction sites and roads and to prevent airborne sediment from reaching receiving streams or storm water conveyance systems, to reduce on-site and off-site damage, to prevent health hazards, and to improve traffic safety B Control blowing dust by using one or more of the following measures. 1 Mulches bound with chemical binders. 2. Temporary vegetative cover 3 Tillage to roughen surface and bring clods to the surface. 4 Irrigation by water sprinkling. 07/2006 01566-2 of 5 li CITY OF PEARLAND SOURCE CONTROLS FOR EROSION AND SEDIMENTATION 5 Barriers using solid board fences,burlap fences, crate walls, bales of hay, or similar materials. C Implement dust control measures immediately whenever dust can be observed blowing on the Project Site. 3.04 DEMOLITION AREAS 11 it A Demolition activities which create large amounts of dust with significant concentrations of heavy metals or other potential water pollutants shall use methods described in this Section,3 03 "Dust Control",to limit transport of airborne pollutants. However, water or slurry used to control dust contaminated with heavy metals or potential water pollutants shall be retained on the Project Site and shall not be allowed to run directly into watercourses or storm water conveyance systems by the!iappropnate use of control measures described in this Section. Methods of ultimate disposal of these materials shall be carried out in accordance with applicable local', state, and federal health and safety regulations. li 3.05 SEDIMENT TRACKING �I A Minimize off-site tracking of sediments and the generation of dust by construction vehicles, keeping the streets clean or construction debris and mud, by implementing one or more of the following control measures. it 1 Restrict all ingress and egress to stabilized construction exits. 2. Stabilize areas used for staging, parking, storage or disposal. 3 Stabilize on-site vehicle transportation routes. 4 Remove mud and other debris, washing if necessary, from vehicles prior to entrance onto public roadways from the Project Site. 5 Maintain grade to minimize the occurrence of mud on the Project Site. B Construct stabilized construction areas under the provisions of Section 01550 — Stabilized Construction Exists. II C In addition to Stabilized Construction Exits shovel or sweep the pavement to the extent necessary to keep the street clean. Water-hosing or sweeping of debris and mud off of the street into adjacent areas is not allowed. ri 3.06 EQUIPMENT MAINTENANCE AND REPAIR A Control equipment maintenance and repair so that oils,gasoline,grease,solvents,and other potential water pollutants cannot be washed directly into receiving streams or storm water conveyance systems. B Control measures may include the following practices 1 Confine maintenance and repair of construction machinery and equipment to areas specifically designated for that purpose. 2. Provide these areas with adequate waste disposal receptacles for liquid as well as solid waste. it 07/2006 01566-3 of 5 CITY OF PEARLAND SOURCE CONTROLS FOR EROSION AND SEDIMENTATION 3 Clean and inspect maintenance and repair areas daily 4 Stabilize the area with coarse aggregate. 5 Maintain grade to prevent surface water from flowing over the area. 6 Place plastic matting,packed clay, tar paper, or other impervious material to prevent contamination of soil in the area. 7 Isolate areas of contaminated soil or other materials to facilitate proper removal and disposal. C Where effective control measures are not feasible,equipment shall be taken off-site for maintenance and repair 3.07 WASTE COLLECTION AND DISPOSAL A Conduct operations in conformance with the plan provided in Section 01562—Waste Material Disposal and utilize such control measures,described in this Section,as may be necessary to eliminate or significantly reduce the discharge of possible water pollutants from the Project Site as a result of waste collection and disposal. B Keep receptacles and waste collection areas neat and orderly to the extent possible. Waste shall not be allowed to overflow its container or accumulate from day-to-day Locate trash collection points where they will least likely be affected by concentrated storm water runoff 3.08 WASHING AREAS A Vehicles such as concrete delivery trucks or dump trucks and other construction equipment shall not be washed at locations where the runoff will flow directly into a watercourse or storm water conveyance system. Preventative measures may include the following practices 1 Designate special areas for washing vehicles. 2. Locate these areas where the wash water will spread out and evaporate or infiltrate directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. 3 Beneath wash areas construct a gravel or rock base to minimize mud production. B Construct washing areas under the provisions of Section 01550 — Stabilized Construction Exists. 3.09 STORAGE AND USAGE OF POTENTIAL WATER POLLUTANTS A Store and use potential water pollutants such as pesticides,fertilizers, distillate fuels, lubricants, solvents, cements, paints, acids, caustics, and other toxic substances in accordance with manufacturers' guidelines, Material Safety Data Sheets, and with local, state, and federal regulations. 07/2006 01566-4 of 5 CITY OF PEARLAND SOURCE CONTROLS FOR EROSION AND SEDIMENTATION B Isolate these substances in areas where they are to be stored, opened or used such that they will not cause pollution of runoff from the Project Site. Preventative measures may include the following practices. 1 Stabilize the area with coarse aggregate. 2. Store containers on raised platforms. 3 Place plastic matting,packed clay, tar paper, or other impervious material to prevent contamination of soil in the area. 4 Provide protective cover or weather proof enclosure. 5 Minimize accidental spillage. 6 Keep containers tightly closed. 7 Periodically inspect containers for leakage. 8 Maintain grade to prevent surface water from flowing over the area. 9 Provide berms, filter fabric fences or barriers, or sediment basins 10 Designate washing areas for containers and other items that have:come in contact with potential water pollutants C Avoid overuse of substances such as pesticides and fertilizers which could produce contaminated runoff. i1 3.10 SANITARY FACILITIES A Provide the Project Site with adequate portable toilets for workers in accordance with Section 01500—Temporary Facilities and Controls,and applicable health regulations. B Control areas where sanitary facilities are located so that sewage or chemicals will not be washed directly into receiving streams or storm water conveyance systems by using one or more of the following measures. 1 Inspect the facilities daily 2. Service the facilities as often as necessary to maintain cleanhness and prevent overflows 3 Stabilize the area with coarse aggregate 4 Maintain grade to prevent surface water from flowing over the area END OF SECTION it 07/2006 01566-5 of 5 it CITY OF PEARLAND PROJECT IDENTIFICATION SIGNS 9 Section 01580 PROJECT IDENTIFICATION SIGNS 1.0 GENERAL 1.01 SECTION INCLUDES �I A Project identification sign description. B Installation. 11 C Maintenance and removal. ;I 1.02 UNIT PRICES A. No separate payment will be made for design, fabrication, installation, and maintenance of project identification signs under this Section. Include cost of work performed under this Section in the pay item for Section 01505 -Mobilization. 11 B If changes to project identification signs are requested by the City Engineer to keep them current,payment will be made by change order C Skid-mounted signs shall be relocated as directed by the City Engineer at Iino additional cost to the City Post-mounted signs shall be relocated once, if directed in writing by the City Engineer, at no additional cost to the City If a post-mounted sign is relocated more than, once at the written direction of the City Engineer, payment will be made by change order it 1.03 SYSTEM DESCRIPTION A. Sign Construction. Project identification signs shall be constructed of ri'ew materials and painted new for the project. Construct post-mounted signs as shown on Construction Sign Details. B Appearance: Project identification signs shall be maintained to present a clean and neat look throughout the project duration. C Sign Manufacturer/Maker. Experienced as a professional sign company D Sign Placement: Place signs at locations as directed by the City Engineer The City Engineer will provide sign placement instructions at the Pre-construction Meeting. 1 A linear project is one involving paving, overlay, sewer lines, storm drainage, or water mains that run in the right-of-way over a distance. A ii li i 10/2014 015801 1 it CITY OF PEARLAND PROJECT IDENTIFICATION SIGNS linear project requires a project identification sign at each end of the construction site. 2 Single Site or Building Projects. Provide one project identification sign. 3 Multiple Sites. Provide one project identification sign at each site. 4 Sign Relocation. As work progresses at each site, it may be necessary to move and relocate project identification signs. Relocate signs as directed in writing by the City Engineer E. Alternate Skid-mounted Sign Construction. Post-mounted signs are preferred,but skid-mounted signs are allowed, especially for projects with noncontiguous locations where work progresses from one location to another The skid structure shall be designed so that the sign will withstand a 60-mile-per-hour wind load directly to the face or back of the sign. Use stakes, straps, or ballast. Approval of the use of skid-mounted signs shall not release the Contractor from responsibility of maintaining a project identification sign on the project site and shall not make the City responsible for the security of such signs. 1.04 SUBMITTALS A. Submit shop drawings under provisions of Section 01350 - Submittal Procedures. B Show content, layout, lettering style, lettering size, and colors. Make sign and lettering to scale, clearly indicating condensed lettering, if used. 2.0 PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: All sign materials shall be new 1 Sign Posts. Use 4-inch by 4-inch treated wood posts, sized to fix top of sign at 6 FEET ABOVE GROUND 2. Sign Supports and Skid Bracing: 2-inch by 4-inch wood framing material. 3 Skid Members. 2-inch by 6-inch wood framing material. 4 Fasteners a. Use galvanized steel fasteners. b Use 3/8-inch by 5-1/2-inch button head carnage bolts to attach sign to posts. Secure with nuts and flat head washers at locations as recommended by Sign Manufacturer c. Cover button heads with white reflective film or paint to match sign background B Sign and Sign Header Use medium density overlaid marine plywood, minimum 1/2-inch thick. Use full-size 4-foot by 8-foot sheets for sign and a single piece for header to minimize joints, do not piece wood to fabricate a sign face. C Paint and Primers White paint used to prime surfaces and to resist weathering shall be an industrial grade,fast-drying,oil-based paint with gloss finish. Paint structural 10/2014 01580-2 CITY OF PEARLAND PROJECT IDENTIFICATION SIGNS and framing members white on all sides and edges to resist weathenng. Paint sign and sign header matenal white on all sides and edges to resist weathenng. Pamtl all sign surfaces with this weather-protective paint prior to adding any sign paint,or adhesive applications. D Colors Follow cntena established by attached Exhibit 3.0 EXECUTION 3.01 INSTALLATION A. Install project identification signs within 10 calendar days after Date of Commencement. B Erect signs where designated by the City Engineer at the Pre-construction Meeting or as described in part 1 03 of this Section. Position the sign in such a manner as to be fully visible and readable to the general public. C Erect sign level and plumb D If mounted on posts, sink posts a minimum of 30 inches below grade in 10-inch diameter posthole. Stabilize posts with sharp sand or concrete to minimize lateral motion. Leave a minimum of 8 feet of post above existing grade for mounting of the sign and header E Erect sign so that the top edge of the sign, is no higher than 6 feet above existing grade. 3.02 MAINTENANCE AND REMOVAL A. Keep signs and supports clean. Repair deterioration and damage. B Remove signs, framing, supports, and foundations to a depth of 2 feet upon completion of Project. Restore the area to a condition equal to or better than before construction. END OF SECTION 10/2014 01580-3 CITY OF PEARLAND PROJECT IDENTIFICATION SIGNS PROJECT IDENTIFICATION SIGN EXHIBIT First uts Impression u,,rns PROJECT NAME LOCATED HERE G ua�+eua�wrtwnw FPEAR-ANQPROJECTI PROJECT NO. 12345678 [ Capital Improvement Signage Layout PROJECT SCHEDULE:MONTH/YEAR # MOMS: I Various n t,. BUDGET: $DOLLAR AMOUNT ,a,SL,E ENGINEER/ARCHITECT: Pearland,Texas t:'�.•.;. ;-•.L,",L s:C. DAM October2014 NAME GOES HERE fltENME 17:11 1: .,j_, f capital improvement �f, CONTRACTOR: i 4xU blank template _j o october2014 p, .. :.. CONTRACTOR NAME GOES HERE r3UFfc#emuaL1fvtma fxTYML20011£10xK.YC221111 m ' ,:,; T •,;f:- peadandtx.govldepartmentslengineering-capital-projectslprojects 22„2xfa, 12. ,,,�n0, — __.__ rrm�mam,rnaaseogwuma 0101160111111211180014402501 SPECIAL NOTE:CONTACT CITY SECRETARY FOR CURRENT COUNCIL NAMES I FO SINGLE SIDE MDO MARINE GRADE PLYWOOD FINISHED WITH ALKYD ENAMEL GLOSS WHITEr 120 oaamaLECTRICALsaw°Mi�ar e SION COMPUTER CUT VINYL AND DIGITAL PRINT 5 YEAR LIFE MINIMUM MATERIALS �MESS onEm++sE Tavt°cffEo INSTALL ON TWO 4"X4"TREATED POSTS,MIN.DEPTH IS 24",OR SKID MOUNTED AS SITE REQ'D. ,CLIENT APPROVAL 10/2014 01580-4 Si ip li i 11 SECTION 01600 11 MATERIAL AND EQUIPMENT PART 1 GENERAL 1 1 SECTION INCLUDES A Transportation and Handling Ij B Storage and Protection C Product Options ( D Substitutions 1 2 TRANSPORTATION AND HANDLING A Transport and handle products in accordance with manufacturer's instructions B Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged JI C Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage D Pipe to be transported with exposed ends tarped to prevent accumulation of airborne contaminates during transport 'i 1 3 STORAGE AND PROTECTION it A Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible I B Store sensitive products in weather tight, climate controlled enclosures Do not use Owner's buildings and structures for storage C For exterior storage of fabricated products, place on sloped supports,, above ground D Provide off-site storage and protection when site does not permit a!on-site storage or protection I' E Cover products subject to deterioration with impervious sheet covering Provide ventilation to avoid condensation or potential degradation of p'ioduct F Store loose granular materials on solid flat surfaces in a well-drained area Prevent mixing with foreign matter G Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage City of Pearland Bailey WTP Improvements Material and Equipment Project No 7295A 01600-1 October 21I, 2021 H Arrange storage of products to permit access for inspection Periodically inspect to verify products are undamaged and are maintained in acceptable condition 1 4 PRODUCT OPTIONS A Products Specified by Reference Standards or by Description Only Any product meeting those standards or description B Products Specified by naming one or more Manufacturers Products of manufacturers named and meeting Specifications, no options or substitutions allowed C Products Specified by naming one or more Manufacturers with a Provision for Substitutions Submit a request for substitution for any manufacturer not named in accordance with the following article Where terms such as "or equal," "or equivalent" are used in this Contract, they shall be taken to mean "or approved equivalent " Proposed equivalents shall be offered as substitutions 1 5 SUBSTITUTIONS A Engineer will consider requests for Substitutions only within 45 days after date established in Notice to proceed B Substitutions may be considered when a product becomes unavailable through no fault of the Contractor C Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents D A request constitutes a representation that the Contractor 1 Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product 2 Will provide the same warranty for the Substitution as for the specified product 3 Will coordinate installation and make changes to other work which may be required for the work to be complete with no additional cost to Owner 4 Waives claims for additional costs or time extension which may subsequently become apparent as a result of the Substitution E Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents F Substitution Submittal Procedure City of Pearland Bailey WTP Improvements Material and Equipment Project No 7295A 01600-2 October 21, 2021 it 1 Submit copies of request for Substitution for consideration Number of copies as specified in Sub-Section 01300-1 5 Limit each request to one proposed Substitution I�. 2 Submit shop drawings, product data, and certified test 'results attesting to the proposed product equivalence Burden of proof is on proposer 3 The Engineer will notify Contractor in writing of decision to accept or reject request PART 2 PRODUCTS 'I Not used {! PART 3 EXECUTION iI Not used II !; END OF SECTION II !I II City of Pearland 1 Bailey WTP Improvements Material and Equipment Project No 7295A 01600-3 October 21.1, 2021 ill SECTION 01650 STARTING OF SYSTEMS PART 1 GENERAL 1 1 SECTION INCLUDES li A Starting Equipment Systems B Demonstration and Instructions PART 2 PRODUCTS Not used II PART 3 EXECUTION 3 1 STARTING EQUIPMENT SYSTEMS I! A Coordinate schedule for start-up of various equipment ;I B Notify Engineer seven days prior to start-up of each item i1 C Verify that each piece of equipment has been checked for proper lubrication, drive rotation, belt tension, control sequence, or for other conditionsiI which may cause damage D Verify that tests, meter readings, and specified electrical characteristic I agree with those required by the equipment manufacturer 1i E Verify wiring and support components for equipment are complete and II ested F Execute start-up under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions G When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, cheek, and approve equipment or system installation prior to start-up, and to supervise placing equipment in operation H Submit a written report in accordance with Section 01400 that equipment or system has been properly installed and is functioning correctly 3 2 DEMONSTRATION AND INSTRUCTIONS A. Utilize operation and maintenance manuals as basis for instruction Review contents of manual with Owners' personnel in detail to explain all aspects of operation and maintenance it B Demonstrate start-up, operation, control, adjustment, trouble-shooting,, servicing, maintenance, and shutdown of each item of equipment's during equipment start-up services City of Pearland Bailey WTP Improvements Starting of Systems Project No 7295A 01650 - 1 October 211, 2021 C Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction D As a minimum, the amount of time required for instruction on each item of equipment and system is that specified in individual sections END OF SECTION City of Pearland Bailey WTP Improvements Starting of Systems Project No 7295A 01650 - 2 October 21, 2021 1 SECTION 01700 .1 CONTRACT CLOSEOUT PART 1 GENERAL !i 1 1 SECTION INCLUDES A Closeout procedures it B Final Cleaning C Adjusting i D Project record documents E Warranty ii F Spare parts and maintenance materials 1 2 CLOSEOUT PROCEDURES A Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's review B Provide submittals to Engineer that are required by governing or: other authorities C Submit final Application for Payment identifying total adjusted Contract Sum, 11 previous payments, and sum remaining due D Submit executed Affidavit of Bills Paid with final Application for Payment Affidavit shall state all bills for labor, materials, and incidentals incurred in the construction of the project have been paid in full, and that there are no'i claims pending of which the contractor has been notified ii E Comply with Section 00700 — General Conditions of Agreement regarding Final Completion and Final Payment when Work is complete and ready for Engineer's final inspection F Provide Record Documents j G Complete or correct items on punch list, with no new items added Any new items will be addressed during warranty period H The Owner will occupy portions of the Work as specified in Section 00700 — General Conditions of Agreement (I 1 Contractor shall request Final Inspection at least two weeks prior to Final Acceptance City of Pearland Bailey WTP Improvements Contract Closeout Project No 7295A 01700 - 1 October 21, 2021 1 3 FINAL CLEANING A. Execute fina' cleaning prior to final project assessment B Clean interior and exterior glass, surfaces exposed to view, remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces C Clean equipment and fixtures to a sanitary condition, with cleaning materials appropriate to the surface and material being cleaned D Clean filters of operating equipment E Clean debris from drainage systems F Clean site, sweep paved areas, rake clean landscaped surfaces G Remove waste and surplus materials, rubbish, and construction facilities from the site 1 4 ADJUSTING A Adjust operating Products and equipment to ensure smooth and unhindered operation 1 5 PROJECT RECORD DOCUMENTS A Maintain on site, one set of the following record documents, record actual revisions to the Work. 1 Drawings 2 Specifications 3 Addenda 4 Modifications to the Contract 5 Reviewed Shop Drawings, Product Data, and Samples 6 Manufacturer's instruction for assembly, installation, and start-up of Products and equipment B Ensure entries are complete and accurate, enabling future reference by Owner C Store record documents separate from documents used for construction D Record information concurrent with construction progress E Specifications Legibly mark and record at each Product section description of actual Products installed, including the following 1 Manufacturer's name and product model and number 2 Product Substitutions or alternates utilized City of Pearland Bailey WTP Improvements Contract Closeout Project No 7295A 01700 - 2 October 21, 2021 3 Changes made by Addenda and modifications i F Record Documents and Shop Drawings Legibly mark each item to I record actual construction including 1 Measured horizontal and vertical locations of underground utilitiles and appurtenances, referenced to permanent surface improvements 2 Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work 3 Field changes of dimension and detail shall be clearly marked on the drawings li 4 Details not on original contract drawings 5 Transmission Water Line and Offsite Sewer Line Specific Items, a All installed improvements will be required to be loceted by GPS equipment once in place and prior to backfill Equipment used must be of survey quality and able to provide accurate horizontal and vertical locations to within +/- 1 inch b Survey data shall be in Texas State Plane Coordinates! South Central Zone NAD 83 and NAVD 88 Data shall be submitted to Engineer in AutoCAD dwg file format and comma delimited txt file format c Surveyed locations and elevations of appurtenances, including but not limited to top of pipe every 100 feet, air release, air/vacuum, and blow off valves, manhole covers, in-line valves, connections, bends (horizontal and vertical) and outlets jl d Any utilities found, not on drawings, shall be documented and submitted with as-built drawings at project closeout G Remove Engineer title block and seal from all documents H Submit documents to Engineer with claim for final Application for Payment 1 6 OPERATION AND MAINTENANCE DATA. A. Submit data bound in 8-1/2 x 11 inch text pages, "D" type e ring binders with durable plastic covers B Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required C Information shall be organized with tabs and dividers by equipment numbers City of Pearland 1� Bailey WTP Improvements Contract Closeout Project No 7295A 01700 - 3 October 211, 2021 D Submit three (3) sets of revised final volumes, within 10 days after final inspections 1 7 WARRANTY A The Contractor shall guarantee the Work performed under this contract against defective materials and workmanship for a period of one year from the date of Substantial Completion or acceptance of individual Work elements The contractor shall arrange to have his Performance Bond remain in effect for a period of one year after this date to cover his guarantee as stipulated under this item and in the General Conditions B If defective materials and/or workmanship are discovered which require repairs made under this guarantee, all such repairs shall be done by the Contractor at his own expense within ten days after written notice of such defect Should the Contractor fail to repair or correct such deficiency within ten days after notification, the Owner may make the necessary repairs and charge the Contractor with the applicable costs of all labor and materials required to correct the deficiency 1 8 SPARE PARTS AND MAINTENANCE MATERIALS A Provide products, spare parts, maintenance, and extra materials in quantities specified in individual specification sections B Deliver to Project site and place in location as directed by Owner, obtain receipt prior to final payment Submit copies of receipts with periodic payment requests PART 2 PRODUCTS Not used PART 3 EXECUTION Not used END OF SECTION City of Pearland Bailey WTP Improvements Contract Closeout Project No 7295A 01700 - 4 October 21, 2021 it it 1 MODIFICATIONS TO DIVISION 1 STANDARD SPECIFICATIONS AND SPECIAL SPECIFICATION ITEMS SECTION 01290-CHANGE ORDER PROCEDURES • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications. in itslentirety and insert the following in its place. B References to Technical Specifications. !I 1 Section 01300—Submittals j 1i • Paragraph 1 02 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Su mittals. • Delete paragraph 1 12 CORRELATION OF CONTRACTOR SUBMITTALS, D in its entirety and insert the following in its place. D Contractor shall promptly enter changes to the on-site and record copies of the Plans, Technical Specifications or Contract Documents. SECTION 01500-TEMPORARY FACILITIES AND CONTROLS • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications in it4entirety and insert the following in its place. B. References to Technical Specifications. 1 Section 0200—Instructions to Bidders 1 Section 01010—Summary of Work 2. Section 01300—Submittals 3 Section 01555—Traffic Control&Regulation 4 Section 01564—Control of Ground Water& Surface Water 5 Section 01566—Source Controls for Erosion& Sedimentation �1 • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Paragraph 1 06 FIELD OFFICE, A —Change Section 01100—Summary of Work to Section b1010— Summary of Work. • Paragraph 1 08 SAFETY REQUIREMENTS,A in its entirety and insert the following in its pla e. A. Contractor shall prepare,submit and follow a Safety Program that complies with federal,state,and local safety codes, statutes, and practices. Include in the Safety Program documented response to excavation,embankment,and trench safety requirements. • Delete Paragraph 1 13 PROTECTION OF PEOPLE AND PROPERTY, C in its entirety and insert the following in its place. C. Preserving Control Points 1 Maintain permanent benchmarks,public or private elevation or property demarcation and control monumentation, or other reference points. Unless otherwise directed in writing,replace at no cost to the Owner,those monuments,property corners or other permanent demarcations that are damaged or destroyed. • Delete Paragraph 1 13 PROTECTION OF PEOPLE AND PROPERTY, D in its entirety and insert the following in its place. D Tree and Plant Protection. Protect trees,shrubs,lawns,outside of grading limits and within the grading limits as designated on the Plans. • Delete Paragraph 1 17 POLLUTION CONTROL, C in its entirety and insert the following in its place. C Take special measures to prevent harmful substances from entering receiving streams or storm water conveyance systems. SECTION 01505—MOBILIZATION • Delete paragraph 1 3 MEASUREMENT AND PAYMENT, B items 1 through y in its entirety and insert the following in its place. 1 Schedule of Values(Section 01039—Coordination and Meetings) 2. Construction Schedule(Section 01300—Submittals) 3 Installation and acceptance of Project Identification Sign(s) (Section 01580 — Project , Identification Signs) 4 Installation and acceptance of Filed Office (Section 01500 — Temporary Facilities and Controls) 5 Installation and acceptance of stormwater pollution prevent plan (Section 01565 — Stormwater Pollution Prevention During Construction) SECTION 01550—STABILIZED CONSTRUCTION EXITS • Delete paragraph 1 01 SECTION INCLUDES, B References to Technical Specifications. in its entirety and insert the following in its place. B References to Technical Specifications. 1 Section 01300—Submittals 2. Section 01562—Waste Material Disposal 3 Section 01565—Stormwater Pollution Prevention During Construction 4 Section 01566—Source Controls for Erosion and Sedimentation • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Paragraph 3 01 PREPARATION AND INSTALLATION, F change Section 01565 TPDES Requirements to 01565 Stormwater Pollution Prevention During Construction. SECTION 01555—TRAFFIC CONTROL AND REGULATION • Delete paragraph 101 SECTION INCLUDES, C References to Technical Specifications. in its entirety and insert the following in its place. C References to Technical Specifications. 1i 1 Section 01300—Submittals • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Delete paragraph 3 06 CLEAN-UP AND RESTORATION, A in its entirety and re-alphabetize all subsequent paragraphs accordingly SECTION 01562—WASTE MATERIAL DISPOSAL • Delete paragraph 1 01 SECTION INCLUDES, B References to Technical Specifications in its entirely and insert the following in its place. I, II B References to Technical Specifications. 1 Section 01300—Submittals 2. Section 01566—Source Controls for Erosion& Sedimentation 3 Section 01600—Material and Equipment • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Paragraph 3 01 SALVAGEABLE MATERIAL, F—Change Section 01600—Materials& Equipment to Section 01600—Material and Equipment. �I SECTION 01580—PROJECT IDENTIFICATION SIGNS • Paragraph 1 01 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. II 11 dl 91 SECTION 02070 11 DEMOLITION, CUTTING, AND PATCHING PART 1 GENERAL II 1 1 SECTION INCLUDES A Demolition„ cutting, and patching of existing construction where shown on Drawings, or as required to accommodate new work shown or specified 1 2 SUBMITTALS A Shop Drawings 1 See section 01300 for requirements 2 Indicating manufacturer and type of a Proposed non-shrink grout I b. Epoxy bonding adhesive �. Proposed materials and methods to be used for match11 ing and repairing existing construction 1 3 DELIVERY, STORAGE, AND HANDLING jI ii A General II 11 1 Salvage items, designated for Owner's salvage, as a functiona unit 2 Clean, list, and tag for storage li 3 Protect from damage and deliver to location designated li 4 Salvage each item with auxiliary or associated equipment required for operation 1 4 PROJECT CONDITIONS II III A Perform preliminary investigations as required to ascertain extent of work. 1 5 SEQUENCING AND SCHEDULING A Coordinate and reschedule work as required to preclude interference wi4h other operations PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS'- A. Subject to compliance with the Contract Documents, the following products and manufacturers are acceptable 1 Non-shrink grout a Supreme Grout by Gifford Hill b Masterflow 713 Plus by BASF Building Systems City of Pearland Bailey WTP Improvements Demolition, Cutting and Patching Project No 7295A 02070 - 1 October 2111 2021 c Sika Grout 212 by Sika 2 Epoxy bonding adhesive a Euco No 452 MV by Euclid Chemical Co b Sikadur 32, Hi-Mod by Sika Corporation PART 3 EXECUTION 31 PREPARATION A Provide substantial barricades and safety lights as required B Provide temporary weather protection as necessary 3 2 INSTALLATION A. Cutting and Removal 1 Remove existing work indicated to be removed, or as necessary for installation of new work. 2 Neatly cut and remove materials 3 Remove piping or concrete in small sections B Modification of Existing Concrete 1 Where indicated, remove existing equipment and finish remaining surfaces as shown a Protect remaining concrete from damage C Removal of Existing Anchor Bolts or Other Protruding Elements 1 Removed to a depth of 2-in from finished surface 2 'Fill void with non-shrink grout D Salvaged Items 1 Thoroughly dry and clean all metal surfaces 2 Dispose of items or materials not designated for Owner's salvage or reuse Promptly remove from site 3 Do not store or sell Contractor salvaged items or materials on site E Clean Up 1 The Contractor shall remove the construction debris and dispose of the materials off-site in a safe and legal manner at no additional cost to the Owner END OF SECTION City of Pearland Bailey WTP Improvements Demolition, Cutting and 'Patching Project No 7295A 02070 - '2 October 21, 2021 i1 SECTION 02110 jJ. SITE CLEARING AND GRUBBING it PART 1 GENERAL 1 1 SECION INCLUDES 11 A. Preparation for Work j� B Protection of Existing Features .I C Clearing and Grubbing 11 D Debris Removal II 11 PART 2 PRODUCTS Jf Not used Ij PART 3 EXECUTION 31 GENERAL. A Site clearing and grubbing shall consist of the removal and disposal of trees, stumps, brush, roots, vegetation, logs, rubbish, and other objectionable imatter from the construction area !I 3 2 PREPARATION FOR WORK 11 A Verify that existing plant life designated to remain, if any, is tagged or identified and protected it B Verify and protect survey control ,1 1 3 3 PROTECTION OF EXISTING FEATURES 11 A. Locate, identify and protect the utilities to remain from damage it B Protect trees, plant growth and features designated to remain !I C Protect benchmarks and survey control from damage or displacement 1 3 4 CLEARING AND GRUBBING A. The designated construction area shall be cleared of all trees, brush, shrubbery and plants, not indicated to be preserved Trees and brush designated to be left in place shall be carefully trimmed as directed and shall be protected from scarring, barking, or other injuries during construction operations Pruned limbs over two inches in diameter shall be treated by painting the exposed ends with an approved asphaltic material Stumps, roots and other objectionable materials sources are to be removed to the complete extent necessary to it City of Pearland II Bailey WTP Improvements Site Clearing and Grubbing Project No 7295A 02110 - 1 October 211, 2021 1 1 prevent objectionable matter from becoming mixed with the material to be used in construction B Unless otherwise provided, all merchantable timber removed as previously specified shall become the property of the Contractor It is the intent of this Specification to provide for the removal and disposal of all obstructions and objectionable materials not designated to remain C Remove existing concrete and asphalt paving, curb, gutter, walks and other items shown, or described to be removed D Remove trees, shrubs and other plant life within the site shown, or described to be removed Remove trees and shrub stumps and root system to a depth of 24 inches below existing grades Remove grass and ground cover root system to a depth of 6 inches 3 5 DEBRIS REMOVAL. A Removed material shall become the property of the Contractor Contractor shall remove debris, rock, and extracted plant life from site and legally dispose END OF SECTION City of Pearland Bailey WTP Improvements Site Clearing and Grubbing Project No 7295A 02110 - 2 October 21, 2021 SECTION, 02210 GRADING AND EARTHWORK PART 1 GENERAL 1 1 SECTION INCLUDES A. Grading and earthwork which occur in areas other than under structures under paving, or trenching for utilities B Earthwork consists of operations required for the excavation of materials on- site, excavation of borrow material from designated areas, compaction of natural or improved sub-grades, finish grading, disposal of excess or unsuitable materials, and other required operations Earthwork shall conform with dimensions and typical sections shown, and with lines and grades established 1 2 REFERENCES A ASTM D698 — Test for Moisture-Density Relations of Soils (Standard)�I. II B ASTM D1557 — Test for Moisture-Density Relations of Soils (Modified) C ASTM D2487 Classification of Soils for Engineering Purposes II D ASTM D2922 — Density of Soil and Soil Aggregate In-Place by Nuclear Methods E ASTM D3017 — Moisture Content of Soil and Soil Aggregate In-Place by Nuclear Methods 1 3 DEFINITIONS A. Classification Earthwork materials are classified in accordance with definitions' in this Article II B Topsoil Top 6 inches of natural surface soil possessing the characteristics of representative soils on the site that produce growths of grass or other vegetation Topsoil includes roots and other vegetation , 1 C General Site Fill Suitable, clean material excavated on-site or imported borrow material meeting specified characteristics D Select Fill Imported borrow material as required for construction, ;and as defined E Subgrade Natural soil at the established lines and grades it F Borrow Material taken from designated areas to make up any deficit of excavated material and used for general site or select fill Obtain from area that is normally dry and well drained Borrow does not include top soil City of Pearland I' Bailey WTP Improvements Grading and Earithwork Project No 7295A 02210 - 1 October 21;, 2021 G Finish Grading Operations required for smoothing disturbed areas that are not overlaid with pavement H Excavation Excavation of every description and of whatever substances encountered within the limits of the project to the lines and grades indicated I Compaction Compaction of soil materials shall be measured as a percent of Standard Proctor density as determined by ASTM D698 1 4 SUBMITTALS A Procedures for Submittals Section 01300 B Samples Adequate samples of material as required by the testing laboratory C Quality Control Submittals For information only 1 Test Reports Laboratory analysis of each soil material, including on- site and borrow materials proposed for use on project a General Site Fill Soil type, liquid limit and plasticity index Moisture-density relations, identify maximum density optimum moisture Select Fill Soil type, liquid limit, plasticity index and gradation Moisture-density relations, identify maximum density/optimum moisture c Topsoil Soil type, liquid limit, and plasticity index 1 5 EXISTING UTILITIES A. Where pipes, ducts, and structures are encountered in the excavation but are not shown, immediately notify the Engineer PART 2 PRODUCTS 2 1 SELECT FILL. A. Source Select fill shall be imported borrow material from borrow areas approved by the Engineer Material from source shall be tested for compliance with project requirements and approved by the Engineer B Suitability Use the best material available, suitability of select fill is subject to the Engineer's approval C Quality Select fill material must be free of clay lumps larger than 1 inch, rocks larger than 1/2-inch, and/or excessive silts Do not use soil containing brush, roots, sod, or similar organic materials D Characteristics Materials shall conform to ASTM D2487 Class II or Class III, and shall have a liquid limit less than 35 with a plasticity index less than 15 but greater than 4 City of Pearland Bailey WTP Improvements Grading and Earthwork Project No 7295A 02210 - 2 October 21, 2021 II 2 2 GENERAL SITE FILL. I A. Source Obtain general site fill from required excavation or, if excavated material is not sufficient, from borrow areas approved by the Engineer.11 B Suitability. Use the best material available from excavation or b' rrow Suitability of general site fill material is subject to the Engineer's approval C Quality. Fill material shall be free of lumps larger than 3 inches, rock) larger than 2 inches, and excessive silts Do not use soil containing brush,!roots, sod, or similar organic materials D Characteristics General site fill material shall conform to ASTM D2487 Class II or Class III Soils 2 3 TOP SOIL. A Source Obtain top soil from the required excavation, or if sufficient material is not available, from borrow areas approved by the Engineer ;! II B Suitability Use the best material available Suitability of material is sul ject to the Engineer's approval C Quality. Material shall be free of large roots or branches, stumps, bbrush, rubbish, or other objectionable matter D Characteristics Soils possessing the characteristics that produce growth of grasses or other vegetation 2 4 SOURCE QUALITY CONTROL. A Provide materials of each type from same source throughout the project it B A change in source requires sampling, testing, and approval by Engineer PART 3 EXECUTION ai 3 1 STRIP AND STOCKPILE A. Remove topsoil at all non-paved areas where excavation of topsoil is'required or where fill material will be added for site grading B Remove top 6 inches of topsoil where necessary and stockpile on the Owner's property Protect stockpiled topsoil from other excavated materials, dumping of unwanted material, dumping by the public, and erosion Upon completion of rough grading, replace topsoil in 4-inch minimum layer to finish grade elevations as shown on the Grading Plan u li C Removal of topsoil in building areas and paving areas is further descr, bed in Sections 02224, 02225, and 02226 'I City of Pearland Bailey WTP Improvements Grading and Earthwork Project No 7295A 02210 - 3 October 21, 2021 3 2 EXCAVATION A Objective Excavate to lines, grades, and elevations as shown or required for subsequent construction All excavation shall be made in such manner as to permit all surfaces to be brought to final line and grade within ±0 1 foot Over-excavation shall be restored by the Contractor at his own expense Finish grades consistently high or low will not be acceptable and shall be corrected by the Contractor at his expense and no additional cost to the Owner B Drainage During excavation, maintain grades as required to maintain drainage, or, as directed by the Owner or Engineer, install temporary drains or drainage ditches to intercept or divert surface water and prevent interference or delay of the work. C Stockpiling If at time of excavation it is not possible to place material in the proper section of permanent construction, stockpile the material in Owner or Engineer approved areas for later use D Stone or Rock Stones or rock fragments larger than 2 inches in their greatest dimension will not be permitted in top 6 inches of subgrade E Dressing Uniformly dress-cut and fill slopes to slope, cross section, and alignment, as shown F Rock. Break with hydraulic ram to obtain near neat line excavation Blasting will not be allowed G Classification Excavation is unclassified 3 3 TREATMENT OF SUBGRADES A. Topsoil and vegetation in excavation, or fill areas, shall be stripped from the ground surface and stockpiled, exposing sound undisturbed subgrade soils B Fill Areas Scarify subgrade to a depth of 6 inches and recompact to a density of 95% of maximum density per ASTM D698 at a moisture content of ±2% of optimum C Cut Areas Scarify exposed subgrade to a depth of 6 inches and recompact to a density of 95% of the maximum density per ASTM D698 at a Moisture content of ±2% of optimum D Undercut any soft or compressible areas detected during the recompaction process to sound subgrade soils and recompact General or select fill shall be used to bring the soft or compressive areas to grade Work shall precede placement of topsoil, walks, drives, or structure foundations Allow for placement of minimum 4-inch layer of topsoil in areas not covered by structures or pavement City of Pearland Bailey WTP Improvements Grading and Earthwork Project No 7295A 02210 - 4 October 21, 2021 3 4 PLACING FILL A Examination of Subgrade Do not place fill until the subgrade preparation has been accepted by the Engineer it I B Removing Debris Remove all roots, stone, and debris that are uncovered in the fill material iI C Spreading Fill and Backfill Spread the material in horizontal layers over the entire fill area The thickness of each layer before compaction shall not exceed 8 inches unless otherwise directed by the Engineer D Attaining Proper Bond If the compacted surface of a layer is too smooth to bond with succeeding layers, loosen the surface before continuing the;work. E Place materials to lines and grades shown allowing for depth of topsoils. F Maintain aggregate drainage throughout construction G The material shall be blended sufficiently to secure the best degree of compaction 3 5 DISTRIBUTION OF TOPSOIL. A. Perform rough grading and topsoil/finish grading work B Preparation 1 Prior to placing topsoil, scarify the subgrade to a depth of 2 inches to provide effective bonding ti 2 Shape areas designated, including cut and fill areas, to receive a minimum of 4 inches of topsoil ;I ;I C Placement 111 1 Do not haul or place wet topsoil Also prohibited is placement of topsoil on a subgrade that is excessively wet, extremely dry,'or in a condition otherwise detrimental to proper grading or planting 2 Distribute topsoil uniformly and spread evenly Correct irregularities in the surface to prevent formation of depressions where water could stand (i 3 Perform the spreading operation so that planting can proceed with little additional tillage or soil preparation Leave the area smooth and suitable for planting II 4 Lightly compact topsoil to obtain proper bond with previously; placed or prepared material .I City of Pearland Bailey WTP Improvements Grading and Earthwork Project No 7295A 02210 - 5 October 211, 2021 D Maintenance Where any portion of the surface becomes eroded or otherwise damaged, repair the affected area to establish the condition and grade prior to topsoil placement, then replace topsoil 3 6 MATERIAL DISPOSAL. A. Remove waste and excess excavated material from the construction site before Pre-final Inspection Legally dispose of material at a licensed site or with written and notarized permission from the property owner for a private disposal site All costs associated with waste material removal and disposal shall be paid for by the Contractor 3 7 TESTING A Testing Laboratory Services: As specified in Section 01400 B Soil Moisture and Density Perform a minimum of one (1) test per 500 cubic yard 3 8 SCHEDULE A Earthen Berms and Embankments Fill material shall be general site fill as specified, placed to lines and grades as shown B Clay Liner• Liner material shall meet the requirements of the Specification and shall be placed to lines and grades as shown The liner shall be compacted to a minimum density of 95% Standard Proctor at or above.optimum moisture END OF SECTION City of Pearland Bailey WTP Improvements Grading and Earthwork Project No 7295A 02210 - 6 October 21, 2021 SECTION 02220 ii TRENCH AND EXCAVATION SAFETY SYSTEM PART 1 GENERAL it 1 1 SECTION INCLUDES A. Requirements for a Trench and Excavation Safety System to be designbd and furnished by the Contractor for the safety and health of personnel B Submission of a written Plan describing the System in detail +� 1 2 PAYMENT it A. Payment will be as stipulated on the Bid Form 1 If no individual line item is identified, include in appropriate, Lump Sum bid item(s) 1 3 REFERENCES A. 29CFR1926 - Occupational Safety and Health Standards - Excavrations, United States Department of Labor, latest edition II B Others - Other applicable Federal, State, and local rules for French Construction or Excavations 1 4 REQUIREMENTS A. The Contractor shall develop, design, and implement a System The Contractor shall bear the sole responsibility for the adequacy of the System B The requirements of 29CFR1926 shall be the minimum requirements for this specification and is adopted as a part of this specification Other regulations relating to trench and excavation safety shall also be considered a part of this specification as if referenced directly C Should the System require wider trenches than shown, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials 1 5 SUBMITTALS A. Submit copies of the System Plan for information only The Engineer will not review the System Plan for sufficiency, adequacy, or other engineering aspects Submission is only to record the presence or absence of the System Plan City of Pearland ;i Bailey WTP Improvements Trench and Excavation Safety System Project No 7295A 02220-1 October 21,, 2021 1 6 QUALITY ASSURANCE A The Trench Safety System shall be designed by an Engineer registered as a Professional Engineer in the State of Texas The System Plan shall be sampled with the Engineer's seal, signed, and dated PART 2 PRODUCTS Not used PART 3 EXECUTION 31 GENERAL. A Implement the system in accordance with the written System Plan and conduct affected work in accordance with the same END OF SECTION City of Pearland Bailey WTP Improvements Trench and Excavation Safety System Project No 7295A 02220-2 October 21,, 2021 1 SECTION 02224 EXCAVATION, BACKFILLING, AND COMPACTING FOR STRUCTURES 11 PART 1 GENERAL ij 1 1 SECTION INCLUDES A Excavating, Backfilling and Compacting for Structures 1 2 REFERENCES A ASTM C136 — Sieve Analysis of fine and course aggregates B ASTM D698 — Standard Methods of Test for Moisture-Density Relations of Soil (Standard) ,I C ASTM D1557 — Test for Moisture-Density Relations of Soil (Modified);: D ASTM D2992 — Density of Soil and Soil Aggregate In-Place by Nuclear Methods E ASTM D3017 — Moisture Content of Soil and Soil Aggregate In-Place by Nuclear Methods 1 3 SUBMITTALS �1 A. Procedures for Submittals Section 01300 ;I B Samples Aggregate samples of material as required by the testing laboratory C Quality Control Submittals Fo'r information only 1 1 4 PROJECT CONDITIONS A Protection 11 1 Erect sheeting, shoring and bracing as necessary for protection of person, improvements and excavations 2 Provide dewatering and drainage necessary to keep excavations free of water it B Coordination Coordinate backfill operations with installation of utilities 1 PART 2 PRODUCTS 11 2 1 EXCAVATED MATERIAL. i A. Source Select fill shall be imported borrow material from borrow areas'and/or on-site materials approved by the Engineer Material from source shall be tested for compliance with project requirements and approved by the.'Owner and Engineer City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Structures Project No 7295A 02224-1 October 2i, 2021 ` i� B Suitability• Use the best material available, suitability of select fill is subject to the Engineer's approval C Quality• Select fill material must be free of clay lumps larger than 1 inch, rocks larger than 2-inches and/or excessive silts Do not use soil containing brush, roots, sod, or similar organic materials D Characteristics Materials shall conform to AST,M D2487 Class II or Class III and shall have a liquid limit less than 35 with a plasticity index less than 15 but greater than 4 2 2 GENERAL SITE FILL. A Source Obtain general site fill from required excavation or, if excavated material is not sufficient, from borrow areas approved by the Engineer B Suitability• Use the best material available from excavation or borrow Suitability of general site fill material is subject to the Engineer's approval C Quality Fill material shall be free of lumps larger than 3 inches, rock larger than 2 inches and excessive silts Do not use soil containing brush, roots, sod, or similar organic materials D Characteristics General site fill material shall conform to ASTM D2487 Class II or Class III Soils 2 3 AGGREGATE A Free-draining, well-grade crushed rock, gravel, or sand per ASTM 136, Coarse Aggregate,Section 2 4 SELECT FILL BENEATH BUILDINGS AND FOUNDATIONS A Source Obtain from an Engineer approved material supplier B Suitability Use the best material available C Quality• Select Fill shall meet TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, Item 247 D Characteristics TxDOT item 247, Flexible Base, Type A, C or D, Grades 1,2 or 5 2 5 TOP SOIL. A Source Obtain top soil from the required excavation, or if sufficient material is not available, from borrow areas approved by the Engineer B Suitability• Use the best material available Suitability of material is subject to the Engineer's approval C Quality Material shall be free of large roots or branches, stumps, brush, rubbish, or other objectionable matter City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Structures Project No 7295A 02224-2 October 21, 2021 D Characteristics Soils possessing the characteristics that produce growth of grasses or other vegetation I 2 6 SOURCE QUALITY CONTROL A. Provide materials of each type from same source throughout the project 11 B A change in source requires sampling, testing and approval by Engineer PART 3 EXECUTION 3 1 EXAMINATION AND PREPARATION A. Examine project site and investigate existing subsurface conditions to determine nature, kind and character of materials and conditions! to be encountered B Prior to commencing excavation operations, disconnect and cap or protect existing utility services, if any, in accordance with the requirements'j of the owning companies and applicable ordinances and regulations C Provide for surface drainage D Keep excavations free of water during entire progress of the work I� E Prior to backfilling against grade beams and below grade walls, verify that beams, walls and footings have properly cured F Verify that forms, trash, debris and applicable temporary shoring have been removed G Verify that walls are supported at top and bottom 3 2 EXCAVATION ;1 A Excavate beneath structures to lines, grades and elevations as shown. Over- excavation shall be restored by the Contractor at his own expense II II B Scarify exposed surfaces to a depth of 8 inches and recompact to a 'density of 95% of the maximum dry density when tested by the Standard Proctor Compaction Test (ASTM D698), at or above optimum moisture content;;unless otherwise stated in the Contract Documents C Remove weak or highly organic soils noted by probing and replace with general site fill Place fill in 8-inch lifts and compact to 95% of maximum dry density (ASTM D698) at or above optimum moisture content, unless otherwise stated in the Contract, Documents D Do not extend structure fill beyond structure lines or as shown E Excavation is unclassified Break rock with hydraulic ram to obtain near neat line excavation Blasting is not allowed City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Structures Project No 7295A 02224-3 October 211, 2021 3 3 BACKFILL. A. Schedule backfilling to expedite construction progress B Backfill in manner to prevent excessive pressure against previously completed work and to prevent damage or displacement to utility systems C Place backfill materials for grade beams as follows 1 Exterior Face of Grade Beams Where required, backfill with select fill Place backfill in layers of approximately 8 inches loose lifts and compact to minimum 95% of maximum dry density percent at or above optimum moisture content Standard Proctor Density (ASTM D698), unless otherwise stated in the Contract Documents 2 Place backfill at grade beams as soon as forms are removed Keep grade beam excavations dry at all times If rain occurs before backfill is placed, remove water for excavations immediately D Backfill structure walls with free-draining coarse aggregate backfill Consolidate by tamping to uniform density to prevent settling Do not over compact E Exercise care to prevent over compaction of backfills F Where top of below grade structure backfill is not covered with paving or other impervious barrier, the final two feet of backfill•shall be general site fill Place fill in 8-inch thick lifts and compact to minimum 95% of maximum dry density at or above optimum moisture content Allow for 4 inches of top soil placement G Undercut any soft or compressible areas detected during the recompaction process to sound subgrade soils and recompact General or select fill shall be used to bring the soft or compressive areas to grade Work shall precede placement of topsoil, walks, drives, or structure foundations Allow for placement of minimum 4-inch layer of topsoil in areas not covered by structures or pavement 3 4 SELECT FILL BENEATH BUILDINGS AND FOUNDATIONS A. Soil material beneath buildings and foundations and to 3' outside the building or foundation line shall be removed to a minimum depth of 4 5 feet below the bottom of foundation and be replaced with Select Fill B After the removal of existing soils, the subgrade shall be scarified to a depth of 6" moisture adjusted to above optimum and compacted to 95% Standard Proctor Density (ASTM D698) C Select Fill shall be placed in lifts not to exceed 12 inches loose measure and compacted to a minimum relative density of 97 percent Modified Proctor (ASTM D1557) at a moisture content within two percentage points of the optimum moisture content City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Structures Project No 7295A 02224-4 October 21, 2021 3 5 MATERIAL DISPOSAL. A Remove waste and excess excavated material from the construction site before final inspection Legally dispose of material at a licensed site or with written and notarized permission from the property Owner for a private disposal site All costs associated with waste material removal and disposal shall be paid for by the Contractor 3 6 TESTING A. Laboratory Testing and Inspection Services As specified in Section 01400- Quality Control B Soil Moisture and Density Perform a minimum of 1 test per 1,000 square feet END OF SECTION ji it li 11 ii City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Structures Project No 7295A 02224-5 October 2t, 2021 II SECTION 02225 EXCAVATION, BACKFILLING AND COMPACTING FOR UTILITIES PART 1 GENERAL 1 1 SECTION INCLUDES A Unclassified excavation, trenching, bedding, backfilling and compacting for potable water mains, gravity-flow sanitary sewers, manholes, valves, and other utility systems and appurtenances, and the disposal of 'excess excavated material 1 2 DEFINITIONS �1 A Unclassified Excavation Shall consist of excavating and removiting all materials encountered regardless of type, natural or man-made, irrespective of nature or condition, within the limits of excavation 1 3 REFERENCES A. ASTM 136 - Sieve Analysis of fine and course aggregates it B ASTM D698 - Moisture-Density Relations of Soil (Standard) 1i C ASTM D1557 - Test for Moisture-Density Relations of Soil (Modified) D ASTM D2487 - Classification of soils for engineering purposes 11 ASTM D4254 - Minimum Index Density and unit, weight of soils and calculations of relative density F ASTM D4318 - Test for liquid limit, plastic limit and plasticity index ofIisoils 1i G OSHA - Occupational Safety and Health Administration and Related Regulations 1 4 PROTECTION OR REMOVAL OF UTILITY LINES A. The Contractor shall anticipate all underground obstructions such as, but not limited to, water mains, gas lines, storm and sanitary sewers, telephone or electric light or power ducts, concrete and debris Any such lines or obstructions indicated on the drawings show only the approximate loications and shall be verified in the field by the Contractor The Owner and Engineer will endeavor to familiarize the Contractor with all known utilities and obstructions, but this shall not relieve the Contractor from full responsibility in anticipating all underground obstructions whether or not shown ion the drawings B The Contractor shall, at his own expense, maintain in proper working order and without interruption of service all existing utilities and servicesii which may be encountered in the work. With the consent of the Engineer and utility Owner such service connections may be temporarily interrupted toOpermit City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 1 October 21�1, 2021 1.1 the Contractor to remove designated lines or to make temporary changes in the locations of services The cost of making any temporary changes shall be at the Contractor's expense C Notify all utility companies involved to have their utilities located and marked in the field All underground utilities shall then be uncovered to verify location and elevation before construction begins D The Contractor shall obtain all necessary permits, except right-of-way permits, required for completion of the project E Any utilities found, not on drawings, shall be documented and submitted with as-built drawings at project closeout PART 2 PRODUCTS 21 MATERIALS A Earth Backfill Earth backfill shall be excavated and reused or borrow material free of lumps larger than 1 inch, stones larger than 1/2 inch, trash, organic, spongy or otherwise objectionable material Earth backfill shall be approved by Engineer Sand Sand shall be free from clay lumps, organic and other deleterious material, shall meet the Unified Soils Classifications System Group SW or SP, have a plasticity index no greater than 10, as determined by ASTM D4318, and no more than 12% passing the No 200 sieve PART 3 EXECUTION 3 1 EXAMINATION AND PREPARTATION A. Examine utility routes and coordinate excavation work to eliminate installation conflicts B Allow room for stockpiling excavated material and utility construction material during utility construction C Information shown on the Plans and Specifications is to be used by the Contractor to assist in evaluating the amount and character of the work that might be required Any reference to rock or any material on the plans, or in these specifications, is not to be constructed as classification of the excavation It shall be the responsibility of the Contractor, prior to bidding to examine the project site carefully and to their own satisfaction determine the likelihood of encountering rock formations. 3 2 TRENCH EXCAVATION A The Contractor shall promptly and before such conditions are disturbed notify the Engineer in writing of 1 Subsurface or latent physical conditions at the site differing materially from those indicated in this contract City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 2 October 21, 2021 2 Unknown physical conditions at the site, of an unusual nature, differing materially from those normally encountered and from those generally recognized as inherent in the Work of the character provided for in this Contract �1 :I B Procedure, Excavated to indicated or specified depths 1 Excavate by open cut method 2 Dispose of unacceptable backfill material and provide suitable material for backfill without additional expense 3 During excavation, stockpile material suitable for backfillingi in an orderly manner far enough from the bank of the trench tizii avoid overloading, slides, or cave-ins i 4 Grade as necessary to prevent surface water from flowing, into trenches or other excavations 5 Cut banks of trench as nearly vertical as practical Remove stones as necessary to avoid point-bearing 6 Excavate the trench to the proper width as shown If the trench width below the top of pipe is wider than specified in this section or shown, install additional backfill No additional payment will be made for additional material or work required for installation 7 Accurately grade the trench bottom to provide proper bedding as required for pipe installation 1 8 When wet soil is encountered on trench bottom and dewatering system is not required, as determined by the Engineer, over excavate an additional 6 inches Place non-woven geotextile fabric and then compact 12 inches of crushed limestone or recycled crushed concrete in one lift on top of fabric Compact crushed stonewith a minimum of four passes of vibratory type compaction equipment Over excavation may be required if determined by the Engineer': a Even though Contractor has not determined material to be unsuitable, or ii b If unstable trench bottom is encountered and an adequate ground water control system is installed and operating.] c Payment for over excavation and trench foundation installation, including all necessary geotextile fabric and crushed limestone or crushed concrete, will be incidental to trenching and utility installation No separate pay ;I 9 If any excavation is carried beyond the lines and grades required or authorized, the Contractor shall, at his own expense, fill such space with concrete or other suitable material as directed by the Engineer No additional payment will be made jj City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 3 October 210, 2021 10 When groundwater is encountered, Contractor shall install and operate an adequate dewatering system a Contractor shall submit a dewatering plan prior to installation Plan shall contain method of dewatering, handling, and discharge of water as well as discharge point erosion control method b Dewatering system shall be appropriate for the existing soil conditions c Dewatering system shall maintain water levels a minimum of 1 foot below trench bottom d Continue to operate dewatering system for a minimum of 24 hours after bedding and backfill are in place e Dewatering will be incidental to trenching and utility installation No separate pay C Sheeting and Bracing Install sheeting and bracing necessary to support the sides of trenches and other excavations with vertical sides, as required by current OSHA regulations D Water in Excavation Keep work free from ground or surface water at all times Provide pumps of adequate capacity or other approved method to remove water from the excavation in such a manner that it will not interfere with the progress of the work or the proper placing of other work. No separate pay for surface water removal E Trenching Progress Trenching operations shall not be in excess of 100 feet ahead of pipe laying operations in city streets or 300 feet in open country Not more than two (2) consecutive cross-streets may be closed to traffic at any given time F Existing Lawns and Shrubbery The Contractor shall take particular care to preserve existing lawns and shrubbery Make minor pipe alignment adjustments as may be necessary G Existing Pavement Existing pavement over trenches shall be removed (only at, locations indicated on the plans) to a width of 6 inches outside of the trench on each side Remove to a neat line by sawing method Remove brick pavement by hand, deliver and stack as directed by the Owner 3 3 PIPE BEDDING A Pipe Zone The pipe zone is defined as including the pipe bedding, backfill to one-half the pipe diameter (the springline) and the initial backfill to 12 inches above the top of the pipe B Class A Bedding — Concrete Encasement (Only Under Buildings) City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 4 October 21, 2021 1 Where shown, the Contractor shall install the pipe in concrete encasement 2 Concrete for encasement shall be 3000 psi compressive strength as specified in Section 03300 3 Precautions shall be used to prevent pipe floating, movement, or deflection during construction C Class B Bedding — Sand 1 Accurately grade the bottom of the trench 6 inches below the bottom of the pipe and limits of clear space on either side liof the pipe 2 Place a minimum of 6 inches of compacted sand backfill up to the flow line of the pipe or above before pipe is laid Install pipe place additional sand backfill to springline and compact 3 Complete bedding with compacted sand to 12 inches above the top of the pipe 4 Compact the bedding and backfill to a minimum of 95 percent of maximuhn dry density per ASTM D698, maintaining moistureiiwithin ±2 percent of optimum or 70 percent of relative density per;,ASTM D4254 D Class C Bedding — Cement Stabilized Sand 1 All utilities located underneath and within one foot (1') of any paving shall be bedded in cement stabilized sand II 2 Cement shall be in accordance with 02321 - Cement Stabilized Sand li 3 The sand shall be clean, durable sand, with less than 0 5 p�ercent clay lumps, ASTM C142 with less than 0 5 percent lightweight pieces, ASTM C123, with organic impurities, ASTM C4:0, not showing a color darker than standard color and a plasticity index of less than six (6) when tested in accordance with ASTM D423 and ASTM D424 li 4 Compact to ninety-five percent (95%) Standard Proctor, Density (ASTM D698) in maximum loose lifts of eight inches (8"), thick, compacted to 6" thick. I) 5 The cement-sand mixture shall consist of at least two (2) sacks of cement per ton of sand The cement-sand mixture shall have a minimum unconfined compressive strength of one hundred pounds per square inch (100 psi) in forty-eight (48) hours, when compacted to a minimum of ninety-five percent (95%) of Standard Proctor Density (ASTM D698), without additional moisture control) -cured and tested in accordance with ASTM C31 City of Pearland Excavation, Bakfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 5 October 21, 2021 3 4 UTILITY INSTALLATION A Excavation for Utility Lines: Provide a minimum cover over the top of the pipe as indicated Avoid interference with other utilities lines Provide class of bedding as shown Install piping and appurtenances as specified B Excavation for Appurtenances Excavate sufficiently for manholes; utility pull boxes and similar structures to leave at least 2 feet clear between the outer surfaces and the embankment or timber that may be used to hold and protect the banks Any over-depth excavation below such appurtenances not directed will be considered unauthorized and will be refilled with concrete, as directed by the Engineer, at no additional cost to the Owner 3 5 BACKFILLING A. Trench Zone The Trench Zone is defined as beginning at the top of the pipe zone and ending at finished grade B Criteria Backfill trenches to ground surface with material as specified 1 Reopen trenches improperly backfilled to depth required for proper compaction 2 Refill and compact as specified, or otherwise correct the condition in an approved manner C Open Areas 1 Above the pipe zone, deposit earth backfill in 8-inch loose lifts Mound excess material over trench as shown Excavated material placed shall be free of rock greater than 6 inches in any direction 2 Compact to ninety-five percent (95%) Standard Proctor Density (ASTM D698) in maximum loose lifts of eight inches (8") thick, compacted to 6" thick 3 All forms, lumber, trash and debris (or any deleterious materials) shall be removed from trenches, manholes and other utility structures Backfill for manholes, utility pull boxes and other utility structures shall be placed in accordance with applicable Specification Sections D Pavement Section 1 All utilities located underneath and within one foot (1') of any paving or future paving where shown on the Drawings shall be backfilled with cement stabilized sand 2 Above the pipe zone, deposit cement stabilized sand in accordance with Paragraph 3 3 D of this Section 3 Cement stabilized sand shall be placed to bottom of pavement subgrade elevation, unless otherwise specified in the Drawings City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 6 October 21, 2021 it it :; 3 6 DISPOSAL OF EXCESS MATERIAL. n ii A Remove waste and excess excavated material from the construction site before final inspection Legally dispose of material at a licensed site or written and notarized permission from the property Owner for a private disposal site All costs associated with waste removal and disposal shall be paid for by the Contractor 3 7 TESTING jj 11 A Provide excavation and trench safety systems at locations and to ,depths required for testing and retesting during construction at no additional cost to the Owner B Tests will be performed on minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D4318, and for gradation characteristics, in accordance with TOC-101-E and TEX- 110-E Additional classification tests will be performed whenever there is noticeable change in material gradation or plasticity, or when requested by Engineer C At least three tests for moisture-density relationships will be performed initially for backfill materials in accordance with ASTM D698, and for cement-stabilized sand in accordance with ASTM D558 Additional moisture-density relationship tests will be performed once a month or whenever there is noticeable change in material gradation or plasticity); D In-place density tests of compacted pipe zone and trench zone backfill soil materials will be performed according to ASTM D1566, or ASTM D2922 and ASTM D3017 and at the following frequencies and conditions 1 For open cut construction, successful compaction to be measured by one test per 100 feet for compacted pipe zone backfill and two tests per 100 feet for compacted trench zone backfill These frequencies are on a per lift basis Engineer has the right to adjusts these frequencies li 2 A minimum of three density tests for each full shift of work 11 3 Density tests shall be distributed among placement areas Placement areas are pipe zone and trench zone I 4 The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified II 5 Density tests may be performed at various depths below fill surface by pit excavation Material in previously placed lifts may therefore be subject to acceptance / rejection jl City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 7 October 2i, 2021 fl 6 Two verification tests will be performed adjacent to in-place tests showing density less than acceptable criteria Placement will be rejected unless both verification tests show acceptable results 7 Recompacted placement will be retested at same frequency as first test series, including verification tests 8 Document on record drawings elevation of tests with respect to natural ground or pavement, and test results E Recondition, recompact, and retest at Contractor's expense if test indicate work does not meet specified compaction requirements END OF SECTION City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Utilities Project No 7295A 02225 - 8 October 21, 2021 SECTION 02226 EXCAVATION, BACKFILLING AND COMPACTING FOR PAVEMENT PART 1 GENERAL 1 1 SECTION INCLUDES A. Excavating, Backfilling and Compacting for establishing pavement subgrade elevations Installation of flexible base material as a finished roadway material, or as a subgrade material for asphaltic concrete paving 1 2 REFERENCES +I A ASTM D698 — Moisture — Density Relations of soils (standard) 1 B ASTM D1557 — Moisture-Density Relations of soils (modified) C ASTM D4318 — Test for liquid limit, plastic limit and plasticity index of soils JI D ASTM D3017 — Moisture content of Soil and Soil Aggregate In-Place by 11 Nuclear Methods 11 E ASTM D2992 — Density of Soil and Soil Aggregate In-Place by Nuclear Methods F TxDOT — Texas Department of Transportation Standard Specifications 1 3 SUBMITTALS A. Procedures for submittals Reference paragraph 1 3, Section 02210 II 1 4 DEFINITION it A Classification Earthwork materials are classified in accordance with definitions in this article B Topsoil, Top 6 inches of natural surface soil possessing the characteristics of representative soils on the site that produce growths of grass or other vegetation Topsoil includes roots and other vegetation I C Pavement Fill Fill material excavated on-site or off-site consisting of inorganic sandy clay or clayey sand it D Natural Subgrade Consists of that portion of the surface on which a compacted embankment or pavement is constructed, after removal of 6-inch topsoil layer, as described in Section 02110 E Compacted Fill A subgrade under pavement consisting of fill placed and compacted between the top of the compacted natural subgrade and underside of pavement and including fill areas adjacent to paving" within limits shown on typical cross sections City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Pavement Project No 7295A 02226 - 1 October 21�, 2021 F Borrow Material taken from approved areas to makeup any deficit of excavated material G Finish grading Operations required for smoothing disturbed areas that are not overlaid with pavement H Excavation Excavation of every description and of whatever substance encountered within the grading limits of the project to the lines and grades indicated in the drawings I Compaction Compaction of soil materials shall be measured as a percent of standard or modified proctor density at the specified moisture content as determined by ASTM D698 or ASTM D1557 J Flexible Base Material meeting TxDOT Item 247, "Flexible Base" 1 5 EXISTING UTILITIES A Where pipes, ducts and structures are encountered in the excavation but are not shown on the drawings, immediately notify the Engineer PART 2 PRODUCTS 21 MATERIALS A Fill under pavement• 1 On-site excavated material or material excavated from approved source 2 Plasticity index between 6 and 15 3 Liquid limit Of 35 or less 4 No rock or pieces larger than 3 inches greatest dimension 5 All fill soils shall be free of organic material and debris B Flexible Base TxDOT Item 247, Type A, Grade 2, or better PART 3 EXECUTION 3 1 HANDLING OF TOPSOIL. A. Remove top 6 inches of topsoil within limits of the paving section and area adjacent to paving section as required and stockpile Protect stockpiles of topsoil from other excavated materials, dumping of unwanted material and dumping by the public 3 2 STRIPPING OF GROUND SURFACE A. All vegetation, all decayed vegetable matter, rubbish and other unsuitable material within areas to be graded, not removed by clearing, shall be stripped or otherwise removed to ground level before grading or other earthwork is started In no case will such material be allowed to remain in or on the areas to be graded City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Pavement Project No 7295A 02226 - 2 October 21, 2021 i ,1 3 3 EXCAVATION A Objective Excavate to lines, grades and elevations required for subsquent construction of pavement fill, flexible base, or pavement Remove materials within the indicated limits and dispose as directed B Drainage During excavation, maintain grades for complete drainage ! When directed, install temporary drains or drainage ditches to intercept oril divert water and prevent interference or delay or the work C Stockpiling If at time of excavation it is not possible to place materials in the proper section of permanent construction, stockpile the material in Owner or Engineer approved areas for later use 11 D Stone or Rock Stones or rock fragments larger than 2 inches i T their greatest dimension will not be permitted in top 6 inches of subgrade E Dressing Uniformly dress, cut and fill slope, cross section and alignment 11 3 4 NATURAL SUBGRADE UNDER PAVEMENTS 11 A Remove existing earth as required for placement of pavement section!. Proof roll excavated surface with 20 ton or larger roller to identify soft or undesirable material and remove such soft or undesirable material to suitable material beneath Break down sides of holes or depressions to flatten the slopes B Fill any such holes or depression with appropriate soil with (similar classification, moisture content and density as adjacent soils C Grade adjustments within pavement construction limits shell be accomplished with pavement fill, placed in maximum 8-inch lifts moistened and compacted as specified in this section 1 After depressions have been filled, grade adjustments made and immediately before placement of pavement section, thoroughly loosen the material to depth of 6 inches Remove roots and debris turned up while loosening the soil Adjust moisture and recompact the subgrade !� 1 3 5 PLACING PAVEMENT FILL FOR GRADE ADJUSTMENTS II A. Inspection of natural subgrade Do not place pavement fill for11 grade adjustments to the natural subgrade until the surface has been examined by the Engineer B Prior to placing pavement fill, scarify the natural subgrade to a depth of 6 inches As needed, adjust the moisture content to between optimum and plus 4 percent Recompact the subgrade to a density between 95;% and 98% of the maximum standard proctor density, as determined by ji ASTM D698 C Removing Debris During the dumping and spreading process, remove all roots, stones and debris that are uncovered in the fill material City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Pavement Project No 7295A 02226 - 3 October 211, 2021 11 D Spreading Fill After dumping, spread the pavement fill in horizontal layers over the entire fill area The thickness of each layer before compaction shall not exceed 8 inches Place fill adjacent to pavement section to elevations indicated E Attaining proper bond If the compacted surface of a layer is too smooth to bond with succeeding layers, loosen the surface by harrowing or other approved method before continuing work F Flexible Base Course Place and compact flexible base course under pavement sections, or for roadways where indicated Compact to a density between 95 and 100 percent of the maximum dry density at ±2 percent of optimum moisture content per ASTM D1557 The thickness of each layer before compaction shall not exceed 8 inches 3 6 MOISTURE CONTROL. A Intent Developing the maximum density obtainable with the natural moisture of the material is preferred However, the moisture content of the pavement fill and flexible base fill shall not vary from the optimum, as determined by ASTM D698 or ASTM 1557, by ranging between -2 and +4 percent of optimum The moisture content of the natural subgrade under pavement sections, including grade adjustments with pavement fill, as determined by ASTM D698 shall range from optimum to +4 percent of optimum B Adjustment If the moisture content is too high, adjust to within the specified limits by spreading the material and permitting it to dry Assist the drying process by dicing or harrowing if necessary When the material is too dry, sprinkle each layer with water Work the moisture into the soil by harrowing or other approved method 3 7 COMPACTION A Compact each layer of pavement select fill with suitable rollers as necessary to obtain a dry density of 95% to 98% maximum dry density within the specified range of the moisture content, according to ASTM D698 B Compact each layer of flex base as necessary to obtain a dry density of 95% to 100% maximum dry density within the specified range of the moisture content, according to ASTM D1557 3 8 MATERIAL DISPOSAL A. Excess excavated material (soil material free of trees, stumps, logs, brush, roots, rubbish and other objectionable matter which has been accepted) Remove excess excavated material from the construction site before pre-final inspection Legally dispose of material at a licensed site or with written and notarized permission from the property Owner for a private disposal site All costs associated with waste material removal and disposal shall be paid for by the Contractor City of Pearland Excavation, Backfilling Bailey WTP Improvements and Compacting for Pavement Project No 7295A 02226 - 4 October 21, 2021 ii B Waste material (soil material including trees, stumps, logs, brush,;j roots, rubbish and other objectionable matter which has been accepted) Remove waste material from the project site before pre-final inspection 3 9 TESTING A Laboratory testing and inspection services As specified in Section 01400 - Quality Control END OF SECTION II II City of Pearland Excavation, Ba Ikfilling Bailey WTP Improvements and Compacting for Pavement Project No 7295A 02226 - 5 October 21'1, 2021 JI SECTION 02231 AGGREGATE BASE COURSE 11 PART 1 GENERAL 1 1 SECTION INCLUDES A. Aggregate base material, consisting of crushed or uncrushed coarse and fine aggregate material, as necessary to meet the requirements herein .and in conformity with lines, grades, compacted thickness and typical sections shown 1 2 REFERENCES A. TxDOT Item 247--Flexible Base B ASTM D698--Test Methods for Moisture-Density Relations of Soils (Standard) 11 1 3 SUBMITTALS 1 A. Refer to Section 01300 for submittal requirements B Samples Aggregate samples of material as required by the testing laboratory 1 4 DELIVERY, STORAGE AND HANDLING 11 A Aggregate Base Course shall be hauled in tight trucks previously cleaned of all dirt and foreign material 1 B Place aggregate base course the same day as delivered to the jobsite'unless otherwise approved by the Engineer PART 2 PRODUCTS it 21 MATERIALS Ji fl A Aggregate Base Course shall meet the requirements TxDOT Item 247--Flexible Base, type A Grade 2 or better, with material larger than 3 inches rempved PART 3 EXECUTION 11 31 EXAMINATION A Place material only after the subgrade has been properly constructed and inspected 1 3 2 PREPARATION �I II A Do not place fill or base on soft, muddy, or frozen surfaces 11 ,l li City of Pearland Bailey WTP Improvements Aggregate Base11Course Project No 7295A 02231-1 October 21, 2021 3 3 AGGREGATE PLACEMENT A. Place aggregate in maximum 8 inch layers and compact to 98% standard density within 2% of optimum moisture For thicknesses over 8 inches, construct in multiple courses of equal thickness B Upon completion, the material shall be smooth and in conformity with the typical sections as shown C Use mechanical tamping equipment in areas inaccessible to compaction equipment 3 4 TOLERANCES A Correct any deviation in by loosening, adding or removing material, reshaping and re-compacting at the Contractor's expense 3 5 FIELD QUALITY CONTROL. A If the aggregate base material should lose the required density or finish before foundation is complete, it shall be reworked, re-compacted, refinished and retested at the Contractor's expense END OF SECTION City of Pearland Bailey WTP Improvements Aggregate Base Course Project No 7295A 02231-2 October 21, 2021 SECTION 02321 II CEMENT STABILIZED SAND II PART 1 GENERAL 1 1 SECTION INCLUDES A Cement stabilized sand 1 2 REFERENCES ,I A ASTM C 33 - Standard Specification for Concrete Aggregates (Fine Aggregate) II B ASTM C 40 - Standard Test Method for Organic Impurities in Fine Aggregates for Concrete C ASTM C 42 - Standard Test Methods for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete D ASTM C 94 - Standard Specification for Ready-Mixed Concrete E ASTM C 123 - Standard Test Method for Lightweight Particles in Aggregate F ASTM C 142 - Standard Test Method for Clay Lumps and Friable Particles in Aggregates G ASTM C 150 - Specification for Portland Cement it H ASTM D 558 - Standard Test Method for Moisture-Density Relations of Soil Cement-Mixtures 'I I ASTM D 1632 - Standard Practice for Making and Curing Soil-Cement Compression and Flexure Test Specimens in the Laboratory II J ASTM D 1633 - Standard Test Method for Compressive Strength of (Molded Soil-Cement Cylinders K ASTM D 2487 - Standard Test Method for Classification of Soils for Engineering Purposes (Unified Soil Classification System) L ASTM D2922 - Standard Test Methods for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth) M ASTM D 3665 - Standard Practice for Random Sampling of Construction Materials N ASTM D 4318 - Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils City of Pearland Bailey WTP Improvements Cement Stabilized Sand Project No 7295A 02321-1 October 211, 2021 1 3 SUBMITTALS A Conform to requirements of Section 01300 B Submit proposed target cement content and production data for sand-cement mixture in accordance with requirements of Paragraph 2 3, Material Qualifications 1 4 DESIGN REQUIREMENTS A. Use sand-cement mixture producing minimum unconfined compressive strength of 100 pounds per square inch (psi) in 48 hours 1 Design will be based on strength specimens molded in accordance with ASTM D 558 at moisture content within 3 percent of optimum and within 4 hours of batching 2 Determine minimum cement content from production data and statistical history Provide no less than 2 sacks of cement per cubic yard PART 2 PRODUCTS 2 1 MATERIALS A Cement Type I Portland cement conforming to ASTM C 150 B Sand Clean, durable sand meeting grading requirements for fine aggregates of ASTM C 33, or requirements for bank run sand as follows 1 Classified as SW by Unified Soil Classification System of ASTM D 2487 2 Deleterious materials a Clay lumps, ASTM C 142 - less than 0 5 percent b Lightweight pieces, ASTM C 123, less than 5 0 percent c Organic impurities, ASTM C 40, color no darker than standard color 3 Plasticity index of 10 or less when tested in accordance with ASTM D 4318 C Water Potable water, free of oils, acids, alkalies, organic matter or other deleterious substances, meeting requirements of ASTM C 94 2 2 MIXING MATERIALS A Add required amount of water and mix thoroughly in pugmill-type mixer B Stamp batch ticket at plant with time of loading Reject material not placed and compacted within 4 hours after mixing City of Pearland Bailey WTP Improvements Cement Stabilized Sand Project No 7295A 02321-2 October 21, 2021 lip 2 3 MATERIAL QUALIFICATION A Provide recent (within one year) production data supporting cement content adequate to meet design requirements it B Provide recent sand testing (within one year) properties I' 1 Gradation 2 Plasticity index 3 Organic impurities 4 Clay lumps and friable particles 5 Lightweight pieces 6 Moisture content di 7 Classification IIj C Present data obtained in testing laboratory standard reporting format PART 3 EXECUTION I' i' 3 1 PLACING II A Place sand-cement mixture in maximum 8-inch-thick loose lifts and compact to 95 percent of maximum density as determined in accordance with IASTM D 558, unless otherwise specified Refer to related specifications for thickness of lifts in other applications Target moisture content during compaction is +3 percent of optimum Perform and complete compaction of sand-cement mixture within 4 hours after addition of water to mix at pilant B Do not place or compact sand-cement mixture in standing or free water END OF SECTION II ti li li II City of Pearland Bailey WTP Improvements Cement Stabilized Sand Project No 7295A 02321-3 October 21, 2021 CITY OF PEARLAND SUBGRADE Section 02335 SUBGRADE 1.0 GENERAL 1.01 SECTION INCLUDES A. Foundation course of lime and Portland Cement stabilized in situ subgrade material. B References to Technical Specifications. 1 Section 01200—Measurement and Payment Procedures 2. Section 01350—Submittals 3 Section 01450—Testing Laboratory Services 4 Section 01500—Temporary Facilities and Controls 5 Section 01564—Control of Ground Water and Surface Water 6 Section 01720—Field Surveying 7 Section 01140—Contractor's Use of Premises C Referenced Standards 1 American Society for Testing and Materials (ASTM) a. ASTM D 4318, "Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils" 11 b ASTM D 698, "Standard Test Methods for Laboratory qompaction Characteristics of Soil Using Standard Effort" j c. ASTM D 1556,"Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method" d. ASTM D 2922, "Standard Test Method for Density of Soil and Soil- Aggregate in Place by Nuclear Methods (Shallow Depth)' e. ASTM D 3017,"Standard Test Method for Water Contentiof Soil and Rock in Place by Nuclear Methods (Shallow Depth)" f. ASTM C 150 - Standard Specification for Portland Cement. g. ASTM D 558 - Standard Test Method for Moisture-DensityjRelations of Soil-Cement-Mixtures. 1.02 MEASUREMENT AND PAYMENT A. Measurement for subgrade is on a square yard basis. Separate payment will be made for each different required type and thickness of stabilized Subgrade.i Limits of measurement shall match actual pavement replaced, but no greater than maximum pavement replacement limits shown on Drawings. Limits for measurement will be extended to include installed stabilized subgrade material that extends 2 foot beyond outside edge of pavement to be replaced, except where proposed pavement section 5/2013 02335- 1 of 10 CITY OF PEARLAND SUBGRADE shares common longitudinal or transverse edge with existing pavement section. No payment will be made for stabilized subgrade,in areas beyond these limits. B Measurement for hydrated lime and quicklime is by the ton of 2,000 pounds dry- weight basis,determined by the area to be covered and the rate of application. Do not include cost of hydrated lime or quicklime in Bid Item for subgrade. C Measurement for lime slurry is by the ton of 2,000 pounds of lime calculated on the percentage by weight of dry solids for the grade of slurry Do not include cost of lime slurry in Bid Item for subgrade. D Measurement for Portland Cement is by the ton of 2,000 pounds of dry weight basis. Do not include cost of Portland Cement in Bid Item for subgrade. E. Refer to Section 01200—Measurement and Payment Procedures. 1.03 SUBMITTALS A. Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B Submit certificates stating that hydrated lime, commercial lime slurry and quicklime complies with the requirements in this Section. C Submit weight tickets,certified by supplier,with each bulk delivery of lime to Project Site. D Submit manufacturer's description and characteristics for rotary speed mixer and compaction equipment for approval. 1.04 TESTING AND SAMPLING A. Testing will be performed under provisions of Section 01450 —Testing Laboratory Services. B Tests and analysis of soil materials will be performed in accordance with ASTM D 4318 C Sampling and testing of lime slurry shall be in accordance with Tex-600-J D Sample mixtures of Portland Cement,hydrated lime or quicklime in slurry form will be tested to establish compliance with the requirements in this Section. E. Soil will be evaluated to establish percent ofhydrated lime,quicklime,or lime slurry to be applied to subgrade material. F Moisture-density relationship will be established on material sample from roadway, after stabilization, in accordance with ASTM D 698 5/2013 02335-2 of 10 CITY OF PEARLAND SUBGRADE G Soil will be evaluated to establish ratio of cement to soil to obtain desired stability Normal range is 6 percent to 10 percent by weight. H. The percentage of moisture in soil, at time of cement application,will be determined by ASTM D 558 Moisture will not be allowed to exceed quantity that will permit uniform, complete mixture of soil and cement during dry mixing operations nor specified optimum moisture content for soil cement mixture, as determined. II 1.05 PROTECTION OF PEOPLE AND PROPERTY A. Contractor shall conduct all construction operations under this Contract m conformance with the practices described in Section 01500—Temporary Facilities and Controls. ii 1.06 DELIVERY, STORAGE,AND HANDLING JI A. Bagged lime shall bear manufacturer's name, product identification, and certified weight.Bags varying more than 5 percent of certified weight may be rejected,average weight of 50 random bags in each shipment shall not be less than certified weight. B Store lime in weatherproof enclosures. Protect lime from ground dampness. C Quicklime can be dangerous, exercise extreme caution if used for 'ithe Work. Contractor shall become informed about recommended precautions in the handling, storage and use of quicklime. si 2.0 PRODUCTS 2.01 WATER it A. Water shall be clean, clear; and free from oil, acids, alkali, or organic matter li 2.02 LIME A. Type A-Hydrated Lime: Dry material consisting essentially of calcium hydroxide or mixture of calcium hydroxide and an allowable percentage of calcium' oxide and magnesium hydroxide. B Type B-Lime Slurry Liquid mixture consisting essentially of lime solids :and water in slurry form. Water or liquid portion shall not contain dissolved material in sufficient quantity to be mjunous or objectionable for purpose intended. C Type C - Quicklime. Dry material consisting essentially of calcium oxide. Furnish quicklime in either of the following grades. II 5/2013 02335—3 of 10 CITY OF PEARLAND SUBGRADE 1 Grade DS Pebble quicklime of a gradation suitable for use in the preparation of a slurry for wet placing. 2. Grade S Finely-graded quicklime for use in the preparation of a slurry for wet placing. Do not use Grade S quicklime for dry placing. (So called "Blue Lime"is not acceptable.) D Lime shall conform to following requirements CHEMICAL COMPOSITION TYPE A B C Active lime content, 1 2 %by weight Ca(OH)2+ CaO 90 0 min 87 0 min lime content, %by weight CaO 5 0 max - 87 0 min Free water content, %by weight H2O 5 0 max - - SIZING Wet Sieve, as %by weight residue retained. No, 6 0.2 max 0.2 max2 8 0 max3 No 30 4 0 max 4 0 max2 - Dry sieve, as•%by weight residue retained. 1-inch - - 0 0 3/4-inch - - 10 0 max Notes 1 Maximum 5 0%by weight CaO shall be allowed in determining total active lime content. 2 Maximum solids content of slurry 3 Total active lime content, as CaO,in material retained on the No 6 sieve shall not exceed 2.0%by weight of original Type C lime. E. Lime Slurry may be delivered to the Project Site as Commercial Lime Slurry, or may be prepared at the Project Site using Hydrated Lime or Quicklime. The slurry shall be free of liquids other than water and shall be of a consistency that can be handled and uniformly applied without difficulty 2.03 PORTLAND CEMENT (ONLY WHEN DIRECTED BY ENGINEER) A. ASTM C 150 Type I,bulk or sacked. 5/2013 02335 -4 of 10 CITY OF PEARLAND SUBGRADE 2.04 SOIL A. Provide soil consisting of approved material free from vegetation or other,objectable matter encountered in existing roadbed. 3.0 EXECUTION 3.01 EXAMINATION A. Verify backfill of new or relocated utilities and structures below future grade is complete. B Venfy compacted subgrade is ready to support imposed loads. C Verify subgrade lines and grades are correct. 3.02 PREPARATION A. Install and operate necessary dewatering and surface water control measures in accordance with requirements of Section 01564 — Control of Ground Water and Surface Water B Identify required lines, levels, and datum. Coordinate with Section 01720 — Field Surveying. C Cut material to bottom of subgrade using an approved cutting and pulvenzing machine meeting following requirements 1 Cutters accurately provide a smooth surface over entire width of cut to plane of secondary grade. 2. Visible indication that cut is to proper depth. D Alternatively, scarify or excavate to bottom of stabilized subgrade. Remove material or windrow to expose secondary grade. Correct wet or unstable material below secondary grade by scarifying,adding lime,and compacting. Obtain uniform stability E. Upon discovery of unknown or badly deteriorated utilities, or concealed,conditions, discontinue work. Notify Engineer and obtain instructions before proceeding in such areas. 3.03 LIME SLURRY APPLICATION A. Mix hydrated lime or quicklime with water to form a slurry of the solids content specified. Commercial lime slurry shall have dry solids content as specified. Conform to cautionary requirements in this Section, 1 06C, concerning use of quicklime. 5/2013 02335-5 of 10 CITY OF PEARLAND SUBGRADE B Apply slurry with a distributor truck equipped with an agitator to keep lime and water in a consistent mixture. Make successive passes over measured section of roadway to attain proper moisture and lime content. Limit spreading to an area where preliminary mixing operations can be completed on the same working day 3.04 PRELIMINARY MIXING A. Do not mix and place material when temperature is below 40 degrees F and falling. Base may be placed when temperature taken in shade and away from artificial heat is above 35 degrees F and rising. B Use approved single-pass or multiple-pass rotary speed mixers to mix soil,lime, and water to required depth. Obtain a homogeneous friable mixture free of clods and lumps. C Shape mixed subgrade to final lines and grades. D Seal subgrade as a precaution against heavy rainfall by rolling lightly with light pneumatic rollers. E. Cure soil-lime material for 1 to 4 days. Keep subgrade moist during cure. 3.05 FINAL MIXING A. Use approved single-pass or multiple-pass rotary speed mixers to uniformly mix cured soil and lime to required depth. B Add water to bring moisture content of soil mixture to a minimum of optimum or above. C Mix and pulverize until all material passes a 1 inch sieve; a minimum of 90 percent, excluding non-slaking fractions,passes a 3/4-inch sieve; and a minimum of 65 percent excluding non-slaking fractions passes a No 4 sieve. D Shape mixed subgrade to final lines and grades. E. Do not expose hydrated lime to open air for more than 6 hours during interval between application and mixing. Avoid excessive hydrated lime loss due to washing or blowing. 3.06 MIXING- PORTLAND CEMENT (ONLY WHEN DIRECTED BY ENGINEER) A. Do not place and mix cement when temperature is below 40 degrees F and falling. Place Portland Cement base when temperature taken in shade and away from artificial heat is above 35 degrees F and rising. 5/2013 02335-6 of 10 CITY OF PEARLAND SUBGRADE B Spread cement uniformly on soil at rate specified by laboratory When bulk cement spreader is used,position it by string lines or other approved method to ensure uniform distribution of cement. Apply cement only to area where operations can be:continuous and completed in daylight,within 1 hour of application. Amount of moisture in soil at time of cement placement shall not exceed quantity that will permit uniform mixture of soil and cement during dry mixing operations. Do not exceed specified optimum moisture content for soil cement mixture. C Do not allow equipment other than that used in spreading and mixing, to pass over freshly spread cement until it is mixed with soil. D Dry mix cement with soil after cement application. Continue mixing until cement has been sufficiently blended with soil to prevent formation of cement balls when water is applied. Mixture of soil and cement that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. E. Immediately after dry mixing is complete, uniformly apply water as necessary and incorporate it into mixture. Pressurized equipment must provide adequate supply to ensure continuous application of required amount of water to sections being processed within 3 hours of cement application. Ensure proper moisture distribution at all times. After last increment of water has been added, continue mixing until thorough and uniform mix has been obtained. F Ensure percentage of moisture in mixture,based on dry weights,is within 2''percentage points of specified optimum moisture content prior to compaction. When uncompacted soil cement mixture is wetted by rain indicating that average moisture content exceeds tolerance given at time of final compaction,reconstruct entire section in accordance with this Section at no additional cost to City 3.07 COMPACTION- LIME SUBGRADE A. Aerate or sprinkle to attain optimum moisture content as determined lby Testing Laboratory Remove and reconstruct sections where average moisture content exceeds ranges specified at time of final compaction. B Start compaction immediately after final mixing,unless approved by Engineer C. Spread and compact in two or more approximately equal layers where total compacted thickness is to be greater than 8 inches. i D Compact with approved heavy pneumatic or vibrating rollers, or a combination of tamping rollers and light pneumatic rollers. Begin compaction at the bottom and continue until entire depth is uniformly compacted. E. Do not allow stabilized base to mix with underlying material. Correct irregularities or weak spots immediately by replacing material and re-compacting. 5/2013 02335-7of10 CITY OF PEARLAND SUBGRADE F Compact to following minimum densities at a moisture content of optimum to 3 percent above optimum as determined by ASTM D 698,unless otherwise indicated on the Plans. 1 Areas to receive pavement without subsequent base course.Minimum density of 98 percent of maximum dry density 2. Areas to receive subsequent base course: Minimum density of 95 percent of maximum dry density G Seal with approved light pneumatic tired rollers Prevent surface hair line cracking. Rework and re-compact at areas where hair line cracking develops. H. Contractor shall conduct operations to minimize elapsed time between mixing and compacting stabilized subgrade in order to take advantage of rapid initial set characteristics. Complete compaction within 2 hours of commencing compaction and not more than 6 hours after adding and mixing the last stabilizing agent. 3.08 COMPACTION-PORTLAND CEMENT SUBGRADE(ONLY WHEN DIRECTED BY ENGINEER) A. Prior to beginning compaction, ensure mixture is in loose condition for its full depth. Uniformly compact the loose mixture to specified density, lines and grades. B After soil and cement mixture is compacted,apply water uniformly as needed and mix thoroughly Then reshape surface to required lines, grades and cross section and lightly scarify to loosen imprints left by compacting or shaping equipment. C Roll resulting surface with pneumatic-tired roller and "skin" surface with power grader Thoroughly compact mixture with pneumatic roller,adding small increments of moisture, as needed. When aggregate larger than No 4 sieve is present in mixture, make one complete coverage of section with flat-wheel roller immediately after skinning operation. When approved by Project Manager, surface finishing methods may be varied from this procedure, provided dense uniform surface, free of surface compaction planes, is produced. Maintain moisture content of surface material at its specified optimum during finishing operations. Compact and finish surface within period not to exceed 2 hours, to produce smooth, closely knit surface, free of cracks, ridges, or loose material, conforming to crown, grade and line shown on Drawings within period not to exceed 2 hours. 3.09 CURING A. Moist cure for a minimum of 3 days before placing base or surface course,or opening to traffic. Time may be adjusted as approved by Engineer Subgrade may be opened to traffic after 2 days if adequate strength has been attained to prevent damage.Restrict traffic to light pneumatic rollers or vehicles weighing less than 10 tons. 5/2013 02335 -8 of 10 CITY OF PEARLAND SUBGRADE B Keep subgrade surface damp by sprinkling. Roll with light pneumatic roller to keep surface knit together C Place base, surface, or seal course within 14 days after final mixing and compaction unless prior approval is obtained from Engineer 3.10 TOLERANCES A. Top of compacted surface:Plus or minus 1/4 inch in cross section or in 16 foot length. 3.11 FIELD QUALITY CONTROL A. A minimum of three phenolphthalein test will be made at random locations per 1000 linear feet per lane of roadway or 500 square yards of base to determine in-place depth. B Contractor may, at his own expense, request additional cores in the vice�L ty of cores indicating nonconforming in-place depths. If the average of the tests falls below the required depth,place and compact additional material at no cost to the Owner C Compaction Testing will be performed in accordance with ASTM D 1556or ASTM D 2922 and ASTM D 3017 at random locations near depth determination tests. Three tests will be performed for each 1000 foot roadway section. Rework and're-compact areas that do not conform to compaction requirements at no cost to the Owner 3.12 CLEAN-UP AND RESTORATION A. Perform clean-up and restoration in and around construction zone in accordance with Section 01140—Contractor's Use of Premises. B Fill test pits with new compacted lime stabilized subgrade. C Completed surface shall be smooth and conform to typical section and,established lines and grades. D In,unpaved areas, grade surface as a uniform slope from installed appurtenances to natural grade and stabilize as indicated on Plans. E1 3.13 PROTECTION OF THE WORK A. Maintain stabilized Subgrade to lines and grades and in good condition until placement of base or surface course. ?j B Protect the asphalt membrane, if used, from being picked up by traffic. 5/2013 02335-9 of 10 CITY OF PEARLAND SUBGRADE C Repair settlements, areas with loss of density, or areas of subgrade damaged by Contractor's operations at no additional cost to Owner by replacing and re-compacting material to full depth. D Distribute construction traffic evenly over compacted areas,where practical,to aid in obtaining uniform compaction. Protect exposed areas having high moisture content from wheel loads that cause rutting. END OF SECTION 5/2013 02335- 10 of 10 SECTION 02410 PIPE BORING, JACKING AND ENCASEMENT PART 1 GENERAL 1 1 SECTION INCLUDES A All materials, equipment and labor required for installing pipelines and encasement by boring and jacking as specified B Construction, maintenance, and backfilling requirements of 'bore pits necessary for installing pipelines and encasement by methods of borinng and jacking C Handling, transporting, and installing water line in encasement, in I luding spacers and end seals D Mix design requirements, testing, furnishing and production of grout foIIr 1 Pressure grouting of jacked-pipe, 2 Annular grouting of uncased pipe lines, 3 Grouting voids in ground resulting from, caving, loss of ground, or settlement, and 4 Grouting of manholes constructed in shafts 1 2 MEASUREMENT AND PAYMENT II A Unit Prices 1 Three types of boring installations may be indicated on the plans a Dry Auger Boring Dry Auger Boring will be measured and paid for, at the unit price bid, per linear foot The unit price bid shall be full compensation for furnishing and (placing all materials, equipment, labor, tools, carrier pipe, carrier pipe restraint, casing spacers, bore pits, encasement, grouting, support slabs, dewatering, monitoring plan, and incidentals necessary to complete the work. b Slick Boring of Carrier Pipe (No Encasement) Slick Boring of Carrier Pipe will be measured and paid for, at the unit price bid, per linear foot The unit price bid shall be full compensation for furnishing and placing, all materials, equipment, labor, tools, bore pits, grouting, dewatering, monitoring .plaid, and City of Pearland Pipe Boring, Jiacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 1 October 21, 2021 incidentals necessary to complete the work c Slick Boring of Encasement Pipe Slick Boring of Encasement Pipe will be measured and paid for, at the unit price bid, per linear foot. The unit price bid shall be full compensation for furnishing and placing all materials, equipment, labor, tools, carrier pipe, carrier pipe restraint, casing spacers, bore pits, encasement, grouting, support slabs, dewatering, monitoring plan, and incidentals necessary to complete the work 2 Contractor shall pay for relocation of utilities, removal and replacement of surface improvements, such as sidewalks, asphaltic or concrete pavement, base and subbase, curbs, curb and gutter, driveways, topsoil, sodding, and hydro-mulch, as necessary for tunnel shaft or bore pit construction No separate payment will be made for these items 3 No separate payment will be made for grouting Include all cost for pressure grouting of annular grouting of over bore outside of encasement, annular grouting of over bore of carrier pipe, and grouting of voids from any caving or settlement, in unit price for boring 4 When open-cut construction is requested by Contractor for his convenience in areas designated for boring, and when approved in advance by Engineer, such areas shall be paid for at Unit Price for open-cut installation 1 3 DEFINITIONS A. Carrier Pipe Sanitary or storm sewer or water line installed inside encasement B Encasement Welded steel pipe installed for support of excavation or flexible encasement pipe C Jacking Installation of steel casing by use of hydraulic jacks while simultaneously removing spoils with the use of an auger, tunnel boring machine, or by hand mining D Dry Auger Boring Method Installation of steel casing by excavating soil at advancing end of casing and transporting spoil through casing by otherwise uncased auger, while advancing casing by jacking at same rate as auger excavation progresses No jetting, sluicing, or wet boring is allowed E Slick Boring Method Installation of casing or pipe by first drilling small diameter pilot hole from pit to pit, followed by removing excess soil and installing pipe or conduit by pull-back or jacking method City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 2 October 21, 2021 F Zone of Active Excavation Area located within radial distance about surface point immediately above face of excavation equal to depth to bottom of excavation G Critical Structure Building, structure, bridge, pier, or similar construction partially or entirely located within zone of active excavation H Pressure Grouting Filling void behind casing pipe with grout under pressure sufficient to ensure void is properly filled but without overstressing temporary or permanent ground support, or causing ground heave to occur Back Grouting Secondary pressure grouting to ensure that voids have been filled between tunnel or shaft liners and surrounding ground J Annular Grouting Filling annular space between carrier pipe or casinlg pipe and ground, by pumping K Ground Stabilization Grouting Filling of voids, fissures, or under-slab settlement due to caving or loss of ground by injecting grout under gravity or pressure to fill void 1 4 REFERENCES A. ASME B 40 1 - Pressure Gauge and Gauge Attachments B ASTM C 138 Standard Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Concrete. C ASTM C 144 Standard Specification for Aggregate for Masonry Mortar D ASTM C 150 Standard Specification for Portland Cement. E ASTM C 494 Standard Specification for Chemical Admixture for Concrete F ASTM C 618 Standard Specification for Coal Fly Ash and Raw or Calcinated Natural Pozzolan for use as Mineral Admixture in Portland Cement Concrete PI G ASTM C 869 Standard Specification for Foaming Agents Used in Making Preformed Foam for Cellular Concrete H ASTM C 937 Standard Specification for Grout Fluidifier for Priplaced Aggregate Concrete ASTM C 942 Standard Test Method for Compressive Strength of Grout for Pre-placed Aggregate Concrete into Laboratory J ASTM C 1017 Standard Specification for Chemical Admixture for Use in Producing Flowing Concrete I� K ASTM D 638 - Standard Test Method for Tensile Properties of Plastics. L. ASTM D 648 - Standard Test Method for Deflection Temperature of Plastics under Flexural Load in the Edgewise Position City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 3 October 211I!, 2021 M ASTM D 695 - Standard Test Method for Compressive Properties of Rigid Plastics N ASTM D 790 - Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 1 5 REGULATORY REQUIREMENTS A. Conform to TxDOT for installations under state highways City will obtain required permits for State Highway crossings Contractor shall provide traffic control as required by TxDOT B Installations Under Railroads 1 Comply with requirements of right-of-entry for crossing Railroad Company's easement or right-of-way from railroad companies affected Comply with railroad permit requirements 2 Submit copy of executed railroad company rights of entry to Engineer 3 Use dry auger method only 4 Damages due to delays caused by railroad requesting work to be done at hours which will not inconvenience railroad will be at no additional cost to City 5 Maintain equipment and excavations minimum 25-foot clearance from centerline of tracks unless otherwise specified in the crossing permit C Installations Under Other Roads, Creeks, or Levees 1 Comply with all the requirements of the permit issued by the controlling regulatory agency 2 Anti-seep collar, per the Drawings, shall be installed at all borings under the levee (Not required in this Contract) 1 6 SUBMITTALS A. Conform to requirements of Section 01300 - Submittal Procedures B Bore Pits 1 Prior to installation of pits obtain Engineer's approval for pit locations, size, depth, and areas for storage, material, and spoil handling Acceptance by Engineer does not relieve Contractor from responsibility to obtain specified results 2 Shoring and excavation protection design submittals by Contractor shall be signed and sealed by Professional Engineer registered in the State of Texas City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 4 October 21, 2021 3 Submit pit construction drawings and seal slabs Clearly indicate allowable surcharge loads and restrictions on surcharge capacity, including live loads, on pit construction drawings Indicate thrust blocks or other reactions required for pipe jacking, when applicable i a Location of pits by station and limits of working sites b Description of site security arrangements in confo IImance with Paragraph 3 2 D 5&6 c Description of method of extending pit above flood level in conformance with Paragraph 1 7.A 3 '1 d Any geotechnical / boring undertaken by Contractor for whatever purpose connected to Work 4 Bore Pit Monitoring Plan Submit for review prior to constri!ction, shaft monitoring plan that includes schedule of instrumentation design, layout of instrumentation parts, equipment installation details, manufacturer's catalog literature, and monitorin0 report forms. 5 Structures Assessment Provide preconstruction and post- construction assessment reports for critical structures located within radius of pit center equal to pit depth plus pit width, measured in plan Include photographs or video of any existing damage to structures in vicinity of pits in assessment reports it 6 Submit pit surface settlement monitoring plan for review prior to construction Identify location of settlement monitoring points, reference benchmarks, survey frequency and procedures, and reporting formats on plan 7 Submit readings of monitoring plans to Engineer as soon as readings have been taken 8 Show actual pit locations dimensioned on as-built drawings so that they can be identified in field C Steel Casing and Flexible Encasement Pipe 1 Submit dimensions and material of construction data fpr any encasement pipe Contractor shall be responsible for selection of encasement pipe and pipe joints to carry anticipated thrust of jacks or loads Thicknesses specified on the drawings or in this section are minimum allowable per regulatory requirements D Installation Of Pipe in Encasement 1 Submit work plan including following information a Method Of pulling or pushing pipes into encasement City of Pearland Pipe Boring, Jacking, 11 Bailey WTP Improvements and Encasement Project No 7295A 02410 - 5 October 21I, 2021 b Method of hoisting and positioning pipe c Method of jointing and aligning pipe d Submit product data for casing insulators, spacing of insulators for specific pipe and location on project e Method of supporting and blocking pipe f Material, equipment and procedures for grout placement and other information required by Paragraph 1 6 E, Grouting 2 Submit results of installed casing pipe and carrier pipe survey in accordance with Paragraph 3 4 E, As-built Survey and Installation Tolerances E Grouting 1 Submit description of materials, grout mix, equipment and operational procedures to accomplish each grouting operation Description may include sketches as appropriate, indicating type and location of mixing equipment, pumps, injection points, venting method, flow lines, pressure measurement, volume measurement, grouting sequence, schedule,, and stage volumes Tests and certifications shall have been performed within last 12 months prior to date of submittal 2 Submit grout mix design report, including a Grout type and designation, b Grout mix constituents and proportions, including materials by weight and volume, c Grout densities and viscosities, including wet density at point of placement, d Initial set time of grout, e Bleeding, shrinkage/expansion, f Compressive strength, and g Detailed description of grout pressure limiting equipment 3 For cellular grout, also submit the following a Foam concentrate supplier's certification of dilution ratio for foam concentrate b A description of proposed cellular grout production procedures City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 6 October 21, 2021 it 4 Maintain and submit logs of grouting operations indicating pressure, density, and volume for each grout placement it 1 7 DESIGN CRITERIA A. Bore Pits 1 Pit design must include allowance for contractor's equipment and stored material and spoil stockpile as appropriate 2 Design pit to withstand full hydrostatic head without failure II 3 Design pits located within 50-year flood plain with water retaining liner extending 2 feet above 50-year flood elevation 4 Design pit cover for minimum 25 pounds per square foot distributed load plus 300-pound point load 5 Design steel plate deck, when required, for H-20 loading B Steel Casing 1 Contractor shall be responsible for selection of casing, pipe, and pipe joints to carry anticipated thrust of jacks or loads Thickhesses specified on the drawings or in this section are minimum allowable per regulatory requirements PART 2 PRODUCTS .I 2 1 MATERIALS A. Piping and Fittings As required by Drawings or Section 02665 - Water Systems II B Steel Casings 1 Provide steel pipe encasement sleeves designed and manufactured in conformance with AWWA 200 and AWWA M 1 1 except as Modified herein Steel to be minimum of ASTM A36, ASTM A1011 Grade 36, ASTM A53 Grade B, ASTM A135 Grade B, or ASTM A139 Grade B 2 Provide minimum wall thickness as shown on Drawings or listed in applicable permits 3 Casing pipe shall be new welded steel with coating as specified on the Drawings Verify casing diameter required with dimensions of casing spacers and joint restraint devices 4 Joints shall meet requirements of AWWA C206 single-welded, butt joint City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 7 October 21, 2021 it C Casing Spacers 1 For use within Steel Casing Minimum 8 inches in width for pipe diameters 4 to 12 inches and a minimum 12 inches in width for pipe diameters 14 inches or greater Bolt-on style with shell made of two sections of 14-gauge carbon steel, hot rolled, cleaned, and lined with PVC liner, 0 090 inch thick with Durometer A 85-90 overlapping edges to secure liner to spacer, deep embossed flanges for added strength, coated prior to installation of liner and runner with fusion- bonded PVC powder of 14 to 20 mils thickness, electroplated studs, nuts, and washers a Runners Supported by 10-gauge carbon steel MIG risers welded to shell Total length of weld beads shall be at least 50 percent of the length of the runner Fill bolt holes with caulk or approved equal to provide a water-tight seal Minimum requirements Glass reinforced plastic conforming to the following tests Tensile Strength ASTM D 638, 17,600 psi ii Flexural Strength ASTM D 790, 25,300 psi. iii Compression Strength ASTM D 695, 18,000 psi iv Deflection Temperature at 264 psi ASTM D 648, 405 F v Polyethylene runners are not acceptable b Casing spacers used within steel casing shall be multi- conduit, "cluster" style, with a location to secure the fiber optic conduit per the Drawings c Approved manufacturers Advance Products and Systems, Inc Model APS Cluster Spacer ii Pipeline Seal and Insulator, Inc Model C8G-2 for pipe sizes up to 12 inches and Model C12G-2 for pipe sizes 14 inches and greater iii Engineer approved equal 2 For use within Flexible Encasement Pipe Casing spacers should be projection type - nonmetallic spacers constructed of preformed sections of high-density polyethylene The spacers should have a minimum number of projections around the circumference that total the number of diameter inches For example 8" pipe should have a minimum of 8 projections and 18" pipe should have a minimum of 18 projections a Approved manufactures Raci Spacers North America ii Engineer approved equal City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 8 October 21, 2021 D Casing End Seals Provide Advance Products and Systems, Inc Model APC Cluster End Seal, or approved equal E Concrete Meeting requirement of Section 03300 — Cast-In-Place Concrete F Grout 1 Grouting materials Conform to Section 03300 — Cast-In-Place Concrete except as modified in the following paragraphs VI 2 Grout Type Applications a Grout for pressure grouting, backfill grouting and nnular grouting Sand-cement mortar mix. b Grout for annular grouting of pipe lines Low density (cellular) grout, unless otherwise approved by Engineer c Grout for filling space around manholes in shafts Sand- cement mortar mix d Ground stabilization Sand-cement mortar mix 3 Do not include toxic or poisonous substances in grout mix or otherwise inject such substances underground 4 Employ and pay for commercial testing laboratory, acceptable to Engineer, to prepare and test grout mix design Develop one or more mixes based on following criteria as applicable a Size of annular void between pipe line and tunnel line plate, or size of void between tunnel liner plate and surrounding soil, b Absence or presence of groundwater, c Adequate retardation, d Non-shrink characteristics, and e Pumping distances 5 Prepare mixes that satisfy required application Provide mI terials conforming to the following standards a Cement ASTM C 150, b Fly Ash ASTM C 618, c Water Potable, d Foam ASTM C 869, e Slurry. ASTM C 138, f Cellular Grout ASTM C 138, and g Sand for sand-cement mortar mix ASTM C 144 91 City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 9 October 21, 2021 6 Provide grout meeting the following minimum requirements a Minimum 28-day unconfined compressive strength 1500 psi for water lines, 1000 psi for other carrier pipes for mortar grout and 300 psi for cellular grout b Determine strength by ASTM C 942 c Maximum allowable density• Less than 130 pcf 7 Fluidifier Provide fluidifier, meeting ASTM C 937 that holds solid constituents of grout in colloidal suspension and is compatible with cement and water used in grouting operations 8 Admixtures a Use admixtures meeting ASTM C 494 and ASTM C 1017 as required, to improve pump ability, control time of set, hold sand in suspension and reduce segregation and bleeding b For cellular grout, do not use foam or admixtures that promote steel corrosion c Ensure that admixtures used in mix are compatible Provide written confirmation from admixture manufacturers of their compatibility PART 3 EXECUTION 31 PREPARATION A Conform to applicable provisions of Section 02110 — Site Clearing and Grubbing B Utility Relocations Relocate utility lines clear of pit and zone of potential significant settlement or other ground disturbance (Coordinate with applicable utility company) C Install casings as required by Drawings, in accordance with this Section D Install temporary solid plug or cap at open end of water line to prevent contamination E Use means and methods that will minimize ground settlement Select method which will control flow of water, prevent loss of soil into bore hole, and provide stability of face under anticipated conditions F Conduct all boring operations and work within bore pits in accordance with applicable safety rules and regulations, OSHA standards, and Contractor's safety plan Use methods which include due regard for safety of workmen, adjacent structures, utilities, and public City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 10 October 21, 2021 G Maintain clean working conditions inside bore pits H For boring under railroad embankments, highways, or streets, perform installation so as to avoid interference with operation of railroads, highways, or streets, except as approved by owner of facility Ground Conditions Perform additional exploration by geotechnical borings in advance of construction to define necessary parameters for design of bore pits and steel casing, planning and designing ground water control system, and for selection of methods and equipment to successfully complete each bore J Be aware that various existing soil borings, piezometers, or instrument, wells, where indicated on Drawings, may coincide with proposed bore alig j ment These may or may not have been backfilled with grout and, therefore, caution should be used in boring through these locations Contractor shall take mitigating measures to counter the effects these boreholes, piezometers, or instrument wells may have on boring operations I� 3 2 BORE PITS A. Location of Bore Pits 1 Contractor has sole responsibility for selection of bore pit sites needed for construction operations unless otherwise indicated on Drawings Location will be subject to the approval of the Engineer 2 Locate bore pits and associated work areas only within the right-of way or pipe line easement Pit locations shall be selected to avoid blocking driveways and cross streets, and to minimize disruption to business and commercial interests Avoid pit locations near areas identified as residential or potentially contaminated 3 Plan pit locations to minimize interference with storm drainage channels, ditches, water lines, sanitary sewers, storm water sewers or culverts, which, when damaged, could result in ground washout or flooding of pits and bore holes B Pit Size 1 Size pits to provide adequate room to meet operational requirements for auger construction as well as structures indicated on Drawings Provide minimum 6-inch space between pipe and walls of auger pit Maximum allowable width of pit shall be 5 feet Width of pit at surface shall not be less than at bottom Maximum allowable length of pit shall be no more than 5 feet longer than one full section of pipe and shall not exceed 25 feet 2 Excavate bore pits to finished grade at least 6 inches lower than grade of the casing indicated by the Drawings J� IP City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 11 October 21, 2021 C Utility Relocation 1 Relocate utilities as shown on Drawings Utility relocations required by Contractor for bore pit construction shall take into account zone of potential settlement in vicinity of shaft 2 Obtain approval from Engineer for permanent relocations prior to relocating D Pit Construction 1 Install sheeting, lining, bracing, shoring, and other structural members at locations and in method and sequence in accordance with the Trench and Excavation Safety System provided by the Contractor as outlined in Section 02220 2 Install suitable thrust or reaction blocks as required for pipe jacking equipment 3 Provide groundwater control and drainage from pits while work is in progress and until pit is properly backfilled Conform to requirements of Section 02225, Paragraph 3 2 B 10 4 Surface Water Control Divert surface water runoff and discharge from dewatering system away from pits Protect pits from infiltration or flooding 5 Construct suitable guardrail barrier around periphery of pit, meeting applicable safety standards Properly maintain barrier throughout period pit remains open Repair broken boards, supports, and structural members Provide ladder with safety cage, when required by OSHA, in each pit Provide security barrier for each access pit in which there is no construction activity or which is unattended by Contractor's personnel 6 When not in use for extended periods of time, each pit site is to be surrounded by a security fence Fencing shall be a minimum of six foot (6') chain link fence, or Engineer approved equivalent Fencing shall be secured by locking any time site is unattended by Contractor's personnel 7 Provide portable concrete traffic barriers at locations where work site is situated adjacent to highway, road, driveway, or parking lot Angle traffic barriers in direction of lane flow Do not place perpendicular to on-coming traffic E Backfill 1 Backfill in accordance with Section 02225 — Excavation, Backfilling, and Compacting for Utilities City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 12 October 21, 2021 2 Auger pits that are excavated and backfilled as part of open-cut water line construction shall be in accordance with Section 02225 — Excavation, Backfilling, and Compacting for Utilities 3 3 BORING A Dry Augering of Casing i 1 Provide jacks, mounted on frame or against backstop, of capacity suitable for forcing excavating auger and casing through soil conditions to be encountered Operate jacks so that even pressure is applied to casing 2 Provide steerable front section of casing to allow vertical grade adjustments Provide water level or other means to allow monitoring of grade elevation of auger casing 3 Bentonite slurry may be used to lubricate casing during installation Use of water to facilitate removal of spoil and to lubricate exterior casing is permitted, however, water jetting for excavation of{I soil is not allowed when jacking casing 4 Tolerances from lines and grades shown on Drawings for pipelines installed in casing are plus or minus 3 inches in horizontal alig�bment, and plus or minus 2 inches in elevation B Jacking 1 Comply with Section 02220 — Trench and Excavation Safety Systems for all pits, end trenches, and other excavations regting to work required by specifications Dewater as required to provide safe working conditions 2 Wherever end trenches are cut into sides of embankment or beyond it, sheath securely and brace such work to prevent earth caving II 3 Make up only one joint at time in pit or trench prior to jacking 4 Do not interfere with operation of railroad, street, highway, or other facility, nor to weaken or damage embankment or structure 5 Use heavy-duty jacks sized for forcing casing through emban�Cment Use appropriate jacking head, usually of timber, and bracing between jacks and jacking head and jacking frame or backstop Apply jacking pressure uniformly around ring of casing Set casing to be jacked on guides, properly braced together, to support section of casingIand to direct it in proper line and grade Place jacking assembly in line with direction and grade of casing Excavate embankment material just ahead of casing and remove material through casing Force casing through embankment with jacks into excavated auger hole City of Pearland Pipe Boring, Jf cking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 13 October 21, 2021 6 Conform excavation for underside of casing to contour and grade of casing, for at least one third of circumference of casing Provide clearance of not more than 2 inches for upper half of casing Taper off upper clearance to zero at point where excavation conforms to contour of casing 7 Excavation may extend beyond end of casing depending on character of material, but shall not exceed 2 feet Decrease advance excavation at direction of Engineer, when character of material being excavated makes it desirable to keep advance excavation closer to end of casing 8 Jack casing from low or downstream end Variation in final position of casing from line and grade as shown on Drawings will be• permitted only to extent of plus or minus 3 inches in horizontal alignment, and plus or minus 2 inches in elevation, provided such variation is regular and only in one direction and that final grade of flow line is in direction indicated on Drawings 9 Use cutting edge of steel plate around head end of casing extending short distance beyond end of casing with inside angles or lugs to keep cutting edge from slipping back onto casing 10 Once jacking of casing is begun, carry on without interruption, insofar as practicable, to prevent casing from becoming firmly set in embankment 11 Remove and replace casing damaged in jacking operations 12 Backfill pits or trenches excavated to facilitate jacking operations immediately after completion of jacking of casing 13 Grout annular space between casing and excavated hole when loss of embankment occurs or when clearance of 2 inches is exceeded C Slick Boring (Wet Boring) 1 Auger from approved pit locations Excavate for pits and install shoring as outlined above under Paragraph 3 2, Bore Pits Auger mechanically with use of pilot hole entire length of crossing and check for line and grade Diameter of auger hole not to exceed pipe bell diameter plus 2 inches Place excavated material outside working pit and dispose of as specified Use water or other fluids in connection with boring operation only to lubricate cuttings, jetting is not permitted 2 In unconsolidated soil formations, gel-forming colloidal drilling fluid may be used Fluid is to consist of at least 10 percent of high-grade processed bentonite and shall consolidate cuttings of bit, seal walls of hole, and shall furnish lubrication for subsequent removal of cuttings and installation of pipe City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 14 October 21, 2021 1 3 Depending on character of soil encountered during augering operation, conduct operations without interruption, insofar as practical, to prevent hole from collapsing or pipe from seizing up in hole before installation is complete 4 Allowable variation from line and grade shall be as specified under Paragraph 3 4 E 2 ll 5 Remove and replace pipe damaged in augering operations D Limits on Bore Length Without Encasement 1 Do not exceed 100 feet for length of auger hole for PVC pipe 12 inches and less in diameter without receiving pit 2 Do not exceed 40 feet for length of auger hole for PVC pipe 14 inches and larger without receiving pit 3 Intermediate receiving pits may be constructed as necessary to comply with maximum lengths 3 4 PIPELINE INSTALLATION IN ENCASEMENT II A. Spacer Installation II 1 There must be no inadvertent metallic contact between encasement and carrier pipe Place spacers to ensure that carrier pipe is adequately supported throughout length, particularly at edlds, to offset settling, and possible •electrical shorting unless otherwise approved by Owner Place end spacer within 6 inches of end of encasement pipe, regardless of size of encasement and carrier pipe or type of spacer used Spacing between spacers depends largely on load bearing capabilities of pipe coating and flexibility of pipe 2 Grade bottom of trench adjacent to each end of encasement to provide firm, uniform, and continuous support for carrier pipe When trench requires some backfill to establish final trench bottom;grade, place backfill material in 6-inch lifts (8" loose lifts) and compact to density of undisturbed soil 3 Install spacers in accordance with manufacturer's instructions Take special care to ensure that sub-components are correctly assembled and evenly tightened, and that no damage occurs during tightening of insulators or carrier pipe insertion Ij 4 Seal annulus between carrier pipe and encasement with end seals at each end of encasement 5 Insulator Spacing li II a Spacing shall be as shown on the Drawings with maximum distance between spacers to be 10 feet for pipe sizes 4 to 14 inches and 8 feet for pipe sizes 16 to 36 inches City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 15 October 21, 2021 1{ b For PVC pipe or bell-and-spigot pipe, install spacers within one foot on each side of bell or flange and one in center of joint when 18- to 20-foot-long joints are used c If encasement or carrier pipe is angled, bent, or dented, reduce spacing as directed by Engineer Provide encasement with smooth, continuous interior surface B Carrier Pipe Installation 1 Use care when installing carrier pipe so that no damage occurs to pipe ends or pipe barrel and interior lining, or exterior coating Repair pipe damaged during installation in encasement in manner acceptable to Engineer prior to joining Remove damaged pipe from encasement and replace, when directed by Engineer, at no additional cost to City 2 Carrier pipe must be pulled through the completed encasement pipe Care must be exercised in order to avoid damage to pipe or over- belling 3 All carrier pipe installed within a casing shall be restrained The restrained section shall extend at least five feet (5') beyond both ends of the encasement Joint restraint devices shall meet the requirements of Section 02665 Paragraph 2 3 C Joining Pipe in Encasement 1 Lay pipe in accordance with pipe manufacturer's recommendations, and as specified in this Section Join pipe segments so as to properly compress gaskets and allow for correct final positioning of pipe for line and grade Closely align pipe and bring loosely together by means of hydraulic jacks, locomotives, pipe mobiles, or winches Once pipes have been loosely joined, pull home by means of hydraulic tugger or other similar methods suitably protecting pipe and joints against damage Impact joining, such as ramming with locomotives or other mechanical equipment, is not permitted D As-Built Survey and Installation Tolerances 1 Encasement Survey• a Prior to installing pipeline in casing Perform as-built survey of casing location Verify casing has been constructed within specified tolerances for line, grade, and roundness and pipeline to be placed in casing can be placed in conformance with tolerances specified in Paragraph 3 4 D 3 Should misalignment of casing preclude proper installation of pipeline, notify Engineer of proposed correction method .Engineer will make final decision on acceptability of correction 2 Perform as-built survey on installed pipeline Determine horizontal and vertical location for invert of each pipe joint City of Pearland Pipe a Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 16 October 21, 2021 1I 3 Acceptable tolerances Within plus or minus 3 inches of ho iizontal alignment, within plus or minus 2 inches of vertical alignment 4 Correct pipe section outside acceptable tolerances E Final Cleanup 1 Clean interior of pipe after interior work is completed Remove loose material, dirt, and debris from completed pipeline After completion of work inside pipe, prevent dirt, water, and other debris from entering until pipeline work is completed 3 5 GROUTING A. Preparation 1 Notify Engineer at least 24 hours in advance of grouting operations 2 Select and operate grouting equipment to avoid damage to new or existing underground utilities and structures 3 In selection of grouting placement consider pipe flotation, le �gth of pipe, length of tunnel, depth from surface, and type of pipe, type of pipe blocking and bulkheading, grout volume and length of pipe to be grouted between bulkheads it 4 Operate dewatering systems until grouting operations are complete and grout has reached initial set 1 li B Equipment 1 Batch and mix grout in equipment of sufficient size and capalcity to provide necessary quality and quantity of grout for each placement stage ii 2 Use equipment for grouting of type and size generally used foij work, capable of mixing grout to homogeneous consistency, and providing means of accurately measuring grout component quantities and accurately measuring pumping pressures Use pressure grout equipment which delivers grout to injection point at steady pressure C Annular Grouting for Pipe Lines Uncased Augers 1 Fill annular space between pipe lines and ground, with grout 2 Placement a Placement Limits Predetermine limits of each grout placement stage by size and capacity of batching equipment and initial set time of proposed grout Under no circumstances shall placement continue at grout port! longer than that period of time for mix to take initial set 11Locate grout hole spacing and locations according to nunil ber of City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 17 October 21, 2021 stages necessary to grout tunnel liners Stage or lift cannot be installed on another lift until proper set has been attained Have placement procedures approved by admixture or additive manufacturer b Limit pressure on annular space to prevent damage or distortion to pipe Define limiting and estimated required pressure range Provide an open ended, high point tap or equivalent vent and monitor it at bulkhead opposite to point of grouting c Pump grout until material discharging is similar in consistency to that at point of injection 3 Batch and mix cellular grout mechanically to ensure consistency of mix Wet solids thoroughly before introduction of foaming agent Operate batching system to maintain slurry weight within 3 percent of design density Introduce foam into slurry in accordance with manufacturer's recommendations D Pressure Grouting for Encasement Pipe 1 For steel casings 60 inches in diameter or greater, pressure grout annulus after installation, displacing bentonite lubrication Steel casings less than 60-inch diameter may be left ungrouted unless excavated diameter exceeds external pipe diameter by more than two inches 2 Inject grout from bore pit Drilling holes from surface or through carrier pipe walls is not allowed Perform grouting by injecting it at pipe invert with bentonite displacement occurring through high point tap or vent. 3 Control ground water as necessary to permit completion of grouting without separation of grout materials 4 Limit pressures to prevent damage or distortion to pipe or to keep flexible pipe within acceptable tolerances 5 Pump grout until material discharging is similar in consistency to that at point of injection E Ground Stabilization Grouting 1 Completely fill voids outside limits of excavation caused by caving or collapse of ground Fill with gravity or pressure injected sand-cement grout as necessary to fill void 2 Take care in grouting operations to prevent damage to adjacent utilities or public or private property Grout at pressure that will not distort or imperil portion of work or existing installations or structures City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 18 October 21, 2021 3 Verify that void has been filled by volumetric comparisons and visual inspection In case of settlement under existing slabs, take cores as directed by Engineer, at no additional cost to City, to demonstrate that void has been filled F Field Quality Control 1 Annular Grouting for Pipe Lines in Uncased Augers a For uncased augers, make one set of four compressive test specimens for each grouting operation, or for each 100 feet of pipe installed, whichever is more frequent b For cellular grout, check slurry density both at point of batching and placement at least twice each hour in accordance with ASTM C 138 Record density, time, and temperature. Density must be within 3 percent of design density at point of batching and 5 percent of design density at point of placement 2 Pressure Grouting for Encasement Pipe Make one set olf four compressive test specimens for every 400 feet of encasement pipe pressure grouting 3 Ground Stabilization Grouting Make one set of four compressive test specimens for every location where ground stabilization grouting is performed 3 6 GROUND WATER CONTROL. 11 A. Provide necessary ground water control measures to perform work 'lend to provide safe working conditions Comply with provisions of Section 02225 - Excavation, Backfilling and Compacting for Utilities B Anticipate that portions of bore holes may be below ground water table and in cohesionless soils, even when not indicated on soil borings, end in conditions which may require ground water control system for II boring operations Install filter fabrics, backer rods and other means as necessary to prevent piping of fines into bore hole C When Contractor chooses pumping installations to control ground water level or installs pervious liner through water bearing layers, install and millaintain instrumentation system to monitor water level and to detect movement in adjacent structures and property D Operate dewatering system until carrier pipe has been installed and annular space is fully grouted, or until watertight liner designed for hyd iostatic pressures is installed E Do not proceed with boring for which ground water control is necessary until monitoring data indicates that ground water control system is operating in accordance with Contractor's plan City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 19 October 2111, 2021 3 7 MONITORING A Instrumentation Monitoring Instrumentation requirements are shown on Contractor submitted Monitoring Plans Ensure instrumentation specified is accessible to Engineer Submit readings promptly to Engineer 1 Install and maintain instrumentation system to monitor and detect movement of ground surface and adjacent structures Establish vertical control points at distance from construction areas that avoids disturbance due to ground settlement 2 Installation of instrumentation shall not preclude Engineer, through independent contractor or consultant, from installing instrumentation in, on, near, or adjacent to construction work. Provide access to work for such independent installations 3 Install instruments in accordance with Monitoring Plan and manufacturer's recommendations B Surface Settlement Monitoring 1 Establish monitoring points on all critical structures 2 Record location of settlement monitoring points with respect to construction baselines and elevations Record elevations to accuracy of 0 01 feet for each monitoring point location Monitoring points should be established at locations and by methods that protect them from damage by construction operations, tampering, or other external influences 3 Monitoring points to measure ground elevation are required at a Bore Pits Monitoring points are required at a distance of 10 feet and 20 feet from perimeter of pits on each of four radial lines, at 90 degrees to each other b Boring Alignment Ground surface elevations must, be recorded on centerline ahead of excavation operations at minimum of 100-foot intervals or at least three locations per bore For bores greater than 60 inches cut diameter also record similar data at approximately 20 feet each side of centerline Clearly mark settlement monitoring points by studs or paint for ease of locating c Railroads Monitor ground settlement of track subbase at centerline of each track. d Utilities and Pipelines Monitor ground settlement directly above and 10 feet before and after utility or pipeline intersection 4 Reading Frequency and Reporting Submit to Engineer, records of readings from various instruments and survey points City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 20 October 21, 2021 a Instrumentation monitoring results to be read at frequency specified, unless otherwise specified Start monitoring rbefore zone of active excavation is passed and until no further detectable detectable movement occurs b Record surface settlement monitoring readings Bore Pits Record all pit monitoring readings aft least once per week starting prior to pit construction and continuing until pit has been backfilled and until no more detectable movement occurs ii Boring Alignment Prior to excavation reaching monitoring point, when face of excavation reaches monitoring point, and when excavation has passed and no further movement is detected or grouting is complete c Submit monitoring readings promptly to Engineer d Immediately report to Engineer movement, cracking, or settlement which is detected e Following substantial completion, but prior to final completion, perform final survey of monitoring points li 3 8 TRAFFIC CONTROL. A Conform to applicable provisions of Section 01555 — Traffic Control and. Regulation B During construction operations, furnish, and maintain barricades and lights to safeguard traffic and pedestrians, until such time as backfill has been completed and removed from site Provide additional barricades and lights as directed by Engineer 3 9 DISPOSAL OF EXCESS MATERIAL. 91 li A Remove spoil from job site and dispose in accordance with Section 02225 - Excavation and Compacting for Utilities END OF SECTION City of Pearland Pipe Boring, Jacking, Bailey WTP Improvements and Encasement Project No 7295A 02410 - 21 October 2111, 2021 CITY OF PEARLAND WATER METERS Section 02511 WATER METERS 1.0 GENERAL 1.01 SECTION INCLUDES A Water meters for customer service, including submeters (i.e., cooling tower meters, sewer credit meters, etc ), for fire service in sizes 5/8 inch through 10 inches. it B References to Technical Specifications 1 Section 01200—Measurement and Payment 2. Section 02510—Water Mains ' 3 Section 02541 —Water and Wastewater Line Valves 1.02 MEASUREMENT AND PAYMENT A Measurement for installation of water meters furnished by the Owner is iron an each basis for each meter type and size. Payment includes all labor and materials required for installation of water meters furnished by the Owner as indicated on Plans. B Refer to Section 01200—Measurement and Payment Procedures. 2.0 PRODUCTS 2.01 GENERAL A Water meters shall be furnished by the Owner 2.02 CONNECTIONS AND FITTINGS A Connections Provide pipe in accordance with Section 02510 — Water Mains, restrained Joints only B Fittings Restrained ductile iron, push-on bell Joints or mechanical joint fittings outside of meter vault installations, Class 125 flanged inside meter vaults, cement mortar lined and sealed. 2.03 LAYING LENGTHS A The minimum length (with 1 inch tolerance) for meter and standard strainer shall be shown as indicated on the detail drawing for water meters. it if 03/2008 02511 - 1 of 2 CITY OF PEARLAND WATER METERS 3.0 EXECUTION 3.01 TAPPING AND SERVICE LINE INSTALLATION A Refer to Section 02541—Water and Wastewater Line Valves for tapping requirements. END OF SECTION 03/2008 02511 -2 of 2 li SECTION 02521 CONCRETE PAVEMENT, SIDEWALKS, AND APPROACHES PART 1 GENERAL 1 1 SECTION INCLUDES Portland Cement Concrete pavement, sidewalks, and approaches on a prepared subgrade in conformity with lines, grades and typical cross sections shown on Drawings it 1 2 REFERENCES A ACI 301--Specifications for Structural Concrete I' B ASTM A615--Deformed and Plain Billet-Steel Bars II C ASTM A616--Rail-Steel Deformed and Plain Bars i D ASTM C260--Air-Entraining Admixtures for Concrete li E ASTM C494--Chemical Admixtures for Concrete F TxDOT Item 421--Portland Cement Concrete G TxDOT Item 433--Joint Sealants and Fillers H TxDOT Item 526--Membrane Curing 1 3 SUBMITTALS FOR REVIEW I, A Refer to Section 01300 for submittal requirements it B Submit data on all joint materials and curing compounds to be incorporated into the Project 30 days prior to use C Submit Design Mixes, including additive modifiers, for review and approval at least 30 days before any concrete pavement is placed The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor If 1 4 SITE CONDITIONS i1 it A Do not place concrete when surface temperature is less than 40 degrees Fahrenheit or surface is wet or frozen I PART 2 PRODUCTS 2 1 FORM MATERIALS it A Forms for sidewalks, and concrete approaches shall be as approved;by the Engineer City of Pearland Concrete Pavement, Bailey WTP Improvements Sidewalks, and Approaches Project No 7295A 02521-1 October 2111, 2021 II 2 2 REINFORCEMENT A. Reinforcing Steel shall meet the requirements of ASTM A616, Grade 60 new billet steel bars 2 3 CONCRETE MATERIALS A. Use materials as specified in Section 03300 B Mixing water shall be potable and not detrimental to the concrete 2 4 ACCESSORIES A Curing material shall meet the requirements of TxDOT Item 526--Membrane Curing B Joint fillers and backer rods shall meet the requirements of TxDOT Item 433- -Joint Sealants and Fillers 2 5 CONCRETE MIX A. Use 5 'h sack, 3,500 psi concrete at 28 days as specified in Section 03300 B Exterior concrete for pavement shall contain 4 to 6 percent entrained air and shall meet the requirements of ASTM C260 C Use accelerating admixtures in cold weather only when approved by Engineer Use of admixtures will not relax cold weather placement requirements The admixtures shall meet the requirements of ASTM C494 D Use calcium chloride only when approved by Engineer E Use set retarding admixtures during hot weather only when approved by Engineer The admixtures shall meet the requirements of ASTM C494 2 6 EXPOSED AGGREGATE SURFACES A Concrete retarders W R Grace Co "Aggretex-H" or equivalent PART 3 EXECUTION 31 EXAMINATION A. Place concrete only on approved underlying material B Any underlying material determined to be unsatisfactory for any reason, shall be corrected at the Contractor's expense 3 2 PREPARATION A Prepare subgrade in accordance with the plans and specifications City of Pearland Concrete Pavement, Bailey WTP Improvements Sidewalks, and Approaches Project No 7295A 02521-2 October 21, 2021 11 B Moisten underlying pavement layer to minimize absorption of water from fresh concrete C Coat surfaces of manholes, drop inlets, etc , with oil to prevent bondd with concrete D Notify Engineer a minimum of 24 hours prior to commencement of concreting operations 3 3 FORMING A Place and secure forms to correct location, dimension, profile, and gradient B Assemble formwork to permit easy stripping and dismantling JI ithout damaging concrete C Place joint filler vertical in position in straight lines Secure to formwork during concrete placement 3 4 REINFORCEMENT A. The size and location of reinforcement shall be as shown on the plans. 3 5 SIDEWALKS 1 A. Sidewalks shall be constructed in sections of approximately 20 feet in length One-half inch expansion joints with filler board shall be constructed at the beginning and end of each sidewalk section Expansion joints shall not contain dowels unless shown B After the surface has been worked to a true plane, one inch deep control joints shall be made every five feet unless otherwise shown on the plans Sidewalk thickness shall be as shown on the plans 3 6 CONCRETE APPROACHES A. Concrete approaches shall be constructed as shown 3 7 JOINTS A Place joints as specified or shown Joint Sealant for concrete pavement shall meet the requirements of TxDOT Class 5 joint sealant as described n Item 433--Joint Sealants and Fillers 3 8 FINISHING A. Concrete surfaces shall receive a light broom finish Place curing cor1ppound on exposed concrete surfaces immediately after finishing Apply in accordance with Manufacturer instructions City of Pearland Concrete Pavement, Bailey WTP Improvements Sidewalks, and Approaches Project No 7295A 02521-3 October 21, 2021 3 9 JOINT SEALING A Place sealant in accordance with Manufacturer recommendations Joint reservoir dimensions shall be as shown 310 TOLERANCES A. The maximum variation of surface flatness shall be 1/4" in 10 ft for straight- line grades Horizontal tolerances shall be ± 1/4" in forms 311 PROTECTION A Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury B Do not permit vehicular traffic over pavement for at least 4 days minimum after finishing, unless directed by the Engineer This period may be extended if required by the Engineer 3 12 CONCRETE SURFACES WITH EXPOSED AGGREGATE A Apply even layer of aggregate over concrete and work into top surface with trowel, enough to have fines engulf aggregate Do not over trowel Apply power retarder or water wash directly on freshly poured concrete B Shake surface retarder uniformly over freshly poured concrete per manufacturer's recommendations or water wash and broom C Cover concrete surface with manufacturer's acceptable curing materials D After curing for three to four days, brush and hose off and clean aggregate with mild acid solution END OF SECTION City of Pearland Concrete Pavement, Bailey WTP Improvements Sidewalks, and Approaches Project No 7295A 02521-4 October 21, 2021 CITY OF PEARLAND GRAVITY SANITARY SEWERS Section 02530 11 GRAVITY SANITARY SEWERS 1.0 GENERAL 1.01 SECTION INCLUDES A Gravity sanitary sewers and appurtenances, including cleanouts, stacks, service connections, and reconnections. B References to Technical Specifications 1 Section 02415 —Augering Pipe or Casing for Sewers 2. Section 01200—Measurement and Payment Procedures 3 Section 01350—Submittals 4 Section 01450—Testing Laboratory Services 5 Section 01500—Temporary Facilities and Controls 6 Section 01570—Trench Safety System 7 Section 02318—Excavation and Backfill for Utilities 8 Section 01564—Control of Ground Water and Surface Water 9 Section 02220—Site Demolition 10 Section 01140 - Contractor's Use of Premises C Reference Standards 1 American Society for Testing and Materials (ASTM) a. ASTM D 1784,"Standard Specification for Rigid Poly Vinyl Chloride (PVC) Compounds and Chlorinated Poly Vinyl Chloride (CPVC) Compounds" b ASTM F 477,"Standard Specification for Elastomeric Seals(Gaskets) for Joining Plastic Pipe" c ASTM D 3034, "Standard Specification for Type PSM Poly Vinyl Chloride (PVC) Sewer Pipe and Fittings" d. ASTM F 679, "Standard Specification for Poly Vinyl Chldride(PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings" e ASTM F 949, "Standard Specification for Poly Vinyl Chloride(PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings" f. ASTM D 794,"Standard Specification for Poly Vinyl Chloride(PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter" g. ASTM D 2241,"Standard Specification for Poly Vinyl Chl I ride(PVC) Pressure-Rated Pipe (SDR Series)" h. ASTM D 3212,"Standard Specification for Joints for Draiih and Sewer Plastic Pipes Using Flexible Elastomeric Seals" i. ASTM D 3139,"Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals" ASTM D 2444, "Standard Test Method for Determination for the Impact Resistance of Thermoplastic Pipe and Fittings by Means of a Tup (Falling Weight)" 4/2013 02530- 1 of20 CITY OF PEARLAND GRAVITY SANITARY SEWERS k. ASTM F 714, "Standard Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter" 1. ASTM D 2657, "Standard Practice for Heat Fusion Joining and Polyolefin Pipe and Fittings" m. ASTM D 1248, "Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable" n. ASTM D 3350, "Standard Specification for Polyethylene Plastic Pipe and Fittings Materials" o ASTM D 3681, "Standard Test Method for Chemical Resistance of Fiberglass (Glass-Fiber Reinforced Thermosetting-Resin) Pipe in a Deflected Condition" p ASTM D 4161, "Standard Specification for Fiberglass (Glass-Fiber- Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals" q ASTM D 3262, "Standard Specification for Fiberglass (Glass-Fiber- Reinforced Thermosetting-Resin) Sewer Pipe" r ASTM D 3754, "Standard Specification for Fiberglass (Glass-Fiber- Reinforced Thermosetting-Resin)Sewer and Industrial Pressure Pipe" s. ASTM D 618, "Standard Practice for Conditioning Plastics for Testing" t. ASTM C 828, "Standard Test Method for Low-Pressure Air Test of Vitrified Clay Pipe Lines" u. ASTM C 924, "Standard Practice for Testing Concrete Pipe Sewer Lines by Low-Pressure Air Test Method" v ASTM F 1417, "Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air" 2 American Water Works Association(AWWA) a. AWWA C 900 Polyvinyl Chloride (PVC) Pressure Pipe, 4"— 12" for Water Distribution b AWWA C 905 Polyvinyl Chloride (PVC) Water Transmission Pipe, Nominal Diameters, 14in. Through 36 in. 3 Plastic Pipe Institute (PPI) a. PPI TR3,"Policies and Procedures for Developing Hydrostatic Design Basis (HDB), Pressure Design Basis (PDB), Strength Design Basis (SDB), and Minimum Required Strength (MRS) Ratings for Thermoplastic Piping Materials or Pipe" 4 Texas Commission on Environmental Quality(TCEQ) 5 Texas Administrative Code (TAC) 1.02 MEASUREMENT AND PAYMENT A Measurement of pipe installed at depths 8-feet and less by open cut method is on a linear foot basis,measured and complete in place. Measurement will be taken along the center line of the pipe from center line to center line of manholes,except for pipe in casing or augered installation. B Payment includes sewer pipe, excavation, bedding, backfill and special backfill, shoring, earthwork, connections to existing manholes and pipe, stacks, cleanouts, 4/2013 02530-2 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS accessories, inspection and testing. Depths beyond 8'will be paid by 2 vertical feet increments. C Refer to Section 02415 —Augering Pipe or Casing for Sewers for measuirement and payment of augered sewer pipe. D Refer to Section 01200—Measurement and Payment Procedures. 1.03 SUBMITTALS A Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B Submit inspection reports,testing reports, and video tape of television inspections as directed by Engineer C Submit proposed methods, equipment, materials and sequence of oplrations for Gravity Sanitary Sewer construction. Plan operations to minimize disruption of utilities to occupied facilities or adjacent property 1.04 QUALITY ASSURANCE A Qualifications. Gravity Sanitary Sewer shall be watertight both in pipe-tolhpipe joints and in pipe-to-manhole connections. Perform testing in accordance with this Section and Section 01450—Testing Laboratory Services. B Regulatory Requirements. 1 Install Gravity Sanitary Sewer to meet the minimum separation distance from any potable water line,as scheduled below The separation distance is defined as the distance between the outside of the water pipe and the outside of the sewer pipe When possible, install new Gravity Sanitary Sewers no closer to water lines than 9 feet in all directions. Where this separation distance cannot be achieved,new Gravity Sanitary Sewers shall be installed as specified in this Section. 2. Make notification to the Engineer if water lines are uncovered during Gravity Sanitary Sewer installation where the minimum separation distance cannot be maintained. 3 Lay Gravity Sanitary Sewers lines in straight alignment and grade. 1.05 PROTECTION OF PEOPLE AND PROPERTY A Contractor shall conduct all construction operations under this Contract in conformance with the practices described in Section 01500—Temporary Facilities and Controls. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A Inspect pipe and fittings upon arrival of materials at the Project Site 4/2013 02530-3 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS B Handle and store pipe materials and fittings to protect them from damage due to impact,shock,shear,or free fall. Do not drag pipe and fittings along the ground. Do not roll pipe unrestrained from delivery trucks. C Use mechanical means to move or handle pipe. Employ acceptable clamps, rope or slings around the outside barrel of pipe and fittings. Do not use hooks,bars,or other devices in contact with the interior surface of the pipe to lift or move lined pipe 2.0 PRODUCTS 2.01 GASKET MATERIAL FOR USE IN POTENTIALLY CONTAMINATED AREAS A Gravity Sanitary Sewer pipes to be installed in potentially contaminated areas, especially where free product is found near the elevation of the proposed sewer,shall have the following Gasket Material for the noted contaminants CONTAMINANT GASKET MATERIAL REQUIRED Petroleum(diesel, gasoline) Nitrile Rubber Other contaminants As recommended by the pipe manufacturer 2.02 POLYVINYL CHLORIDE (PVC) PIPE A Use PVC compounds in the manufacture of pipe that contain no ingredient in an amount that has been demonstrated to migrate into water in quantities considered to be toxic B Furnish PVC pressure pipe manufactured from Class 12454-A or Class 12454-B virgin PVC compounds as defined in ASTM D 1784 Use compounds qualifying for a rating of 4000 psi for water at 73 4° F per requirements of PPI TR3 Provide pipe which is homogeneous throughout, free of voids, cracks, inclusions, and other defects, uniform as commercially practical in color, density, and other physical properties. Deliver pipe with surfaces free from nicks and scratches with joining surfaces of spigots and joints free from gouges and imperfections which could cause leakage All pipe used for gravity sanitary sewer shall be green. C Gaskets 1 Gaskets shall meet the requirements of ASTM F477 When no contaminant is identified,use elastomeric factory-installed gaskets to make joints flexible and watertight. D Lubricant for rubber-gasketed joints Water soluble, non-toxic, non-objectionable in taste and odor imparted to fluid, non-supporting of bacteria growth, having no deteriorating effect on PVC or rubber gaskets 4/2013 02530-4 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS E PVC Gravity Sanitary Sewer pipe shall be green in color and shall be in accordance with the provisions in the following table WALL PRODUCT ASTM SDR(MAX.)! r: i: MR TYPE MANUFACTURER OPTIONS DESIGNATION STIFFNESS MIN Solid J-M Pipe Approved D 3034 SDR 26/PS 115 it 6"to 15" CertainTeed Can-Tex Approved F 679 SDR 26/PS 115 [ 18"to 48" Carlon Approved AWWA C900 DR 18/N/A*** 4"to 12" Diamond Approved AWWA C905 DR 18/N/A*** 14"to 36" Profile* Contech A-2000** Only when F 949 N/A/50 psi 12" to 36" Ell Ultra-Rib included in F 794 N/A/46 psi , 12"to 48" the Bid Lamson'Vylon Schedule F 794 N/A/46 psi 1 21"to 48" q * Allowed to be used where there are no service taps. ** Allowed to be used to a.maximum depth of 10' only ***For water-sewer separation requirements unless specifically noted in Bid Schedule. F When solid wall PVC pipe 1,8 inches to 27 inches in diameter is required in SDR 26, provide pipe conforming to ASTM F 679,except provide wall thickness as required for SDR 26 and pipe strength of 115 psi. II G For Gravity Sanitary Sewers up to 12 inch diameter crossing over waterlines, or crossing under waterlines with less than 2 feet separation,provide,minimum 150 psi pressure-rated pipe conforming to ASTM D 2241 with suitable PVC adapter couplings. H Joints. Spigot and integral wall section bell with solid cross section elastometric or rubber ring gasket conforming to requirements of ASTM D 3212 and ASTM F 477, or ASTM D 3139 and ASTM F 477, shall be provided. Gaskets shallIbe factory- assembled and securely bonded in place to prevent displacement. The nganufacturer shall test a sample from each batch conforming to requirements ASTM D 2444 1 I Fittings Provide PVC gravity sanitary sewer bends, tee, or wye fittings for new sanitary sewer construction. PVC pipe fittings shall be full-bodied, either injection molded or factory fabricated. Saddle-type tees,wye fittings,or solvent welds are not acceptable. 2.03 HIGH DENSITY POLYETHYLENE(HDPE)SOLID AND PROFILE WALL PIPE A Provide HDPE pipe as follows and only when listed as a Bid Item. 9 WALL PRODUCT ASTM PIPE DIAMETER TYPE MANUFACTURER OPTIONS DESIGNATION STIFFNESS RANGE (MIN) , (INCHES) Solid Wall Drisco 1000 Drisco 8600 Approved F 714 115 psi 8 to 10 Quail Pipe 11 4/2013 02530-5 of 20 11 CITY OF PEARLAND GRAVITY SANITARY SEWERS Poly Pipe Plexco ' B Solid wall pipe shall be produced with plain end construction for heat joining (butt fusion)conforming to ASTM D 2657 Utilize controlled temperatures and pressures for joining to produce a fused leak-free joint. C Pipe and Fittings High density, high molecular weight polyethylene pipe material meeting the requirements of Type III, Class C, Category 5,Grade P34,as defined in ASTM D1248 Material meeting the requirements of cell classification in accordance with ASTM D 3350 are also suitable for making pipe products under these specifications. D Gaskets. 1 Use gaskets meeting,requirement of ASTM F 477 Use gasket molded into a circular form or extruded to the proper section and then spliced into circular form. When no contaminant is identified, use gaskets of a properly cured, high-grade elastomeric compound. The basic polymer shall be natural rubber, synthetic elastomer, or a blend of both. E Lubricant. Use a lubricant for assembly of gasketed joints which has no detrimental effect on the gasket or on the pipe, in accordance with manufacturer's recommendations. F Furnish pipe and fittings that are homogeneous throughout and free from visible cracks,holes,foreign inclusions,or other injurious defects. Provide pipe as uniform as commercially practical in color, opacity, density, and other physical properties. 2.04 CENTRIFUGALLY CAST FIBERGLASS PIPE A Manufacturers 1 Pre-approved manufacturer for centrifugally cast fiberglass pipe is Hobas Pipe USA, Inc. B Materials 1 Resin Systems The manufacturer shall use only polyester resin systems with a proven history of performance in this particular application. The historical data shall have been collected from applications of a composite material of similar construction and composition as the proposed product. 2. Glass Reinforcements. The reinforcing glass fibers used to manufacture the components shall be of highest quality commercial grade glass filaments with binder and sizing compatible with impregnating resins. 3 Fillers Silica sand or other suitable materials may be used. 4 Additives Resin additives,such as pigments,dyes,and other coloring agents, if used, shall in no way be detrimental to the performance of the product nor shall they impair visual inspection of the finished products. 5 Rubber Gaskets Supply from an approved gasket manufacturer in accordance with ASTM F 477, when no contaminant is identified and suitable for the service intended. Gaskets shall either be affixed to the pipe by means of a 4/2013 02530-6 of 20 if II CITY OF PEARLAND GRAVITY SANITARY!1SEWERS suitable adhesive,or shall be installed in such a manner so as to prevent the gasket from rolling out of the pre-cut groove in the pipe or sleeve Icouplmg. 6 The internal liner resin shall be suitable for service as sewer pipe,and shall be highly resistant to exposure to sulfuric acid as produced by biological activity from hydrogen sulfide gases. Pipe shall meet or exceed requirements of ASTM D 3681 C Pipes 1 Furnish pipes in the diameters specified and within the tolerances specified below 2. Manufacture pipe by the centrifugal casting process to result in a dense, nonporous, corrosion-resistant, consistent composite structure to meet the operating conditions as shown on the Plans. 3 Do not use stiffening ribs or rings. D Couplings Unless otherwise specified, the pipe shall be field connected with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as the sole means to maintain joint watertightness. The joints must meet the performance requirements of ASTM D 4161 E Fittings Flanges, elbows, reducers, tees, and other fittings shall be I'Ecapable of withstanding operating conditions when installed. They may be contact molded or manufactured from mitered sections of pipe joined by glass fiber reinforced overlays. F Manhole Connections Provide a water stop flange (wall pipe) for conriection to a cast-in-place manhole base or other structure. G Grout Ports Provide grout ports in the wall of pipe when required. Provide plugs of 316 stainless steel or other corrosion-resistant material compatible with the pipe. Grout port plugs shall be designed and installed to meet the test pressure'of the pipe. H Dimensions 1 Diameters The actual outside diameter of the pipes shall be in accordance with Table 3 of ASTM D 3262 for Gravity Sanitary Sewers, or ASTMjD 3754 for force mains. 2. Lengths The pipe standard length will be approximately 20 feet. A maximum of 10 percent of the lengths,excluding special order pipes,maybe supplied in random lengths. 3 Wall Thickness. The minimum average wall thickness shall be the stated design thickness. The minimum single point thickness shall not be less than 90 percent of the stated design thickness. 4 End Squareness. Pipe ends shall be square to the pipe axis 5 Tolerance of Fittings. The tolerance,of the angle of an elbow and the angle between the main and leg of a wye or tee shall be plus or minus 2 degrees. The tolerance on the laying length of a fitting shall be plus or minus 2 inches. Stiffness Classes 4/2013 02I 530-7 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS 1 Stiffness class of FRP pipe shall satisfy design requirements, but shall not be less than 46 psi, when used in direct bury operation, 36 psi, when installed within a primary tunnel liner 2. Stiffness class of FRP in a pipe jacking operation shall be governed either by the ring deflection limitations or by a pipe design providing longitudinal strength required by the jacking method and shall satisfy design requirements stated below Submit design calculations as required in Paragraph 1 05, Submittals. a. Pipe stress calculations based on jacking loads shall be provided by the pipe supplier b Ring deflection calculations shall conform to design requirements of 30 TAC Chapter 317.20 pertaining to flexible pipe used in Gravity Sanitary Sewers. The pipe deflection calculations shall ensure that predicted deflection will be less than 5 percent under long-term loading conditions (soil prism load) for the highest density of soil overburden and surcharge loads Deflection on calculations shall be prepared using long-term (drained) values for soil parameters contained in the geotechnical investigation report for the Project, or other site-specific data obtained by the Contractor as approved by the Engineer J Testing 1 Pipes shall be tested in accordance with ASTM D 3262 or ASTM D 3754, as applicable, except that the factory hydrostatic pressure testing is not required. 2. Joints Coupling joints shall be qualified per the tests of Section 7 of ASTM D 4161 K Packaging, Handling, and Shipping 1 Packing, handling, and shipping should be done in accordance with the manufacturer's recommendations. L Installation 1 Install pipe and fittings in accordance with requirements of this Section. 2. The manufacturer must supply a suitable qualified field service representative to be present periodically during the installation of pipe. 3 Pipe Bedding. Conform to requirements of Section 02318 —Excavation and Backfill for Utilities. 4 Pipe Handling: Use textile slings. 5 Jointing a. Clean ends of pipe and coupling components. b Check pipe ends and couplings for damage Correct any damage found. c Coupling grooves must be completely free of dirt. d. Apply joint lubricant to pipe ends and rubber seals of coupling. Use only lubricants approved by the pipe manufacturer e. Use suitable auxiliary equipment, such as a wire rope puller, to pull joints together 4/2013 02530-8 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS f. Do not exceed forces recommended by the manufacturer for coupling pipe If excessive force is required,remove coupling,determine source of problem, and correct it. g. In the process of jointing the pipe, do not allow the deflection angle to exceed the deflection permitted by the manufacturer f 6 If pressure grouting of the pipe is conducted as part of a pipe jacked tunnel installation,seal the grout holes with liner resin to a thickness equal to the pipe liner thickness, or with a threaded plug for that purpose 7 Tests Conform to requirements of this Section. 2.05 INSPECTIONS A The Engineer reserves the right to inspect pipes or witness pipe manufacturing. Such inspection shall in no way relieve the manufacturer of the responsibilities to provide products that comply with the applicable standards and these Specifications. B Manufacturer's Notification to Customer Should the Engineer wish to �wrtness the manufacture of specific pipes, the manufacturer shall provide the Engineer with adequate advance notice of when and where the production of those specific pipes will take place. C Failure to Inspect. Approval of the products or tests is not implied by the Engineer's decision not to inspect the manufacturing, testing, or finished pipes. 2.06 TEST METHODS A Conditioning. Conditioning of samples prior to and during tests area subject to approval by the Engineer When referee tests are required,condition the specimens in accordance with Procedure A in ASTM D 618 at 73 4 degrees F plus f•minus 3 6 degrees F(23 degrees C plus or minus 2 degrees C)and 50 percent relative humidity plus or minus 5 percent relative humidity for not less than 40 hours prior to test. Conduct tests under the same conditions of temperature and humility unless otherwise specified. I B Flattening. Flatten three specimens of pipe, prepared in accordance with Paragraph 2.05A, in a suitable press until the internal diameter has been reduced to 40 percent of the original inside diameter of the pipe. The rate of loading shall be uniform and at 2-inches per minute. The test specimens,when examined under normal light and with the unaided eye, shall show no evidence of splitting, cracking, breaking, or separation of the pipe walls or bracing profiles. C Joint Tightness. Test for joint tightness in accordance with ASTM D 712, except replace the shear load transfer bars and supports with 6 inch wide support blocks that can be either flat or contoured to conform to the pipe's outer contour D Purpose of Tests. The flattemng and the joint tightness tests are not intended to be routine quality control tests, but rather to qualify pipe e to a specified level of performance 4/2013 0211 530-9 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS 2.07 MARKING A Mark each standard and random length of pipe in compliance with these Specifications with the following information. 1 Pipe size 2 Pipe class 3 Production code 4 Material designation 3.0 EXECUTION 3.01 PREPARATION A Employ a Trench Safety Plan as specified in Section 01570—Trench Safety Systems. B Install and operate dewatermg and surface water control measures in accordance with Section 01564 - Control of Ground Water and Surface Water C Remove existing pavements and structures, including sidewalks and driveways, in conformance with requirements of Section 02220—Site Demolition, as applicable. 3.02 DIVERSION PUMPING A Install and operate required bulkheads, plugs, piping, and diversion pumping equipment to maintain sewage flow and to prevent backup or overflow Obtain approval for diversion pumping equipment and procedures from the Engineer B Design piping,joints and accessories to withstand twice the maximum system pressure or 50 psi, whichever is greater C No sewage shall be diverted into any area outside of the sanitary sewer D In the event of accidental spill or overflow, immediately stop the overflow and take action to clean up and disinfect spillage. Promptly notify the Engineer so that required reporting can be made to the TCEQ and the Environmental Protection Agency by the Engineer 3.03 INSPECTION AND TESTING A Acceptance testing of sanitary sewers including• 1 Visual inspection of sewer pipes 2 Mandrel testing for flexible sewer pipes. 3 Leakage testing of sewer pipes 4 Leakage testing of manholes B Performance Requirements 1 Gravity sanitary sewers are required to have a straight alignment and uniform grade between manholes. 4/2013 02530- 10 of 20 CITY OF PEARLAND GRAVITY SANITARY,,SEWERS 2. Flexible pipe,including"semi-rigid"pipe,is required to show no more than 5 percent deflection. Test pipe no sooner than 30 days after backfilgng of a line segment but prior to final acceptance using a standard mandrel toI verify that installed pipe is within specified deflection tolerances. 3 Maximum allowable leakage for Infiltration or Exfiltration a. The total exfiltration,as determined by a hydrostatic head test,shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours at a minimum test head of 2 feet above the crown of the pipe at the upstream manhole or 2 feet above the groundwater elevation, whichever is greater b When pipes are installed more than 2 feet below the groundwater level, an infiltration test shall be used in lieu of the exfiltration te4. The total infiltration shall not exceed 50 gallons per inch diameter per mile of pipe per 24 hours. Groundwater elevation must be at least 2 feet above the crown of the pipe at the upstream manhole. �I c Refer to Table 2530-1,Water Test Allowable Leakage,at the end of the Section, for measuring leakage in sewers. Perform leakage testing to verify that leakage criteria are met. II 4 Perform air testing in accordance with requirements of this Section and the Texas Natural Resources Conservation Commission requirements. Refer to Table 02530-2, Time Allowed For Pressure Loss From 3 5 psig to 2.5 psig, Table 02530-3,Minimum Testing Times for Low Pressure Air Test,and Table 02530-4, Vacuum Test Time Table, at the end of this Section. 1 C Gravity Sanitary Sewer Quality Assurance 1 Repair, correct, and retest manholes or sections of pipe which fail to meet specified requirements when tested. 2. Provide testing reports and video tape of television inspection as'directed by Engineer 3 Upon completion of tape reviews by Engineer, Contractor will Ibe notified regarding final acceptance of the sewer segment. D Sequencing and Scheduling: 1 Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed sewer remains untested at any one time. 2. Coordinate testing schedules with Engineer Perform testing under bbservation of Engineer E Deflection Mandrel 1 Mandrel Sizing. The rigid mandrel shall have an outside diameter(0.D)equal to 95 percent of the inside diameter(I.D ) of the pipe. The inside jiiameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thiknesses for O.D controlled pipe and the average inside diameter for I.D conrolled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 2 Mandrel Design. The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The 4/2013 02530- 11 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS mandrel shall have nine or more"runners"or"legs"as long as the total number of legs is an odd number The barrel section of the mandrel shall have a length of at least 75 percent of the inside diameter of the pipe. The rigid mandrel shall not have adjustable or collapsible legs which would allow a reduction in mandrel diameter during testing. A proving ring shall be provided and used for modifying each size mandrel. 3 Proving Ring. Furnish a"proving ring"with each mandrel. Fabricate the ring of 1/2 inch thick, 3-inch-wide bar steel to a diameter 0 02 inches larger than approved mandrel diameter 4 Mandrel Dimensions (5 percent allowance) Average inside diameter and minimum mandrel diameter are specified in Table 02530-5,Pipe vs. Mandrel Diameter,at the end of this Section. Mandrels for higher strength,thicker wall pipe or other pipe not listed in the table may be used when approved by the Engineer F Exfiltration Test: 1 Water Meter Obtain a transient water meter from the City for use when water for testing will be taken from the City system. Conform to City requirements for water meter use 2. Test Equipment: a. Pipe plugs. b Pipe risers where the manhole cone is less than 2 feet above highest point in pipe or service lead. G Infiltration Test: 1 Test Equipment: a. Calibrated 90 degree V-notch weir b Pipe plugs H Low Pressure Air Test: 1 Minimum Requirement for Equipment: a. Control panel. b Low-pressure air supply connected to control panel. c Pneumatic plugs Acceptable size for diameter of pipe to be tested, capable of withstanding internal test pressure without leaking or requiring external bracing. d. Air hoses from control panel to 1) Air supply 2) Pneumatic plugs. 3) Sealed line for pressuring. 4) Sealed line for monitoring internal pressure 2 Testing Pneumatic Plugs Place a pneumatic plug in each end of a length of pipe on the ground. Pressurize plugs to 25 psig;then pressurize sealed pipe to 5 psig. Plugs are acceptable if they remain in place against the test pressure without external aids. Ground Water Determination. 4/2013 02530- 12 of 20 CITY OF PEARLAND GRAVITY SANITARY,SEWERS 1 Equipment: Pipe probe or small diameter casing for ground water elevation determination. J Visual Inspection. 1 Check pipe alignment visually by flashing a light between structur Is. Verify if alignment is true and no pipes are misplaced. In case of misalignment or damaged pipe, remove and re-lay or replace pipe segment. K Mandrel Testing: el 1 Perform deflection testing on flexible and semi-rigid pipe to confirm pipe has no more than 5 percent deflection. Mandrel testing shall conform to ASTM D 3034 Perform testing no sooner than 30 days after backfilling of line segment, but prior to final acceptance testing of the line segment. 2. Pull the approved mandrel by hand through sewer sections. *place any section of sewer not passing the mandrel. Mandrel testing is not required for stubs. • 3 Retest repaired or replaced sewer sections. ii L Leakage Testing: 1 Test Options a. Test Gravity Sanitary Sewer pipes for leakage by either exfiltration or infiltration methods, as appropriate, or with low pressure air testing. b Test new or rehabilitated sanitary sewer manholes with water or low pressure air Manholes tested with low pressure air shall undergo a physical inspection prior to testing. c Leakage testing shall be performed after backfilling of a line segment, and prior to tie-in of service connections. d. If no installed piezometer is within 500 feet of the sewer segment, Contractor shall provide a temporary piezometer for this purpose. 2. Compensating for Ground Water Pressure a. Where ground water exists,install a pipe nipple at the same time sewer line is placed. Use a 1/2-inch capped pipe nipple approximately 10 inches long. Make the installation through manhole wall on top of the sewer line where line enters manhole b Immediately before performing line acceptance test,remove cap,clear pipe nipple with air pressure,and connect a clear plastic tulle to nipple. Support tube vertically and,allow water to rise in the tube After water stops rising, measure height in feet of water over invert of the pipe. Divide this height by 2.3 feet/psi to determine the grO and water pressure to be used in line testing. 3 Exfiltration test: a. Determine ground water elevation. it b Plug sewer in downstream manhole c Plug incoming pipes in upstream manhole. II d. Install riser pipe in outgoing pipe of upstream manhole if highest point in service lead (house service) is less than 2 feet below bottom of manhole cone. 4/2013 02130- 13 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS e Fill sewer pipe and manhole or pipe riser,if used,with water to a point 2-1/2 feet above highest point in sewer pipe, house lead, or ground water table, whichever is highest. f. Allow water to stabilize for one to two hours. Take water level reading to determine drop of water surface, in inches, over a one-hour period, and calculate water loss (1 inch of water in 4 feet diameter manhole equals 8.22 gallons) or measure the quantity of water required to keep water at same level. Loss shall not exceed that calculated from allowable leakage according to Table 02530-1 at the end of this Section. 4 Infiltration test: Ground water elevation must be not less than 2 0 feet above highest point of sewer pipe or service lead (house service) a. Determine ground water elevation. b Plug incoming pipes in upstream manhole. c Insert calibrated 90 degree V-notch weir in pipe on downstream manhole d. Allow water to rise and flow over weir until it stabilizes. e Take five readings of accumulated volume over a period of 2 hours and use average for infiltration. The average must not exceed that calculated for 2 hours from allowable leakage according to the Table 02530-1 at the end of this Section. 5 Low Air Pressure Test: When using this test conform to ASTM C 828,ASTM C 924, or ASTM F 1417, as applicable, with holding time not less than that listed in Table 02530-2. a. Air testing for sections of pipe shall be limited to lines less than 36- inch average inside diameter b Lines 36-inch average inside diameter and larger shall be tested at each joint. The minimum time allowable for the pressure to drop from 3 5 pounds per square inch gauge to 2.5 pounds per square inch during a joint test shall be 10 seconds, regardless of pipe size. c For pipe sections less than 36-inch average inside diameter 1) Determine ground water level. 2) Plug both ends of pipe For concrete pipe, flood pipe and allow 2 hours to saturate concrete. Then drain and plug concrete pipe. 3) After a manhole-to-manhole section of sanitary sewer main has been sliplined and prior to any service lines being connected to new liner, plug liner at each manhole with pneumatic plugs. 4) Pressurize pipe to 4 0 psig. Increase pressure 1 0 psi for each 2.3 feet of ground water over highest point in system. Allow pressure to stabilize for 2 to 4 minutes. Adjust pressure to start at 3 5 psig (plus adjustment for ground water table) Refer to Table 02530-2 at the end of this Section. 5) To determine air loss, measure the time interval for pressure to drop to 2.5 psig. The time must exceed that 4/2013 02530- 14 of 20 II CITY OF PEARLAND GRAVITY SANITARY!SEWERS listed in the Table 02530-2 at the end of this Section for il pipe diameter and length. For sliplining, use diameter of earner pipe. 6 Retest: Any section of pipe which fails to meet requirements shall be repaired and retested. M Test Criteria Tables 1 Exfiltration and Infiltration Water Tests Refer to Table 02530-1,Water Test Allowable Leakage, at the end of this Section. 2 Low Pressure Air Test: a. Times in Table 02530-2, Time Allowed For Pressure Loss From 3 5 psig to 2 5 psig, at the end of this Section, are based on the equation from TCEQ Design Criteria for Sewerage Systems 317.2(a)(4)(B) T=0 0850(D)(K)/(Q) Where I T = Time for pressure to drop 1 0 pounds per square mch gauge in seconds K = 0 000419 DL, but not less than 1 0 ii D = Average inside diameter in inches 1 L = Length of line of same pipe size in feet Q = Rate of loss, 0 0015 ft3/min./sq ft. internal surface b Since a K value of less than 1 0 shall not be used, there are minimum testing times for each pipe diameter as given in Table 02732-3, Minimum Testing Times for Low Pressure Air Test. Notes. 1 When two sizes of pipe are involved, the ,ime shall be computed by the ratio of lengths involed. 2. Line with a 27-inch average inside diameter and ii larger may be air tested at each joint. II 3 Lines with an average inside diameter greater than 36 inches must be air tested for leakage at each joint 4 If the joint test is used, a visual inspection of the ii joint shall be performed immediately after testing. 5 For joint test, the pipe is to be pressurized to 3 5 psi greater than the pressure exerted by groundwater above the pipe. Once the pressure has stabilized, the minimum times allowable for the pressure to drop from 3 5 pounds per square inch gauge to'i2 5 pounds per square inch gauge shall be 10 seconds. N Leakage Testing for Manholes 4/2013 02530- 15 of 20 CITY OF PEARLAND GRAVITY SANITARY SEWERS 1 After completion of manhole construction, wall sealing, or rehabilitation,but prior to backfilling, test manholes for water tightness using hydrostatic or vacuum testing procedures. 2. Plug influent and effluent lines, including service lines, with suitably-sized pneumatic or mechanical plugs. Ensure plugs are properly rated for pressures required for test; follow manufacturer's safety and installation recommendations. Place plugs a minimum of 6 inches outside of manhole walls. Brace inverts to prevent lines from being dislodged if lines entering manhole have not been backfilled. 3 Vacuum testing. a. Install vacuum tester head assembly at top access point of manhole and adjust for proper seal on straight top section of manhole structure. Following manufacturer's instructions and safety precautions,inflate sealing element to the recommended maximum inflation pressure; do not over-inflate. b Evacuate manhole with vacuum pump to 10 inches mercury(Hg), disconnect pump, and monitor vacuum for the time period specified in Table 02530-4, Vacuum Test Time Table. c If the drop in vacuum exceeds 1 inch Hg over the specified time period tabulated above,locate leaks,complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. 4 Hydrostatic exfiltration testing shall be performed as follows a. Seal wastewater lines coming into the manhole with an internal pipe plug. Then fill the manhole with water and maintain it full for at least one hour b The maximum leakage for hydrostatic testing shall be 0 025 gallons per foot diameter per foot of manhole depth per hour c If water loss exceeds amount tabulated above, locate leaks, complete repairs necessary to seal manhole and repeat test procedure until satisfactory results are obtained. 3.04 BACKFILL A Backfill and compact soil in accordance with Section 02318—Excavation and Backfill for Utilities. B Backfill the trench in specified lifts only after pipe installation is approved by the Engineer 3.05 CLEAN UP AND RESTORATION A Perform clean up and restoration in and around construction zone in accordance with Section 01140 - Contractor's Use of Premises. 4/2013 02530- 16 of 20 II CITY OF PEARLAND GRAVITY SANITARY;SEWERS 3.06 PROTECTION OF THE WORK ' If A Maintain gravity sanitary sewer installations in good condition until completion of the work. Table 02530-1 WATER TEST ALLOWABLE LEAKAGE yl DIAMETER OF VOLUME PER INCH OF DEPTH ALLOWANCE LEAKAGE* RISER OR STACK IN INCHES INCH GALLONS PIPE SIZE IN GALLONS/MINUTE INCHES PER400 FT 1 0 7854 0034 6 0.;0039 2 3 1416 0136 8 0 0053 II 2 5 4 9087 0212 10 0.0066 3 7 0686 0306 12 0.0079 4 12 5664 0306 15 0 0099 5 19 6350 0544 18 0 0118 6 28.2743 1224 21 0.0138 8 50.2655 .2176 24 010518 27 00177 30 O'0197 36 O'0237 42 0;0276 For other diameters, multiply square of diameters by Equivalent to 50 gallons per inch value for 1" diameter inside diameter per mile per;24 hours * Allowable leakage rate shall be reduced to 10 gallons per inch of inside diameter per;i ile per 24 hours, when sewer is identified as located within the 25-year flood plain. 11 If 4/2013 02530- 17 of 20 it li CITY OF PEARLAND GRAVITY SANITARY SEWERS Table 02530-2 ACCEPTANCE TESTING FOR SANITARY SEWERS TIME ALLOWED FOR PRESSURE LOSS FROM 3.5 PSIG TO 2.5 PSIG Pipe Min. Length Time for Specification Time for Length(L)Shown(min:sec) Diam Time for Min. Longer Length (in) (min:sec) Time(ft) (sec) 100 ft 150 ft 200 ft 250 ft 300 ft 350 ft 400 ft 450 ft 500 ft 550 ft 600 ft 6 5 40 398 0.8548 5 40 5 40 5 40 5 40 5 40 5 40 5.42 6.25 7.07 7:50 8.33 8 7.33 298 1.5196 7.33 7:33 7.33 7.33 7:36 8:52 10:08 11.24 12.40 13.36 1512 10 9:27 239 2.3743 9:27 9:27 9:27 9:54 11.52 13.51 15:50 17-48 19-47 i 21 46 23 45 12 11.20 199 3 4190 11.20 11.20 11.20 14 15 17.06 19:57 22.48 25.39 28.30 31.20 34 11 15 14 10 159 5.3423 14 10 14 10 17 48 22.16 26 43 31 10 35.37 40:04 44.31 48:58 53.25 18 17:00 133 7.6928 17-00 19-14 25.39 32:03 38.28 44.52 5117 57.42 64.06 70:31 76:56 - 21 19:50 114 10 4708 19:50 26.11 34.54 43.38 52.21 61.05 69.48 78.32 87 15 95:59 104 42 24 22.40 99 13 6762 22:48 34 11 45.35 56:59 68.23 79.47 91 10 102.34 113.58 125.22 136 46 27 25.30 88 17.3089 28:51 43 16 57 42 72:07 86.33 100:58 115.24 129 49 144 14 158:40 173.05 30 28.20 80 21.3690 35.37 53.37 71 14 89:02 106:51 124.39 142.28 160.16 178:05 195:53 213 41 33 31 10 72 25 8565 43-06 64.38 86 11 107-44 129.17 150:50 172.23 193:55 215.28 237:01 258.34 Table 02530-3 MINIMUM TESTING TIMES FOR LOW PRESSURE AIR TEST PIPE MINIMUM LENGTH FOR TIME FOR DIAMETER TIME MINIMUM TIME LONGER LENGTH (INCHES) (SECONDS) (FEET) (SECONDS) 6 340 398 0 855 (L) 8 454 298 1 520 (L) 10 567 239 2 374 (L) 12 680 199 3 419 (L) 15 850 159 5 342 (L) 18 1020 133 7 693 (L) 21 1190 114 10 471 (L) 24 1360 100 13 676 (L) 27 1530 88 17309 (L) 30 1700 80 21 369 (L) 33 1870 72 25 856 (L) 4/2013 02530- 18 of 20 CITY OF PEARLAND GRAVITY SANITARY;SEWERS Table 02530-4 VACUUM TEST TIME TABLE TIME IN SECONDS BY PIPE DIAMETER DEPTH IN FEET 48" 60" 72" 4 10 13 16 8 20 26 32 12 30 39 48 16 40 52 64 11 20 50 65 80 II 24 60 78 96 * 5'0 65 80 *Add T times for each additional 2-foot depth. I (The values listed above have been extrapolated from ASTM C 924-85) 7 � , 4/2013 02530- 19 of 20 11 CITY OF PEARLAND GRAVITY SANITARY SEWERS Table 02530-5 PIPE VS MANDREL DIAMETER NOMINAL AVERAGE MATERIAL AND SIZE I.D MINIMUM MANDREL WALL CONSTRUCTION (INCHES) (INCHES) DIAMETER(INCHES) PVC-Solid(SDR 26) 6 5.764 . 5.476 8 7715 7.329 10 9.646 9.162 PVC-Solid(SDR 35) 12 11.737 11.150 15 14.374 . 13.655 18 17.629 16.748 21 20.783 19.744 24 23.381 . 22.120 27 26.351 25.033 PVC-Profile(ASTM F 794) 12 11.740 11.153 15 14.370 13.652 18 17.650 16.768 21 20.750 19.713 24 23.500 22.325 27 26.500 25.175 30 29.500 28.025 36 35.500 33.725 42 41.500 39.425 48 47.500 45.125 HDPE-Profile 18 18.000 17.100 21 21.000 19.950 24 24.000 22.800 27 27.000 25.650 30 30.000 28.500 36 36.000 34.200 42 42.000 39.900 48 48.000 45.600 54 54.000 51.300 60 60.000 57.000 Fiberglass-Centrifugally Cast 12 12.85 11.822 (Class SN 46) 18 18.66 17.727 20 20.68 19.646 24 24.72 23.484 30 30.68 29.146 36 36.74 34.903 42 42.70 40.565 48 48.76 46.322 54 54.82 52.079 60 60.38 57.361 END OF SECTION 4/2013 02530-20 of 20 dl CITY OF PEARLAND SANITARY SEWAGE FORCE MAINS Section 02533 SANITARY SEWAGE FORCE MAINS 1.0 GENERAL 1.01 SECTION INCLUDES A. Sanitary sewage force mains. B References to Technical Specifications 1 Section 01200—Measurement and Payment Procedures 2 Section 01350—Submittals 3 Section 01450—Testing Laboratory Services 4 Section 02634—Ductile Iron Pipe and Fittings 5 Section 03300—Cast-in-Place Concrete 6 Section 02318 —Excavation and Backfill for Utilities C Referenced Standards 1 American Society for Testing and Materials(ASTM) a. ASTM F 477,"Standard Specification for Elastomenc Seals(Gaskets) for Joining Plastic Pipe" b ASTM D 1248, "Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable" 2. American Concrete Institute (ACI) 1.02 MEASUREMENT AND PAYMENT A. Measurement for pipe is on a linear foot basis taken along the center line of the pipe from end to end,measured and complete in place. B Payment for sanitary sewage force mains includes pipe,fittings,excavatiln,bedding, backfill and special backfill,shoring,earthwork,connections to existing manholesd and pipe, accessories, inspection and testing. C Refer to Section 01200—Measurement and Payment Procedures. 1.03 SUBMITTALS A. Make Submittals required by this Section under the provisions of Section 01350 — Submittals. 5/2013 02533 - 1 of 6 CITY OF PEARLAND SANITARY SEWAGE FORCE MAINS B Submit proposed methods,equipment,materials,and sequence of operations for force main construction. C Submit Shop Drawings and design calculations for joint restraint systems using reinforced concrete encasement of pressure pipe and fittings. D Submit product quality,material sources, and field quality information in accordance with this Section. 1.04 TESTING A. Testing and analysis of product quality, material sources, or field quality shall be performed by an independent testing laboratory provided by the Owner under the provisions of Section 01450 — Testing Laboratory Services and as specified in this Section. 2.0 PRODUCTS 2.01 DUCTILE IRON PIPE AND FITTINGS A. Conform to requirements of Section 02634—Ductile Iron Pipe and Fittings. All pipe used for sanitary sewer force mains shall be painted white. 2.02 PVC PIPE A. Provide PVC pressure pipe conforming to the minimum working pressure rating specified in this Section. All pipe used for sanitary sewer force mains shall be white. B Acceptable pipe joints are integral bell-and-spigot,containing a bonded-in elastomeric sealing ring meeting the requirements of ASTM F 477 In designated areas requiring restrained joint pipe and fittings, use EBAA Iron Series 2000PV, Umflange Series 1350 restrainer,or equal joint restraint device conforming to UNI-B-13,for PVC pipe 12-inch diameter and less. C Fittings. Provide ductile iron fittings as per this Section, 2.03 "Thrust Restraint", except furnish all fittings with one of the following internal linings. 1 Nominal 40 mils (35 mils minimum) virgin polyethylene complying with ASTM D 1248,heat fused to the interior surface of the fitting,as manufactured by American Cast Iron Pipe "Polybond", or U S Pipe "Polyhne" 2 Nominal 40 mils(35 mils minimum)polyurethane, Corro-pipe II by Madison Chemicals, Inc. 3 Nominal 40mils(35 mils minimum)ceramic epoxy,Protecto 401 by Enduron Protective Coatings. 5/2013 02533 -2 of 6 CITY OF PEARLAND SANITARY SEWAGE FORGE MAINS D Hydrostatic Tests Hydrostatically test pressure rated pipe in accordance with this Section, 3 04A"Hydrostatic Testing" II E. Manufacturers. Approved manufacturers of pressure rated, solid wall PVC pipe for sanitary sewer force mains are: 1 J &M Manufacturing Company, Inc. 2. CertainTeed Corporation 3 Diamond Plastics Corporation 4 Carlon Company 5 North American Pipe Corporation (NAPCO) F Provide lined ductile iron fittings conforming to Section 02634—Ductile Iron Pipe and Fittings. 2.03 THRUST RESTRAINT ,I A. Unless otherwise shown on the Plans,provide concrete thrust blocking for force mains up to 12-inches in diameter, to prevent movement of buried lines under'pressure at bends. Blocking shall be Portland cement concrete. Place concrete in accordance with details on the Plans. Place thrust blocks between undisturbed ground and jthe fittings. Anchor fittings to thrust blocks so that pipe and fitting joints are accessible for repairs. Concrete shall extend from 6 inches below the pipe or fitting to 12 inches above. B For all force mains larger than 12 inches in diameter,and where indicated on the Plans, provide restrained joints conforming to the requirements of the force main pipe material specifications. Restrained joints shall be installed for the length of pipe on both sides of each bend or fitting for the full length shown on the Plans. C Horizontal and vertical bends between zero and 10° deflection angle will not require thrust blocks or harnessed or restrained joints. D Horizontal and vertical bends between 10° and 90°deflection angle shall have thrust restraint as shown on the Plans. E. Reinforced concrete encasement of force main pipe and fittings may be used in lieu of manufactured joint restraint systems. Alternate joint restraint systems using reinforced concrete encasement shall conform to the following design requirements! 1 Design calculations shall be performed and sealed by a Professional Engineer licensed in the State of Texas. 2. Design calculations shall be based upon soil parameters quantified in the geotechmcal report for the site where the alternative thrust restraint system is to be installed. If data is not available for the site,use parameters recommended by the geotechnical engineer 3 The design system pressure shall be the specified test pressure. 5/2013 02533 -3 of 6 CITY OF PEARLAND SANITARY SEWAGE FORCE MAINS 4 The following safety factors shall be used in sizing the restraint system. a. Apply a factor of safety equal to 1 5 for passive soil resistance. b Apply a factor of safety equal to 2.0 for soil friction. 5 The encasement shall be contained entirely within the standard trench width and terminate on both ends at a pipe bell or coupling. 6 Concrete encasement reinforcement steel shall be designed for all loads including internal pressure and longitudinal forces. Concrete design shall be in accordance with ACI 318 3.0 EXECUTION 3 01 PREPARATION A. Plan operations to minimize disruption of utilities to occupied facilities or adjacent property 3.02 PIPE INSTALLATION BY OPEN-CUT A. Perform excavation, bedding, and backfill in accordance with Section 02318 — Excavation and Backfill for Utilities. B Install pipe in accordance with the pipe manufacturer's recommendations and as specified in this Section. C Install pipe only after excavation is completed,the bottom of the trench is fine graded, bedding material is installed, and the trench has been approved by the Engineer D Install pipe to the line and grade indicated. Place pipe so that it has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignment indicated. Provide bell holes where necessary E. Install pipe with the spigot ends toward the direction of flow Form a concentric joint with each section of adjoining pipe so as to prevent offsets. F Keep the interior of pipe clean as the installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size,use a suitable swab or drag in the pipe and pull rt forward past each joint immediately after the joint has been completed. Remove foreign material and debris from the pipe. G Provide lubricant,place and drive home newly-laid sections with come-a-long winches so as to eliminate damage to sections. Install pipe to "home" mark where provided. Use of back hoes or similar powered equipment will not be allowed unless protective measures are provided and approved in advance by the Engineer 5/2013 02533 -4 of 6 CITY OF PEARLAND SANITARY SEWAGE FORCE MAINS 11 H. Keep excavations free of water during construction and until final inspection. I. When work is not in progress,cover the exposed ends of pipes with an ap roved plug to prevent foreign material from entering the pipe. J Where sanitary sewer force main is to be installed under an existing waterline with a fi separation distance of less than 2 feet, install one full joint length of pipe centered on the waterline and maintain a minimum 6 inch separation distance. 3.03 PIPE INSTALLATION OTHER THAN OPEN-CUT A. For installation of pipe by augenng or jacking conform to requirements of specification sections for augenng or Jacking,work. 3.04 FIELD QUALITY CONTROL A. Hydrostatic Testing 1 After the pipe and appurtenance have been installed, test line and drain. Prevent damage to the Work or adjacent areas. Use clean water to perform tests. 2. The Engineer may direct tests of relatively short sections of completed lines to minimize traffic problems or potential public hazards. 3 Test pipe in the presence of the Engineer 4 Test pipe at 150 psig or 1.5 times design pressure of the pipe, whichever is greater Design pressure of the force main shall be the rated total dynamic head of the lift station pump 5 Test pipe at the required pressure for a minimum of 2 hours according to requirements o_f UNI-B-3 6 Maximum allowable leakage shall be as calculated by the following formula. L=(S) (D) (P05)/ 133,200 Where: L = Leakage in gallons per hour S = Length of pipe in feet D = Inside diameter of pipe in inches P = Pressure in pounds per square inch 7 Correct defects,, cracks, or leakage by replacement of defective items or by repairs as approved by the Engineer 5/2013 02533 -5 of f 6 91 CITY OF PEARLAND SANITARY SEWAGE FORCE MAINS 8 Plug openings in the force main after testing and flushing. Use cast iron plugs or blind flanges to prevent debris from entering the tested pipeline. B Pigging Test 1 When requested by the Engineer and after completion of hydrostatic testing and prior to final acceptance,test force mains longer than 200 feet by pigging to ensure piping is free of obstructions. 2. Pigs. Provide proving pigs manufactured of an open-cell polyurethane foam body, without any coating or abrasives which would scratch or otherwise damage interior pipe wall surface or lining. Pigs shall be able to pass through reductions of up to 65 percent of the nominal cross-sectional area of the pipe. Pigs shall be able to pass through,standard fittings such as 45°and 90°elbows, crosses,tees,wyes,gate valves,or plug valves,as applicable to the force main being tested. 3 Test Execution. Pigging test shall be conducted in the presence of the Engineer Provide at least 48 hours notice of scheduled pigging of the force main prior to commencing the test. 4 All pigging tests shall be borne by the Contractor at no cost to the City END OF SECTION 5/2013 02533 -6 of 6 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES Section 02542 ` 1 CONCRETE MANHOLES AND ACCESSORIES 1.0 GENERAL 1.01 SECTION INCLUDES A. Pre-Cast Concrete Manholes for sanitary B Pre-Cast and Cast-in-Place Manholes for storm sewer C Iron castings for manhole frames and covers, inlet frames and grates, catch.basin frames and grates,meter vault frames and covers, adjustment rings and extensions. D Ring grates. E. References to Techmcal Specifications 1 Section 01200—Measurement and Payment Procedures 2. Section 01350—Submittals 3 Section 01500—Temporary Facilities and Controls 4 Section 03300—Cast-in-Place Concrete 5 Section 02255—Bedding, Backfill, and Embankment Materials 6 Section 02318—Excavation and Backfill for Utilities 7 Section 02530—Gravity Sanitary Sewers 8 Section 01140—Contractor's Use of Premises F Referenced Standards 1 American Society for Testing and Materials (ASTM) a. ASTM C 478,"Standard Specification for Precast Reinforced Concrete Manhole Sections" b ASTM C 443,"Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets" c. ASTM C 270, "Standard Specification for Mortar for Unit Masonry" d. ASTM C 923, "Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures,Pipes and Laterals" e. ASTM C 1107,"Standard Specification for Packaged Dry,Hydraulic- Cement Grout(Nonshrink)" f. ASTM A 48, "Standard Specification for Gray Iron Castings" g. ASTM A 615, "Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement" h. ASTM D 698, "Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort" 05/2013 02542- 1 of 15 CITY OFPEARLAND CONCRETE MANHOLES AND ACCESSORIES 2. American Association of State Highway and Transportation Officials (AASHTO) 3 American Water Works Association(AWWA) 4 American Welding Society(AWS) a. AWS D12.1, "Reinforcing Steel Welding Code" 5 Texas Commission on Environmental Quality(TCEQ) a. Chapter 217.55 "Minimum Clear Opening" G Definitions. 1 Shallow Depth Manholes-manholes having a depth of 4 feet or less measured from the top of cover to sewer invert. 2. Normal Depth Manholes-manholes having a depth of greater than 4 feet and up to 8 feet measured from top of cover to sewer invert. 3 Extra Depth Manholes- manholes having a depth of greater than 8 feet measured from the top of cover to sewer invert. 4 Corrosion Resistant Manholes- concrete manholes incorporating additional material, such as liners or coatings, which make them more resistant to corrosion than typical concrete manholes. 5 Standard Manholes Drops- drops of up to 3 vertical feet measured from the invert of the T-fitting to the sewer invert. 6 Extra Depth Manhole Drops-drops in excess of 3 vertical feet measured from the invert of the T-fitting to the sewer invert. 1.02 MEASUREMENT AND PAYMENT A. Measurement for Normal Depth Manholes and/or Normal Depth Corrosion Resistant Manholes shall be per each. B Measurement for Shallow Depth Manholes and/or Shallow Depth Corrosion Resistant Manholes shall be per each. C Measurement for Extra Depth Manholes and/or Extra Depth Corrosion Resistant Manholes is on a vertical foot basis for each foot of depth greater than 8 feet. D Payment for Manholes under this Section shall be for complete installation including riser, frames, grates, adjustment rings, stainless steel inflow preventers, cut-in work, covers,penetrations,other appurtenances,and be in accordance with Section 01200— Measurement and Payment Procedures. 05/2013 02542-2 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES E. Measurement for Standard Manhole Drops shall be per each. II F Measurement for Extra Depth Manhole Drops is on a vertical foot basis for each foot of Drop greater than 3 feet. G Payment for Drops under this Section shall be for assembly components,encasement, other appurtenances, and be in accordance with Section 01200 —Measurement and Payment Procedures. H. Payment for Air Release Manhole with Valves and Fittings installed is on.a unit price basis for each manhole with air release valves,fittings and appurtenances installed and in accordance with Section 01200 Measurement and Payment Procedures'. 1 03 PERFORMANCE REQUIREMENTS II A. Perform work needed to make manholes structurally sound, improve flow, prevent entrance of inflow or groundwater, prevent entrance of soil or debris, and provide protection against hydrogen sulfide gas attack. B Manufacturer's Product Support. 1 Through the Contractor,manufacturers of wall sealing or lining sylIstems shall submit to Engineer for review and approval a detailed descrip�i ion of the proposed coating installation process. Describe surface preparation, independent laboratory test results, mix design procedures and method of controlling uniform thickness. 2. A representative employed by the manufacturer and having technical training in epoxy or cementitious liner shall be named and available for consultation by telephone during business hours and on site upon 48 hours notic 4I 3 Manufacturer's representative on concrete lining systems shall provide technical assistance to applicators to ensure proper usage of dispensing equipment and accurate proportions of admixtures. 1.04 SUBMI.TTALS A. Make Submittals required by this Section under the provisions of Section 01350 — Submittals. bl B Submit proposed design mix and test data for each type and strength of d ncrete. C Submit manufacturer's data and details of following items for approval. 1 Frames, grates,rings, and covers. 2. Materials to be used in fabricating drops. 05/2013 02542-3 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES 3 Materials to be used for pipe connections at manhole walls. 4 Materials to be used for stubs and stub plugs. 5 Plugs to be used for sanitary sewer hydrostatic testing. 6 Shop Drawings of manhole sections and base units and construction details, including reinforcement,Jointing methods,materials and dimensions. 7 Certification from manufacturer that precast manhole design is in full accordance with ASTM C 478 and design criteria as established in this Section, 2 03E, "Design Loading Criteria" 8 Product data, materials and procedures for corrosion resistant liner and coatings, if required. For coating and resistant liner systems requiring 10-yr manufacturer warranty, submit specific coating system including product, thickness, and application for Engineer's approval. 9 Manufacturer's data for pre-mix(bag)concrete,if used for channel inverts and benches. D Installer Qualifications. Installers of liners and wall repair systems shall submit qualifications to Engineer at least 14 days prior to start of any material application. Submittal shall consist of: 1 Manufacturer's approved equipment list, by name and model number for application of product and contractor's equipment list showing approved equipment available for use in product application. 2. List of contractor's personnel who have satisfactorily completed manufacturer's training in product application within previous two years. Include date of certification for each person. E. Provide Shop Drawings for fabrication and erection of casting assemblies. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include Setting Drawings for location and installation of castings and anchorage devices. 2.0 PRODUCTS 2.01 MATERIALS A. Concrete shall conform to requirements in Section 03300 - Cast-In Place Concrete. B' Minimum concrete compressive strength of 4000 psi. 05/2013 02542-4 of 15 ii CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES C. Reinforcing Steel shall conform to requirement in Se ction 03300-Cast-In Place Concrete. D Mortar shall conform to requirements of ASTM C 270,Type S using Portland cement. 2.02 PRECAST CONCRETE MANHOLES A. Use manhole sections and base sections conforming to ASTM C 478 Uqe base riser section with integral floors,unless shown otherwise. Provide adjustment rings which are standard components of the manufacturer of the manhole sections meeting material requirements of ASTM C 478 Mark date of manufacture and name or trlademark of manufacturer on inside of barrel. B Construct barrels for precast manholes from 48-inch diameter standard reinforced concrete manhole sections unless otherwise indicated on Plans. Use various lengths of manhole sections in combination to provide the correct height with the fewest joints. Wall sections shall be designed for depth as shown and loading conditions as described 11 in this Section,2.03E,"Design Load Criteria",but shall not be less than 5 inches thick. Base section shall have a minimum thickness of 12 inches under the invert. C Provide cone tops to receive 30-inch cast iron frames and covers, unless indicated otherwise. Use tops designed to support an AASHTO H-20 loading. D Where the Plans indicate that manholes larger than 48-inch diameter are required, precast base sections of the required diameter shall be provided with flat slab top precast sections used to transition to 48-inch diameter manhole access ner sections. Transition can be concentric or eccentric. The transition shall be located to'provide a minimum of 7-foot head-clearance from the top of bench to underside of transition. E Design Loading Criteria. The manhole walls,,transition slabs,cone tops,and manhole base slab shall be designed by the manufacturer to the requirements of 4TM C 478 for the depth as shown on Plans and the following design criteria. II dl 1 AASHTO H-20 loading applied to the manhole cover and transmuted down to the transition and base slabs. 2. Unit soil weight of 120 pcf located above all portions of the manhole, including base slab projections. 3 Lateral soil pressure based on saturated soil conditions producing an at-rest equivalent fluid pressure of 100 pcf, with soil pressure acting on empty manhole. 4 Internal liquid pressure based on a unit weight of 63 pcf, with manhole filled with liquid from invert to cover, with no balancing external soil pressure. 5 Dead load of manhole sections fully supported by the transition an Yl base slabs. 05/2013 02542-5 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES 6 Design additional reinforcing steel to transfer stresses at openings. 7 The minimum clear distance between any two wall penetrations shall be 12 inches or half the diameter of the smaller penetration, whichever is greater F Form joints between sections with 0-ring gaskets conforming to ASTM.C 443 G Do not incorporate manhole steps in manhole sections. H. Do not use brick masonry in construction of sanitary sewer manholes. 2.03 MISCELLANEOUS METALS A. Provide cast-iron frames, grates, rings, covers, and stainless steel inflow preventers conforming to requirements of this Section and the City of Pearland Standard Construction Details. 2.04 DROPS A. Drops shall conform to the same pipe material requirements used in the main pipe, unless otherwise indicated on the Plans. 2.05 PIPE CONNECTIONS A. Use resilient connectors conforming to requirements of ASTM C 923 Metallic mechanical devices as defined in ASTM C 923 shall be made of the following materials. 1 External clamps a. Type 304 stainless steel. 2. Internal, expandable clamps on standard manholes a. Type 304 stainless steel, 11 gage minimum. 3 Internal, expandable clamps on corrosion-resistant manholes a. Type 316 stainless steel, 11 gage minimum. b Type 304 stainless steel, 11 gage minimum, coated with minimum 16 mm fusion-bonded epoxy conforming to AWWA C-213 4 All precast openings shall be fully circular, 360°openings. B Where rigid joints between pipe and a cast-in-place manhole base are specified or shown on the Plans, use polyethylene-isoprene water-stop meeting the physical property requirements of ASTM C 923, Press-Seal WS Series, or equal. 05/2013 02542-6 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES C Storm sewer pipe connections. 1 Connections acceptable for sanitary sewers. 2. Line pipe grouted in place with mortar Rehabilitate. 2.06 WALL CLEANING MATERIAL I{ A. Cleaners. Detergent or munatic acid capable of removing dirt, grease, oil and other matter which would prevent a good bond of sealing material to wall. Refer to sealing material manufacturer's recommendations. 2.07 SEALANT MATERIALS A. Sealing materials between precast concrete adjustment ring and manhole cover frame shall be Adeka Ultraseal P201, or approved equal. 2.08 WALL REPAIR MATERIALS A. Hydraulic Cements.Use a blend of cement powders or hydraulic cement to stop active leaks in the manhole structure. B Quickset Mortar Use a quickset mortar to repair wide cracks, holes or disintegrated mortar 2.09 CORROSION RESISTANT MANHOLE MATERIALS A. Provide one of the following as indicated on the Plans 1 Precast cylindrical Portland cement concrete sanitary sewer manhole sections, base sections, and cone sections with one of the following factory applied internal coatings or approved equal a. NeoPoxyTM NPR-5300 Series "PureEpoxy" spray on epoxy liner and other required fillers/sealants per manufacturer's recommendations. b NeoPoxyNPR-3501 high tensile elongation epoxy elastomenc gout and sealant. c. NeoPoxy NPR-5305 trowelable epoxy filler, grout and sealant, d. Chemical and cementitious rapid set hydraulic grouts such as Strong-Plug, Strong-Seal QSR, Quadex Hyperform and iQuadex Hydro-Plug, or other equivalents pre-approved by the engineer 05/2013 0 542-7 of 15 1 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES e. NeoPoxy P-88 ultraviolet light resistant topcoat. f. EMACO liner(contact City of Pearland Public Works Department for specific type) g. Raven liner(contact City of Pearland Public Works Department for specific type) h. SewperCoat 100% Calcium aluminate by KerneosTM Aluminate Technologies. 2. Type I Coating: The manufacturer of these applied products shall provide a minimum 10-year material and labor warranty A 10-year manufacturer warranty shall be applicable for the following sanitary sewer manholes. a. Manholes that receive force main discharge. b Manholes within the lift/pump station site including last manhole before wet well. c. Manholes with 5 feet diameter and larger or manholes that receive discharge from 15"or larger diameter gravity sewer d. Manholes as determined by City Engineer 3 Type II Coating: All other sanitary sewer manholes shall be coated with minimum 125 mil thick coating of products specified in Section 2.09 1.a-d,or approved equal. 2.10 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02255 — Bedding, Backfill, and Embankment Materials. 2.11 NON-SHRINK,GROUT A. For non-shrink grout,use prepackaged, inorganic, flowable,non-gas-liberating,non- metallic, cement-based grout requiring only the addition of water It shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. 05/2013 02542-8 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES 2.12 CASTINGS A. Castings for frames, grates, rings and covers shall conform to City 6 f Pearland Standard Construction Details and shall be ASTM A 48, Class 30 Provide locking covers if indicated on Plans. B Castings shall be capable of withstanding the application of an AASHTO 14-20 loading without permanent deformation. C Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Plans. D Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetncal, free of plugs. 2.13 BEARING SURFACES A. Machine bearing surfaces between covers or grates and their respective frames so that even bearing is provided for any position in which the casting may be seated in the frame. 2.14 SPECIAL FRAMES AND COVERS A. Where indicated on the Plans, provide watertight manhole frames and covers with a minimum of four bolts and a gasket designed to seal cover to frame. Supply watertight manhole covers and frames, Model R-1916 manufactured by Neenah Foundry Company, Model V-2420 by East Jordan Iron Works, or approval equal. B Where personnel entry is anticipated, minimum clear openings of 30-inches is required. 2.15 FABRICATED RING GRATES A. Ring grates shall be fabricated from reinforcing steel conforming to AS11M A 615 B Welds connecting the bars shall conform to AWS D12.1 2.16 INFLOW PREVENTERS A. Provide stainless steel inflow preventers with air release vents on all sanitary sewer manholes. • 05/2013 02542-9 of 15 if CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES 3.0 EXECUTION 3.01 EXAMINATION ' A. Verify lines and grades are correct. B Determine if the subgrade,when scarified and re-compacted, can be compacted to 95 percent of maximum Standard Proctor Density according to ASTM D 698 prior to placement of foundation material and base section. If it cannot be compacted to that density,the subgrade shall be moisture conditioned until that density can be reached or shall be treated as an unstable subgrade. C Do not build sanitary or storm sewer manholes in ditches, swales, or drainage paths unless approved by the Engineer 3.02 PLACEMENT OF PRECAST MANHOLES A. Install precast manholes to conform to locations and dimensions shown on Plans. B Place manholes at points of change of alignment, grade, size, pipe intersections, and end of sewer 3.03 MANHOLE BASE SECTIONS AND FOUNDATIONS A. Place precast base on 12-inch-thick(minimum)foundation-of cement stabilized sand or a concrete foundation slab Compact cement-sand in accordance with requirements of Section 02318—Excavation and Backfill for Utilities. B Unstable Subgrade Treatment: When unstable subgrade is encountered,the subgrade will be examined by the Engineer to determine if the subgrade has heaved upwards after being excavated. If heaving has not occurred, the subgrade shall be over- excavated to allow for a 24-inch thick,layer of crushed stone wrapped in filter fabric as the foundation material under the manhole base. If there is evidence of heaving,a pile- supported concrete foundation, as detailed on the Plans, shall be provided under the manhole base, when indicated by the Engineer 3.04 PRECAST MANHOLE SECTIONS A. Install sections, joints, and gaskets in accordance with manufacturer's printed recommendations. B Install precast or steel adjustment rings above tops of cones or flat-top sections as required to adjust the finished elevation and to support manhole frame. C Seal any lifting holes with,non-shrink grout. 05/2013 02542- 10 of 15 I CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES D Where PVC liners are required, seal joints between sections in accordance with manufacturers recommendations. 3.05 PIPE CONNECTIONS AT MANHOLE A. Install approved resilient connectors at each pipe entering and exiting sanitary sewer manholes in accordance with manufacturer's instructions. II B Ensure that no concrete,cement stabilized sand,fill,or other rigid material is allowed to enter the space between the pipe and the edge of the wall opening at anal around the resilient connector on either the interior or exterior of the manhole. If necessary,fill the space with a compressible material to guarantee the full flexibility provided by the resilient connector All pipe openings shall be fully circular, 360° openings. il C Where a new manhole is to be constructed on an existing sewer, install precast manhole base with factory installed Fernco type connections and pipe stubouts at least two (2) feet outside manhole wall. Manhole shall be cut-in to existing pipe. No "horseshoe"or"dog house"type connections will be permitted. D Do not construct joints on sanitary sewer pipe within wall sections of manholes. Use approved connection material. E. Construct pipe stubs with resilient connectors for future connections at locations and with material indicated on Plans. Install approved stub plugs at interior of manhole. F Test connection for watertight seal before backfilling. 3.06 INVERTS FOR SANITARY SEWERS A. Construct invert channels to provide a smooth flow transition waterway with no disruption of flow at pipe-manhole connections. Conform to following critena. 1 Slope of invert bench. 1 inch per foot minimum, 1-1/2 inch per foo i maximum. Al 2. Depth of bench to invert: Pipes smaller than 15-inches one-half largest pipe diameter 1 Pipes 15 to 24-inches. three-fourths the largest pipe diameter Pipes larger than 24-inches. equal to the largest pipe diameter 3 Invert slope through manhole. 0 10-foot drop across manhole with smooth transition of invert through manhole,unless otherwise indicated�n Plans. B Form invert channels with class A concrete if not integral with manhole base. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. Provide curves for side inlets and smooth invert fillets for flow transition between pipe inverts. 05/2013 02542- 11 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES 3.07 DROPS FOR SANITARY SEWERS A. Construct Drops with same materials used in main pipe unless otherwise indicated on Plans or approved by the Engineer Install a Drop when a sewer line enters a manhole higher than 30-inches above the invert of the manhole. All drops must be interior drops. B Terminate encasement of blind drops a minimum of 5 inches below top of bell and not less than 12 inches above top of next lower bell. Install approved plug at bell. 3.08 MANHOLE FRAME AND ADJUSTMENT RINGS A. Combine precast concrete adjustment rings so that the elevation of the installed casting cover is 3/8 inch below the pavement surface. Seal between adjustment ring and the manhole top with non-shrink grout; do not use mortar between adjustment rings. Apply a latex-based bonding agent to concrete surfaces to be joined with non-shrink grout. Set the cast iron frame on the adjustment ring in a bed of approved,sealant. The sealant bed shall consist of two beads of sealant,, each bead having minimum dimensions of 1/2-inch and 3/4-inch wide. B For manholes in unpaved areas,top of frame shall be set a minimum of 6 inches above existing ground line unless otherwise indicated on Plans. In unpaved areas,encase the manhole frame in mortar or non-shank grout placed flush with the face of the manhole ring and the top edge of the frame. Provide a rounded corner around the perimeter 3.09 BACKFILL A. Place and compact backfill materials in the area of excavation surrounding manholes in accordance with requirements of Section 02318 — Excavation and Backfill for Utilities. Use embedment zone backfill material,as specified for the adjacent utilities, from manhole foundation up to an elevation 12 inches over each pipe connected to the manhole. Provide trench zone backfill,as specified for the adjacent utilities,above the embedment zone backfill. B Where rigid joints are used for connecting existing sewers to the manhole, backfill under the existing sewer up to the spring-line of the pipe with Class B concrete or flowable fill. .3.10 MANHOLE WALL CLEANING A. The floor and interior walls of the manhole shall be thoroughly cleaned and made free of all foreign materials including dirt, grit, roots, oils, grease, sludge, incompatible existing coatings,waxes,form release,curing compounds,efflorescence,sealers,salts, or other contaminants which may affect the performance and adhesion of the coating to the substrate. 05/2013 02542- 12 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES it 1 High pressure water blasting with a minimum of 3,500 psi shall be used to clean free all foreign material within the manhole 2. When grease and oil are present within the manhole,an approved detergent or munatic acid shall be used integrally with the high pressure cleaning,water 3 All materials resulting from the cleaning of the manhole shall be removed prior to application of the coating. I 4 All loose grout, ledges, steps and protruding ledges shall be removed to provide an even surface prior to application of coating. fi B Prevent any foreign material from entering the adjoining pipes. Remove droppings of foreign and wall sealant matenals before they harden on the bottom of the manhole. C No separate pay shall be made for this item. Include cost for sealing in th'e unit price for manholes. D Manufacturer's representative shall be available at all times on site to answer questions and approve manhole preparation work prior to lining. 3.11 MANHOLE WALL SEALING A. Seal active leaks in the manhole structure by using non-shrink grout. B Remove loose or defective wall material. Wipe or brush surface clean prior to the application of hydraulic cement C. Drill weep holes at bottom of manhole walls to relieve hydrostatic pressure to stop leaks. Plug pressure relief holes after leaks are stopped using hydraulic cement materials. Lead wool may also be used to plug large leaks. D Repair wide cracks,or holes with quickset mortars. Follow manufacturer'sIlapplication procedures. I E. Shape manhole inverts before wall sealing work. Apply concrete to cleaned manhole benches as specified in Section 03300 11 F After all active leaks have been stopped, clean and prepare walls for application of selected liner material. G Properly apply the sealing compound to provide the minimum required uniform coating to the wall surface. H. Prevent any foreign material from entering the adjoining pipes. Remove droppings of foreign and wall sealant materials before they harden on the bottom of tit manhole. 05/2013 02542- 13 of 15 CITY OF PEARLAND CONCRETE MANHOLES AND ACCESSORIES I. Strictly follow product manufacturer's published technical specifications and recommendations for surface preparation, application and proportioning. 3 12 FIELD QUALITY CONTROL A. Conduct leakage testing of manholes in accordance with requirements of Section 02530—Gravity Sanitary Sewers. Vacuum test shall be completed prior to coating of the manhole. 3.13 INSPECTION A. After manhole wall sealing has been completed, visually inspect the manhole in the presence of Engineer Check for cleanliness and for elimination of active leaks. B At completion of manhole construction, assist Engineer in verifying installation of minimum coating thickness of concrete liner Test several points on the manhole wall. Repair verification points prior to final acceptance for payment. C During application of corrosion resistant liner, a wet film thickness gauge, meeting ASTM D4414, shall be used. Measurements shall be taken,documented and attested by the Contractor for submission to the Owner D At completion of manhole construction, assist Engineer in inspection of installation. 3.14 TESTING A. After the coating product(s)have set in accordance with manufacturer's instructions, all surfaces shall be inspected for holidays with high-voltage holiday detection equipment. Reference NACE RPO 188-99 for performing holiday detection. All detected holidays shall be marked and repaired by abrading the coating surface with grit disk paper or other hand tooling method. After abrading and cleaning, additional coating can be hand applied to the repair area. All touch-up/repair procedures shall follow the coating manufacturer's recommendations. Documentation on areas tested, results and repairs made shall be provided to Owner by Contractor B Visual inspection shall be made by the Project Engineer and/or Inspector Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor 3.15 CLEAN-UP AND RESTORATION A. Perform clean-up and restoration in and around construction zone in accordance with Section 01140—Contractor's Use of Premises. 05/2013 02542- 14 of 15 CITY OF'PEARLAND CONCRETE MANHOLES AND ACCESSORIES li 3.16 PROTECTION OF THE WORK A. Protect Manholes from damage until subsequent work has been accepted B Repair or replace damaged elements of Manholes at no additional cost to he Owner C In unpaved areas,provide positive drainage away from manhole frame to natural grade. 11 END OF SECTION 1f II jf II 05/2013 02542- 15 of 15 CITY OF PEARLAND FRAMES,GRATES, RINGS,AND'COVERS Section 02603 FRAMES, GRATES,RINGS,AND COVERS 1.0 GENERAL 1 01 SECTION INCLUDES li A. Iron castings for manhole frames and covers, inlet frames and grates, atch basin frames and grates,meter vault frames and covers, adjustment rings and extensions. B Ring grates. C References to Technical Specifications 1 Section 01200—Measurement and Payment Procedures 2. Section 01350 - Submittals I' D Referenced Standards 1 Amencan Society for Testing and Materials (ASTM) If a. ASTM A 48, "Standard Specification for Gray Iron Castings" b ASTM A 615, "Standard Specification for Deformed, and Plain Carbon-Steel Bars for Concrete Reinforcement" c ASTM C 270, "Standard Specification for Mortar for Unit Masonry" 2. American Association of State Highway and Transportation Officials (AASHTO) a. AASHTO M 306, "Drainage, Sewage, Utility, and Related Castings" 3 American Welding Society(AWS) a. AWS D12.1, "Reinforcing Steel Welding Code" 4 Texas Commission on Environmental Quality(TCEQ) a. Chapter 217.55 "Minimum Clear Opening" 1.02 MEASUREMENT AND PAYMENT A. Unless indicated as a Bid Item,no separate payment will be made for frames, grates, rings, covers, and seals under this Section. Include cost in Bid Items for which this Work is a component. 4, B If frames, grates, rings, covers, and seals are included as a Bid Items, measurement will be based on the Units shown in Section 00300—Bid Proposal and in accordance with Section 01200—Measurement and Payment Procedures. , 12/2015 02603- 1 of 3 1 CITY OF PEARLAND FRAMES, GRATES, RINGS,AND COVERS 1.03 SUBMITTALS A. Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B Provide copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. Manufacturer shall be East Jordan Iron Works, Inc or as approved by public works. C Provide Shop Drawings for fabrication and erection of casting assemblies. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include Setting Drawings for location and installation of castings and anchorage devices. 2.0 PRODUCTS 2.01 CASTINGS A. Castings for frames,grates,nngs and covers shall conform to ASTM A 48,Class 35B and AASHTO M 306 Provide locking covers if indicated on Plans. B Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. C Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Plans. D Castings shall be 75% post-consumer recycled material, clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.02 BEARING SURFACES A. Machine bearing surfaces between covers or grates and their respective frames so that even bearing is provided for any position in which the casting may be seated in the frame. 2.03 SPECIAL FRAMES AND COVERS A. Where indicated on the Plans,provide stainless steel inflow preventers and watertight manhole frames and covers with a minimum of four bolts and a gasket designed to seal cover to frame. Supply watertight manhole Frames and Covers, Model R-1916 manufactured by Neenah Foundry Company, Model V-2420 by East Jordan Iron Works, or as approved by public works. B Where personnel entry is anticipated,minimum clear opening of 30-inches is required. 12/2015 02603-2 of 3 CITY OF PEARLAND FRAMES,;GRATES, RINGS,ANDI COVERS 2.04 FABRICATED RING GRATES A. Ring grates shall be fabricated from reinforcing steel conforming to ASTM A 615 B Welds connecting the bars shall conform to AWS D12 1 2.05 MORTAR IR A. Conform to requirements of ASTM C 270, Type S using Portland cement. ai 3.0 EXECUTION 3.01 INSTALLATION II A. All installations that have an elevation difference between the final elevation of the manhole cover and the surrounding finished grade greater than 18 inches will be required to be hinged, lift assist gasketed ring and cover II B Install castings according to approved Shop Drawings, instructions given in related Sections, and applicable directions from the manufacturer's printed materials. C Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. D Ring grates shall be fabricated in accordance with Plans and shall be set n mortar in the mouth of the pipe bell. END OF SECTION II 12/2015 02603 -3 of 3 II CITY OF PEARLAND STORM SEWERS Section 02630 I' STORM SEWERS II 1.0 GENERAL 1.01 SECTION INCLUDES A. Storm sewers and appurtenances. B References to Technical Specifications. 1 Section 01200—Measurement and Payment Procedures 2 Section 01350—Submittals 3 Section 01450—Testing Laboratory Services 4 Section 03300—Cast-in-Place Concrete 5 Section 02255 —Bedding, Backfill, and Embankment Materials ;I 6 Section 02318 —Excavation and Backfill for Utilities q 7 Section 02415 —Augenng Pipe or Casing for Sewers 8 Section 01140—Contractor's Use of Premises 9 Section 02629 - Safety End Treatments C Referenced Standards 1 Amencan Society for Testing and Materials (ASTM) a. ASTM C 76,"Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe b ASTM C 443,"Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets" c. ASTM C 506, "Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe" d. ASTM C 877, "Standard Specification for External Sealing Bands for Concrete Pipe, Manholes, and Precast Box Sections" I' e. ASTM C 507, "Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe" I� f. ASTM C 655, "Standard Specification for Reinforced Concrete D- Load Culvert, Storm Drain, and Sewer Pipe" g. ASTM D 3350,"Standard Specification for Polyethylene Plastic Pipe and Fittings Materials" ih h. ASTM C 1433, "Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers" i. ASTM B 633, "Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel" ASTM A 760, "Standard Specification for Corrugated 11Steel Pipe, Metallic-Coated for Sewers and Drains" it 5/2013 02630- 1 of 12 CITY OF PEARLAND STORM SEWERS 2. American Association of State Highway and Transportation Officials. (AASHTO) 1.02 MEASUREMENT AND PAYMENT A. Measurement for storm sewers is on a linear foot basis taken along the center line of the pipe from center line to center line of manholes or from end to end of culverts, measured and complete in place. Separate measurement will be made for each type and size of pipe installed. B Payment for storm sewer includes pipe, earthwork, connections to existing manholes and pipe,accessories,equipment and execution required are incidental to storm sewer work. C Refer to Section 01200—Measurement and Payment Procedures. 1.03 SUBMITTALS A. Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B. Submit manufacturer's literature for product specifications and installation instructions. C. Submit product quality,material sources, and field quality information in accordance with this Section. 1.04 TESTING A. Testing and analysis of product quality, material sources, or field quality shall,be performed by an independent testing laboratory provided by the Owner under the provisions of Section 01450 — Testing Laboratory Services and as specified in this Section. 1.05 QUALITY ASSURANCE A. The condition for acceptance will be a storm sewer that is watertight both in pipe-to- pipe,box-to-box joints and in pipe-to-manhole connections and in box connections. 5/2013 02630-2 of 12 iE CITY OF PEARLAND STORM SEWERS 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING ;1 A. Comply with manufacturer's recommendations. B Handle pipe, fittings, and accessories carefully with approved handling devices. Do not drop or roll pipe off trucks or trailers. Materials cracked,gouged,chipped,dented, or otherwise damaged will not be approved for installation. C Store pipe and fittings on heavy timbers or platforms to avoid contact withthe ground. 1,1 D Unload pipe,fittings,and specials as close as practical to the location of installation to avoid unnecessary handling. E. Keep interiors of pipe and fittings completely free of dirt and foreign matter 2.0 PRODUCTS Ii 2.01 MATERIAL A. Materials for storm sewers shall be of the sizes and types indicated on the Plans. B Materials for pipe and fittings, other than those specified or referenced, may be considered for use in storm sewers. C For consideration of other materials, submit complete manufacturer's data including materials,sizes,flow carrying capacity,installation procedures, and history of similar installations to Engineer for pre-bid evaluations, if allowed, or as a substitution. 2.02 REINFORCED CONCRETE PIPE A. Circular reinforced concrete pipe shall conform to requirements of ASTM C 76, for Class III wall thickness. Joints shall be rubber gasketed conforming to ASTM C 443 B Reinforced concrete arch pipe shall conform to the requirements of ASTM C 506 for Class A-III. Joints shall conform to ASTM C 877 C Reinforced concrete elliptical pipe, either vertical or horizontal, shall conform to the requirements of ASTM C 507 for Class VE-III for vertical or Class HE-III for horizontal. Joints shall be rubber gaskets conforming to ASTM C 877 D Reinforced concrete D-load pipe shall conform to the requirements of ASTM C 655 ii li 5/2013 02630-3 of 12 iR CITY OF PEARLAND STORM.SEWERS 2.03 PRECAST AND CAST-IN-PLACE REINFORCED CONCRETE BOX SEWERS A. All box sewer sections shall conform to ASTM C1433 B All pipe and boxes shall be machine-made or cast by a process which will provide for uniform placement of concrete in the forms and compaction by mechanical devices which will assure a dense concrete. C Concrete shall conform to requirements of Section 03300— Cast-in-Place Concrete with minimum compressive strength of 4000 psi. D Concrete shall be mixed in a central batch plant or other batchmg,facility from which the quality and uniformity of the concrete can be assured. Transit-mixed concrete is not acceptable. E. Make test specimens in test cylinders at the same time and in the same manner as the box sections they represent. Make a minimum of 4 test cylinders for each day's production run and each mix design. Cure test cylinders in the same manner and for , the same times as the boxes they represent. The producer must furnish all equipment required for testing concrete for boxes produced in a precasting plant. F For precast boxes,provide no more than 4 lifting holes in each section. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes of sufficient size for adequate lifting devices based on the size and weight of the box section. Do not use lifting holes larger than 3 in. in diameter Do not cut more than 1 longitudinal. G Rubber gaskted joints for precast reinforced concrete box culverts and sewers may be selected in lieu of boxes with preformed,flexible,mastic gasket material.When rubber gasket joints are selected, they shall meet the requirements of ASTM C 1677 for design of the joints, performance and joint tolerances. When selecting the rubber gasket joint for box,neither filter fabric nor external joint wrap shall be required. 2.04 CORRUGATED METAL PIPE AND FITTINGS A. Corrugated metal pipe may be galvanized steel, aluminized steel, aluminum or precoated galvanized steel as indicated on Plans and conforming to the following: Galvanized Steel AASHTO M218 Aluminized Steel AASHTO M274 Aluminum AASHTO M197 Precoated Galvanized Steel AASHTO M246 1 Reference to gauge of metal is to U S Standard Gauge for uncoated sheets. Tables in AASHTO M218 and AASHTO M274 list thicknesses for coated sheets in inches. The tables in AASHTO M197 list thicknesses in inches for clad aluminum sheets. 5/2013 02630-4 of 12 CITY OF PEARLAND STORM!SEWERS B Coupling bands and other hardware for galvanized or aluminized steel pipe shall conform to requirements of AASHTO M36 for steel pipe and AASHTO� M196 for aluminum pipe. 1 Coupling bands shall be not more than 3 nominal sheet thicknesses'lighter than thickness of pipe to be connected and in no case lighter than 0 0i!2 inch for steel or 0 048 inch for aluminum. if 2. Coupling bands shall be made of same base metal and coating ?metallic or otherwise) as pipe. 3 Minimum width of corrugated locking bands shall be as shown below for corrugations which correspond to end circumferential corrugations on pipes being joined. a. 10 %2 inches wide for 2 2/3 inch x 1/2-inch corrugations. I b 12 inches wide for 3 inch x 1 inch corrugations. 4 Helical pipe without circumferential end corrugations will be permitted only when it is necessary to join a new pipe to an existing pipe which I€as installed with no circumferential end corrugations. In this event pipe furnished with helical corrugations at ends shall be field jointed with either helically corrugated bands or with bands with projections (dimples) Th'e minimum width of helical corrugated bands shall conform to the following: a. 12 inches wide for 1/2 inch-deep helical end corrugations! b 14 inches wide for one inch-deep helical end corrugations'. 5 Bands with projections shall have circumferential rows ofprojectio'ns with one projection for each corrugation. Width of bands with projections shall be not less than the following: a. 12 inches wide for pipe diameters up to and including 172 inches. Bands shall have two circumferential rows of projections. b 16 1/4 inches wide for pipe diameters of 78 inches and greater Bands shall have four circumferential rows of projections. 6 Bolts for coupling bands shall be 1/2 inch diameter Bands 12 inches wide or less will have a minimum of 2 bolts per end at each connectionlJ and bands greater than 12 inches wide shall have a minimum of 3 bolts at each II connection. 7 Galvanized bolts may be hot dip galvanized in accordance with requirements of AASHTO M 232,mechanically galvanized to provide same requirements as AASHTO M 232, or electro-galvanized per ASTM B 633, Type RS 5/2013 0630-5 of 12 ii. CITY OF PEARLAND STORM SEWERS C Bituminous coated pipe or pipe arch shall be coated inside and out with a bituminous coating which shall meet these performance requirements and requirements of AASHTO M190 1 Pipe shall be uniformly coated inside and out to a minimum thickness of 0 05 inch, measured on crests of corrugations. 2. Bituminous coating shall adhere to the metal so that it will not chip, crack, or peel during handling and placement;and shall protect pipe from corrosion and deterioration. 3 Where a paved invert is shown on Plans,pipe or pipe arch,in addition to fully- coated treatment described above,shall receive additional bituminous material, same as specified above, applied to the bottom quarter of circumference to form a smooth pavement. Maintain a minimum thickness of 1/8 inch above crests of corrugations. D Furnish all fittings and specials required for bends, end sections, branches, access manholes,and connections to other fittings. Design fittings and specials in accordance with Plans and ASTM A 760 Fittings and specials are subject to same internal and external loads as straight pipe. 2.05 PIPE FABRICATION A. Steel Pipe. 1 Galvanized or aluminized steel pipe shall be full circle or arch pipe conforming to AASHTO M 36, Type I, Type IA, or Type II, as indicated on the Plans. 2 Fabrication with circumferential corrugations, lap joint construction with riveted or spot-welded seams,helical corrugations with continuous helical lock seam, or ultra-high frequency resistance butt-welded seams is acceptable. B Aluminum Pipe. 1 Pipe shall conform to the requirements of AASHTO M 196,Type I,Type IA, circular pipe, or Type II,pipe arch as indicated on the Plans. 2 Fabrication with circumferential corrugations, lap joint construction with riveted or spot-welded seams,or helical corrugations with a continuous helical lock seam. 3 Portions of aluminum pipe that will be in contact with concrete or metal other than aluminum, shall be insulated from these materials with a coating of bituminous material meeting requirements of AASHTO M 190 Extend coating a minimum distance of one foot beyond area of contact. 5/2013 02630-6 of 12 CITY OF PEARLAND STORM SEWERS C Precoated Galvanized Steel Pipe: if 1 Pipe shall be full circle or arch pipe conforming to AASHTO M 245, Type I, Type IA or Type II as indicated on the Plans. 2. Fabncation with circumferential corrugations, lap joint construction with riveted seams, or helical lock seams is acceptable. 3 Inside and outside coating shall be a minimum of 10 mils. it 2.06 SOURCE QUALITY CONTROL A. Tolerances. Allowable casting tolerances for concrete units are plus or minus 1/4 inch from dimensions shown on the Plans. Concrete thickness in excess of that required will not constitute cause for rejection provided that such excess thickness does not interfere with proper jointing operations. B Precast Unit Identification. Mark date of manufacture and name or trademark of manufacturer clearly on the inside of inlet, headwall or wingwall. C Rejection. Precast units may be rejected for non-conformity with these specifications and for any of the following reasons 1 Fractures or cracks passing through the shell,except for a single end crack that do not exceed the depth of the joint. 2. Surface defects indicating honeycombed or open texture. i 3 Damaged or misshaped ends, where such damage would prevent making a satisfactory joint. D Replacement: Immediately remove rejected units from the work site and replace with acceptable units. i E. Repairs Occasional imperfections resulting from manufacture or accidental damage may be repaired if, in the opinion of the Engineer, repaired units conform to requirements of these specifications. ii 2.07 BEDDING,BACKFILL,AND TOPSOIL MATERIAL A. Bedding and Backfill Material Conform to Plans and requirements of Sections 02255 —Bedding, Backfill, and Embankment Materials. it it ii 5/2013 02630-7 of 12 CITY OF PEARLAND STORM SEWERS 3.0 EXECUTION 3.01 PREPARATION A. Conform to requirements of Section 02318 — Excavation and Backfill for Utilities, 3 02 "Preparation" 3.02 EARTHWORK A. Excavate in accordance with requirements of Section 02318—Excavation and Backfill for Utilities, except where tunneling or jacking methods are shown on the Plans. When pipes are laid in a trench,the trench when completed and shaped to receive the pipe,shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of backfill and bedding material under and around pipe. B Bed pipe in accordance with Plans and Specifications. When requested by Engineer, furnish a simple template for each size and shape of pipe for use in checking shaping of bedding. Template shall consist of a thin plate or board cut to match lower half of cross section. C Where rock in either ledge or boulder form exists below pipe,remove the rock below grade and replace with suitable materials so that a slightly yielding compacted earth cushion is provided below pipe a minimum of 12 inches thick. D Where soil encountered at established grade is quicksand, muck or similar unstable materials, such unstable soil shall be removed and replaced in accordance with requirements of Section 02318 —Excavation and Backfill for Utilities. Do not allow cement stabilized materials for backfill to come into contact with any uncoated aluminum or aluminized pipe surface. E. After metal pipe structure has been completely assembled on proper line and grade and headwalls constructed when required by the drawing details, place selected material from excavation or borrow along both sides of the completed structures equally, in uniform layers not exceeding 6 inches in depth(loose measurement),wetted if required and thoroughly compacted between adjacent structures and between structure and sides of trench, or for a distance each side of structure equal to diameter of pipe. Backfill material shall be compacted to the same density requirements as specified for adjoining sections of embankment in accordance with specifications. Above three-fourths point of structure,place uniformly on each side of pipe in layers not to exceed 12 inches. F Only hand operated tamping equipment will be allowed within vertical planes 2 feet beyond horizontal projection of outside surface of structure for backfilling, until a minimum cover of 12 inches is obtained. Remove and replace damaged pipe. G Do not permit heavy earth moving equipment to haul over structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed. 5/2013 02630-8 of 12 III CITY OF PEARLAND STORM SEWERS H. During backfillmg, obtain uniform backfill material and uniform compacted density throughout length of structure so that unequal pressure will be avoided. Provide proper backfill under structure II I. Prior to adding,each new layer of loose backfill matenal,an inspection will be made of inside periphery of structure for local or unequal deformation caused by improper construction methods. Evidence of deformation will be reason for such corrective measures as may be directed by Engineer II 3.03 CORRUGATED METAL PIPE INSTALLATION A. Place pipes on prepared foundation starting at outlet end. Join sections firmly together, with side laps or circumferential joints pointing upstream and with longitudinal laps on sides. II B Metal in joints which is not protected by galvanizing or aluminizing shall be coated with an approved asphaltum paint. C Provide proper equipment for hoisting and lowering sections of pipe !into trench without damaging pipe or disturbing prepared foundation and sides of trench. Pipe which is not in alignment or which shows undue settlement after laying,or is damaged, shall be taken up and relaid. D Multiple installations of corrugated metal pipe and pipe arches shall be laid with the center lines of individual barrels parallel. Unless otherwise indicated on the Plans, maintain the following clear distances between outer surfaces of adjacent pipes. DIAMETER CLEAR DISTANCE BETWEEN PIPES PIPE ARCH OF PIPE FULL CIRCLE AND PIPE ARCH DESIGN NO II 18" 1' 2" 2 24" 1' 5" 3 30" 1' 8" i4 36" 1' 11" 5 42" 2' 2" 6 48" 2' 5" 54" 2' 10" 8 60"— 84" 3' 2" 90"— 120" 3' 5" 10 & Over E. Where extensions are attached to existing structures, install a proper ;connection between structure and existing as indicated on Plans, coat the connection with bituminous material when required. F When existing headwalls and aprons are indicated for reuse on the Plans,sever portion to be reused from the existing culvert, and relocate to prepared position Damaged ii 5/2013 02630-9 of 12 CITY OF PEARLAND STORM SEWERS headwalls, aprons or pipes attached to the headwall, shall be restored to their original condition. 3.04 JOINTING A. Field joints shall maintain pipe alignment during construction and prevent infiltration of side material. B Coupling bands shall lap equally on pipes being connected to form a tightly-closed joint. C Use corrugated locking bands to field join pipes furnished with circumferential corrugations including pipe with helical corrugations having reformed circumferential corrugations on ends. Fit locking bands into a minimum of one full,circumferential corrugation of pipe ends being coupled. 3.05 CONCRETE PIPE INSTALLATION A. Install in accordance with the Plans and pipe manufacturer's recommendations and as specified in this Section. B Install pipe only after excavation is completed, the bottom of the trench shaped, bedding material is installed, and the trench has been approved by the Engineer C Install pipe to the line and grade indicated. Place pipe so that it'has continuous bearing of barrel on bedding material and is laid in the trench so the interior surfaces of the pipe follow the grades and alignments indicated. D Install pipe with the spigot ends toward the direction of flow E. Form a concentric joint with each section of adjoining pipe so as to prevent offsets. F Place and drive home newly laid sections with come-a-long winches so as to eliminate damage to sections. Use of back hoes or similar powered equipment will not be allowed unless protective measures are provided and approved in advance by the Engineer G Keep the interior of pipe clean as the installation progresses. Where cleaning after laying the pipe is difficult because of small pipe size,use a suitable swab or drag in the pipe and pull it forward past each joint immediately after the joint has been completed. H. Keep excavations free of water during construction and until final inspection. I. When work is not in progress,cover the exposed ends of pipes with an approved plug to prevent foreign material from entering the pipe. 5/2013 02630- 10 of 12 CITY OF PEARLAND STORM,;,SEWERS 3.06 PRECAST AND CAST-IN-PLACE CONCRETE BOX SEWERS INSTALLATION A. Placement of Boxes when precast boxes are used to form multiple barrel structures, place the box sections in conformance with the plans or as directed. Placejmaterial to be used between barrels as shown on the plans or as directed. Unless otherwise authorized, start the laying of boxes on the bedding at the outlet end and proceed toward the inlet end with the abutting sections properly matched. Fit,match, and lay the boxes to form a smooth,uniform conduit true to the established lines land grades. For trench installations, lower the box sections into the trench without damaging the box or disturbing the bedding and the sides of the trench. Carefully clean''the ends of the box before it is placed. Prevent the earth or bedding matenal from entering the box as it is laid. Remove and re-lay, without extra compensation, boxes that are not in alignments or that show excessive settlement after laying. Form and place cast-in- place boxes in accordance with Section 03300 - Cast-in-Place Concrete. B Connections and Stub Ends Make connections of boxes to existing boxes, pipes, storm drains,or storm drain appurtenances as shown on the plans. Mortaror concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Connect boxes to any required headwalls,wingwalls safety end treatments or nprap, or other structures as shown on the plans or as directed. Repair any damage to the existing structure resulting from making the connections. Finish stub ends for connections to future work not shown on the plans b;/ installing watertight plugs into the free end of the box. C For precast boxes,fill lifting holes with mortar or concrete and cure. Precast concrete or mortar plugs may be used. 11 3.07 INSTALLATION OTHER THAN OPEN CUT A. For installation of pipe by augenng,boring,or jacking pipe, conform to requirements 11 of Section 02415 - Augenng Pipe or Casing for Sewers. B Design pipe and box sewers for jacking,boring or tunneling considering the specific installation conditions such as the soil conditions, installation methods,iianticipated deflection angles and jacking pressures. When requested, provide design notes and drawings signed by a Texas licensed professional engineer li 3.08 CONNECTIONS A. Connect inlet leads to the inlets as shown on the Plans. Use non-shrink grout jomtmg material as shown on the Plans Drawing or as approved. Make connections water tight. 5/2013 02630- 11 of 12 CITY OF PEARLAND STORM SEWERS 3.09 FINISHES A. Cut off inlet leads neatly at the inside face of inlet wall Point up with mortar or field galvanizing. B When the box section of the inlet has been completed,shape the floor of the inlet with mortar to conform to the detailed Plans. C Finish concrete surfaces in accordance with requirements of Section 03300—Cast-in- Place Concrete. 3.10 BACKFILL A. Backfill the trench only after pipe and box sewer installation is approved by the Engineer B Bed pipes with materials conforming to requirements of Section 02318—Excavation and Backfill for Utilities and as indicated on Plans. C Backfill and compact soil in accordance with Section 02318—Excavation and Backfill for Utilities. 3.11 INSPECTION A. Remove and replace all nonconforming work at no additional cost to City 3 12 SAFETY END TREATMENTS (SET) A. Install safety end treatments in accordance with Section 02629 and as indicated on the plans. Use only approved pre-cast SET's with cross bars. 3.13 CLEAN-UP AND RESTORATION A. Perform clean-up and restoration in and around construction zone in accordance with Section 01140—Contractor's Use of Premises. B In unpaved areas,grade surface as a uniform slope to natural grade as indicated on the Plans. END OF SECTION 5/2013 02630- 12 of 12 it CITY OF PEARLAND PRECAST INLETS, HEADWALLS, AND WINGWALLS Section 02631 PRECAST INLETS, HEADWALLS, AND WINGWALLS 1.0 GENERAL 1.01 SECTION INCLUDES A. Precast concrete inlets for storm or sanitary sewers,including cast iron frame and plate or grate. ii II B Precast concrete headwalls and wmgwalls for storm sewers. i C References to Technical Specifications 1. 1 Section 01200—Measurement and Payment Procedures 2. Section 01350—Submittals 1 3 Section 01630—Product Options and Substitution 4 Section 03300—Cast-in-Place Concrete d 5 Section 02542—Concrete Manholes and Accessories iE II 6 Section 02318—Excavation and Backfill for Utilities D Referenced Standards. 1 American Society for Testing and Materials (ASTM) I, II a. ASTM C 76,"Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe b ASTM C 270, "Standard Specification for Mortar for Unit Masonry" E. Definitions. I 1 Normal Depth Type A,Type B,Type C and Type E Inlets-depth,of 2.25 feet or less(2'3")plus pipe inside diameter when measured from grating,bottom of gutter, or throat to flow line of inlet lead. '1 2. Normal Depth Type BB Inlet - depth of 2.55 feet (2' 6% ") plus;pipe inside diameter when measured from curb beam to flow line of inlet lead. 3 Extra Depth Inlet - specified depth exceeding normal depth for the type inlet used. li _ I II 5/2013 02631 - 1 of 5 CITY OF PEARLAND PRECAST INLETS,HEADWALLS, AND WINGWALLS 1.02 MEASUREMENT AND PAYMENT A. Measurement for normal,depth inlets is on a per each basis, complete in place. B When extra depth is specified on the Plans,measurement for extra depth inlets is on a vertical foot basis for each foot in excess of normal depth,measured and complete in place. C Measurement for headwalls and wingwalls is on a per each basis, complete in place. D Payment for inlets and for culvert headwalls and wingwalls includes connection of lines, and furnishing and installing frames, grates, rings and covers. E. Refer to Section 01200—Measurement and Payment Procedures. 1.03 SUBMITTALS A. Make Submittals required by this Section under the provisions of Section 01350 — Submittals. B Submit Shop Drawings for approval of design and construction details for precast concrete inlets,headwalls and wingwalls. C Submit proposals for using equivalent construction products or processes according to Section 01630—Product Options and Substitution. D Submit manufacturer's data and details for frames, grates, rings, and covers. 1.04 STORAGE AND SHIPMENT' A. Store precast units on level blocking. Do not place loads on them until design strength is reached. Shipment of acceptable units may be made when the 28 day strength requirements have been met. 2.0 PRODUCTS 2.01 MATERIALS A. Concrete: Concrete for precast machine-made units meeting requirements of ASTM C 76 regarding reinforced concrete, cement, aggregate, mixture, and concrete test. Minimum 28-day compressive strength shall be 4,000 psi. B Reinforcing steel. Conform to requirements of Section 03300 — Cast-in-Place Concrete. Place reinforcing steel to conform to details shown on Plans and as follows: 5/2013 02631 -2 of 5 CITY OF PEARLAND PRECAST INLETS, HEADWALLS, AND WINGWALLS 1 Provide a positive means for holding steel cages in place ',throughout production of concrete units. The maximum variation in reinforcement position is plus or minus 10 percent of wall thickness or plus or minus 1/2 inch whichever is less. Regardless of variation, the minimum cover of concrete over reinforcement as shown on the Plans shall be maintained. 2 Welding of reinforcing steel is not permitted unless noted on the Plans. C. Mortar Conform to requirements of ASTM C 270, Type e S using Portland cement. D Miscellaneous metal Cast-iron frames and plates conforming to requirements of Section 02542—Concrete Manholes and Accessories. IIj 2.02 SOURCE QUALITY CONTROL A. Tolerances. Allowable casting tolerances for concrete units are plus or minus 1/4 inch from dimensions shown on the Plans. Concrete thickness in excess of flint required will not constitute cause for rejection provided that such excess thickness does not interfere with proper jointing operations. B Precast Unit Identification. Mark date of manufacture and name or trademark of manufacturer clearly on the inside of inlet, headwall or wmgwall. C Rejection. Precast units maybe rejected for non-conformity with these specifications and for any of the following reasons. 1 Fractures or cracks passing through the shell,except for a single end crack that does not exceed the depth of the joint. 2. Surface defects indicating honeycombed or open texture. 3 Damaged or misshaped ends, where such damage would prevent making a satisfactory joint. D Replacement: Immediately remove red ected units from the work site and replace with acceptable units. E Repairs. Occasional imperfections resulting from manufacture or accidental damage may be repaired if, in the opinion of the Engineer, repaired units according to requirements of these specifications. 5/2013 02631 -3 of 5 CITY OF PEARLAND PRECAST INLETS, HEADWALLS, AND WINGWALLS 3.0 EXECUTION 3.01 EXAMINATION A. Verify lines and grades are correct. B Venfy compacted subgrade will support loads imposed by inlets. 3.02 INSTALLATION A. Install inlets,headwalls,and wingwalls complete in place to the dimensions,lines and grades as shown on the Plans. B Excavate in accordance with requirements of Section 02318—Excavation and Backfill for Utilities. C Bed precast concrete units on cement stabilized sand on foundations of firm, stable material accurately shaped to conform to the shape of unit bases. D Provide adequate means to lift and place concrete units. 3.03 FINISHES A. Use a cement-sand mortar mix to seal joints, fill lifting holes, and as otherwise required. B When the box section of the inlet has been completed,shape the floor of the inlet with mortar to conform to Plans details. C Accurately adjust cast iron inlet plate frames to line,grade,and slope. Grout frame in place with mortar 3.04 INLET WATERTIGHTNESS A. Test each inlet for leaks. Verify that inlets are free of visible leaks. Repair leaks in an approved manner 3.05 CONNECTIONS A. Connect inlet leads to the inlets as shown on the Plans. Use non-shrink jointing material as shown on the Plans or as approved. Make connections water tight. 5/2013 02631 -4 of 5 it CITY OF PEARLAND PRECAST INLETS, HEADWALLS, AND WINGWALLS If 3.06 BACKFILL A. Backfill the area of excavation surrounding each completed inlet, headwall or wingwall according to the requirements of Section 02318 —Excavation and Backfill for Utilities. II END OF SECTION II II 5/2013 02631 -5 of 5 SECTION 02640 COMBINATION AIR RELEASE VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A. Combination air release valves for transmission pipeline 1 2 MEASUREMENT AND PAYMENT A. Unit Prices it 1 Payment for air release valves is on unit price basis for each valve installed 2. Payment includes valve enclosure, fittings, piping, stainlesls steel screen and appurtenances necessary for complete installation of valve 1 1 3 REFERENCES A. ASTM A 48 - Standard Specification for Gray Iron Castings B ASTM A 126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings C ASTM A 240 - Standard Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels it D ASTM A 276 - Standard Specification for Stainless Steel Bars and Shapes E ASTM A 313 - Standard Specification for Stainless Steel Spring Wire 1 F ASTM B 584 - Standard Specification for Copper Alloy Sand Castings for General Applications 1 4 SUBMITTALS A. Conform to requirements'of Section 01300 - Submittal Procedures B Submit manufacturer's product data for proposed valves for approval 1 5 QUALITY CONTROL. A Provide manufacturer's affidavit, that air release valves purchased fo Work, were manufactured and tested in United States, and conform to requirements of this Section IP City of Pearland Bailey WTP Improvements Combination Air Release'Valves Project No 7295A 02640 - 1 October 21, 2021 PART 2 PRODUCTS 21 DESCRIPTION A. Provide combination air valves designed to fulfill functions of air release (permit escape of air accumulated in line at high point of elevation while line is under pressure) and vacuum relief B Provide inlet and outlet connections, and orifice as shown on Drawings C Valve exterior Painted with shop-applied primer suitable for contact with potable water 2 2 ACCEPTABLE MANUFACTURERS A Air Release Valves 1 A R I USA, Inc 2 Val-Matic Valve and Manufacturing Corp 3 APCO Air Release Valves 4 Engineer Approved Equal B Valve Enclosures 1 Pipeline Products, Inc 2 Hubbell Power Systems, Inc — Hot Box Products 3 Engineer Approved Equal 2 3 MATERIALS A. Air Release Valves Provide single-body, standard combination valves as indicated on Drawings 1 For 2 inch, single-body valves, provide inlet and outlet size as shown on Drawings and orifice sized for 100 psi working pressure 2 Provide 304 Stainless Steel #16 mesh screen on the vent piping B Valve Enclosures Provide valve enclosures large enough to fit valves as shown on Drawings 1 Enclosures shall be lockable Padlock to be provided by Contractor Key shall be given to Owner at project closeout 2 Enclosures shall have a bolt down base 3 Enclosures shall provide easy lift off or opening for valve maintenance 4 Enclosures shall be polyethylene, fiberglass or steel City of Pearland Bailey WTP Improvements Combination Air Release Valves Project No 7295A 02640 - 2 October 21, 2021 II II II PART 3 EXECUTION II 31 EARTHWORK II A Conform to applicable provisions of Section 02225 — Excavation, Backfill and Compacting for Utilities 'I 3 2 DISINFECTION AND TESTING A. Disinfect valves and appurtenances as- required by Section 02675 —IWater System Disinfection and test as required by Section 02670 - Hydrostatic Testing of Pipelines II 3 3 PAINTING OF PIPING AND VALVES A. Paint piping and valves located in manholes, stations, and above ground using approved paint END OF SECTION li li II li it II iI It II dl II II it City of Pearland Bailey WTP Improvements Combination Air Releaseh�Valves Project No 7295A 02640 - 3 October 21i� 2021 ,i II { SECTION 02665 II WATER SYSTEMS PART 1 GENERAL 1 1 SECTION INCLUDES it A. Installation of water lines, including valves B Specifications identify requirements for both small diameter (12" olr less) water lines and large diameter (greater than 12") water lines iE When specifications for large diameter water lines differ from those for,, small diameter water lines, large diameter specifications will govern for large diameter pipe C Fittings, valve boxes, and other appurtenances for the water system 1 2 MEASUREMENT AND PAYMENT A Unit Prices 1 Payment for water lines installed by open-cut, boring with or I ithout casing, Horizontal Directional Drilling (HDD) is on linear foot basis for each size of pipe installed Linear foot measurements do not aliccount for changes in grade, arc lengths, or changes in angle at vertical bends Separate pay items are used for each type of installation a Water lines installed by open cut b Water lines installed in casing by open cut c Water lines installed by Dry Auger Boring d Water lines installed by Slick Boring (No Encasement) e Water lines installed by Slick Boring of Encasement Pipe f Trenchless installation methods may use alternate pipe materials Include all costs of pipe and fittings necessary for transition between materials in price of installation 2 Payments for valves are on a Unit Price basis Separate pay item are used for each type of installation a Installation of gate vales 2 inches to 18 inches in diameter b Installation of combination air release valves, including all fittings, piping, isolation valve, enclosure, vent, and related accessories as shown on the drawings I 3 Items without a separate pay item, but required for a complete installation and operational water system are incidental to the bid These items include, but are not limited to a Fittings, bends, sleeves, couplings and other appurtenances b Mechanical joint restraint devices are required, thrust blocking will not be allowed City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 1 October 211, 2021 II c Tracer wire, connectors, and test stations d Marking tape e Hydrostatic testing f Disinfection 1 3 REFERENCES A. ANSI/NSF Standard 61 - Drinking Water System -Health Components B ASTM A 36 - Standard Specification for Carbon Structural Steel C ASTM A 126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings D ASTM A 307 - Specification for Carbon Steel Bolts and Studs 60,000 psi Tensile E ASTM A 536 - Standard Specification for Ductile Iron Castings F ASTM B 21 - Standard Specification for Naval Brass Rod, Bar, and Shapes G ASTM B 98 - Standard Specification for Copper-Silicon Alloy Rod, Bar, and Shapes H ASTM 'B 301 - Standard Specification for Free-Cutting Copper Rod and Bar I ASTM B 584 - Standard Specification for Copper Alloy Sand Casting for General Application J ASTM E 165 - Standard Test Method for Liquid Penetrant Examination K ASTM E 709 - Standard Guide for Magnetic Particle Examination L. ANSI AWWA C-651-05 — Disinfecting Water Mains M ASTM F 1674 - Standard Test Method for Joint Restraint Products for Use with PVC Pipe N AWWA C 206 - Standard for Field Welding of Steel Water Pipe 0 AWWA C 207 - Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches through 144 Inches 1 4 SUBMITTALS A. Conform to requirements of Section 01300 - Submittals B Conform to submittal requirements of applicable Section for type of pipe used C Submit Dig Tess notification transmittal number prior to beginning excavation City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 2 October 21, 2021 D Submit, a minimum of 15 days before beginning pipe laying operations, layout drawing identifying proposed sections for disinfecting, hyd Ostatic testing and site restoration for entire project for review and approval oLayout drawing to identify sequence of sections for 1 Disinfection, not to exceed 4,000 linear feet per section 2 Hydrostatic testing and transfer of services, to immediately follow sequence of disinfected section 3 Site restoration, not to exceed limits specified, Sequence in order of disturbance E Product Data Manufacturer's product data sheets on all materials incorporated into work. F Certificate Manufacturer's certificates attesting compliance with applicable specification for grades, types, classes, and other properties G Test Reports Results of field quality control tests including hydrostatic tests and bacteriological tests 1 5 QUALITY ASSURANCE A Pipeline installation should be in accordance with manufacturer's recommendations and supplemented by these specifications B Pipe shall be kept clean of all foreign matter 1 At temporary termination of pipe laying, provide suitable cover to close open end until burying operations are resumed C All pipe jointing shall be by trained employees 1 6 DELIVERY, STORAGE, AND HANDLING A Delivery, store, and handle products under provision of Section 01600� B Each load of pipe delivered to'the job site shall be inspected by the RPR 1 Pipe transported without adequate protection shall be rejected and removed immediately for the job site 2 Inadequate wall thickness or tolerances greater than specified Randomly selected samples of the pipe shall be forwarded immediately to an approved testing laboratory with instructions to check the pipe for compliance with applicable product standards, ASTM specification, and other applicable specifications 1. 3 When the testing laboratory reports concur that the pipe does not meet specifications, the defective pipe shall be removed immediately from the job site by the Contractor II City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 3 October 21i, 2021 4 If defective, all costs for shipping of samples, laboratory testing, removal of defective pipe, and replacement pipe shall be the sole responsibility of the Contractor PART 2 PRODUCTS 2 1 PIPE MATERIALS A. Install pipe materials which conform to applicable Division 1,5 specifications. B Conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 and have certified by an organization accredited by ANSI C Type of pipe materials used is Contractor's option unless specifically identified on Drawings D Provide minimum of 3/8 inch inside joint, recess between ends of pipe in straight pipe sections 2 2 FITTINGS A Buried Fittings (size 3 inch through 48 inches) 1 Ductile Iron, AWWA, C110 (non-compact) or AWWA C153 (compact) 2 Cement lined interior,, AWWA C104 3 Exterior shall be bituminous coated 4 Fittings shall be mechanical joint or flanged pipe as shown 5 Wrap buried fittings with 8-mil polyethylene encasement, AWWA C105 6 Working pressure rated to 350 psi B Above Grade Fittings (size 3 inch through 48 inches) 1 Ductile Iron, AWWA C110 (non-compact) or AWWA C153 (compact) 2 Cement lined interior, AWWA C104 3 Exterior shall be prepped and painted in accordance with Section 09800 4 All above grade fittings shall be flanged 5 Working pressure rated to 350 psi City of Pearland Bailey WTP Improvements Water Systems Project. No 7295A 02665 - 4 October 21, 2021 C Miscellaneous Small Fittings 1 Fitting material shall match the piping material 2 PVC fittings shall be schedule 80 to match the pipe conforming to ASTM D 2467 for socket weld type and ASTM D 2464 for threaded type Fittings shall be manufactured with 2% titanium dioiide for ultraviolet protection 2 3 MECHANICAL JOINT RESTRAINT DEVICES A. Restraint devices Manufacture of high strength ductile iron, ASTM A 536, Grade 65-45-12 Wedges shall be heat treated to a minimum of 370 BHN Rubber gaskets shall be vulcanized styrene butadience rubber (SBR) in accordance with AWWA C1 1 1 Working pressure rating twice that of(design test pressure B Bolts and connecting hardware High strength low alloy material in accordance with ANSI A21 11/AWWA C111 These bolts are typically known in the industry as Cor-Ten, Usalloy, or Durabolt C All mechanical joint fittings shall use followers capable of being secured to the pipe at all connections Additionally, all gasketed joints within a specified distance from mechanical joint fittings shall have bell restraint harnesses installed Refer to the Drawings to determine the number of bell harnesses required for each type of fitting D Approved Manufacturer's 1 EBAA Iron 2 Star Pipe and Products 3 Engineer Approved Equal E In all situations where mechanical joint restraint devices are required, acceptable alternatives shall be butt fused PVC or Restrained Joint C-900 PVC pipe with the CertaLok joint system as manufactured by North American Specialty Products 2 4 ACCESSORIES A. Valve Boxes/Covers 1 Product Tyler Pipe 6850 Series telescoping cast iron valve box or Engineer approved equal 2 Cover Cast Iron, marked "Water" with a tight fit to valve boxl_ II 3 All valve boxes shall have a debris cap installed below thel cover Debris cap shall be SW Services, LLC Model DC 457 or Ehgineer approved equal Debris cap handle shall be color coded as follows. a Gate Valves - Black City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 5 October 211, 2021 B Tracer Wire System 1 Tracer wire a Tracer wire for open cut/open ditch and through casing pipe shall be a #12 AWG HS-CCS high-strength copper clad steel conductor (HS-CCS), insulated with a 30 mil, high-density, high molecular weight polyethylene (HDPE) insulation, and rated for direct burial use at 30 volts b Tracer wire used for HDD or auger boring shall be #12 AWG EHS-CSS extra high-strength copper clad steel conductor (EHS-CCS), insulated with a 45 mil, high-density, high molecular weight polyethylene (HDPE) insulation, and rated for direct burial use at 30 volts c HS-CCS conductor must be at 21% conductivity for locate purposes, break load 380 lbs minimum, d EHS-CCS conductor must be at 21% conductivity for locate purposes, bread load 1,150 lbs minimum e HDPE insulation shall be RoHS compliant and utilize virgin grade material Insulation color shall meet the APWA color code standard for identification of buried utilities f Manufacturers supplying copper clad steel tracer wire must have available detailed performance data including 5 years of underground testing in terms of durability related to damage of protective insulation and effects of potential corrosion of the specific copper clad steel used Origin of copper clad steel manufacturer is required and steel core must be manufactured in the United States If manufacturer has not completed 5 year corrosion testing, a 5 year warranty must be provided g Tracer wire shall be CopperheadTM' HS-CCS HDPE 30 mil or pre-approved equal and made in the USA. Part #1230B-HS or Part #1245B-EHS in appropriate spool length ii Utilize the least amount of connection/splice points as possible Spools come in 500', 1000', and 2500' lengths to maximize continuous wire runs 2 Anode a The tracer wire system shall be terminated and grounded at all dead end points with the appropriate anode to complete the electrical circuit City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 6 October 21, 2021 b Anode shall be CopperheadTM' Anode must be used or la pre- approved equal and made in the USA Part # (Ano-100r5), 1# x 1 315"D x 18 5"L, Magnesium Drive in Anode c The anode provided is intended to include an HDPE cap and 10' of factory installed Copperhead" red 14 AWG ;copper clad steel tracer wire with 30 mil high-density high molecular weight polyethylene (HDPE) insulation The factory installed wire is rated for direct burial use at 30 volts 1 HDPE insulation shall be RoHS compliant and utilize virgin grade material Package includes one Copperhead Snal eBite connector, part # SCB-01-SR, which is filled with non- hardening, dielectric, moisture displacement silicon for corrosion protection The connector is provided to splice the factory installed anode tracer wire to the mainline tracer wire 3 Connector. a Connectors shall be Copperhead' SnakeBite Locking Connector or pre-approved equal and made in the USA, Part # LSC1430B-25 b Wire Type CopperheadTM' CCS 30 mil copper clad steel tracer wire, Range Min #14 / Max #10 c Molded Plastic Temperature Rating -45°C (-49°F) to 125°C (257°F) d Vertellus Moisture Displacement Gel Material Temperature Rating 154°C (309°F) 4 Test Stations a Test stations shall be Copperhead' SnakePitTM' or pre- approved equal and made in the USA`, Part number 1LD14B Lite Duty Box b The appropriate test station is intended to nclude encapsulated magnet, corrosion-resistant insulated brass wire lug, wax pad to cover wire connections after installation of wire, color-coded and tamper-proof locking lid with top access connection point Lid removal shall not be required to use station c Test stations shall be located at the beginning and the end of the project, and at all valves in between 5 Field Testing a Contractor shall perform a continuity test on all tracer wire in the presence of the Engineer or the RPR If the tracer wire is found to not be continuous after testing, Contractor shall City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 7 October 211, 2021 7 repair or replace the failed segment of the wire at their expense C Pipeline Marker (Water) 1 Pipeline markers shall be installed at locations indicated on the Drawings 2 Marker shall be a single piece marker capable of simple, permanent installation by one person using manual post driving tool Marker shall„ upon proper installation, resist displacement from wind and vehicle impact forces 3 Warning message decal shall consist of either cast vinyl or acrylic/urethane sheeting which has been silk-screened with UV- stabilized inks for outdoor applications The decal shall have a high tack, aggressive, permanent, pre-applied layer of pressure-sensitive adhesive, protected by UV shield over laminating film 4 Color shall be blue with white message decal 5 Marker shall read, "Water Line" and shall be model CUM-375 as manufactured by Carsonite International, or approved equal D Marking Tape 1 Tape shall be approved by the Engineer and placed 12" above the crown of the pipe for open cut trenching and water lines 2 Tape shall be 6" wide and have a minimum thickness of 5 mil Consisting of 1 mil Polypropylene clear film with reverse printing laminated to 0 5 mil aluminum foil core, and 3 5 mil polyethylene back 3 Tape shall be detectable with a non-ferrous metal detector 4 Tape shall have an ASTM D822 tensile strength of 35 lb/in and 80% elongation according to ASTM D888-75B Tape shall be provided by Pro-Line Safety Products Co or approved equal 5 The metallic tape shall identify the service type by color and be American Public Works Association (APWA) compliant Marking shall read, "Caution — Buried Water Line Below" or approved equal PART 3 EXECUTION 31 PREPARATION A. Conform to applicable installation specifications for types of pipe used B Employ workmen who are skilled and experienced in laying pipe of type and joint configuration being furnished Provide watertight pipe and pipe joints City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 8 October 21, 2021 C Lay pipe to lines and grades shown on Drawings D Confirm that nine feet minimum separation from gravity sanitary sewers and manholes or separation of four feet minimum from force mains as specified in this Section in all directions unless special design is provided on Drawings E Where above clearances cannot be attained, and special design has not been provided on Drawings, obtain direction from Engineer before proceeding with construction ?� F For projects involving multiple subdivisions or locations, limit water line installation to maximum of twos, project site locations Maximizing 2 pipe installation crews shall be permitted, unless otherwise approved by Engineer i G Coordinate with the City for opening and closing of valves for con I ection and for chlorination H If asbestos-cement (A C ) pipe is encountered, follow safety practices outlined in American.Water Works Association's publication, "Work Practices for A/C Pipe" Strictly adhere to "recommended practices" contained lin this publication and make them "mandatory practices" for this Project Contractor is responsible for assuring chosen manufacturer I fulfills requirements for extra fittings and, therefore, is responsible for costs I,due to downtime if requirements are not met II 3 2 HANDLING, CLEANING AND INSPECTION A Handling 1 Place pipe along project site where storm water or other water will not enter or pass through pipe Pipe ends shall remain sealed until pipe is ready to be installed Contractor shall follow preventat a and corrective measures during construction as stated in C-651 Sec 4 3 II 2 Load, transport, unload, and otherwise handle pipe and fittings to prevent damage of any kind Handle and transport pipe with equipment designed, constructed and arranged to prevent damage to pipe, lining and coating Do not permit bare chains, hooks) metal bars, or narrow skids or cradles to come in contact with coatings Where required, provide pipe fittings with sufficient interior strutting or cross bracing to prevent deflection under their own weight ;i 3 Hoist pipe from trench side into trench by means of sling of smooth steel cable, canvas, leather, nylon or similar material 4 For large diameter water lines, handle pipe only by means of filing of canvas, leather, nylon, or similar material Sling shall be minimum 36 inches in width Do not tear or wrinkle tape layers 5 Use precautions to prevent injury to pipe, protective linings and coatings Ij City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 9 October 2111, 2021 11 a Package stacked pipe on timbers Place protective pads under banding straps at time of packaging b Pad for trucks with carpet or other suitable material Use nylon straps around pipe for lift when relocating pipe with crane or backhoe Do not lift pipe using hooks at each end of pipe d Do not place debris, tools, clothing, or other materials on pipe 6 Repair damage to pipe or protective lining and coating before final acceptance 7 Reject pipe with visible cracks (not meeting exceptions) and remove from project site B Cleaning Thoroughly clean and dry interior of pipe and fittings of foreign matter before installation, and keep interior clean until Work has been accepted Keep joint contact surfaces clean until jointing is completed Do not place debris, tools, clothing or other materials in pipe Each joint of pipe 14" and larger shall be cleaned to remove all debris before the pipe is laid After pipe laying and joining operations are completed, broom sweep the inside of the pipe to remove debris before proceeding,to the next joint 1 The intent of this requirement it to keep the pipeline clean and free of debris during construction in order to reduce the amount of water and effort needed for flushing Allowing trash, debris, excessive dirt, or muddy water to enter the pipe without making an effort to clean these contaminants out of the pipeline, including removing joints of installed pipe if necessary, shall be considered a material breach of the Contract and subject to termination in accordance with the General Conditions C Inspection Before installation, inspect each pipe and fitting for defects Reject defective, damaged or unsound pipe and fittings and remove them from site 3 3 EARTHWORK A. Conform to applicable provisions of Section 02225 — Excavation, Backfilling, and Compacting for Utilities B Bedding Use bedding materials in conformance with Section 02225 — Excavation, Backfilling, and Compacting for Utilities C Backfill Use bank run sand or earth or native soil as specified in Section 02225 — Excavation, Backfilling, and Compacting for Utilities Backfill excavated areas in same day excavated When not possible, cover excavated areas using steel plates on paved areas and other protective measures elsewhere City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 10 October 21, 2021 D Place material in uniform layers of prescribed maximum loose thickness and wet or dry material to approximately optimum moisture content Compact to prescribed density Water tamping is not allowed E Pipe Embedment Including 6-inch pipe bedding and backfill to 6 inches above top of pipe 3 4 PIPE CUTTING A Cut pipe 12 inches and smaller with standard wheel pipe cutters Cut pipe larger than 12 inches in manner approved by Engineer Make cuts smooth and at right angles to axis of pipe Bevel plain end with heavy file or grinder to remove sharp edges 3 5 PIPING INSTALLATION A. General Requirements 1 Lay pipe in subgrade free of water 2 Make adjustments of pipe to line and grade by scraping away subgrade or filling in with granular material 3 Properly form bedding to fully support bell without wedging or blocking up bell II 4 Excavate for bell holes after bottom has been graded and in advance of placing pipe Lay not more than nominal city block length or not more than 300 feet of pipe in trench ahead of backfilling operations Cover or backfill laid pipe if pipe laying operations are interrup 'ed and during non-working hours Place backfill carefully and simultaneously on each side of pipe to avoid lateral displacement of pipe and damage to joints If adjustment of pipe is required after it has been laid, remove and re-lay as new pipe 5 Open Cut Construction Keep pipe trenches free of water which might impair pipe laying operations Grade pipe to provide uniform support along bottom of pipe B Install pipe continuously and uninterrupted along the pipeline route Obtain approval of Engineer prior to skipping any portion of Work C Protection of Pipeline Securely place a mechanical joint cap on the'iend of the pipe when construction is stopped temporarily and at end of eacli day's work The cap must be water tight and prevent the entrance of insects, animals, rain or floodwaters, or any other contaminants while the piplineie is unattended 1 The intent of this requirement it to keep the pipeline clean and free of debris during construction in order to reduce the amount of,' water and effort needed for flushing Allowing trash, debris, excessive dirt, or muddy water to enter the pipe without making an effort to clean these contaminants out of the pipeline, including removing joints of City of Pearland �r Bailey WTP Improvements Water Systems Project No 7295A 02665 - 11 October 2111, 2021 installed pipe if necessary, shall be considered a material breach of the Contract and subject to termination in accordance with the General Conditions D Critical Location Investigation 1 Horizontal and vertical location of various underground lines shown on Drawings, including but not limited to water lines, gas lines, storm sewers, sanitary sewers, telecommunication lines, electric lines or power ducts, pipelines, concrete and debris, are based on best information available but are only approximate locations At Critical Locations shown on Drawings, field verify horizontal and vertical locations of such lines within zone 2 feet vertically and 4 feet horizontally of proposed work a Verify location of existing utilities minimum of 7 working days in advance of pipe laying activities based on daily pipe laying rate Use extreme caution and care when uncovering these lines b Notify Engineer in writing immediately upon identification of obstruction In event of failure to identify obstruction in minimum of 7 days, Contractor will not be entitled to extra cost for downtime including, but not limited to, payroll, equipment, overhead, demobilization and remobilization, until 7 days has passed from time Engineer is notified of obstruction 2 Notify involved utility companies of date and time that investigation excavation will occur and request that their respective utility lines be marked in field Comply with utility or pipeline company requirements that their representative be present during excavation Provide Engineer with 48 hours notice prior to field excavation or related work. 3 Survey vertical and horizontal locations of obstructions relative to project baseline and datum and plot on 11 inch by 17 inch copy of Drawings For large diameter water lines, submit to Engineer for approval, horizontal and vertical alignment dimensions for connections to existing lines, tied into project baseline, signed and sealed by R P L.S E Laying Large Diameter (12" or greater) Water Line 1 Lay not more than 50 feet of pipe in trench ahead of backfilling operations 2 Dig trench proper width as shown When trench width below top of pipe becomes 4 feet wider than specified, install higher class of pipe or improved bedding, as determined by Engineer No additional payment will be made for higher class of pipe or improved bedding City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 12 October 21, 2021 91 3 Use adequate surveying methods and equipment, employ peisonnei competent in use of this equipment Horizontal and vertical deviations from alignment as indicated on Drawings shall not exceed 0 10 feet Measure and record "as-built" horizontal alignment and vertical grade at maximum of every 100 feet on record drawings 4 Prevent damage to coating when placing backfill Use backfill material free of large rocks or stones, or other material which could damage coatings 5 Before assembling couplings, lightly coat pipe ends and outside of gaskets with cup grease or liquid vegetable soap to facilitate installation 6 Prior to proceeding with critical tie-ins submit sequence of work based on findings from "critical location" effort F For tie-ins to existing water lines, provide necessary material on hand to facilitate connection prior to shutting down existing water line, Provide City a minimum of two weeks notice prior to shutting down existing water line 3 6 JOINTS AND JOINTING A. Rubber Gasketed Bell-and-Spigot Joints for PVC pipe 1 After rubber gasket is placed in spigot groove of pipe, equalize rubber gasket cross section by inserting tool or bar recommended by manufacturer under rubber gasket and moving it around periphery of pipe spigot 2 Lubricate gaskets with nontoxic water-soluble lubricant before pipe units are joined 3 Fit pipe units together in manner to avoid twisting or otherwise displacing or damaging rubber gasket 4 After pipe sections are joined, check gaskets to ensure that no displacement of gasket has occurred If displacement has occurred, remove pipe section and remake joint as for new pipe Remove old gasket, inspect for damage and replace if necessary before remaking joint 5 Where preventing movement of 16-inch diameter or greater pipe is necessary due to thrust, use restrained joints as shown on DraIwings a Include buoyancy conditions for soil unit weight when computing thrust restraint calculations Do not include passive resistance of soil in thrust restraint calculations. B Flanged Joints where required on Ductile Iron Pipe City of Pearland Bailey WTP Improvements Water Siystems Project No 7295A 02665 - 13 October 21, 2021 1 AWWA C 207 Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment Align bolt holes to straddle vertical, horizontal or north-south center line Do not exceed 3/64 inch per foot inclination of flange face from true alignment 2 Use full-face gaskets for flanged joints Provide 1/8-inch-thick cloth inserted rubber gasket material Cut gaskets at factory to proper dimensions 3 Use stainless steel (304) nuts and bolts to match flange material Use stainless steel nuts and bolts (304) underground Tighten bolts progressively to prevent unbalanced stress Maintain at all times approximately same distance between two flanges at points around flanges Tighten bolts alternately (180° apart) until all are evenly tight. Draw bolts tight to ensure proper seating of gaskets Provide Densco petroleum based tape or approved equal for all exposed portions of nuts, bolts and pipe 4 Full length bolt isolating sleeves and washers shall be used with flanged connections Furnish kits in accordance with City's "Approved Products List " C Restrained Joints 1 Thrust restraint lengths shown on Drawings are minimum anticipated lengths These lengths are based on deflections indicated and on use of PVC pipe Adjustments in deflections or use of other pipe material may result in reduction or increase of thrust lengths Perform calculations by pipe a manufacturer to verify proposed thrust restraint lengths Submit calculations for all pipe materials sealed by a registered Professional Engineer in State of Texas for review by Engineer Make adjustments in thrust restraint lengths at no additional cost to City 2 Passive resistance of soil will not be permitted in calculation of thrust restraint 3 Installation a Install restrained joints mechanism in accordance with manufacturer's recommendations b Examine and clean mechanism, remove dirt, debris and other foreign material c Apply gasket and joint NSF 61 FDA food grade approved lubricant d Verify gasket is evenly seated e Do not over stab pipe into mechanism City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 14 October 21, 2021 If 4 Prevent any lateral movement of thrust restraints throghout pressure testing and operation II ii D Large Diameter Water Main Joint Testing In addition to testing individual joints with feeler gauge approximately 1/2 inch wide and 0 015-inchl1 thick, use other joint testing procedure approved or recommended by pipe manufacturer which will help ensure watertight installation prior to backfilling Perform tests at no additional cost to City E Make curves and bends by deflecting joints or other method as recommended by manufacturer and approved by Engineer Submit details of other methods of providing curves and bends which exceed manufacturer's recommended deflection prior to installation 1 Deflection of pipe joints shall not exceed maximum deflection recommended by pipe manufacturer, unless otherwise indicated on Drawings 2 If deflection exceeds that specified but is less than 5 percent] repair entire deflected pipe section such that maximum deflection allowed is not exceeded 3 If deflection is equal to or exceeds 5 percent from that spcified, remove entire portion of deflected pipe section and install new(pipe 4 Replace, repair, or reapply coatings and linings as required 5 Assessment of deflection may be measured by Engineer at [ration cation along pipe Arithmetical averages of deflection or similar 9Iverage measurement methods will not be deemed as meeting indent of standard ii 6 When rubber gasketed pipe is laid on curve, join pipe in straight alignment and then deflect to curved alignment 3 7 SECURING, SUPPORTING AND ANCHORING A. Support piping as shown on Drawings and as specified in this Section, to maintain line and grade and prevent transfer of stress to adjacent strudtures B Use adequate temporary blocking of fittings when making connect;ons to distribution system, and during hydrostatic tests Use sufficient anchorage and blocking to resist stresses and forces encountered while tapping existing water line 3 8 POLYETHYLENE WRAP FOR DUCTILE IRON PIPE A. Wrap pipe and appurtenances (except fire hydrants and fusion bond or polyurethane coated fittings) with 8-mil polyethylene film it B Do not use polyethylene wrap if pipe is cathodically protected C Conform to requirements of AWWA C105 City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 15 October 21:1, 2021 II 3 9 CLEANUP AND RESTORATION A Provide cleanup and restoration crews to work closely behind pipe laying crews, and where necessary, during disinfection and hydrostatic testing, service transfers, abandonment of old water lines, backfill and surface restoration B For small diameter water lines do not exceed a total of 50% of total project linear feet of disturbed right-of-way and easement until site is restored C For large diameter water lines, do not install more than 2,000 linear feet of water line, without previous 2,000 linear feet being restored D Exceeding any of the above footage limitations shall be considered a material breach of the Contract and subject to termination in accordance with the General Conditions 3 10 CLEANING PIPING SYSTEMS A Remove construction debris or foreign material and thoroughly broom clean and flush piping systems Provide temporary connections, equipment and labor for cleaning City must inspect water line for cleanliness prior to filling 3 11 DISINFECTION OF WATER LINES A Conform to requirements of Section 02675 — Water System Disinfection 3 12 FIELD HYDROSTATIC TESTS A Conform to requirements of Section 02670 - Hydrostatic Testing of Pipelines END OF SECTION City of Pearland Bailey WTP Improvements Water Systems Project No 7295A 02665 - 16 October 21, 2021 al SECTION 02670 HYDROSTATIC TESTING OF PIPELINES PART 1 GENERAL 1 1 SECTION INCLUDES A Field hydrostatic testing of newly installed water pipelines PART 2 PRODUCTS Not used PART 3 EXECUTION 31 PREPARATION A Water for testing will be provided by the City B Test pipelines in lengths between valves, or plugs, of not more than 4,000 feet C Conduct hydrostatic tests in presence of Engineer or RPR 3 2 TEST PROCEDURES A. Testing procedures shall be in accordance with applicable AWWA standards B Furnish, install, and operate connections, pump, meter and gages necessary for hydrostatic testing Lines shall be pressurized using a hydropump Compressed air is not acceptable C Allow pipeline to sit minimum of 24 hours from time it is filled until i-testing begins, to allow air pockets to be worked out of system D For pipelines, expel air and apply minimum test pressure of 1 The test pressure measured at the point .of lowest pressure (highest elevation) shall not be less than 125% of the anticipated maximum working pressure II 2 The test pressure measured at the point of highest pressure (lowest elevation) shall not be less than 150% times the anticipated maximum working pressure E Begin test by 9 00 a m unless otherwise approved by Engineer Maintain test pressure for 2 hours When large quantity of water is required to rr%aintain pressure during test, discontinue testing until cause of water loss is identified and corrected F Keep valves inside pressure reducing stations closed during hydrostatic pressure test City of Pearland Bailey WTP Improvements Hydrostatic Testing of Pipelines Project No 7295A 02670 - 1 October 21I�, 2021 3 3 ALLOWABLE LEAKAGE FOR WATERLINES J A. Leakage is defined as the quantity of water that must be supplied, into the main in order to maintain the water pressure within 5 psi of the specified test pressure after the pipe has been filled with water and air expelled No pipe installation will be acceptable if the leakage is greater than that determined by the following formulas For PVC or DIP pipe, SDI L 148,000 where, L = allowable leakage, in gallons per hour S = length of pipe tested, in feet D = nominal diameter of the pipe, in inches P = average test pressure during the leakage test, in pounds per square inch The above equation is based on a leakage rate of 10 5 gallons per day per mile per inch of nominal diameter of pipe B When testing against closed metal seated valves, an additional leakage per closed valve of 0 0078 gal/hr/in of nominal valve size is allowed C Leakage quantity shall be recorded in field D Leakage less than the quantity specified by the above equation may be considered "allowable leakage" resulting from such factors as trapped air, take-up of restraints, and temperature variations during testing However, observed leaks should be repaired regardless of leakage measurements through metering equipment E. No leakage will be allowed for sections of water lines consisting of welded joints. 3 4 CORRECTION FOR FAILED TESTS A. Repair joints showing visible leaks on surface regardless of total leakage shown on test Check valves and fittings to ensure that no leakage occurs that could affect or invalidate test Remove cracked or defective pipes, fittings, and valves discovered during pressure test and replace with new items B A swift loss of water pressure in the main could be the result of a break in the line, major valve opening, loose mechanical joint bolts, missing or dislodged gasket, or inadequate thrust block A slow loss of pressure in excess of allowable limits could be the result of minor problems such as a leaking valve or a corporation stop not completely shut off In addition, air entrapped in the line can result in an apparent leakage in excess of the allowable limit City of Pearland Bailey WTP Improvements Hydrostatic Testing of Pipelines Project No 7295A 02670 - 2 October 21, 2021 If C One approach for determining if the apparent leakage is the resultli of air entrapped in a line is to immediately repeat the leakage test (i e , continue the test for another two hours) and determine the amount of make-up� water required to fill the line a second time If this amount is significantly less than the first filling, the difference in apparent leakage is probably the result of air being present in the line If no significant difference in make-up water is recorded, a leak is probable. D Engineer may require failed lines to be disinfected after repair and prior to retesting Conduct and pay for subsequent disinfection operations in accordance with requirements of Section 02675 Pay for water required for additional disinfection and retesting 11 II E Repeat test until satisfactory results are obtained F During the test, when a leak cannot be isolated and line fails pressure test, visual inspection of work by Engineer for leakage during pressure test may be used to fulfill requirements of this section 3 5 COMPLETION II A. Upon satisfactory completion of testing, remove risers remaining from disinfection and hydrostatic testing, and backfill excavation promptly END OF SECTION City of Pearland Bailey WTP Improvements Hydrostatic Testing of Pipelines Project No 7295A 02670 - 3 October 21, 2021 IC II SECTION 02675 WATER SYSTEM DISINFECTION PART 1 GENERAL 1 1 SECTION INCLUDES A. Disinfection of potable water distribution (and transmission) system B Disinfection of all potable water piping inside of building C Disinfection of water treatment structures and reservoirs D Testing and reporting results of 1 2 REFERENCES A. AWWA B300 - Standard for Hypochlorite's AI B AWWA B301 - Standard for Liquid Chlorine C AWWA C651 - Standard for Disinfecting Water Mains D AWWA C652 - Disinfection of Water Storage Facilities E AWWA C653 — Disinfection of Water Treatment Plants F 30 TAC 290, Subchapter D - Rules and Regulations for Public Water Systems, Texas Administrative Code 1 3 SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals Procedures for Submittals B Test Reports 1 Indicate results comparative to specified and regulatory requirements 2 Testing Plan Indicate sample points, flushing points for various required reports C Certifications 1 Certify that cleanliness of plant water lines meets or exceeds specified and regulatory requirements 1 4 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700 II B Disinfection Report• II City of Pearland Bailey WTP Improvements Water System Disinfection Project No 7295A 02675 - 1 October 21, 2021 1 Type and form of disinfectant used 2 Date and time of disinfectant injection start and time of completion 3 Test locations 4 Initial and delayed disinfectant residuals (quantity in treated water) in ppm per applicable Reference in 1 2 5 Date and time of flushing start and completion 6 Disinfectant residual after flushing in ppm for each outlet tested C Bacteriological Report 1 Date issued, project name and testing laboratory name, address and telephone number 2 Time and date of water sample collection 3 Name of person collecting samples 4 Test locations 5 Initial and delayed disinfectant residuals in ppm per applicable Reference in 1 2 6 Coliform bacteria test results for each outlet tested 7 Certification that water conforms, or fails to conform, to bacterial standards of applicable Reference in 1 2 1 5 QUALITY ASSURANCE A All work shall comply with the applicable portions of the most current edition of Reference(s) listed in 1 2 B The materials and practices comprising the work shall conform to this and other referenced specifications Where this specification conflicts with the requirements of another referenced specification, this specification shall prevail C All persons performing or supervising testing shall be qualified by either training or experience to perform such tests D An approved TCEQ Lab will perform water quality testing of water samples taken from piping systems for chlorine concentrations and bacteriological quality The contractor must coordinate water quality testing with the engineer a minimum of 24 hours in advance City of Pearland Bailey WTP Improvements Water System Disinfection Project No 7295A 02675 - 2 October 21, 2021 1 6 REGULATORY REQUIREMENTS A Conform to the applicable portions of the most current edition of Reference(s) listed in 1 2 for performing the work of this section it PART 2 PRODUCTS 2 1 ACCEPTABLE DISINFECTANTS II A. Sodium hypochlorite [NaOCI] conforming to AWWA B300 Standard for Hypochlorites B Calcium hypochlorite [Ca(OCI)2] granules and tablets conforming to AWWA B300 Standard for Hypochlorites u C Disinfection with pure chlorine gas or liquid is not permitted unless approved by engineer 2 2 ACCEPTABLE DECHLORINATION (NEUTRALIZING) AGENTS II it A Sodium thiosulfate (technical grade, prismatic rice) is acceptable for all discharges, except to an active watercourse 1' B Sodium Bi-sulfite or Sodium Sulfite (technical grade,) is acceptable ifor all 11 discharges, except to an active watercourse C Vitamin C salt (sodium ascorbate, Vita-D-Chlor brand or equal) must Ile used when discharging to an active watercourse D Sulfur dioxide gas is not permitted unless approved by Engineer ;! PART 3 EXECUTION I. 3 1 EXAMINATION �I A Verify that piping system and structures have been cleaned, inspected and pressure tested B Perform scheduling and disinfecting activity with start-up, testing, adjusting and balancing, demonstration procedures, including coordination with;'related systems ,I 3 2 EXECUTION 111 A Provide and attach equipment required to perform the work of this section B Inject disinfectant into piping system, tank, or structure while ll filling Disinfection agent may be introduced with permanent chlorination equipment when possible, or other means of application Application of chlorine gap under pressure directly to the water is not permitted C Maintain system disinfectant as specified in applicable reference in 1 2 City of Pearland Bailey WTP Improvements Water System Disinfection Project No 7295A 02675 - 3 October 21'1, 2021 11 D Flush, circulate and clean until required cleanliness is achieved, use municipal domestic water E Replace permanent system devices removed for disinfection 3 3 FIELD QUALITY CONTROL. A Section 01400 - Quality Control Manufacturers' Field Services and Reports B Analyze samples in accordance with the applicable portions of the most current edition of Reference(s) listed in 1 2 C New water lines shall be thoroughly disinfected, then flushed and sampled before being placed into service D Samples shall be collected for microbiological analysis to check the effectiveness of the disinfection procedure, which shall be repeated if contamination persists A minimum of one sample for each 1,000 feet of completed water line is required, or the next available sampling joint beyond 1,000 feet as designated by the Engineer END OF SECTION City of Pearland Bailey WTP Improvements Water System Disinfection Project No 7295A 02675 - 4 October 21, 2021 SECTION 02728 CONCRETE SPLASH BLOCKS PART 1 GENERAL 1 1 SECTION INCLUDES 11 A. Precast Concrete Splash Blocks 1 2 SUBMITTALS A Procedures for Submittals Section 01300 B Shop Drawings Indicate size, shape and reinforcement PART 2 PRODUCTS 21 MATERIALS A. Concrete Materials and Mix: 1 As specified in Section 03300 2 Minimum compressive strength of 2,500 psi, at 28 days B Concrete Reinforcement. As specified in Section 03300 2 2 PRECAST CONCRETE SPLASH BLOCKS A. Precast concrete splash blocks to size and shape as indicated on Drawings B Finish Smooth as-cast PART 3 EXECUTION 31 PREPARATION A. Verify layout of splash blocks 3 2 INSTALLATION �I A Install one precast splash block under each downspout it END OF SECTION City of Pearland Bailey WTP Improvements Concrete Splash Blocks Project No 7295A 02728-1 October 21, 2021 ii 11 II II dl SECTION 02777 HDPE POND LINER PART 1 GENERAL 1 1 SECTION INCLUDES A Pond liner installation consists of operations required for deployment of geomembrane materials, welding, anchor trenching, disposal of excess or unsuitable materials, and other required operations Liner installation shall conform with typical sections shown, and with specifications in this Section B Textured liner shall be installed as specified on project drawings I C The installation of the liner must comply with rigid installation procedures, testing frequencies and tolerance requirements as specified in this Section 1 2 REFERENCES dl A ASTM D5199 - Test for Thickness B ASTM D1593 - Test for Thickness (Note For textured liners, acceptable alternative procedure in accordance with industry standard is to use micrometer with 1/32" radius points) C ASTM D 1505 - Test for Density of Plastics by the Density-G I adient Technique D ASTM D1238 Test for Flow Rates of Thermoplastics by Extrusion Plastometer (Melt Flow Index) E ASTM D1603 - Test for Carbon Black Content in Olefin Plastics F ASTM D638 - Test for Tensile Properties of Plastics (Note NSF 54 Modified with 2" gauge length assumed for elongation at break) �1 G ASTM D1004 - Test for Initial Tear Resistance H ASTM D4833 - Test for Puncture Resistence and Elongation Test FTM101C Method 2065 - Test for Puncture Resistence J ASTM D5596 - Test for Carbon Black Dispersion K ASTM D1204 NSF 54 Modified - Test for Dimensional Stability L. ASTM D4437 NSF 54 Modified - Test for Peel and Shear Testing M GRI GM6 - Test for Seam Pressure Testing N ASTM D4437 NSF 54 Modified - Test for Seam Vacuum Box Testing City of Pearland Bailey WTP Improvements HDPE Porild Liner Project No 7295A 02777 - 1 October 211, 2021 0 ASTM D2922 - Density of Soil and Aggregate In-Place by Nuclear Methods P ASTM D698 - Test for Moisture-Density Relations of Soils (Standard) Q. ASTM D1557 - Test for Moisture-Density Relations of Soils (Modified) R GM 13 - Test properties, testing frequency and recommended warranty for HDPE smooth and textured geomembranes 1 3 DEFINITIONS A. Geomembrane 60-mil high-density polyethylene (HDPE) flexible membrane liner (FML), as specified in this Section 1 4 SUBMITTALS A Procedures for Submittals Section 01300 B Samples Owner will identify sample locations for field testing and independent laboratory analysis C Quality Control Submittals As specified in Section 01400 1 Test Reports Reference attached Geomembrane Test Table Analysis of the following is required a Geomembrane Manufacturing Quality Control Testing Thickness, Resin Melt Flow Index, Resin Density, Carbon Black Content, Carbon Black Dispersion, Tear Resistance, Puncture Resistance, Tensile Properties, and Dimensional Stability Contractor shall furnish Manufacturer's test results as specified in this Section b Geomembrane Installation Testing Peel and Shear Testing, Seam Pressure Testing, Seam Vacuum Box Testing Sample locations selected by Owner for Field and Independent Laboratory analysis Field tests to be conducted by Installer 2 Contractor shall provide the results of the manufacturer's pre- construction testing and a copy of the manufacturer's recommended values prior to the material being delivered on-site 3 The Contractor shall provide the FML installer's guidelines and installation procedures including examples of the field log sheets for review and approval All criteria specified in this section shall be required 4 The Contractor shall furnish the FML manufacturer's warranty, as specified in this Section City of Pearland Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 2 October 21, 2021 IE PART 2 PRODUCTS 2 1 GEOMEMBRANE LINER (FML) A. Source Obtain from FML manufacturer B Suitability Use the best material available The results of the manufacturer's pre-construction testing and a copy of the rnanufaciurer's recommended values shall be supplied by the FML manufacturer or the FML Installer prior to the material being delivered on-site in order to allow the Owner to verify that the material intended for delivery meets or exceeds the project specifications Suitability of FML material is subject to the Owner's approval C Quality The FML material shall meet or exceed the specifications .of the manufacturer The quality of the installed FML is critical Specifications ns for the installed FML are provided in the testing sections below D Characteristics The FML, as supplied, shall meet the current Geosynthetic Research Institute GRI GM13 Standard and/or manufacturer's specifications 1 The FML shall be a textured 60-mil high-density polyethylene (HDPE) geomembrane Textured FML shall be textured on both sides 2 The 60-mil HDPE FML shall have a minimum 20-year material warranty The Contractor shall furnish the FML manufacturer's warranty 3 The Contractor shall provide all materials specifications for the FML, including sheet strength values (strength at yield) 2 2 SOURCE QUALITY CONTROL A. Provide FML materials from same source throughout the project PART 3 EXECUTION 3 1 RECEIPT AND STORAGE OF INCOMING FML. A Shipment All FML shall be shipped in rolls Folded sections or creased panels are not acceptable and shall not be used in FML liner construction B Storage FML shall not be unrolled until deployment The FML rolls shall be protected from soft or wet ground and rocky or rough ground The FML rolls shall not be stacked more than 2 rolls high The FML rolls shall be stored in such as manner to avoid shifting abrasion, or other adverse movements that can damage the FML material If the FML is stored on-site more than 6 months, a cover must be used to protect the FML. C Handling Procedure FML rolls shall be handled in a manner to prevent punctures or other damage. Pushing, sliding, or dragging of FML rolls shall not occur City of Pearland Bailey WTP Improvements HDPE Po Ild Liner Project No 7295A 02777 - 3 October 21E, 2021 3 2 FIELD ACTIVITY REPORTS A Contractor shall provide Owner with the following information in the Field Activity Report 1 Location of major and minor repairs, 2 The name of each seamer, 3 Start-up, break, and stop times for each seamer and/or apparatus, 4 Tip temperatures and recording time for each seaming apparatus, 5 Panel placement layout, 6 Production log including product type, date, and amount deployed each day, 7 Panel placement summary data including panel #, date, time deployed, roll #, width, final length, and final area, 8 Geomembrane seaming table data including date, location, type of weld, welding machine number, welder, ambient temperature, machine temperature, speed (or preheat), start time, end time, and length, 9 Trial weld log data including date, time, welder, machine #, type of weld, ambient temperature, machine temperature, preheat or speed, and results for peel and shear, as required, 10 Non-destructive test log data including seam location, technician name, date, and test results For air pressure test, include start time, end time, start pressure and end pressure, 11 Repair log includes repair number (either R-# or TP-#), seam/panel #s, welder, repair date, time, machine #, location, and non-destructive test date, and 12 Destructive test summary data including destructive test # (DS-#), seam/panel #s, location, machine #, welder, date field tested, and results of peel and shear as required B The Installer may use their format and log sheets for recording field data with prior approval by Owner C Electronic submittal of completed field activity reports to the Owner is an acceptable transmittal method D Field activity reports must be submitted within 48 hours of the completion of each day's work Revisions and corrections must be submitted within 48 hours City of Pearland Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 4 October 21, 2021 1i 3 3 TRIAL SEAMS A. Owner shall observe and monitor all trial seams Owner shall initial all trial seam logs B Frequency Trial seams are required each day prior to a piece of welding equipment being used Each welder is required to complete a test seam prior to welding each day Each individual seaming shall make at least one test seam each day he/she actually performs seaming Trial seams are to be repeated after any significant change in environmental conditions, when the machine is turned off for more than 30 minutes, at the beginning of each seaming period (the beginning of the day and immediately after break) for each seaming apparatus used that day, and when seaming different FMLs (tie-ins and smooth to textured) Extrusion Welding When extrusion welding, both the welder and the machine shall be tested for each new trial seam Fusion Welding Only the machine needs to be tested for each new trial seam when fusion welding since the machine is not as operator dependent C Samples Each trial seam sample shall be approximately 3 feet long by 1 foot wide Five (ten if using dual-track fusion welding) samples shall be die cut from each sample Each of the samples are to be tested in peel and shear D Passing Criteria Passing criteria requires that all 5 (10 if using dual-track fusion welding) trial seam samples exhibit a Film Tear Bond (FTB) If one test seam fails, the trial seam shall be repeated If this trial seam also fails, then two more trial seams must be constructed and tested This process shall continue and no welding can begin for the machine or welder (if applicable) until all test seams are passing 3 4 FML DEPLOYMENT A Limit FML deployment to an amount which may be seamed that day ;Due to differential thermal expansion, tie-ins are not required to be seamed the same day of deployment B Adequate loading with sandbags or similar items that will not cause damage to the FML shall be placed to prevent uplift by wind C Owner shall observe and monitor placement of FML. D Each panel shall be uniquely identified for future reference II E Deployment Requirements 1 The FML shall not be placed or seamed during inclement leather, such as high winds, precipitation, or moisture of any type (e g , fog, rain, dew) City of Pearland Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 5 October 21', 2021 2 The FML shall not be deployed if the ambient temperature exceeds 104°F If ambient temperature is below 40°F, preheating of the FML may be required prior to seaming, as directed by Engineer 3 All dirt, water, oil, etc , shall be removed from the area to be seamed prior to seaming 4 No support equipment, smoking, shoes which may damage the FML, or any other items or activities which may cause damage are permitted on the FML. 5 A temporary geosynthetic covering such as a slip sheet or rub sheet shall be used to minimize friction during textured FML placement over GCL and to allow the textured geomembrane to be more easily moved into final position 3 5 FML SEAMS A. Acceptable Welds Only double-track fusion welds and extrusion welds using extrudate which is the same as the materials being welded are acceptable Temporary welds may consist only of heat tack welds B Seam Orientation As much as possible, seams shall be oriented parallel to the maximum slope and situated such that the number of field seams is minimized Seams that join the sidewall and bottom section shall be located in the bottom and at least five feet from the sidewall In corners and odd- shaped geometric locations, the number of field seams shall be minimized Panel overlaps shall conform to manufacturer's recommendations, but the overlap should not be less than 3 inches C Wrinkles, Folds, Etc Field seaming shall proceed in a manner to minimize the occurrence of wrinkles. Any wrinkles, folds, or fish mouths shall be repaired D Owner shall observe and monitor all FML seams 3 6 SEAM. DESTRUCTIVE TESTING A. Test Locations The Owner shall identify locations to be sampled Destructive seam-testing locations shall be cep-stripped and the cap completely seamed by extrusion welding to the FML. Capped sections shall be non-destructively tested Additional destructive test samples may be requested by the Engineer B Frequency• One stratified/random location per 500 linear feet of seam Note that the linear feet of seam include the anchor trench and separation berm run-out At a minimum, a destructive test shall be done for each welding machine used for seaming or repairs The total footage of individual repairs of leaks of more than 10 feet and individual repairs of more than 10 feet for failed City of Pearland Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 6 October 21, 2021 II seams shall also be counted and destructively tested using the same frequency of testing described above C Samples Owner shall observe and monitor removal and preparation of destructive test samples A sufficient amount of the seam shall be removed to conduct field testing, independent laboratory testing, and archiving of enough material to retest the seam when necessary Each sample will be divided into 2 portions The Installer shall receive a portion and the Owner will have the remaining sample tested for peel adhesion and shear strength D Owner shall observe all seam destructive tests E Repairs The total footage of individual repairs of leaks of more than 10 feet and individual repairs of more than 10 feet for failed seams shall also be counted and destructively tested using the same frequency of testing described above All seam leaks and destructive test locations shall be repaired for a distance of at least 6 inches on each side of the faulty spot or area detected At a minimum, these repairs shall be non-destructively retested and the Engineer may require destructive testing All repairs shall be numbered and noted on a panel placement layout' Tee- patches be logged and shall be distinguished from repairs by the designation "TP" and numbered sequentially All repairs and tee-patches shall Pie non- destructively tested IE F Testing Requirements Field testing shall, include at least 2 peel test specimens (4 for testing both tracks on dual-track fusion welded dreams) Independent laboratory testing shall consist of 5 shear test specimen and 5 peel test specimens (10 for both tracks of dual-track fusion welded seams) Reference attached Geomembrane Test Table G Passing Criteria All field-tested specimens from destructive-test location shall be passing in both shear and peel for the seam to be considered as passing Field-tested specimens are determined as passing if the spiecimen tested in peel fails in Film-Tear Bond (FTB) and all test specimens meet the criteria listed below The independent laboratory must confirm these field results The minimum passing criteria for independent laboratory testing are all 3 of the following 1 At least 4 of 5 specimens tested in the peel mode must fail in FTB 2 At least 4 of 5 specimens from each peel and sheer determination must meet the minimum specified value 3 The average value from all five specimens from each peel and sheer determination must meet the minimum specified value City of Pearland Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 7 October 21, 2021 II The above criteria apply to both tracks from dual-track fusion welded seam before it is considered passing The shear strength must be at least 95 percent of manufacturer's parent sheet strength, but not less than 120 pounds per inch (ppi) The parent sheet strength is generally reported as the strength at yield The peel strength must be at least 62 percent of manufacturer's parent sheet strength, but not less than 78 ppi and exhibit FTB H Re-test Criteria Any failing destructive seam strength test must be bounded on both sides by a passing test 3 7 NON-DESTRUCTIVE SEAM TESTING A Owner shall observe and monitor all non-destructive seam tests Continuous, non-destructive testing shall be performed on all seams by Installer B The seams and repairs shall be either pressure tested or vacuum box tested Reference attached Geomembrane Test Table Pressure testing is the preferred method for dual-track fusion welds C Pressure Testing Pressure testing shall be conducted at a beginning pressure of at least 30 psi for 5 minutes A loss of up to 4 psi is acceptable The air channel must be found to be continuous for a passing pressure test The Engineer must observe pressure testing D Vacuum box Testing Vacuum box testing shall be conducted at a vacuum of at least 3 to 5 psi gauge for approximately 10 sec 3 8 ANCHOR TRENCH BACKFILLING A. Owner shall be notified prior to anchor trench backfilling B Standard Anchor Trench Criteria The standard anchor trench shall be backfilled and compacted in 6-inch-thick lifts using mechanical means The standard anchor trench shall be compacted to an in-place density of 90% Standard or 85% Modified Proctor C Standard Anchor Trench Testing At a minimum, the final lift requires testing The Owner shall conduct one test per 300 linear feet The Owner may elect to collect samples of initial lifts to ensure appropriate compaction D No cover shall be placed over the standard anchor trench until compaction testing results are approved by Owner City of Pearland, Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 8 October 21, 2021 If II 3 9 MATERIAL DISPOSAL. Remove waste from the construction site and legally dispose before P're-final Inspection at Contractor's expense 3 10 FINAL INSPECTION A The final inspection shall include the entire evaporation pond area and include cleanup B All defects noted shall be repaired by Contractor at his own expense, prior to final payment GEOMEMBRANE TEST TABLE TEST SPECIFIED TEST STANDARD TEST FREQUENCY OF TESTING METHOD Density ASTM D 1505 One test per Resin Lot and Resin one test per 100,000 ft2 II Manufacturer's Testing per current GRI Standard GM13 Quality Control Conformance Thickness ASTM D5199, D5994, or One test per Resin Lot and Testing by 3`d ASTM D1593") test per 50,000 ft2 Party Independent Melt Flow Index ASTM 1238 Laboratory Density ASTM D1505 Carbon Black ASTM D1603 One test per Resin Lot and Content one test per 100,002 IT Tensile Properties ASTM D638(2) Tear Resistance ASTM D1004 Puncture FTM 101 C Method 2065 Resistance or ASTM D4833 1 Carbon Black ASTM D5596 Dispersion Dimensional ASTM D1204 Stability NSF 54 Modified Destructive Peel and Shear ASTM D4437 As specified Steam Testing Testing Non-Destructive Steam Pressure GRI GM6 As specified ' Steam Testing Testing Seam Vacuum Box ASTM D4437 Testing The geomembrane will be considered acceptable if the test results meet or exceed the manufacturer's published recommended values and/or GM13 i. 1 For textured liners, acceptable alternative procedure in accordance with industry standard is to use micrometer with 1/32" radius points 2 NSF 54 Modified with 2" initial gauge length assumed for elongation at break END OF SECTION jE City of Pearland Bailey WTP Improvements HDPE Pond Liner Project No 7295A 02777 - 9 October 211, 2021 I If li SECTION 02831 CHAIN LINK FENCES AND GATES PART 1 GENERAL 1 1 SECTION INCLUDES A Chain Link Fencing B Chain Link Fence Gates I C Related appurtenances 1 2 REFERENCES A ASTM A36--Structural Steel B ASTM B117--Test Method of Salt Spray (Fog) Testing C ASTM A121-Zinc-Coating (Galvanized) Steel Barbed Wire D ASTM A153--Zinc Coating (Hot Dip) on Iron and Steel Hardware E ASTM A392--Zinc-Coated Steel Chain-Link Fence Fabric F ASTM A501--Hot-Formed Welded and Seamless Carbon Steel Structural Tubing G ASTM A525--General Requirements for Steel Sheet, Zinc-Coated (Galvaanized) by the Hot-Dip Process II H ASTM A585--Aluminum-Coated Steel Barbed Wire ASTM F567--Practice for Installation of Chain-Link Fence J ASTM F669--Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fences K ASTM F1083--Pipe, Steel, Hot-Dipped, Zinc-Coated (Galvanized), Welded, for Fence Structures 1 3 SUBMITTALS A. Procedures for Submittals Section 01300 B Product Data Manufacturer's product data sheets for fence fabric, barbed wire, posts, latches, and other accessories C Shop Drawings Indicate construction, materials, sizes, and layout of fencing and gates Include a scaled layout plan showing distance between each gate post, corner post, and pull post/inline brace City of Pearland Bailey WTP Improvements Chain Link Fences and Gates Project No 7295A 02831-1 October 211, 2021 D Quality Control Submittals For information only 1 Manufacturer's certificates attesting compliance with specification grades for materials and galvanized finishes thickness 1 4 QUALITY ASSURANCE A Manufacturer Provide chain link fencing and gates as complete units controlled by a single source including necessary erection accessories, fittings, and fastenings B Erector Qualifications Minimum of two years experience installing similar fencing 1 5 COORDINATION A Details of fence material and construction in this §pecification take precedence over those shown General arrangement of fence shall be as shown PART 2 PRODUCTS 2 1 FENCING CONFIGURATIONS A As shown 2 2 BASIC MATERIALS A General 1 Pipe and tubing sizes specified are commercial standard sizes 2 Open seam material is prohibited 3 Hot-dip galvanize iron and steel components on all surfaces B Steel Pipe 1 Schedule 40 Pipe ASTM F1083 a Yield Strength 25,000 psi, minimum b Galvanized Coating Weight 1 8 oz per sq foot, minimum C Steel Tubing ASTM A501, having a minimum zinc coating of 1 8 oz per sq ft D Structural Steel Shapes ASTM A36, having a minimum zinc coating of 1 8 oz per sq ft E Hardware and Accessories ASTM A153, with 1 8 oz per sq ft zinc weight, minimum F Roll Form Shapes ASTM-A570, Grade 45 with minimum zinc coating of 2 0 oz per sq ft City of Pearland Bailey WTP Improvements Chain Link Fences and Gates Project No 7295A 02831-2 October 21, 2021 G For any welded areas, the finished weld shall be grinded smooth and painted with two coats of a moisture-cured aromatic urethane of TNEMEC Ompithane Series 530 aluminum paint, matte finish, or Engineer-approved equall. The thickness of each coating shall be per manufacturer's recommendationil 2 3 FENCING COMPONENTS A Chain Link Fabric ASTM A392, Class 2, zinc-coated steel having minimum weight of zinc coating of 1 2 oz per sq ft, one-piece fabric, full heightl mesh size and wire gauge to match existing fencing 1 Steel Wire 70,000 psi, minimum tensile strength after coating 2 Selvages to match existing fencing B Posts, brace rails, and top rails Sch 40 galvanized steel pipe 0 D as shown on Drawings 1 Provide rails with outside sleeve-type expansion couplings which provide rigid attachment and allow for anticipated movement 2 Interrupt rails only at posts C Support Members 1 Standard structural steel shapes 2 Custom fabricated fittings and attachments 3 Anchor bolts and fasteners D Tension Bracing 3/8 in diameter, galvanized steel truss rod with turnbuckles or threaded ends E Tension Bars Minimum 3/16 in x 3/4 in, galvanized steel, one-piece for full height of fabric F Metal Bands Minimum 0 115 in x 7/8 in wide galvanized steel G Barbed Wire 1 Strands Three per arm 2 Wire Double 12-1/2 gauge 3 Barbs 14 gauge, 4 points, 5 in apart, ASTM A121 4 Finish Galvanized, Class 3, minimum 0 80 oz zinc per sq ft 5 Alternate Aluminum coated double strand, 12-1/2 gage twisted wire with 14 gauge, 4 point round aluminum barbs at approximately 5-inch centers conforming to ASTM-A585 H Barbed Wire Arms 1 Material Pressed steel or malleable iron 2 Shape Match angle and height of existing wire arms 3 Design Integral with post top weather cap 4 Strength Resist 250 pound load on end of arms 5 Finish Hot-dipped galvanized, ASTM A153, Class B3, minimum 1 3 oz zinc per sq ft City of Pearland Bailey WTP Improvements Chain Link Fences and Gates Project No 7295A 02831-3 October 21, 2021 Tension Wire 7-gauge galvanized steel spring coil wire J' Post Caps Steel, wrought iron, or malleable iron, designed as weather-tight closure cap, one cap per post where barbed wire arm is not used 2 4 GATES A Swinging Gates Swinging gates, complete with steel pipe frame, adjustable tension rods, chain link fabric and gate hardware Fabricate with mitered, welded, weather-tight joints Hot-dipped galvanized construction 1 Gates Galvanized Sch 40 steel pipe frame, 0 D as shown on Drawings, with adjustable tension rods and chain link fabric a Tension Rods Steel truss rod tension bracing b Chain Link Fabric Gauge of chain link fabric to match fence Where not indicated provide same gauge as fabric at fence in which gate is installed Fasten fabric with adjustable hook bolts on all sides 2 Hardware a Hinges Pressed of forged steel or malleable iron, non-lift off heavy duty type, offset to permit 180 deg gate opening ii Provide 2 pair of each leaf over 6 ft height b Latches Heavy duty automatically engaging, lockable latch ii For double gates Automatic engaging, lockable latch on one leaf and drop rod type latch on other leaf Drop rod to be non-removable and non-retractable in closed position iii Furnish suitable casting set in concrete to hold gate leaf in place when drop rod is engaged c Keepers Provide a duckbill keeper for each gate leaf Keeper shall automatically engage and hold open gate until manually released 3 Fabricate gates with padlock hasp for Owner-furnished padlock City of Pearland Bailey WTP Improvements Chain Link Fences and Gates Project No 7295A 02831-4 October 21, 2021 PART 3 EXECUTION II 31 PREPARATION A. Verify suitability of areas to accept installation B Verify location of underground utilities before starting, installation C Installation constitutes Contractor acceptance of conditions and responsibility for performance D Sufficiently clear the alignment of the fence of obstructions and surface irregularities to a width of 6 feet so that the fence will confirm to the general contour of the ground II E Where existing fence to be removed coincides with alignment of new fence, existing posts shall be removed in their entirety and all holes remaining shall be refilled with suitable soil,, gravel, or other material acceptable to Engineer and shall be compacted properly with tampers 3 2 INSTALLATION A General IV 1 Do not start installation until final finish grade elevations are established 2 Install in accordance with ASTM F567 unless otherwise indicated B Posts and Rails 1 Provide post holes of dimensions shown on Drawings 2 Set posts in Class A concrete a Allow 6 inches from bottom of posts to bottom of hole) 11 b All concrete shall be of a commercial grade with a minimum 28-day compressive strength of 3,000 PSI c Concrete shall be compacted by means of a mechanical vibrator 3 Plumb posts to 1/4 in in 10 feet 4 Slope or dome any exposed concrete on top to shed water 5 Space line posts at equal intervals not exceeding 10 feet 0 C 6 Brace corner, gate, and end posts (terminal posts) per detail shown on Drawings Corner gates shall be braced as shown on both sides 7 Provide inline brace post assemblies per detail on Drawings at Wire pull stations (pull posts) City of Pearland Bailey WTP Improvements Chain Link Fences and Gates Project No 7295A 02831-5 October 211, 2021 8 Pull post spacing maximum 600 ft from terminal or corner post or between pull posts 9 Install post cap on each post 10 Provide expansion couplings in rails at not more than 50-foot intervals. C Swinging Gates 1 Provide 1 inch galvanized pipe (open and closed position) for cane bolt keeper on double gates 2 Adjust for rigid, non-warping installation, no free swing in open position D Fabric 1 Pull fabric taut and secure to posts, rails, arid supports 2 Secure so that fabric remains in tension after pulling force is released 3 Stretch fabric tight between terminal posts, thread tension bars through fabric and secure to posts with metal bands spaced not over 24 in 0C 4 Use fabric in one continuous piece between terminal posts Horizontal fabric joints not allowed 5 Use U shaped 9 gauge, soft annealed galvanized steel wire conforming to diameter of pipe to which attached, clasping pipe and fabric firmly with ends twisted at least one full turn, spacing 30 in on center vertically and 30 in 0 C horizontally 6 Bend ends of wire to minimize hazards to persons or clothing E Tension Bars Secure with metal bands at 15 in 0 C Install nuts for tension bar and hardware bolts on side of fence opposite fabric side F Barbed Wire and Tension Wire 1 Attach to each post it intersects and to arms with 7 gauge galvanized wire tie 2 Fasten sufficiently to secure wire and to prevent slippage G Existing Fence Connections Wherever the new fence joins an existing fence, either at a corner or at the intersection of straight fence lines, a corner or anchor post shall be set at the junction and braced and anchored the same as herein described for corner posts If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span END OF SECTION City of Pearland Bailey WTP Improvements Chain Link Fences and Gates Project No 7295A 02831-6 October 21, 2021 II SECTION 02921 HYDRO MULCH SEEDING PART 1 GENERAL 1 1 SECTION INCLUDES A Seeding, fertilizing, mulching, and maintenance of all disturbed areas as part of this project 1 2 SUBMITTALS A Conform to requirements of Section 01300 B Submit certification from supplier that each type of seed conforms to these specifications and requirements of Texas Seed Law Certification shall accompany seed delivery C Submit certificate stating that fertilizer complies with these specifications and requirements of Texas Fertilizer Law II PART 2 PRODUCTS 21 MATERIALS A. Topsoil 4" to 6" of topsoil shall be placed at all locations that are to eceive hydro mulch B Seed Conform to U S Department of Agriculture rules and regulations of Federal Seed Act and Texas Seed Law Seed shall be certified 90 percet pure and furnish 80 percent germination and meet following requirements 1 Rye Fresh, clean, Italian rye grass seed (lollium multi-florum)1 mixed in labeled proportions As tested, minimum percentages of impurities and germination must be labeled Deliver in original unopened containers 2 Bermuda Extra-fancy, treated, lawn type common bermuda (Crodon dactylon) Deliver in original, unopened container showing weight, analysis, name of vendor, and germination test results 3 Wet, moldy, or otherwise damaged seed will not be accepted 4 Seed requirements, application rates, and planting dates are TYPE APPLICATION PLANTING RATE POUNDS/A DATE Hulled Common Bermuda Grass 98/88 40 Jan 1 to Mar 31 Unhulled Common Bermuda Grass 98/88 40 Ii Hulled Common Bermuda Grass 98/88 40 Apr 1 to Sep 30 Hulled Common Bermuda Grass 98/88 40 Oct 1 to Dec 31 Unhulled Common Bermuda Grass 98/88 40 Annual Rye Grass (Gulf) 30 City of Pearland Bailey WTP Improvements Hydro Mulch Seeding Project No 7295A 02921 - 1 October 21, 2021 C Fertilizer• Dry and free flowing, inorganic, water soluble commercial fertilizer, which is uniform in composition Deliver in unopened containers which bear manufacturers guaranteed analysis Caked, damaged, or otherwise unsuitable fertilizer will not be accepted Fertilizer shall contain minimum percentages of following elements 1 Nitrogen 10 Percent 2 Phosphoric Acid 20 Percent 3 Potash 10 Percent D Mulch 1, Virgin wood cellulose fibers from whole wood chips having minimum of 20 percent fibers 0 42 inches in length and 0 01 inches in diameter 2 Cellulose fibers manufactured from recycled newspaper and meeting same fiber content and size as for cellulose fibers from wood chips 3 Dye mulch green for coverage verification purposes E Soil Stabilizer• "Terra Tack 1" or approved equal F Weed control agent Pre-emergent herbicide for grass areas, such as "Benefin," or approved equal PART 3 EXECUTION 31 APPLICATION A Seed Apply uniformly at rates given in Paragraph 2 1 B for type of seed and planting date B. Fertilizer• Apply uniformly at rate of 500 pounds per acre C Mulch Apply uniformly at rate of 50 pounds per 1000 square feet D Soil Stabilizer Apply uniformly at rate of 40 pounds per acre E Weed Control Agent. Apply at manufacturer's recommended rate prior to hydro mulching F Suspend operations under conditions of drought, excessive moisture, high winds, or extreme or prolonged cold Obtain Engineer approval before resuming operations G Hydro mulch shall be applied to all disturbed areas 3 2 MAINTENANCE A Maintain grassed areas minimum of 90 days, or as required to establish an acceptable cover For areas seeded in fall, continue maintenance following spring until acceptable cover is established City of Pearland Bailey WTP Improvements Hydro Mulch Seeding Project No 7295A 02921 - 2 October 21, 2021 B Maintain grassed areas by watering, fertilizing, weeding, and trimming. C Repair areas damaged by erosion by regrading, rolling and replanting D Reseed small, sparse grass areas When sparse areas exceed 20 percent of planted area, reseed by hydro mulch E Mow grass when height reaches 3 1/2 inches or greater on average before final acceptance Mow to height of 2 1/2 inches END OF SECTION it 1I City of Pearland Bailey WTP Improvements Hydro Mulch Seeding Project No 7295A 02921 - 3 October 211, 2021 DIVISION 2 MODIFICATIONS TO STANDARD SPECIFICATIONS AND SPECIAL SPECIFICATION ITEMS SECTION 02335-SUBGRADE • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications. in its entirety and insert the following in its place. B. References to Technical Specifications: 1 Section 01010—Summary of Work 2. Section 01200—Measurement and Payment Procedures �! 3 Section 01300—Submittals Ij 4 Section 01400—Quality Control 5 Section 01500—Temporary Facilities and Controls • Delete paragraph 1 02 MEASUREMENT AND PAYMENT in its entirety and renumber all subsequent paragraphs accordingly • Paragraph 1 04 TESTING AND SAMPLING,A—Change Section 01450—Testing and Laboratory Services to Section 01400—Quality Control. • Delete paragraph 3 02 PREPARATION,A in its entirety and insert the following in its place. A. Install and operate necessary dewatering and surface control measures. • Paragraph 3 02 PREPARATION, B—Delete the second sentence in its entirety • Paragraph 3 12 CLEAN-UP AND RESTORATION,A—Change Section 01140—Contractor's Use of Premises to Section 01010—Summary of Work. SECTION 02511-WATER METERS • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications in its, entirety and insert the following in its place. B. References to Technical Specifications: 1 Section 01200—Measurement and Payment Procedures 2. Section 02665—Water Systems • Paragraph 2 02 CONNECTIONS AND FITTINGS,A—Change Section 02510—Water Mains to Section 02665—Water Systems. SECTION 02530-GRAVITY SANITARY SEWERS • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications. in itsi entirety and insert the following in its place. B. References to Technical Specifications: 1 Section 01200—Measurement and Payment Procedures jl 2. Section 01300—Submittals 3 Section 01400—Quality Control 4 Section 01500—Temporary Facilities and Controls IP 5 Section 01564—Control of Ground Water and Surface Water 6 Section 02070—Demolition,Cutting and Patching 7 Section 02220—Trench and Excavation Safety Systems 8. Section 02225—Excavation,Backfilling,and Compacting for Utilities 9 Section 02410—Pipe Boring,Jacking,Tunneling and Encasements • Paragraph 1 02 MEASUREMENT AND PAYMENT, C—Change Section 02415—Augering Pipe or Casing for Sewers to Section 02410—Pipe Boring,Jacking,Tunneling and Encasement. • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Paragraph 1 04 QUALITY ASSURANCE,A—Change Section 01450-Testing and Laboratory Services to Section 01400—Quality Control. • Paragraph 3 01 PREPARATION,A—Change Section 01570—Trench Safety Systems to Section 02220 —Trench and Excavation Safety Systems. • Paragraph 3 01 PREPARATION, C—Change Section 02220—Site Demolition to Section 02070— Demolition,Cutting and Patching. • Paragraph 3 04 BACKFILL,A—Change Section 02318—Excavation and BaclJll for Utilities to Section 02225—Excavation,Backfilling,and Compacting for Utilities. • Paragraph 3 05 CLEAN UP AND RESTORATION A—Change Section 01140—Contractor's Use of Premises to Section 01010—Summary of Work SECTION 02533—SANITARY SEWER FORCE MAINS • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications. in its entirety and insert the following in its place. B. References to Technical Specifications. 3 Section 01200—Measurement and Payment Procedures 4 Section 01300—Submittals 5 Section 01400—Quality Control 6 Section 01564—Control of Ground Water and Surface Water 7 Section 02070—Demolition,Cutting and Patching 8. Section 02220—Trench and Excavation Safety Systems 9 Section 02225—Excavation,Backfilling,and Compacting for Utilities 10 Section 03300—Cast-in-Place Concrete • Paragraph 1 04 TESTING,A Change Section 01450—Testing and Laboratory Services to Section 01400—Quality Control. • Delete paragraph 2.01 DUCTILE IRON PIPE AND FITTINGS in its entirety and insert the following in its place. 2.01 DUCTILE IRON COATINGS AND LININGS A. Sanitary Sewer and Force Main Interiors: 1 Preparation.Commercial blast cleaning conforming to SSPC-SP6 2. Liner thickness.Nominal 40 mils,minimum 35 mils,for pipe barrel Ir interior;minimum 6- 10 mils at gasket groove and outside spigot end to 6-inches back from end. 3 Testing:ASTM G 62,Method B for voids and holidays;provide written certification. 4 Acceptable Lining Materials. i a. Virgin polyethylene conforming to ASTM D 1248,with inert fillers and carbon black to resist ultraviolet degradation during storage heat bonded to interior surface of pipe and fittings, "Polyline"by American Cast Iron Pipe Company;,or Approved Equal. Ii b. Polyurethane: Corro-pipe II by Madison Chemicals. c. Ceramic Epoxy.Protecto-401 by Enduron Protective Coati gs. 11 B. Sanitary Sewer Point Repair Pipe:For pipes which will be lined with high 41 density polyethylene liner pipe or cured-in-place liner,provide cement-lied with seal coat in accordance with ANSI A21 4 For pipes which will not ibe provided with named liner,provide pipe as specified in this Section,2.05E "Sanitary Sewer and Force Main Interiors" II II C. Exterior Prime coat and outside asphaltic coating conforming to ANSI A21 10, ANSI A21 15,or ANSI A21.51 for pipe and fittings in open cut excavation and in casings. D Polyethylene Wrap For buried water lines and sanitary sewers,including point repairs,provide polyethylene wrap unless otherwise specified or shown.Provide Polyethylene Wrap for all buried ductile iron pipe,including polyurethane coated pipe. E. For flanged joints in buried service,provide petrolatum wrapping system. Denso,or Approved Equal,for the complete joint and all alloy steel fasteners: Alternatively,provide bolts made of Type 304 Stainless Steel. F Pipe to be installed in potentially contaminated areas shall have coatings1and linings recommended by the manufacturer as resistant to the contaminants. • Delete paragraph 2 02 PVC PIPE, F in its entirety and insert the following in its place. F Provide lined ductile iron fittings conforming to Section 15060—Pipe and Pipe Fittings an'd lined in accordance with 2.01 • Paragraph 3 02 PIPE INSTALLATION BY OPEN-CUT,A—Change Section 02318—Excavatioon and Backfill for Utilities to Section 02225—Excavation,Backfilling and Compacting for Utilities +' SECTION 02542—CONCRETE MANHOLES AND ACCESSORIES I� • Delete paragraph 1 01 SECTION INCLUDES, B. References to Technical Specifications. in it,J{ entirety and insert the following in its place. B References to Technical Specifications: 1 Section 01200—Measurement and Payment Procedures 2. Section 01300—Submittals 3 Section 01400—Quality Control 4 Section 01564—Control of Ground Water and Surface Water 5 Section 02220—Trench and Excavation Safety Systems 6 Section 02225—Excavation,Backfilling,and Compacting for Utilities 7 Section 02530—Gravity Sanitary Sewers 8. Section 03300—Cast-in-Place Concrete • Paragraph 1 04 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Delete.paragraph 2 10 BACKFILL MATERIALS,A in its entirety and insert the following in its place. A. Shall meet the requirements of adjoining utility installations for backfill of pipeline structures,as shown on the Plans. • Paragraph 3 03 MANHOLE BASE SECTION AND FOUNDATIONS,A—Change Section 02318— Excavation and Backfill for Utilities to Section 02225—Excavation,Backfilling and Compacting for Utilities. • Paragraph 3 15 CLEAN UP AND RESTORATION,A—Change Section 01140—Contractor's Use of Premises to Section 01010—Summary of Work. SECTION 02603—FRAMES, GRATES,RINGS,AND COVERS • Delete paragraph 1 01 SECTION INCLUDES, C. References to Technical Specifications in its entirety and insert the following in its place. B. References to Technical Specifications. 1 Section 01200—Measurement and Payment Procedures 2. Section 01300—Submittals • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals SECTION 02630—STORM SEWERS • Delete paragraph 1 01 SECTION INCLUDES, B.References to Technical Specifications in its entirety and insert the following in its place. B References to Technical Specifications: 1 Section 01010—Summary of Work 2. Section 01200—Measurement and Payment Procedures 3 Section 01300—Submittals 4 Section 01400—Quality Control 5 Section 02220—Trench and Excavation Safety Systems 6 Section 02225—Excavation,Backfilling,and Compacting for Utilities 7 Section 02410—Pipe Boring,Jacking,Tunneling and Encasement 8. Section 03300—Cast-in-Place Concrete • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Submittals. • Paragraph 1 04 TESTING,A—Change Section 01450—Testing and Laboratory Services to Section 01400—Quality Control. • Paragraph 2.07 BEDDING, BACKFILL,AND TOPSOIL MATERIAL,A—Change Section 0225 Bedding, Backfill, and Embankment Materials to Section 02225—Excavation,Backfilling and Compacting for Utilities. • Delete paragraph 3 01 PREPARATION,A in its entirety and insert the following in its place. A. Conform to requirements of Section 02225—Excavation,Backfill,and Compacting for Utilities, 3 1 Examination and Preparation. • Paragraph 3 02 EARTHWORK,A—Change Section 02318—Excavation and Backfill for Utilities to Section 02225—Excavation,Backfilling and Compacting for Utilities. • Paragraph 3 07 INSTALLATION OTHER THAN OPEN CUT,A—Change Section 02415—Augering Pipe or Casing for Sewers to Section 02410—Pipe Boring,Jacking,Tunneling and Encasement. II • Paragraph 3 10 BACKFILL, B—Change Section 02318—Excavation and Backfill for Utilities Ito Section 02225—Excavation,Backfilling and Compacting for Utilities. • Paragraph 3 10 BACKFILL, C—Change Section 02318—Excavation and Backfill for Utilities to Section 02225—Excavation,Backfilling and Compacting for Utilities. • Delete paragraph 3 12 SAFETYEND TREATMENTS(SET) in its entirety • Paragraph 3 13 CLEAN UP AND RESTORATION,A—Change Section 01140—Contractor's Use of Premises to Section 01010—Summary of Work SECTION 02631—PRECAST INLETS,HEADWALLS,AND WINGWALLS • Delete paragraph 1 01 SECTION INCLUDES, C. References to Technical Specifications. in its entirety and insert the following in its place. B. References to Technical Specifications. 1 Section 01010—Summary of Work 2. Section 01200—Measurement and Payment Procedures 3 Section 01300—Submittals 4 Section 01400—Quality Control 5 Section 01600—Material and Equipment 6 Section 02220—Trench and Excavation Safety Systems 7 Section 02225—Excavation,Backfilling,and Compacting for Utilities 8. Section 02542—Concrete Manholes and Accessories 9 Section 03300—Cast-in-Place Concrete • Paragraph 1 03 SUBMITTALS,A—Change Section 01350—Submittals to Section 01300—Su mittals. • Paragraph 1 03 SUBMITTALS, C—Change Section 01630—Product Options and Substitution to Section 01600—Material and Equipment. • Paragraph 3 02 INSTALLATION, B—Change Section 02318'—Excavation and Backfill for Utilities to Section 02225—Excavation,Backfilling and Compacting,for Utilities. • Paragraph 3 06 BACKFILL,A—Change Section 02318—Excavation and Backfill for Utilities to Section 02225—Excavation,Backfilling and Compacting for Utilities. SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 GENERAL 1 1 SUMMARY This Section specifies cast-in place concrete, including formwork, reinforcing, mix design, placement procedures, and finishes 1 2 SUBMITTALS Submit the following A. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, waterstops, joint systems, curing compounds, dry-shake finish materials, and others as required B Shop drawings for fabrication, bending, and placement of concrete reinforcement Comply with ACI 315, "Manual of Standard Practice for Detailing Reinforced Concrete Structures," showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangement of concrete reinforcement C Laboratory test reports for concrete aggregates,, mix design, and sampling of fresh concrete D Material certification for cement certifying that material complies u jlith the specified requirements 1 3 QUALITY ASSURANCE A. Codes and Standards Comply with provisions of following codes, specifications, and standards, except where more stringent, requirements are shown or specified 1 ACI 301, "Specifications for Structural Concrete for Buildings ' 2 ACI 318, "Building Code Requirements for Reinforced Concrete " 3 ACI 347, "Recommended Practice for Concrete Formwork " 4 AWS D1 4, "Structural Welding Code Reinforcing Steel " 5 Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice " B Concrete Testing Service Contractor shall employ and pay for a qualified testing laboratory to perform material evaluation tests and to design concrete mixes If II C Materials and installed work may require testing and retesting at airy time during progress of work. Tests, including retesting of rejected materials for installed work, shall be done at Contractor's expense City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 1 October 21, 2021 PART 2 PRODUCTS 2 1 FORM MATERIALS A. Forms for Exposed Finish Concrete Plywood, metal, metal-framed plywood faced, or other acceptable panel-type materials, to provide continuous, straight, smooth, exposed surfaces Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings B Forms for Unexposed Finish Concrete Plywood, lumber, metal, or other acceptable material Provide lumber dressed on at least 2 edges and one side for tight fit C Form Coatings Provide commercial formulation form-coating compounds with a maximum VOC of 350 mg/1 that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces D Form Ties Factory-fabricated, adjustable-length, removable or snap-off metal form ties, designed to prevent form deflection and to prevent spalling concrete upon removal Provide units that will leave no metal closer than 1-1/2 inches to exposed surface Provide ties that, when removed, will leave holes not larger than 1-inch diameter in concrete surface 2 2 REINFORCING MATERIALS A. Reinforcing Bars ASTM A 615, Grade 60, deformed B Stirrups and Ties ASTM A 615, Grade 60, deformed C Steel Wire ASTM A 82, plain, cold-drawn steel D Welded Wire Fabric ASTM A 185, welded steel wire fabric E Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place Use wire-bar-type supports complying with CRSI specifications 1 For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs 2 For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with legs that are plastic protected (CRSI, Class 1) or stainless steel protected (CRSI, Class 2) 2 3 CONCRETE MATERIALS A Portland Cement ASTM C 150, Type I/II Use one brand of cement throughout project City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 2 October 21, 2021 II 11 f, B Normal Weight Aggregates ASTM C 33 Size Number 467 for 11-1/2" maximum aggregate size, Size 67 for 3/4 inch maximum aggregate size Coarse aggregate shall be as large as possible within the limitation of ACI 318, but not greater than 1-1/2" 1 Do not use aggregate containing spalling-causing deleterious substances 2 Coarse aggregate size shall not exceed the following Use Size Drilled Piers 1-1/2" Footings and Mats 1" 1' Walls 1" Columns 1" Beams (elevated) 1" 'I Grade Beams & Grade Slabs 1" I� Elevated Floor Slabs 1" Sidewalks 1" 11 C Water Drinkable D Admixtures Provide admixtures for concrete that contains not more than 0 1 percent chloride ions E Air-Entraining Admixture ASTM C 260, certified by manufacturer'; to be compatible with other required admixtures F Water-Reducing Admixture ASTM C 494, Type A G High-Range Water-Reducing Admixture (Super Plasticizer) ASTM C 494, Type F or Type G !' H Water-Reducing, Accelerating Admixture ASTM C 494, Type E i Water-Reducing, Retarding Admixture ASTM C 494, Type 'D 2 4 RELATED MATERIALS A Waterstops Provide flat, dumbbell-type or centerbulb-type waterstops at construction joints and other joints as indicated Size to suit joints B Vapor Retarder Provide vapor retarder cover over prepared base material where indicated below slabs on grade Use polyethylene sheet not less than 10 mils thick C Non-Shrink Grout ASTM C 1107, Grade C If D Absorptive Cover (for curing) Burlap cloth made from jute or kenaf, weighing approximately 9 oz per sq yd , complying with AASHTO M 182, Class 2 E Moisture-Retaining Cover (for curing) One of the following, complying with ASTM C 171 City of Pearland �1 Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 3 October 21,1, 2021 1 Waterproof paper 2 Polyethylene film 3 Polyethylene-coated burlap F Liquid Membrane-Forming Curing Compound Liquid-type membrane-forming curing compound complying with ASTM C 309, Type I, Class A Moisture loss not more than 0 055 gr /sq cm when applied at 200 sq ft./gal G Expansion Joint Material ASTM D 1751, asphalt impregnated board for curb and gutter, ASTM D 1752 grey sponge rubber for all other areas 2 5 PROPORTIONING AND DESIGN OF MIXES A Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301 B Submit written reports of each proposed mix for each class of concrete at least 15 days prior to start of work Do not begin concrete production until proposed mix designs have been reviewed C Design mixes to provide normal weight concrete with the following properties 1 Concrete Strength and Slump Schedule Location Compressive Strength Slump Piers 3500 psi 4"-6" Ground Floor Slab and Foundations 3500 psi 3"-5" Sidewalk 3500 psi 3"-5" Equipment Bases 3500 psi 3"-5" 2 4000-psi, 28-day compressive strength, W/C ratio, 0 44 maximum (non-air-entrained), 0 35 maximum (air-entrained) 3 3500-psi, 28-day compressive strength, W/C ratio, 0 51 maximum (non-air-entrained), 0 40 maximum (air-entrained) 4 3000-psi, 28-day compressive strength, W/C ratio, 0 58 maximum (non-air-entrained), 0 46 maximum (air-entrained) 5 2500-psi, 28-day compressive strength, W/C ratio, 0 67 maximum (non-air-entrained), 0 54 maximum (air-entrained) D Adjustment to Concrete Mixes Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant Laboratory test data for revised mix design and strength results must be submitted and reviewed before using in work 2 6 ADMIXTURES A. Use water-reducing admixture or high-range water-reducing admixture (Superplasticizer) in concrete as required for placement and workability City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 4 October 21, 2021 II B Use non-chloride accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F (10 deg C) C Use high-range water-reducing. admixture (HRWR) in pumped concrete, concrete for industrial slabs, concrete required to be watertight, and concrete with water/cement ratios below 0 50 D Use air-entraining admixture in all concrete unless otherwise indicat odd Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having total air content of 6 percent with a tolerance of plus or minus 1-1/2 percent within limits Air-entraining admixture is not required for piers and interior floor slab E Use admixtures for water reduction and set control in strict compliance with manufacturer's directions 2 7 CONCRETE MIXING Comply with requirements of ASTM C 94, and as specified A When air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes B Provide batch ticket for each batch discharged and used in the work, indicating project identification name and number, date, mix type, mix time, quantity and amount of water introduced PART 3 EXECUTION 31 GENERAL. Coordinate the installation of joint materials and vapor retarders with placement of forms and reinforcing steel 3 2 FORMS A. Design, erect, support, brace, and maintain formwork to support vertical and lateral,.static and dynamic loads that might be applied until concrete st��ructure can support such loads Construct formworks so concrete members and structures are of correct size, shape, alignment, elevation, and position Maintain formwork construction tolerances complying with ACI 347 B Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in work Use selected materials to obtain required finishes Solidly butt joints and provide backup at joints to prevent leakage of cement paste City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 5 October 21, 2021 C Fabricate forms for easy removal without hammering or prying against concrete surfaces Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces Provide top. forms for inclined surfaces where slope is too steep to place concrete with bottom forms only Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal D Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete Securely brace temporary openings and set tightly to forms to prevent loss of concrete mortar Locate temp orary openings in forms at inconspicuous locations E Chamfer exposed corners and edges with 3/4 inch chamfer or as indicated,. using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints F Set edge forms, bulkheads, and intermediate screed strips for slabs to obtain required elevations and contours in finished surfaces Provide and secure units to support screed strips using strike-off templates or compacting-type screeds G Provide openings in concrete formwork to accommodate work of other trades Determine size and location of openings, recesses, and chases from trades providing such items Accurately place and securely support items built into forms M Thoroughly clean forms and adjacent surfaces to receive concrete Remove chips, wood, sawdust, dirt or other debris just before concrete is placed Retighten forms and bracing before concrete placement as required preventing mortar leaks and maintaining proper alignment 3 3 VAPOR BARRIER INSTALLATION A Place barrier sheeting following leveling and tamping of subgrade for slabs on grade Vapor barrier should be continuous below any grade beam in concrete placement B Lap joints 6 inches and seal vapor barrier joints with manufacturers' recommended mastic and pressure-sensitive tape C After placement, cover with granular base materials and, compact to depth as shown on drawings 3 4 PLACING REINFORCEMENT A Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as herein specified Avoid cutting or puncturing vapor barrier during reinforcement placement and concreting operations B Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 6 October 21, 2021 C Accurately position, support, and secure reinforcement against displa d'ement Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers D Place reinforcement, to obtain at least minimum coverages for concrete protection Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations Set SHire ties so ends are directed into concrete, not toward exposed concrete surfa�pes Install welded wire fabric in as long lengths as practicable Lap adjoinin pieces at least one full mesh and face splices with wire Offset laps of a joining widths at least five feet to prevent continuous laps in either direction 3 5 JOINTS A. Construction Joints Locate and install construction joints as indicated or, if not indicated, locate so as not to impair strength and appearance of the structure Place construction joints perpendicular to main reinforcement Cli ntinue reinforcement across construction joints except as otherwise indicated. 1 Provide waterstops in construction joints as indicated I Install waterstops to form continuous diaphragm in each joint.) Make provisions to support and protect exposed waterstops during progress of work. Field-fabricate joints in waterstops in accordance with manufacturer's printed instructions 2 Piers shall be placed in one monolithic pour 3 Construct isolation joints in slabs-on-ground at points of contact between slabs-on-ground and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated B Contraction (Control) Joints in Slabs-on-Ground Construct contraction joints in slabs-on-ground to form panels of patterns as shown Use saw c is 1/8 inch wide by 1/4 slab depth 3 6 INSTALLATION OF EMBEDDED ITEMS Set and build into work anchorage devices and other embedded items required for other work that is attached to or supported by cast-in-place, concrete Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached thereto Embedded items shall be free from oil, loose scale or rust, and paint Voids in sleeves, slots and inserts shall be filled with readily removable material to prevent the entry of concrete 3 7 PREPARATION OF FORM SURFACES A. Coat contact surfaces of forms with an approved, non-residual, to II -VOC, form-coating compound before reinforcement is placed City of Pearlarnd Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 7 October 21, 2021 B Do not allow excess form-coating material to accumulate in forms or to come into contact with in-place concrete surfaces against which fresh concrete will be placed Apply in compliance with manufacturer's instructions 3 8 CONCRETE PLACEMENT A Inspection Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in Notify other crafts to permit installation of their work, cooperate with other trades in setting such work. B Comply. with ACI 304,, "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete," and as herein specified C Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as herein specified D Deposit concrete to avoid segregation at its final location E Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction joints Where placement consists of several '.layers, place each layer while preceding layer is still plastic to avoid cold joints 1 Consolidate placed concrete by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with ACI 309 2 Do not use vibrators to transport, concrete inside forms Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer Do not insert vibrators into lower layers of concrete that have begun to set At each insertion limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing segregation of mix F Deposit and consolidate concrete slabs in a continuous operation,•within limits of construction joints, until the placing of a panel or section is completed 1 Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners 2 Bring slab surfaces to correct level with straightedge and strike off Use bull floats or darbies to smooth surface, free of humps or hollows Do not disturb slab surfaces prior to beginning finishing operations 3 Maintain reinforcing in proper position during concrete placement City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 8 October 21, 2021 G Comply with provisions of ACI 306 for cold weather placing, and as follows Protect concrete work from physical damage or reduced strength that, could be caused by frost, freezing actions, or low temperatures When air temperature has fallen to or is expected to fall below 40 deg F (4 deg. C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27 deg C) at point of placement , 1 Do not use frozen materials or materials containing ice or snow Do not place concrete on frozen subgrade or on subgrade containing frozen materials 2 Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators H When hot weather conditions exist that would seriously impair quality and strength of concrete,, place concrete in compliance with ACI 305 and as herein specified 1 Cool ingredients before mixing to maintain concrete temperlture at time of placement below 90 deg F (32 deg C) Mixing water nay be chilled, or chopped ice may be used to control temperature provided water equivalent of ice is calculated to total amount of mixing Water 2 Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that steel,temperature will not exceed the ambient air temperature immediately before embedment in concrete 3 Fog spray forms, reinforcing steel, and subgrade just before concrete is placed it 4 Use water-reducing retarding admixture when required b r high temperatures, low humidity, or other adverse placing condition 3 9 FINISH OF FORMED SURFACES A. Rough Form Finish For formed concrete surfaces not exposed to view in the finish work or concealed by other construction This is the concrete surface having texture imparted by form-facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off B Smooth Form Finish For formed concrete surfaces exposed to view 9r to be covered with a coating material applied directly to concrete, or a ciovering material applied directly to concrete, such as waterproofing, dampprlloofing, veneer plaster, painting, or other similar system This is an as-cast concrete surface obtained with selected form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams Repair and patch defective areas with fins and other projections completely removed and smoothed City of'Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 9 October 21, 2021 C Smooth Rubbed Finish Provide smooth rubbed finish to scheduled concrete surfaces, which have received smooth form finish, treatment, not later than one day after form removal Moisten concrete surfaces and rub with carborundum brick or other abrasive until a uniform color and texture is produced Do not apply cement grout other than that created by the rubbing process D Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike-off smooth and finish with a texture matching adjacent formed surfaces Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces otherwise indicated E Float Finish Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating Begin floating, using float blades or float shoes only, when surface water has disappeared, when concrete has stiffened sufficiently to permit operation of power-driven floats, or both Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power units Check and level surface plane to tolerances of Ff 18 — Fl 15 Cut down high spots and fill low spots Uniformly slope surfaces to drains Immediately after leveling; re-float surface to a uniform, smooth, granular texture F Trowel Finish Apply trowel finish to monolithic slab surfaces to be exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or other thin film finish coating system After floating, begin first trowel finish operation using a power-driven trowel Begin final troweling when surface produces a ringing sound as trowel is moved over surface Consolidate concrete surface by final hand-troweling operation, free of trowel marks, uniform in texture and appearance, and with surface leveled to tolerances of Ff 20 — Fl 17 Grind smooth surface defects that would telegraph through applied floor covering system G Non-slip Broom Finish Apply non-slip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated Immediately after float finishing, slightly roughen concrete surface by brooming with fiber-bristle broom perpendicular to main traffic route Coordinate required final finish before application CONCRETE FINISH SCHEDULE Surface Finish Curing Exterior Equipment Pads Non-Slip Broom Finish Any method allowed Vertical Surfaces Exposed Smooth Rubbed Finish Any method allowed Unexposed Rough Form Finish Any method allowed Floors Horizontal Surfaces Trowel Finish Any method allowed City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 10 October 21, 2021 3 10 CONCRETE CURING AND PROTECTION A Protect freshly placed concrete from premature drying and excessive 'cold or hot temperatures In hot, dry, and windy weather, protect concrete from rapid moisture loss before and during finishing operations with an evaporation- control material B Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing Weather permitting, keep continuously moist for not less than 7 days C Curing Methods Perform curing of concrete by curing and sealing,compound, by moist curing, by moisture-retaining cover curing, and by combinations thereof Cure concrete surfaces to receive finish flooring by use of moisture- retaining cover D Moisture Curing 1 Keep concrete surface continuously wet by covering with water 2 Use continuous water-fog spray 3 Cover concrete surface with specified absorptive cover, thoroughly saturate cover with water, and keep continuously wet.1 Place absorptive cover to provide coverage of concrete surfaces andledges, with 4-inch lap over adjacent absorptive covers E Moisture-Cover Curing Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width with sides aril ends lapped at least 3 inches and sealed by waterproof tape or adhesive Immediately repair any holes or tears during curing,period using cover material and waterproof tape F Curing and Sealing Compound Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete ,(within two hours and after surface water sheen has disappeared) Apply unifoirmly in continuous operation by power spray or roller in accordance with manufacturer's directions Re-coat areas subjected to heavy rainfall within three hours after initial application Maintain continuity of coating and repair damage during curing period Use membrane-curing compounds that Iwill not affect surfaces to be covered with finish materials applied directly to concrete ii G Curing Formed Surfaces Cure formed concrete surfaces, including unlI1lerside of beams, supported slabs, and other similar surfaces, by moist curing with forms in place for full curing period or until forms are removed If forms are removed, continue curing by methods specified above, as applicable 3 11 REMOVAL OF FORMS II A. Formwork not supporting weight of concrete, such as sides of beams walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F (10 deg C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form-removal City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 11 October 21, 2021 operations, and provided curing and protection operations are maintained B Formwork supporting weight of concrete, such as beam soffits, joists, slabs, and other structural elements, may not be removed in less than 14 days and until concrete has attained at least 75 percent of design minimum compressive strength at 28 days Determine potential compressive strength of in-place concrete by testing field-cured specimens representative of concrete location or members 3 12 REUSE OF FORMS A. Clean and repair surfaces of forms to be reused in work Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces Apply new form-coating compound as specified for new formwork. B When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints Align and secure joint to avoid offsets Do not use "patched"forms for exposed concrete surfaces 3 13 MSICELLANEOUS CONCRETE ITEMS A Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place Mix, place, and cure concrete as herein specified, to blend with in- place construction Provide other miscellaneous concrete filling shown or required to complete work. B Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded C Provide machine and equipment bases and foundations, as shown on drawings Set anchor bolts for machines and equipment to template at correct elevations, complying with certified diagrams or templates of manufacturer furnishing machines and equipment D Grout base plates and foundations as indicated using specified non-metallic, non-shrink grout. 3 14 QUALITY CONTROL TESTING DURING CONSTRUCTION A. The Contractor shall employ a testing laboratory to perform tests and to submit test reports Sampling and testing for quality control during placement of concrete may include the following B Sampling Fresh Concrete ASTM C 172, except modified for slump to comply with ASTM C 94 1 Slump ASTM C 143, one test at point of discharge for each day's pour of each type of concrete, additional tests when concrete consistency seems to have changed City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 12 October 21, 2021 2 Air Content ASTM C 173 or ASTM C 231, one for each dads pour of each type of air-entrained concrete 3 Concrete Temperature Test hourly when air temperature is 40 deg F (4 deg C) and below, when 80 deg F (27 deg C) and above, and each time a set of compression test specimens is,made 4 Compression Test, Specimen ASTM C 31, one set of 4 standard cylinders for each compressive strength test, unless otherwise directed Mold and store cylinders for laboratory-cured test specimens except when field-cure test specimens are required 5 Compressive Strength Tests ASTM C 39, one compression test specimen for each day's pour exceeding 5 cu yds plus additional sets for each 50 cu yds more than the first 25 cu yds of each concrete class placed in any one day, one specimen tested at seven days, two specimens tested at 28 days, and one specimen retained in reserve for later testing if required a When frequency of testing will provide fewer then five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used b When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate (current operations and provide corrective procedures for protecting and curing the in-place concrete c Strength level of concrete will be considered satisfactory if averages of sets of three consecutive strength test Il results equal or exceed specified compressive strength, and no individual strength test result falls below specified compressive strength by more than 500 psi C Test results shall be reported in writing within 24 hours after tests Reports of compressive strength tests shall contain the project identification nare and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28- day tests D The testing service will make additional tests of in-place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure Testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed Contractor shall pay for such tests' when unacceptable concrete is verified City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 13 October 21, 2021 3 15 EQUIPMENT BACK-UP FOR CRITICAL MAJOR CONCRETE POURS A The continuous placement of concrete is imperative These foundations include, as a minimum, that the Contractor shall provide the following 1 100% capacity backup of concrete batching facilities for normal placement rates 2 100% backup of concrete pumping or hoisting equipment 3 100% backup on required vibrators END OF SECTION City of Pearland Bailey WTP Improvements Cast-in-Place Concrete Project No 7295A 03300 - 14 October 21, 2021 SECTION 04001 MASONRY PROCEDURES PART 1 GENERAL 1 1 SCOPE A Furnish all necessary masonry work operations and procedures for masonry materials, accessories, treatments and combinations as specified and:drawn Contractor shall have necessary copies of work standards at the job silte PART 2 PRODUCTS Not used - PART 3 EXECUTION 3 1 INSTALLATION PRECAUTIONS AND PROCEDURES A. PROTECTION OF WORK II 1 Protect work at all times from possible adverse effects of weather and environmental conditions, spillage, staining, materials movement, workmen circulation and premature structural loading 2 Work exposed to weather and/or possible droppings of liquid materials shall be entirely covered with non-staining, non-leaking devices held secured 3 Protect curing masonry work as required from any adverse effects including direct sunrays and drying winds B WORK STOP POINTS 1 Whenever stopping work, resulting in interrupting continuous bonding runs or coursing, provide "racking back" at work stop points Continuously stagger back masonry units from one course to the next Do not tooth courses in and out 2 When work is resumed, clean the exposed bed and joint surfaces of previously set work Remove all, loose units and all mortar If necessary, wire brush Clean off all dust Provide for thorough bonding of successive resumed work to previously set work Slightly dampen or light mist water spray units if necessary, to prevent excessive absorption to obtain firm bond with previously set work C MASONRY CUTTING AND DRESSING 1 Where cutting is necessary, provide neatly with power tools rovide true, even edges compatible with adjacent Work and uniform joint widths City of Pearland Bailey WTP Improvements Masonry Procedures Project No 7295A 04001-1 October 21, 2021 2 Do not expose cores, bed sides or cut sides in finished faces of work 3 Layout work to avoid unnecessary cutting or dressing 4 Avoid pounding of items to fit set masonry Where an adjustment must be made after the mortar has started to set or masonry unit is in place, remove the work and replace work as required with fresh mortar D COLD WEATHER PRECAUTIONS 1 Do not lay masonry where exposed to temperatures below 40 deg F 2 Maintain protection method shall prevent excessive evaporation of moisture from setting cementous materials and prevent injury to exposed surfaces and structural quality Do not use additives, which may impair structural quality or workability, change color or mortar, or potentially damage protective coating of embedded metals E VERIFICATION OF WORK CONDITIONS 1 Plan work for maximum use of unit sizes Coordinate with other trades as required prior to enclosing areas, which must receive or pass,other work Verify that wail base or foundation dowels are in proper location as required END OF SECTION City of Pearland Bailey WTP Improvements Masonry Procedures Project No 7295A 04001-2 October 21, 2021 SECTION 04150 MASONRY ACCESSORIES PART 1 GENERAL 1 1 SCOPE A Supply and install reinforcing bars, spacers, ties and dowels to complete masonry work. B Meet Division 3 for reinforcing steel as specified 1 2 PRODUCT DELIVERY, STORAGE, HANDLING A. Keep accessories dry at all times, protected from damage and corrosior1i Store raised off floor or ground in dry, ventilated enclosure Keep free of oil, dirt, heavy or loose rust and other substances, which may reduce bond strength, structural quality or integrity of protective coatings 1 3 SUBMITTALS A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section anld/or as required by Job Conditions for work associated with this Section PART 2 PRODUCTS 2 1 GENERAL. A. Extent and locations per drawings and specifications B Supply to suit masonry completion and work items either embedded, attached or passing through masonry C MINIMUM MATERIAL REQUIREMENTS 1 Zinc coating (except for steel wire) ASTM A153, Class B2 2 Steel Wire, Zinc coated ASTM A116, Class 2 coating 3 Copper Coated Steel ASTM B227, grade 30 HS 2 '2 REINFORCING STEEL. A. MEET SPECIFICATIONS OF CONCRETE REINFORCING Division 3 Comply with 1 Deformed Billet Steel Bars ASTM A,615 (also for dowels) 2 Minimum standard hooks, ties, spacers, splice lengths, bends, intervals, spacings, and embedment length per specified masonly work City of Pearland Bailey WTP Improvements Masonry Accessories Project No 7295A 04150-1 October 21, 2021 standards of masonry procedures, Section 04001 2 3 MISCELLANEOUS ANCHORS A Provide AA Wire Products No AA31 1 Corrugated Wall Ties, 16ga 2 4 HORIZONTAL JOINT REINFORCEMENT FOR CONCRETE UNIT MASONRY A. Prefabricated truss type, ASTM A 82, No 9 gage steel wire side and cross rods ASTM A 116, CI 2 coating Side wires welded to diagonals at 16" o c maximum Truss width 2" less than nominal block thickness Prefabricated sections for corners and wall intersections Similar to "Dur 0 Wall" or "AA Bloc Trus" PART 3 EXECUTION 3 1 VENEER ANCHORS A. Install at 16"o c in both directions at all unit and/or stone masonry Screw attach through gypsum sheathing board into stud All screw heads shall be covered with mastic waterproofing before installation of any unit and/or stone masonry 3 2 CONCRETE UNIT MASONRY REINFORCING. A. HORIZONTAL JOINT REINFORCEMENT Vertical spacing not greater than 16" END OF SECTION City of Pearland Bailey WTP Improvements Masonry Accessories Project No 7295A 04150-2 October 21, 2021 n SECTION 04200 UNIT MASONRY If PART 1 GENERAL 1 1 SECTION INCLUDES A. Concrete masonry units II B Reinforcement, anchorages, and accessories C Unit Masonry (Face Brick) �I ii 1 2 REFERENCES II A ASTM A82 - Cold - Drawn Steel Wire for Concrete Reinforcement I` B ASTM Al 16 - Zinc Coated (Galvanized) Steel Woven Wire Fence Fabric C ASTM C90 - Hollow Load - Bearing Concrete Masonry Units D ASTM C144 - Aggregates for Masonry Mortar it ii E ASTM C150 - Portland Cement 16 II F ASTM C207 - Hydrated Lime for Masonry Purposes II If G ASTM C270 - Mortar for Unit Masonry 1 3 SUBMITTALS - Submit in accord with Section 01300 A Samples Illustrate color, texture, and extremities of color range B Product Data If requested, manufacturer's data for masonry accessoriies ii C Certificates Manufacturer's certificate that masonry unit materials meet or exceed specified requirements and those of the referenced standards I[ 1 4 MOCK UP• is 0 IP A Construct sample panel approximately 4 x 4 feet, including mortar and accessories specified II B Submit for review Obtain Architect's approval before proceeding with work C Approved panel shall be used as a standard of color, texture and workmanship throughout course of project 1 5 ENVIRONMENTAL REQUIREMENTS A. Maintain materials and surrounding air temperature to minimum 40 degrees F prior to, during, and 48 hours after completion of masonry work II City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-1 October 21!;, 2021 If PART 2 PRODUCTS 2 1 ACCEPTABLE CONCRETE MASONRY UNIT MANUFACTURERS ARE A Featherlite Block Co B Texas Building Products C Engineer approved equivalent D ACME Brick Company 2 2 CONCRETE MASONRY UNITS A. Regular Masonry Units Modular sized to 8 x 16 inch face dimension, thickness as shown Coordinate with Drawings and Details for other sizes/shapes as required 1 Hollow Load.Bearing,Units ASTM C90, Grade N, Type I, light weight 2 3 REINFORCEMENT AND ANCHORAGES A Single Wythe Joint Reinforcement Hot-dipped galvanized ASTM A153, Class B-2, Class 1, truss type with 9 gauge side rods and cross ties Include prefabricated corners and intersection Sized for wall thickness Outer space of side rods in trussed reinforcing shall be approximately 2 inches less than total wall thickness Acceptable manufacturers and products are 1 AA WIRE PRODUCTS CO "Blok-Truss AA600" 2 DUR-O-WALL, INC "Truss Type" 3 WIRE BOND "Truss Type" 4 Architect approved equivalent B Cavity Joint Reinforcement/Tie Galvanized, ASTM Al 16, Class 1, [Hot-dipped galvanized, ASTM A153, Class B-2,] 9 gauge siderods with 9 gauge cross ties, cross ties at 32 inch on center Include 3/16 inch box ties and prefabricated corners and intersections sized for indicated wall thickness Acceptable manufacturers and products are 1 AA WIRE PRODUCTS CO "Econo-Blok-Truss AA675" 2 DUR-O-WALL "Dur-O-Eye" 3 WIRE BOND "Truss Type Hook and Eye" 4 Engineer approved equivalent C Stud Wall Tie Galvanized, ASTM Al 16, Class 1, 3/16 inch wire, with 12 gauge screw on retainers for metal studs and weld-on retainers for structural steel connections Sized for wall thickness Acceptable manufacturers and products are 1 AA WIRE PRODUCTS CO "AA400 Flex-O-Lok" with "AA401B" or "AA401 C" retainer 2 Architect approved equivalent City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-2 October 21, 2021 ai D Reinforcing Steel As specified in Section 03200 - CONCRETE REINFORCEMENT, sized as indicated E Strap Anchors Hot dipped galvanized ASTM A153, Class B-2, 1/8 inch thick, 1x8 inches 2 4 MASONRY FLASHING A Non-reinforced flexible black elastic sheet — See section 07100 B Primers, Setting Cement, and Sealant Tapes Types manufactt.red or recommended by membrane manufacturer C Coordinate with Section 07600 - FLASHING AND SHEETMETAL. 2 5 ACCESSORIES II A CMU Joint Filler Extruded PVC or neoprene, size for condition and bloc used B Sealant Gaskets Open cell polyurethane oversized 50%, self-expanding, using maximum lengths Coordinate with Section 07900 - SEALANTS. II C Mortar Damn Free draining mesh, made from polyethelene strands shaped to prevent weep holes from being clogged by mortar droppings, 1 Advanced Building Products "Mortar Break" 2 Mortar Net USA "Mortar Net" 3 Polytite Manufacturing Corp "Mortar Stop" 4 Architect approved equivalent 2 6 LINTELS A. Steel Angle Lintels Coordinate with Section 05500 - METAL FABRICATIONS, and Details B Bond Beam and Reinforced Masonry. Coordinate with Sections 03200 - CONCRETE REINFORCEMENT 2 7 MORTAR A Type "N" mortar, ASTM C270, minimum of 750 psi compressive strength unless otherwise noted B Materials 1 Portland Cement ASTM C150, Type 1 2 Hydrated Lime ASTM C207, Type S 3 Sand ASTM C144 II City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-3 October 21, 2021 C Mortar Mix (by volume) 1 part Portland Cement 1 part Lime 6 parts Sand 1 A factory premixed lime-portland cement by APG LIME CORP "Hill Country Mortar Mix" is acceptable D Do not use calcium chloride. E Mortar color Not Required F CMU Bond Beam and Lintel Concrete 3000 psi 3/8 inch aggregate pea gravel aggregate concrete 2 8 FACE BRICK A Type Face brick shall conform to the requirements of ASTM Designation C216-65, Grade SW, Type FBX Brick shall be 2-1/4" x 3-5/8" x 7-5/8" in size with permissible maximum variations, over or under, as allowed by ASTM C216-65 for Type FBX brick. Face brick shall be delivered in good condition, and properly stacked, with not more than five (5%) percent broken An average of five (5) bricks selected at random and immersed in boiling water for five (5) hours shall show not more than seventeen (17%) percent absorption, and the specimens shall not show any evidence of disintegration at the completion of the absorption test Face brick shall have good corners and edges and at least one (1)face and one (1) free end of warpage, distortion, deep cracks or kiln blemishes that would seriously detract from their appearance in the completed work Face brick normally may be cored in a manner standard to the manufacturer of the brick approved for use, but brick without holes or other visible markings shall be supplied for the installation at all locations where such marking s would be exposed in the finished work at no extra cost to the Owner Face brick shall be Modular, selected from samples supplied by the contractor to the owner Contractor shall contact the owner prior to supplying samples for color preferences and the contractor shall submit 6 different samples for the owner to select an acceptable unit masonry PART 3 EXECUTION 31 PREPARATION A Coordinate metal anchors with appropriate specification sections for placement Direct correct placement B Layout walls in advance for accurate spacing of surface bond patterns with uniform joint widths and to accurately locate openings, movement-type joints, returns and offsets Avoid the use of less-than-half-size units at corners, jambs and wherever possible at other locations C Verify items provided by other Sections of work are properly located City of Pearland Bailey. WTP Improvements Unit Masonry Project No 7295A 04200-4 October 21, 2021 D Provide temporary bracing during erection of masonry work. Maintain in place until building structure provides permanent bracing E Do not lay masonry in freezing weather unless suitable means are provided to heat materials, protect work from frost, and insure that mortar will harden and cure without freezing F No anti-freezing ingredients shall be used without prior Engineer approval 3 2 COURSING A. Place masonry to lines and levels indicated B Maintain masonry courses to uniform width Make vertical and horizontal joints full, equal, and of uniform thickness C Lay concrete masonry units running bond Course 1 block unit and 1 mortar joint to equal 8 inches Form concave mortar joints at exposed masonry faces and flush mortar joints at concealed masonry faces D Coordinate exact coursing in field (when matching existing conditions),I E Building up leads at corners will be acceptable providing that at completion of days work, all masonry shall be laid to top of the lead Do not tooth-out or leave a wall raked back. 3 3 PLACING AND BONDING A CMU Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells Bed webs in mortar in starting course on footings and in all courses of piers, columns and pilasters, and where adjacent to cells or cavities to be reinforced or filled with concrete or grout For starting course on footings where cells are not grouted, spread out full mortar bed including areas under cells 1, When CMU is exposed to interior areas, do not place units with exposed, chipped or damaged edges B Fully bond intersections, external and internal corners C Do not shift or tap masonry units after mortar has taken initial set Where adjustment must be made, remove mortar and replace D Remove excess mortar Keep cavity clean from mortar droppings E Perform jobsite cutting with masonry saws and proper tools to provide itraight un-chipped edges Take care to prevent breaking masonry unit corner or edges. F Isolate masonry partitions from vertical, structural framing members with a minimum 1/2 inch void City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-5 October 21, 2021 3 4 CAVITY WALL A Do not let mortar fall into cavity air space or plug weep joints or holes, clean out promptly Install mortar dam material immediately above flashing in cavity Refer to Wall Sections for the installation of CavClear cavaty filler B Install weep joints in veneer at maximum of 16 inches on center horizontally above through - wall flashing, above shelf angles, and at bottom of walls Form weeps with 60 penny nail left in head joints and remove when mortar becomes plastic Place CavClear at bottom of wall as shown 3 5 TOLERANCES A. Variation from Unit to Adjacent Unit 1/32 inch maximum B Variation from Plane of Wall 1/4 inch in 20 feet maximum C Variation from Level Coursing 1/16 inch in three feet, 1/8 inch in ten feet D Variation of Joint Thickness. 1/16 inch in three feet E Maximum Variation from Cross Sectional Thickness of Walls Plus or minus 1/8 inch F All above tolerances are non-cumulative and corrective measures shall take place prior to proceeding beyond the specified maximums 3 6 REINFORCEMENT AND ANCHORAGES A. Application Schedule 1 Interior and exterior walls CMU Partitions Install "Single Wythe Joint Reinforcement" at 16 inch on center vertically B Place CMU joint reinforcement in first and second horizontal joints above and below openings Extend 16 inches minimum each side of opening C Place CMU joint reinforcement continuous in first and second joint below top of walls D Lap CMU joint reinforcement ends minimum six inches Extend 16 inches minimum each side of opening E Place reinforcing bars supported and secured against displacement Maintain position within 1/2 inch of true dimension F Verify that anchorages embedded in concrete or attached to structural steel members are properly placed G Reinforce CMU joint corners and intersections and wall caps with strap anchors or prefabricated joint reinforcement at 16 inches on center vertically City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-6 October 21, 2021 3 7 MASONRY THROUGH WALL FLASHING - GENERAL. II A Provide concealed flashing in masonry work at, or above, shelf angles, lintels, ledges and other obstructions to the downward flow of water in the wall so as to divert such water to the exterior Extend flashing A" past lace of masonry and cut straight B Prepare masonry surfaces smooth and free from projections which could puncture flashing C Place through-wall flashing on sloping bed of mortar and cover with mortar D Seal penetrations in flashing with mastic before covering with mortar Extend flashing through exterior face of masonry and turn down to form drip E Extend flashing the full length of lintels and shelf angles and minimu1n of 4 inches into masonry each end F Lap ends minimum 9 inches and side laps 6 inches Thoroughly coat laps with setting cement so that cement protrudes from joints I G Extend flashing through veneer, turn up minimum 24 inches and seal to CMU Do not leave top edge of flashing loose or gaping H At heads and sills, turn up ends not less than 2 inches to form a pan Interlock end joints of deformed metal flashing by over-lapping deformations not less than 6 inches and seal lap with elastic sealant 3 8 INSTALLATION OF MEMBRANE FLASHING A Unroll membrane material and allow to "un-stretch" for at least 24 hours prior to installation B If required by manufacturer, apply primer on substrate at recommended rate C Spread setting cement at rates recommended by manufacturer Cover all areas intended for membrane flashing uniformly D Roll membrane to remove pockets E Reinforce outside and inside corners with two layers of membrane 3 9 LINTELS A. Provide lintels, including required bracing, for openings over 16 inches wide not specifically noted on Drawings or Schedules B Install loose steel lintels where indicated City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-7 October 21, 2021 C Install reinforced unit masonry lintels over openings (where steel or precast concrete lintels are not scheduled) Construct or Shop fabricate lintels using pea gravel concrete fill and reinforcing Maintain minimum 12 inches of bearing on each side of opening D Use reinforcing bars of one - piece lengths only E Place and consolidate pea gravel concrete fill without disturbing reinforcing F Allow lintels to reach strength before removing temporary supports 3 10 GROUTED COMPONENTS A Reinforce bond beam with 2 or more bars as detailed on Drawings B Lap splices minimum 24 bar diameters C Place and consolidate pea gravel concrete fill without disturbing reinforcing D At bearing points, fill masonry cores with grout minimum 12 inches from opening 3 11 CONTROL JOINTS A Refer to Detail for horizontal joint reinforcing and type of joint at control joints Form control joint B Coordinate sealant installation with Section 07901 — CAULKING and SEALANTS 3 12 BUILT-IN WORK As work progresses, build - in metal door frames, fabricated metal frames, window frames, anchor bolts, plates, and other items to be built in the work supplied by other Sections A. Build - in items plumb and level B Bed anchors of metal door and glazed frames in mortar joints Fill frame voids solid with mortar C Do not build - in organic materials subject to deterioration 3 13 CUTTING AND FITTING A Cut and fit for, chases, pipes, conduit, sleeves, grounds, and special design work. Cooperate with other Sections of work to provide correct size, shape, and location B Obtain Engineer approval prior to cutting or fitting any area not indicated or where appearance or strength of masonry work may be impaired City of Pearland Bailey WTP Improvements Unit Masonry Project No 7295A 04200-8 October 21, 2021 3 14 REPAIR, POINTING AND CLEANING li A Remove and replace masonry units which are loose, chipped, broken, stained or otherwise damaged, or if units do not match adjoining units as intended Provide new units to match adjoining units and install in fresh mortar or grout, pointed to eliminate evidence of replacement B Pointing During the tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar Point-up all joints including corners, openings and adjacent work to provide a neat, uniform appearance, prepared for application of sealants C Final Cleaning After mortar is thoroughly set and cured, clean masonry as follows II 1 Remove large mortar particles by hand with wooden paddles and non- metallic scrape hoes or chisels 2 Protect adjacent materials and non-masonry surfaces from contact with cleaner by covering them with liquid strippable maskingl agent, polyethylene film or waterproof masking tape 3 Clean concrete unit masonry to comply with masonry manufacturer's directions and applicable NCMA "Tek" bulletins 315 PROTECTION Protect finished installation in accordance with Division-01 requirements Maintain protective boards at exposed external corners which may be damaged by construction activities Provide protection without damaging completed work If rain is possible, cover unfinished walls at day's end to prevent moisture infiltration END OF SECTION City of Pearland 1 Bailey WTP Improvements Unit Masonry Project No 7295A 04200-9 October 211, 2021 SECTION 05100 MISCELLANEOUS METALS PART 1 GENERAL 1 1 SCOPE A. Furnish all materials and operations required to fabricate and a ilect all miscellaneous steel and Light Gauge Metal as indicated by the Contract Documents 1 2 QUALITY CONTROL. A Comply with as if fully set forth herein to the extent applicable II 1 ASTM A36 Structural Steel 2 ASTM A992 — W-Shapes 3 AISC Manual of Steel Construction 4 AISC Specification for the Design. 5 AISC Code of Standard Practice for Steel Buildings and Bridges 6 AWS Structural Welding Code 7 AWS American Welding Society Standard Symbols (unless noted otherwise) II 8 AWS American Welding Society Specifications for Iron and Steel Arc-Welding Electrodes 9 SSPC Steel Structures Painting Council, Standard Specifications 1. 3 PRODUCT DELIVERY, STORAGE, HANDLING A. Minimize corrosion and damage to protective coatings. Upon delivery at site, place on shores or blocking to prevent any metal from touching ground, in such a manner that water cannot collect on metals and so that the material will be protected against bending under its own or super-imposed load Any steel members that may become bent, shall be replaced by new material Rejected or condemned materials shall not,be used and shall be removed from the premises immediately Handle steel with nylon slings or other non-abrasive devices Employ dunnage where necessary to limit abrasion b� tween members during stacking, transit and storage 1 4 WORK NOT INCLUDED A. See drawings, schedules and details for items required Items are not necessarily limited to those hereinafter described in detail, but shall inllude all those on the plans except as indicated otherwise The following metal items City of Pearland II Bailey WTP Improvements Miscellaneous)Metals Project No 7295A 05100-1 October 21, 2021 are specified under other divisions of specifications Anchors, bolts, sleeves, and supports required for installation of plumbing, heating, ventilating and electrical equipment 1 5 SUBMITTALS A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job Conditions for work associated with this Section 1 6 COORDINATION A All sleeves, inserts and openings, including frames and/or sleeves shall be provided for the passage, provision and/or incorporation of the work of the contract, including but not limited to Architectural, Mechanical, Electrical and Plumbing The providing for sleeves or framed openings shall include the verification of and, if required, the adjustment of sizes, alignment, dimensions, position, locations, elevations and grades as required to serve the intended purpose Openings not indicated on the drawings, but required as above, shall be indicated on the shop drawings prepared as a part of the work B Drawings shall be compared with all other drawings on this project and the differences shall be referred to the Architect for instruction C Compatibility of accommodation and provision for building equipment supported on or from structural components shall be verified as to size, dimensions, clearances, accessibility, weights and reaction with the equipment for which the accommodation has been designed prior to submission of shop drawings and submittal data for each equipment and for structural components PART 2 PRODUCTS 2 1 STRUCTURAL STEEL. A Shall conform to all requirements of the "Standard Specification for Structural Steel for Building," ASTM Designation A992 2 2 BOLTS A. As required per "Architectural Metal Fabrications" Section 2 3 WELDING A. Electrodes for manual shielded metal arc welding shall conform to the E70 series of the "Specification for Mild Steel Arc-Welding Electrodes," ASTM Designation A233, latest edition City of Pearland Bailey WTP Improvements Miscellaneous Metals Project No 7295A 05100-2 October 21, 2021 2 4 MANUFACTURER A All items of metal work and the shapes and sections making up such work, shall be of stock manufacture to the fullest extent consistent with the designs shown on the drawings �1 2 5 MISCELLANEOUS ITEMS A. General See plans and specification details for additional miscellaneous metal items required PART 3 EXECUTION 31 BOLTING A. All bolting shall be per "Architectural Metal Fabrications" Section and as indicated on drawings B Joint surface preparation in field No treatment required for surfaces properly shop prepared with paint of approved type per Painting Section Organic zinc-rich paint shall not be used Friction connection and bolt hole surfaces shall have full primer coating 3 2 WORKMANSHIP. A Miscellaneous metals shall be well formed to shape and size, with shapp lines or angles Shearing and punching shall leave clean, true lines and surfaces Weld or rivet permanent connections Do _not use screws or bolts where they can be avoided, where used, heads shall be countersunk, screwed up tight and threads nicked to prevent,loosening B Fastenings on exposed metals shall be concealed where practicable Thickness of metal and details of assembly and supports shall give ample strength and stiffness Joints exposed to weather shall be formed to exclude water Provide holes and connections for the work of other trades C Castings shall be sound and free from warp, holes and other defects that impair their strength or appearance Exposed surfaces shall have a smooth finish and sharp well-defined lines and arises Machined joints, where required, shall be milled to a close fit. Provide necessary rabbets, lugs and brackets so that work can be assembled in neat and substantial manner ii D At proper time, deliver and set in place items of metal work to be built into adjoining construction E Fillet welds shall not be deposited across the tension or compression jflanges of members unless indicated on design drawings No undercutting Or other damage that will reduce the flange area will be permitted F INSPECTION 1 Shall be done in accordance with AWS Standard Methods for Mechanical Test of Welds I� City of Pearland Bailey WTP Improvements Miscellaneous Metals Project No 7295A 05100-3 October 21, 2021 2 The Architect and/or observer from an independent laboratory authorized by the Architect shall have full access at all times to the welded work and be provided with the facilities needed for inspection thereof, including scaffolding, lighting and any required equipment operators 3 If the welding operator's work is believed not to be up to the specified requirements, the observer may prohibit his continuing work pending results of re-qualification test 4 Selection of the testing laboratory, welds to be tested and type of tests is at discretion of the Architect All welds found to be defective shall be removed and replaced at no extra cost to the owner Defective welds initial and follow up tests shall be at Contractor's expense 3 3 PAINTING A SHOP PAINTING All items of non.galvanized ferrous metal to be furnished under this section of the specification shall be given a shop coat of a rust preventative paint After inspection and approval and before leaving the shop, all steel work to be painted shall be cleaned of loose mill scale, loose rust, weld slag or flux deposit dirt, and other foreign matter Oil and grease deposits shall be removed by a solvent Paint shall be equal to Sherwin Williams "Rust control Primer No 49" or zinc chromate primer,•or Cook Paint Co , No 208 red primer B FIELD TOUCH-UP PAINTING After erection of the steel, touch-up painting shall be executed under this section of the specifications END OF SECTION City of Pearland Bailey WTP Improvements Miscellaneous Metals Project No 7295A 05100-4 October 21, 2021 II SECTION 05400 If II LIGHT GAUGE, METAL FRAMING PART 1 GENERAL 1 1 SCOPE A Supply all materials and operations to complete light gage "cold-formed" structural steel system and miscellaneous framing B Drawings indicate the design layout, sizes and sections of major members to be completed according to specifications Include miscellaneous light gage sections where indicated, or required for blocking, bracing, spacers,iistruts, girts or supports C Provide the following framing systems 1 DRYWALL FRAMING AND SOFFIT FRAMING II 1i a Studs supporting drywall framing b As required by latest edition of the International Building Code 1 2 QUALITY CONTROL. A Erector Qualifications Minimum of 2 years successful experience on similar cold-formed framing installations I B Reference Standards Comply with the following as if fully set forth herein to the extent applicable 1 American Iron and Steel Institute a Specification for the Design of Cold-Formed Steel Structural Members, latest edition, with supplements b Cold-Formed Steel Design Manual, latest Edition 2 American Society for Testing and Materials (ASTM) a ASTM A307-76B, Carbon Steel Externally and Initlernally Threaded Standard Fasteners b ASTM A446-76, Steel Sheet, Zinc Coated (Galvanized) by the Hot-Dip Process, Physical (Structural) Quality c ASTM A449-76 c Quenched and Tempered Steel Bollts and Studs d ASTM A570-75, Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-1 October 211, 2021 e ASTM A606-75, Steel Sheet and Strip, Hot-Rolled and Cold-Rolled, High-Strength, Low-Alloy, with improved corrosion resistance f ASTM A607-75, Steel Sheet and Strip, Hot-Rolled and Cold-Rolled, High Strength, Low-Alloy Columbium and/or Vanadium g ASTM A611-72, Steel, Cold-Rolled Sheet, Carbon, Structural 3 American Welding Society (AWS) a AWS A5 1-69, Mild Steel Covered Arc-Welding Electrodes b AWS A5 2-69, Iron and Steel Gas Welding Rods c AWS A5 5-69, Low Alloy Steel Covered Arc-Welding Electrodes d AWS A5 18-69, Mild Steel Electrodes for Gas Metal-Arc-Welding e AWS D1 1-75, Structural, Welding Code (Rev 1-76 and Rev 77) f AWS, "Welding Zinc Coated Steel " 4 Industrial Fasteners Institute (IFI) a IFI-112, High Performance Threaded Rolling Screws b IFI-113, Steel Self-Drilling Tapping Screws 5 Federal Specifications (For Shop Primer) a TT-P-664C (I), Primer Coating, Synthetic, Rust-Inhibiting, Lacquer-Resisting b TT-P-636C 6 Steel Framing Systems Manual, Latest Edition, published by International Association of Wall and, Ceiling Contractors/Gypsum Drywall contractors International 'and Metal Lath/Steel Framing Association 7 Approved Manufacturer's Systems Data 1 3 PRODUCT DELIVERY, STORAGE, HANDLING A. Protect from adverse weather exposure Do not store directly on ground Keep dry Preserve protective finish and structural quality City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-2 October 21, 2021 1 4 SUBMITTALS A. Furnish a minimum of five (5) sets of shop drawings and/or manufaturer's brochures for the Architects review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/'or as required by Job Conditions for work associated with this Section B Product Data Complete cold-formed system components brochure, fasteners, accessories, erection practice and requirements, recommended welding electrodes Structural loading and deflection tables and section properties charts Reference standards employed C Manufacturers Typical Erection Details (with data) Standard Recommended assembly details and connection types as regularly advertised as selected and approved to be employed applicable in the work D Contractors Data Components as may not be available from, the framing Manufacture, but which are required to complete the work. E Light Gauge Metal Manufacturer is required to design the roof framing �ystem, soffit framing system, Light Gauge Metal wall framing and openings to comply with the Wall sections and Elevations All fabrications shall be designed to meet all codes having jurisdiction A State of Texas Engineers seal will be required on all submittal drawings PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS, ONE OF THE FOLLOWING A. Milcor Division of Inryco, Inc B Wheeling Corrugating Co ,, Division of Wheeling-Pittsburgh Steel Corp.j C Architects approved equal meeting "Acceptable" Manufacturers 'systems' physical and structural properties 2 2 COLD-FORMED FRAMING SYSTEMS A. GENERAL. 1 Drawings are based on approved Manufacturer's products and/or systems capabilities 2 For each application, provide a complete integrated framing (system design based on Manufacturer load-deflection tables and/or individual members' section properties to meet requirements !III 3 Include all necessary accessories and fasteners for complete structurally secure installations without excessive deflections or conditions causing metal fatigue under the specified design loads City of Pearland II Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-3 October 21, 2021 4 Types, Sizes, Gages, Spacing a Where not indicated, comply with specifications b Provide compatible assemblies with connect work and applied finish systems c Do not exceed L/600 deflection in any one member under the specified design loads unless more stringent requirements are indicated and unless a lesser deflection is specifically specified as acceptable for a particular condition d Gages specified are absolute minimum allowable for that type section under any condition of use to meet requirements Heavier gages may be indicated on drawings for specific conditions 5 Finishes a Galvanizing G-60 (0 75 oz/sq ft coating) required where specified Any members exposed in the finished work shall be galvanized Floor tracks and any other members in contact with concrete or masonry shall be galvanized b All other components shall be non-corrosive in presence of moisture with prime paint, galvanizing or non-corrosive alloy 6 Web stiffeners if necessary 2 3 FASTENERS A Metal framing Manufacturer's standard where applicable B Power driven fasteners at concrete C All galvanized steel or of non-corrosive steel alloy in presence of moisture for concealed conditions D Bolts and Anchor Bolts Meet Section 05501 for anchor bolts and bolt installation requirements 2 4 WELDING A. Manufacturer's recommendations and reference standards B Provide proper electrodes, amperages, sizes and procedures for each condition C Provide proper procedures for any welding on galvanized surfaces City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-4 October 21, 2021 Ig It 2 5 INTERIOR DRYWALL FRAMING A. Studs and Joists 1 25 gage with double 20 gage at all openings 2 Studs Pre-punched, "C" shape, 1-5/8 inch minimum flange with return, 3-5/8 inch wide, minimum allowable See Plans for areas requiring 6 inch wide material 3 Joists Solid web or pre-punched, "C" shape 1-5/8 inch minimum flange, 3-5/8 inch wide Provide for Gypsum board ceiling framing B Track and End Closure or Runner 1 25 gage C Bridging and bracing for studs and joists One or more of the following 1 ASTM A446, A570 or A61 1, minimum yield strength 33 ksi, galvanized or painted II 2 18 gage cold rolled channels 1 3 16 gage strap bridging 4 16 gage solid bridging, blocking or bracing full stud shapes without splices 5 16 gage "v" bridge straps 6 Required continuous for stability of all framing members under the construction design loads and deflection requirements regardless of facing material strength D Diagonal tension strap bracing 1 ASTM A446 or A570, minimum yield strength 33 ksi, galvanized or painted Il 2 14 gage by 2 inch wide for weld attachment 3 Suitable as flat surface over studs, not impairing a plum facing material application 1 E Accessories II 1 Attachment angles 2 Bearing clips I' 3 Bridge clips �I 4 Anchor channel and washer at anchor bolts of tension strap bases where required City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-5 October 21:, 2021 2 6 SOFFIT AND ROOF FRAMING A Studs and Joists 1 18 gage or heavier to meet requirements 2 Studs Pre-punched, "C" shape, 1-5/8 inch minimum flange with return, 6" wide, minimum allowable 3 Joists Solid web or pre-punched, "C" shape 1-5/8 inch minimum flange B Track and End Closure or Runner 1 18 gage or heavier to meet requirements C Bridging and bracing for Studs and Joists One or more of following 1 ASTM A446, A570 or A611, minimum yield strength 33 ksi, galvanized or painted 2 18 gage cold rolled channels 3 16 gage strap bridging 4 16 gage solid bridging, blocking or bracing full stud shapes without splices 5 16 gage "V" bridge straps 6 Required continuous for stability of all framing members under the construction design loads and deflection requirements regardless of facing material strength D Diagonal Tension Strap Bracing 1 ASTM A446 or A570, minimum yield strength 33 ksi, galvanized or painted 2 14 gage by 2 inch wide for weld attachment 3 Suitable as flat surface over studs, not impairing a plum facing material application E Accessories 1 Attachment angles 2 Bearing clips 3 Bridge clips 4 Anchor channel and washer at anchor bolts of tension strap bases where required City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-6 October 21, 2021 F Stiffness About the major axis (x-x) Ix minimum = 1 743 G Strength About the major axis (x-x) Sx minimum = 0 588 2 7 PULL DOWN STAIR A. Light Gauge Metal Framing sub-contractor is responsible for providilr g and installing a pre-fabricated pull-down metal stair, where indicated Ion the Reflected Ceiling Plan B Pull-Down Stair shall be a Louisville Ladder AL258P Everest Aluminum Attic Ladder, 350 lb capacity, R3 8 insulated door, with adjustable shoes heavy duty hinges and multiple handrails full run PART 3 EXECUTION 3 1 INSPECTION A. Verify supporting structural elements are properly completed B Verify dimensions required to properly fit work. C Verify work is secure and adequate for its intended Structural loading and finishing material applications D Verify that all framing elements, fasteners, welding and any necessary utility lines and insulations are properly installed prior to concealment 3 2 GENERAL FABRICATION AND ERECTION A. Framing components may be fabricated into pre-made sections it where appropriate prior to erection Employ welding for any prefabricated sections to prevent racking Handle and move sections without causing distortion to any member or connections II B Connect components in a manner to prevent racking and excessive deflection under construction and design loads C Comply with design criteria, standards, submittal approval and Manufacturer's systems recommendations D Anchor framing to the structural support elements in a manner, which will safely transfer the structural loads without excessive deflection of framing members and connections E Provide right angle connections or angular fits where necessary of framing members to fit snugly against abutting members and to hold intended loads within connection and fasteners or weld limitations F Connect members by welding, screws, bolting or clips meeting requirements No wire tying is allowed, unless specifically stated so City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-7 October 21, 2021 G Clean surfaces, which will be in contact with each other prior to assembly H Position members plumb, square and true to line Hold members firmly in correct position while permanently fastening J Splices where necessary and allowed shall develop full strength for the loading and deflection condition K Perform welding in accordance with AWS D1 '1 L. Cut material with clean cutting equipment Torch cutting is not permitted M Anchor abutting pieces of track to a common structural element or butt weld tract or splice track as required of the condition N Employ full section framing members within framing around opening conditions where normal spacing of framing is interrupted Frame out opening to develop full strength to resist dead and live loads within deflection requirements O Paint touch-up breaks in shop primer, cut ends and, welds P Finish framing as suitable to receive the approved finishing system Q Set power driven anchors or expansion bolts adequate space between such fasteners so as to not damage concrete 3 3 STUD WALL CONSTRUCTION A Minimum of three (3) studs at intersection corners B Double stud all door and window jambs without splices C Weld construction around all door and window framing members D Header all non:full-height openings E Seat studs squarely in track with stud web and: flange abutting track web Attach each stud flange to track. F' 16 inches 0 C stud spacing maximum unless indicated otherwise G Non-axially loaded studs may be spliced H Comply with door and window installation requirements in conjunction with installation requirements of related facing materials 3 4 JOIST CONSTRUCTION A. Provide soffit framing where required on drawings B Locate ends of joists with end tracking continuous to load distribution member as indicated City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-8 October 21, 2021 C Web stiffen at reaction points D Bridge joists to resist turning under the design load, span and spacing indicated E End block or clip angle where joist ends are not otherwise restrained from rotation Secure each joist end to inside of track closure F Employ only full-length joists without splices over each span G Weld joist framing to insure rigidity under racking Combination of welding and screw attachment may be employed Weld all joists to supports END OF SECTION City of Pearland Bailey WTP Improvements Light Gauge Metal Framing Project No 7295A 05400-9 October 21, 2021 SECTION 05501 BOLTS AND ANCHOR BOLTS PART 1 GENERAL 1 1 SCOPE A. Provide and install all bolts of every type as required to complete work of this Contract B Include structural steel, anchor, expansion, threaded,billet reinforcing bar and rod stock, and miscellaneous bolting where indicated or required, complete with washers and nuts C Submit per related work sections or per this section 1 2 PRODUCT STORAGE A Prevent impairment to structural quality and finishes Store in dry location 1 3 QUALITY CONTROL. A Comply with as if fully set forth herein to the extent applicable 1 ASTM A307, Carbon Steel Externally and Internally Threaded Standard Fasteners 2 ASTM A36, Structural Steel 3 ASTM A325, High-Strength Bolts for Structural Steel Joints, Including Suitable Nuts and Plain Hardened Washers 4 Manual of Steel Construction, AISC Specification for the Design, Fabrication and Erection of Structural Steel for Building, AISC 6 Structural Joints using ASTM A325 or A490 bolts, AISC 7 ASTM F1554, Anchor Rods 1 4 SUBMITTALS. Furnish a minimum of five (5) sets of shop drawings and-/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job Conditions for work associated with this Section City of Pearland Bailey WTP Improvements Bolts and Anchor Bolts Project No 7295A 05501-1 October 21, 2021 PART 2 PRODUCTS 2 1 BOLTS - GENERAL. A Furnish an extra 2% of the number of bolts of each size, diameter and length furnished for field connections as recommended per AISC Code of Standard Practice B All structural items shall have heavy hex type nuts and hardened washers except,. where, noted otherwise or as practicable and approved by the Architect Optimize the use of hex type nuts wherever possible throughout the Contract. C Generally, supply per bolt schedule, drawings, conditions of use, standard reference data, specifications requirements of other sections and as may be required by the Architect's approval of manufacturer's recommendations. D BOLT SCHEDULE LOCATION AND/OR TYPE BOLT TYPE CONDITION & NOTES 1 ASTM A325, type 1 Primary Structural Members High Strength Bolting Beams, Columns "Load Indicator" type washer may be employed 3/4" bolts for structural steel framing unless noted otherwise 2 ASTM A307 For Accessories Attachments Grade A bolts for Electrical & Mechanical general application Item Supports Grade B bolts where Miscellaneous specified or as may Miscellaneous Structural be required by reference Steel to a standard Threaded deformed bar & recommending the use rod where noted of Grade B bolts Roof nailers 3 Expansion Bolts Stainless Steel Where indicated or Power-Stud Wedge by required Powers Fasteners Size and spacing subject Drill Co or Architect to Architect's approval approved equal where not specifically and similar indicated but required for use. 4 Stainless Steel head, Lok-bolt Sleeve Anchors By Powers Fasteners or Architect approved equal and similar City of Pearland Bailey WTP Improvements Bolts and Anchor Bolts Project No 7295A 05501-2 October 21, 2021 5 ANCHOR Rods ASTM F1554 Non-Headed Anchor Rods where noted 6 TOGGLE BOLTS Power Fasteners or For miscellaneous surface Equal as approved applied connections By the Architect 7 MISCELLANEOUS "Hilti", or "Powers Fasteners" expansion bolt types for various uses as required, or equal as approved by the Architect. Bolts shall be 300 series stainless steel for any concrete or masonry embedment in outdoor use PART 3 EXECUTION 3 1 INSTALLATION For structural steel items, comply with Manual of Steel Construction, AISC, including "Specification for the Design, Fabrication and Erection of Structural Steel.for Buildings" and "Code of Standard Practice for Steel Buildings and Bridges." 3 2 CLEANING Before assembly, the surfaces to be in contact with each other shall be thoroughly cleaned 3 3 LINES AND LEVELS All lines, levels and elevations shall be by Contractor Steel work shall be set accurately to the established lines and grades and must be plumb and true to the levels shown on the drawings before bolting or welding is commenced Materials shall be carefully handled and members shall be fitted into place by methods that will not injure the material 3 4 SHORING AND BRACING Contractor shall remove all shoring and bracing when the need of its use has passed 3 5 BOLTING A. All structural steel frame bolting shall employ high strength bolts B Accessories as indicated may employ standard fasteners ASTM A307 C All structural steel bolts shall be provided with hardened washer under the turned element regardless of installation method used D Tightening shall begin at the most rigid point and proceed toward the free end Bolt head or nut shall be held with a hand wrench to prevent turning during final tightening Bolted connections are to be "friction" type unless noted otherwise City of Pearland Bailey WTP Improvements Bolts and Anchor Bolts Project No 7295A 05501-3 October 21, 2021 E Bolted and Welded Connections. At connections where both welding and high strength bolts are used, the bolts shall not be fully tightened prior to welding (to allow joint slippage due to weld shrinkage) After all welding of connections is completed bolts shall be tightened to final tension F Steel joint surfaces preparation in field No treatment required for surfaces properly shop prepared Organic zinc-rich paint shall not be used Steel friction connection and bolt hold surfaces shall have primer coating per "Structural Steel" and "Painting" Sections. 3 6 ANCHOR RODS A. Washer Plate compatible with anchor bolt B Nuts American Standard heavy hex. C Setting All are to be accurately located and held in place by templates until concrete has hardened Set integrally with concrete D Plates shall be set and anchored to proper line and elevation Provide steel wedges, shims, or setting nuts, washers, etc as required E Protection Protect anchor bolts from moisture exposure Threads and all other portions not embedded to be of approved galvanized type, non-corrosive alloy or wrapped in grease and burlap from setting time to solvent washing prior to painting 3 7 EXPANSION BOLTS: Installation in accordance with the manufacturers published instructions. Drill proper hole size and depth for required anchor embedment. For structural and safety-related attachments, expansion bolts shall be tested and qualified to ACI 355 2 Selection subject to Architects approval 3 8 PAINTING BOLTS AND CONNECTIONS AFTER TIGHTENING. All structural steel and/or exposed bolted connections (portions not encased in concrete) will be painted For all bolts and any unfinished connecting portions, provide prime paint touch-up after tightening Thoroughly paint seal joints of bolt heads, washers and joint edges of tightened friction connections. All exposed bolts will be paint finished to match scheduled or specified color finish of the substrate surface Bolts located in steel to be covered with fire proof insulation, do not require paint END OF SECTION City of Pearland Bailey WTP Improvements Bolts and Anchor Bolts Project No 7295A 05501-4 October 21, 2021 SECTION 05800 EXPANSION CONTROL PART 1 GENERAL 1 1 SCOPE A Furnish and install expansion control devices as indicated by Construction Documents or as described herein 1 2 SUBMITTALS A. Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job Conditions for work associated with this Section and/or as required by Job Conditions for work associated with this Section PART 2 PRODUCTS 2 1 INTERIOR EXPANSION JOINTS A Wall and Ceiling expansion joint shall be USG Control Joint #093, or equal as approved by the Architect PART 3 EXECUTION 3 1 INSTALLATION A Shall be as per manufacturer's recommendations, Architect's field instruction, and/or as detailed Provide a control joint at the head of all gypsum board openings, each corner, to a minimum of 4" above the finished ceiling or to bottom of structure in exposed walls All joints shall be painted to match the adjacent wall color END OF SECTION City of Pearland Bailey WTP Improvements Expansion Control Project No 7295A 05800-1 October 21, 2021 SECTION 06241 HARD SURFACE TOPS PART 1 GENERAL 1 1 SCOPE Furnish and install Hard Surface Tops required on all cabinet work surfaces in rooms #105, #106, and #108 1 2 SUBMITTALS A. Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job Conditions for work associated with this Section PART 2 PRODUCTS 2 '1 HARD SURFACE TOPS A Shall be Corian as manufactured by jE I DuPont De Nemours & Company, or equal as approved by the Architect B Lab #106 and Control #105 - Color shall be Basalt Terrazzo for the tops and backsplashes Sink in Lab #106 shall be Smooth #850 double Bowl Sink, Color to be Glacier White C Break #108- Color shall be Basalt Terrazzo for the tops and backsplashes Sink in Break #108 shall be Accessible #5610 Sink, Color to be Glacier White PART 3 EXECUTION 3 1 INSTALLATION A Shall be installed in strict accordance with manufacturer's specifications. B Corian shall be installed in a continuous one piece if at all possible The length shall be considered to be the longest standard length manufactured There shall be no piecing except as approved by the Architect. C Only factory trained and authorized installers with a minimum of 5 years' experience in installing Corian END OF SECTION City of Pearland Bailey WTP Improvements Hard Surface Tops Project No 7295A 06241-1 October 21, 2021 SECTION 06411 PLASTIC LAMINATE VENEER CABINETWORK PART 1 GENERAL 1 1 SCOPE A. Furnish and install plastic laminate veneer cabinetwork required by the Construction Documents 1 2 MOISTURE CONTENT A Not to exceed 12% for all cabinetwork. All wood to be kiln dried 1 3 GRADE AND TRADE MARK A Required on each piece of lumber, use only the recognized official marks of Association under whose rules it is graded 1 4 QUALITY A Lumber must be sound, thoroughly seasoned, well manufactured, and free from warp that cannot be corrected in process of bridging or nailing Wood work exposed to view on all interior spaces shall be dressed, milled, sanded, smooth and free from all splinters, millmarks, pits, etc , except where specifically specified otherwise 1 5 STORAGE AND PROTECTION A Protect cabinetwork from the elements and against dampness during and after delivery Store under cover in a well-ventilated building and where not exposed to extreme changes in temperature or humidity Do not store or install cabinetwork in any part of building until concrete, masonry, and plasterwork is dry 1 6 ROUGH HARDWARE A Provide and install all rough hardware and metal fastenings as shown on drawings, specified herein or required for proper installation of cabinet work 1 7 FINISH HARDWARE A Receive, store, and be responsible for all finished hardware Properly tag, index, and fill all keys as directed Apply hardware in accordance with manufacturer's instructions, fit accurately, apply securely and adjust,carefully The location of hardware shall be as directed by the Architect 1 8 WOOD GROUNDS AND FURRING A. Provide wood grounds, blocking and stripping of size and shape required for plaster and concrete work where required to secure other work or equipment in place City of Pearland Bailey WTP Improvements Plastic Laminate Veneer Cabinetwork Project No 7295A 06411-1 October 21, 2021 1 9 SUBMITTALS A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job Conditions for work associated with this Section and/or as required by Job Conditions for work associated with this Section PART 2 PRODUCTS 21 CABINETS A Doors Shall be solid stock material covered with plastic laminate, all surfaces and edges B Drawers Exposed face and edges shall be 3/4" thick solid stock material, cover with plastic laminate Let sides, into front and bottom into front and sides All interiors shall have a melamine veneer C Exposed Edging and Trim Shall be covered with plastic laminate D Shelves, Interiors and Partitions (behind doors) Shall have a melamine veneer 2 2 CABINET WORK HARDWARE A. Adjustable Cabinet Shelf Hardware Hafele shelf supports and sockets Cat No 282 01 505 and 282 50 508 B Drawer Hardware Blum BS 420, 160 lbs capacity, or equal as supplied by Hafele C Pivots for 3/4" Hinged Doors. Blum modul 90 concealed hinges 110 degree opening with springs as manufactured by Blum-Julius Blum Inc , or equal as supplied by Hafele Provide cover caps Ref No 90m2103 D Felt Stops Apply felt stop (2 each drawer and 2 each door) with adhesive back Stops shall be same thickness as thickness of vertical pivot hinge leaf E Cabinet Pulls Hafele #1 16 07 043 Handel ST STA ST 100ST48 8-32 CTC5, Stainless Steel Look F Cabinet Door Locks shall be Hafele #235 12 241, or equal as approved by the Architect ALL DOORS TO.BE SUPPLIED WITH LOCKS Keys for cabinet locks shall be keyed the same in each room 2 3 SHELVING A Shall be A=B grade Douglas Fir plywood with maple or parana pine trim and edging with a melamine veneer City of Pearland Bailey WTP Improvements Plastic Laminate Veneer Cabinetwork Project No 7295A 06411-2 October 21, 2021 PART 3 EXECUTION 3 '1 CABINETWORK A. All cabinetwork shall conform to the design and details as shown B All joints shall be tight and formed to conceal shrinkage Make joints of interior work with a combination of nails and glue when required for strength and as directed, (this applied to work executed at the mill and on the job) C Cabinet Doors Shall be fitted and completely installed at the mill D Running trim and plastic laminate veneers shall be in long lengths (8'-0" minimum) and bevel jointed only where solid fastenings can be made Miter exterior corners and cope interior angles of all trim pieces Items not specifically located by the details shall be located by the Architect on the job F Provide blocking and lookouts as required for securing work in place Do not install any trim until all surfaces have been primed Where required, carefully scribe wood work to other adjacent work. 3 2 INSTALLATION OF CABINET WORK HARDWARE A Shall be installed in accordance with manufacturer's recommendations and the details on the plans and in the specifications B Items not specifically located by the details shall be located by the Architect on the job or on shop drawing submittal END OF SECTION City of Pearland Bailey WTP Improvements Plastic Laminate Veneer Cabinetwork Project No 7295A 06411-3 October 21, 2021 SECTION 07100 WATERPROOFING PART 1 GENERAL 1 1 SCOPE A Furnish and install waterproofing materials as required by the Construction Documents 1 2 SUBMITTALS A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General' Conditions The submittal shall indicate the construction,, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job conditions for work associated with this Section PART 2 PRODUCTS 21 WATERPROOFING A Manufacturer and Type Shall be "Hydrocide Mastic"' as manufactured by Sonneborn Building, Products, Inc or equal as approved by the Architect Locations 1 As waterproofing at all joints, edges, faces and attachments of exterior Concrete Unit Masonry wall construction '2 As waterproofing on tops of all exposed masonry walls, Brick Lugs and Lintels 3' As.identified on drawings 2 2 WATERPROOFING AT MASONRY SHELVES AND LINTELS A Manufacturer Shall be "P'erm-A-Barrier" as manufactured 'by Grace Construction Co , Inc (tele# 1-800-892-1 165) B Location This shall be used as the waterproofing membrane at.the masonry shelf around the perimeter of the building and at all lintels Also use this as through wall type waterproofing and as shown on plans and details, or as required as specific job conditions PART 3 EXECUTION 3. 1 PREPARATION OF SURFACES A. Remove fins, loose, and foreign materials from surfaces to be waterproofed City of'Pearland Bailey WTP Improvements Waterproofing Project No 7295A 07100-1 October 21, 2021 3 2 INSTALLATION OF WATERPROOFING AT EXTERIOR SHEATHING A Exterior CMU Walls Apply over all joints, edges attachments and areas as required a 1/8" thick 3 3 INSTALLATION OF WATERPROOFING AT MASONRY SHELF AND LINTELS A Apply self-adhesive waterproofing membrane directly to top of brick shelf and Lintels, turn up face of wall a minimum distance as noted on drawings B Complete installation shall be in accordance with the applicable portions of the manufacturer's detail specification END OF SECTION City of Pearland Bailey WTP Improvements Waterproofing Project No 7295A 07100-2 October 21, 2021 SECTION 07210 BUILDING INSULATION PART 1 GENERAL 1 1 SECTION INCLUDES A. Thermal, Batt Insulation B Acoustical Batt Insulation 1 2 REFERENCES A ASTM C1029 — Type I and Type II B ICC-ES, AC-377 (ESR-2669) C 2012 IBC, Section 26034 D 2012 IECC, Section R 303 E NFPA 285 1 3 SUBMITTALS A Submit in accord with Section 01300 B Product Data Manufacturer's technical data and installation instructions PART 2 PRODUCTS 2 1 ATTIC INSULATION — TWO LAYERS OF 6" THICK THERMAL INSULATION A. Shall be fiberglass type as manufactured by Owens-Corning, or equal as approved by the Architect Each layer of 6" insulation shall consist of R-19, Faced with vapor barrier on one side 2 2 SOUND INSULATION A Shall be two layers of 1-1/2" thick "Thermafiber" At the Contractors option one layer of 3-1/2" Owens-Corning Fiberglass insulation with vapor barrier may be substituted Sound Insulation is required in all interior walls- no exceptions 2 3 JOINT INSULATION A Shall be expanding foam insulation at perimeter of all wall penetrations City of Pearland Bailey WTP Improvements Building Insulation Project No 7295A 07210-1 October 21, 2021, PART 3 EXECUTION 31 PREPARATION A. Verify adjacent materials are dry B Verify mechanical and electrical services within wall have been installed and tested C Verify cavity face of block wall has had mortar struck off flush so as to not interfere with insulation application 3 2 INSTALLATION A General Install to meet manufacturers requirements B Completely fill intended spaces between metal studs walls with insulation Leave no gaps or voids C Batt Insulation in Attic Spaces Install insulation flush on top of gypsum board ceilings — vapor barrier up 3 3 JOINT INSULATION A All joints between framing and window/door frames, any through wall penetrations, joints between any framing members and all electrical penetrations, shall be filled with expanding foam insulation B All bottom plates shall be caulked at the floor with Architects Type "B" caulking, 3 4 OBSERVATION A The contractor shall contact the Architect for an on-site observation of all installed insulation prior to installation Roofing and gypsum board END OF SECTION City of Pearland Bailey WTP Improvements Building Insulation Project No 7295A 07210-2 October 21, 2021 SECTION 07410 STANDING SEAM METAL ROOF SYSTEM PART 1 GENERAL 1 1 SCOPE Furnish and install standing seam roof system, flashing, metals associated with roofing, and allied roof products required by the plans and specifications 1 2 RELATED WORK A. Base flashing around mechanical and electrical pipes and ducts at roofline, gutters, roof drains, and interior pipe downspouts are included under other sections of the specifications Cant strips and finished flashings around the above listed items shall be furnished by the roofing contractor The roofing contractor shall be responsible for installing, integrating, and coordinating all flashings into the roofing system, for leaks around these items, but, not for leaks within the item itself 1 3 ROOFING GUARANTEE Upon completion of the work, the contractor shall furnish the Owner with a Roofing and Flashing Guarantee The guarantee shall warrant that the roof will be completely weather tight for a period of twenty (20) years except for conditions classified as "Acts of God and/or Structural Failures" (the exact guarantee form shall be approved by the Architect) This guarantee shall be signed by the Roofing Sub-Contractor and General Contractor 1 4 COMPATABILITY OF ROOFING PRODUCTS All items furnished and installed under this section of the specifications shall be compatible in their final installation without exceptions, to meet the requirements of the guarantee described in Paragraph 1 3 1 5 ROOF DECK VENTING A Venting provisions shall be required on all roof decks when and as recommended by the deck manufacturer, the roofing materials •manufacturer, the guarantee requirements, and as specifically approved by the Architect, B All products required in the venting of the roof deck shall be furnished and installed under this section of the specifications 1 6 SUBMITTALS A. Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this Section and/or as required by Job Conditions for work-associated with this section City of Pearland Bailey WTP Improvements Standing Seam Metal Roof System Project No 7295A 07410-1 October 21, 2021 B This contractor shall furnish with his submittal the manufacturer's detailed specification for the type of roof and fleshings as specified This detail, specification shall indicate each and every material and the method of installation of the roof system PART 2 PRODUCTS 21 GENERAL. A The roof shall be Pac-Clad Tite-Loc Plus system as furnished and manufactured by Pac-Clad, Peterson Aluminum Company, or approved equal by the Architect, and installed in accordance with the manufacturer's instructions 2 2 COMPONENTS DESCRIPTION MATERIALS AND FINISHES A Roof Panels 1 Roof panels shall be roll formed Tite-Loc Plus panels as manufactured by Pac-Clad Peterson Aluminum Company, or approved equal by the Architect, 16' wide, with Striations and Pencil Ribs Standing Seam to be, 2" high including seam, 16" on center, and minor corrugations on center between and perpendicular to the major corrugations the entire length of the panel 2 Panel material as specified shall be 03,2 aluminum Color to be -Metallic Silver 3 Panels of maximum possible lengths shall be used to minimize end taps, eave panels shall extend beyond the structural line of the sidewall 4 Ridge assembly shall be designed to allow roof panels to move lengthwise with expansion/contraction as the roof panel temperature changes Parts shall be factory pre-punched for correct field assembly 5 Soffit material, shall be Pac-Clad, PAC — 850 Solid See Reflected Ceiling Plan for required PAC-850 Full Vent soffit panels Material to be 032 Aluminum, color Metallic Silver 6 Trim shall be Pac-Clad 032 Aluminum, color Metallic.Siler Break Metal 2 3 SYSTEM DESIGN A. All components of the roof paneling system shall be designed in accordance with sound engineering methods and practices B Roof panels and liner panels shall be designed in accordance with AISI "Specifications for the. Design of Light Gage Cold Formed Steel Structural Member," latest edition C Paneling system shall be designed to support design live loads City of Pearland Bailey WTP Improvements Standing Seam Metal Roof System Project No 7295A 07410-2 October 21, 2021 D All trim and roof transition flashings shall allow the roof panel to move as the roof expands and contracts with temperature changes 2 4 ACCESSORIES A. Accessories, (i e , ventilators, trim) shall be as standard with Pac-Clad Peterson Aluminum Company, or approved equal by the Architect 2 5 U L. UPLIFT RATINGS A The roof system shall carry a U L. wind uplift Classification Class 90 rating 2 6 PROVISION FOR EXPANSION/CONTRACTION A Provision for thermal expansion movement of the panel shall be.accomplished by the use of clips with a movable tab The tabs shall be factory centered on the roof clip when installed to insure full movement in either direction A force of no more than eight (8) pounds will be required to initiate tab movement B The roof shall provide for thermal expansion/contraction without detrimental effect on the roof panel when there is a + or - 100 deg temperature between the inside structural framework of the building and the temperature of the roof panels 2 7 PHYSICAL PROPERTIES A Vapor retarder shall have a water vapor permeance rating of 1 0 when tested in accordance with ASTM-E 96 B Vapor retarder shall have a U L. Fire Hazard Classification (U 723) with the following ratings 1 Flame Spread - 15 or less PART 3 EXECUTION 3 1 GENERAL INSTALLATION A All items in this specification shall be installed in strict accordance with the manufacturer's specifications, the guarantee requirements and the details shown on the plans 3 2 INSTALLATION OF FLASHINGS AND MISCELLANEOUS ITEMS A. The drawings are schematic in nature and are not intended to illustrate each and every condition or installation procedure B The roofing contractor shall be responsible to install all flashings in a watertight manner and bear the cost of replacing any flashings, which do not stop the penetration of water into the building C All flashing shall be installed in strict accordance with the manufacturer's specification and the guarantee requirements City of Pearland Bailey WTP Improvements Standing Seam Metal Roof System Project No 7295A 07410-3 October 21, 2021 D All cant strips shall be installed and anchored in strict accordance with the manufacturer's recommendations E All valley conditions shall use maximum lengths of 24-gauge aluminum zinc alloy preformed sheets At all joints provide 24" laps set in a full bed of sealant, top of lap to bottom of lap Sheets shall extend up and under roofing a minimum of 24" END OF SECTION City of Pearland Bailey WTP Improvements Standing, Seam Metal Roof System Project No 7295A 07410-4 October 21, 2021 SECTION 07901 CAULKING AND SEALANTS PART 1 GENERAL 1 1 SECTION INCLUDES A. Joint preparation B Sealing interior and exterior joints C Sealants, caulkings and accessories 1 2 REFERENCES A ASTM C790 - Recommended Practices for Use of Latex Sealing Compounds B ASTM C804 - Recommended Practices for Use of Solvent Release Type Sealants C ASTM C834 - Standard Specifications for Latex Sealing Compounds D ASTM C920 - Specification for Elastomeric Joint Sealants E ASTM C962 - Guide for Use of Elastomeric Joint Sealants F ASTM C1085 - Butyl-Rubber Based Solvent Released Sealants 1 3 SUBMITTALS - Submit in accord with Section 01300 A. Product Data Manufacturer's technical data including installation instructions B Samples Manufacturer's standard color line for Engineer's selection PART 2 PRODUCTS 21 MATERIALS A Sealants For exterior use and at interior plumbing fixtures, vanities, and service sinks Provide one of the following Architect, however, may require either product for conditions where color matching is significant 1 Architect's Type "A" - Polyurethane Base ASTM C920 multi-part non- sag urethane sealant for use NT, type M, grade NS, class 25 Acceptable products are a BOSTIK "Chem-Calk 500" b PECORA "Dynatrol II" c SONNEBORN, "Sonoplastic NP II" d Architect approved equivalent City of Pearland Bailey WTP Improvements Caulking and Sealants Project No 7295A 07901-1 October 21, 2021 2 Architect's Type "B" - Caulking Acrylic base, single component, paintable, interior use only, non-staining, non-sagging and non-bleeding, conforming to ASTM C834 Acceptable products are a BOSTIK "Chem-Calk 600" b PECORA, "AC-20 Acrylic Latex Sealant" c SONNEBORN, "'Sonolac Acrylic Latex Caulk" ci Architect approved equivalent 3 Architect's Type "C" - Silicone Base ASTM C920, one-part nonacid- curing silicone, type S, grade NS, class 25 Acceptable products are a BOSTIK "Chem-Calk 1000" b DOW CORNING "795 Silicone" c GENERAL ELECTRIC "Silpruf 2600 " d Architect approved equivalent 2 2 ACCESSORIES A Backer Rod Closed cell, compatible with sealant proposed for use Acceptable manufacturers are 1 DOW CHEMICAL 2 W R MEADOWS 3 SONNEBORN/CONTECH 4 Architect approved equivalent B Primer Non-staining type, recommended by sealant manufacturer to suit application C Joint Cleaner• Non-corrosive and non-staining type, recommended by sealant manufacturer, compatible with joint forming materials D Bond Breaker• Pressure sensitive tape recommended by sealant manufacturer to suit application PART 3 EXECUTION 31 EXAMINATION A. Examine joints indicated to receive joint sealers for compliance with requirements for compliance with requirements for joint configuration, installation tolerances and other conditions affecting joint sealer performance Do not proceed with installation of joint sealers until unsatisfactory conditions have been corrected 3 2 PREPARATION A. Surface Cleaning of Joints Clean out joints immediately before installing joint sealers to comply with recommendations of joint sealer manufacturers and the following requirements City of Pearland Bailey WTP Improvements Caulking and Sealants Project No 7295A 07901-2 October 21, 2021 1 Remove all foreign material from joint substrates which could interfere with adhesion of joint sealer, including dust, paints, except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer, old joint sealers, oil, grease, waterproofing, water repellents, water, surface dirt, and frost 2 Clean concrete, masonry, unglazed surfaces of ceramic tile and similar porous joint substrate surfaces, by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealers Remove loose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil-free compressed air 3 Remove laitance and form release agents from concrete. 4 Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile, and other nonporous surfaces by chemical cleaners or other means which are not harmful to substrates or leave residues capable of interfering with adhesion of joint sealers B Joint Priming Prime joint substrates where indicated or where recommended by joint sealer manufacturer based on preconstruction joint sealer-substrate tests or prior experience Apply primer to comply with joint sealer manufacturer's recommendations Confine primers to areas of joint sealer bond Do not allow spillage or migration onto adjoining surfaces 3 3 INSTALLATION OF JOINT SEALERS A. General Comply with joint sealer manufacturers' printed installation instructions applicable to products and applications indicated, except where more stringent requirements apply B Elastomeric Sealant Installation Standard, Comply with recommendations of ASTM C 962 for use of joint sealants as applicable to materials, applications and conditions indicated C Solvent-Release-Curing Sealant Installation Standard Comply with requirements of ASTM C 804 for use of solvent-release-curing sealants D Latex Sealant Installation Standard Comply with requirements of ASTM C 790 for use of latex sealants E Installation of Sealant Backings Install sealant backings to comply with the following requirements 1 Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross- sectional shapes and depths of installed sealants relative, to joint widths which allow optimum sealant movement capability Do not leave gaps between ends of joint fillers City of Pearland Bailey WTP Improvements Caulking and Sealants Project No 7295A 07901-3 October 21, 2021 Do not stretch, twist, puncture, or tear joint fillers Remove absorbent joint fillers which have become wet prior to sealant application and replace with dry material Install bond breaker tape between sealants and joint fillers, compression seals,, or back of joints where adhesion of sealant to surfaces at back of joints would result in sealant failure F Installation of Sealants Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross-sectional shapes and depths relative to joint widths which allow optimum sealant movement capability G Tooling of Non-sag Sealants Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, concave joint to eliminate air pockets and to ensure contact and adhesion of sealant with sides of joint Remove excess sealants from surfaces adjacent to joint Do not use tooling agents which discolor sealants or adjacent surfaces or are not approved by sealant manufacturer 3 4 CLEANING A Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealers and of products in which joints occur 3 5 PROTECTION A Protect joint sealers during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of substantial completion If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealers immediately and reseal joints with new materials to produce joint sealer installations with repaired areas indistinguishable from original work. END OF SECTION City of Pearland Bailey WTP Improvements Caulking and Sealants Project No 7295A 07901-4 October 21, 2021 SECTION 08111 HOLLOW METAL DOORS AND FRAMES PART 1 GENERAL 1 1 SECTION INCLUDES A. Fabricated rated and non-rated Hollow Metal Steel Doors B Fabricated rated and non-rated Hollow Metal Frames C Hardware 1 2 REFERENCES A ASTM A569--Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial Quality B ASTM A591--Steel Sheet, Cold-Rolled, Electrolytic Zinc Coated C NFPA 80--Fire Doors and Windows D NFPA 252--Fire Tests for Door Assemblies E ANSI/SDI A250 8-2003 (R2008)--Standard Steel Doors and Frames 1 3 QUALITY ASSURANCE A Conform to requirements of ANSI/SDI A250 8-2003 (R2008) B Fire rated frame construction to conform to NFPA 252 C Install frame and door assembly to conform to NFPA 80 for fire rated class indicated on drawings 1 4 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings and product data under provisions of Section 01300 B Indicate frame configuration, anchor spacings, anchor types, and location of cutouts for hardware, reinforcement, and finish 1 5 DELIVERY, STORAGE, AND PROTECTION A Protect products under provisions of Section 01600 B Protect doors with resilient packaging PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A Republic Builders Products Corp /Sub Republic Steel City of Pearland Bailey WTP Improvements Hollow Metal Doors and Frames Project No 7295A 08.1 1 1-1 October 21, 2021 B Ceco Corporation C Tex-Steel Corporation D Steelcraft E Or approved equal by the Architect 2 2 DOORS A Materials and Fabrication ANSI/SDI A250 8-2003 (R2008) except as amended in this Section, 16 gauge B Types Type II--Heavy duty 1-3/4-inch, Style 2 C Thermal Insulated Door Total insulation R value of 4 34, measured in accordance with ASTM C236 Locate thermal insulated door at all exterior door locations D Material 16-gauge steel 2 3 FIRE RATED DOORS A Fabricate fire rated hollow metal doors of materials in accordance with requirements of Underwriters' Laboratories (UL) Place UL labels *here visible when in installed position Refer to drawings for class requirements B Install butts on labeled doors prior to delivery Install in accordance with UL requirements 2 4 PROTECTIVE COATINGS A Bituminous Coating Fibered asphalt emulsion 2 5 FABRICATION A. Fabricate frames and assemble as a complete welded unit B Fabricate frames with hardware reinforcement plates welded in place Provide 26 Ga mortar guard boxes C Prepare frames for silencers Provide three single silencers for single door on strike side D Fabricate jamb anchors to be set in concrete from minimum 16 gage electrolytic coated zinc steel complying with ASTM A591 E Mechanically interlock longitudinal seams of honeycomb core-type doors Leave seams invisible, or weld-fill and grind smooth F Reinforce and prepare doors to receive hardware Refer to Section 08712 for hardware requirements City of Pearland Bailey WTP Improvements Hollow Metal Doors and Frames Project No 7295A 08111-2 October 21, 2021 G Fill surface depressions with metallic paste filler and grind to smooth uniform finish 2 6 FINISH A Primer• Baked on B Finish As specified in Section 09800 C Coat inside of frame profile for those frames set with bituminous coating to a thickness of 1/16 inch in masonry or concrete PART 3 EXECUTION 3 1 INSTALLATION. - A. Install frames in accordance with SDI- ANSI/SDI A250 8-2003 (R2008) B Coordinate with masonry and gypsum wallboard wall construction for anchor placement C Install minimum of 3 anchors per jamb for frames set in masonry D Install minimum of 4 anchors per jamb for frames set in metal stud framing E Install hollow metal doors plumb and square, and with maximum diagonal distortion of 1/8 inch Install hardware in accordance with manufacturer's requirements 3 2 TOLERANCES A. Maximum Diagonal Distortion 1/16 inch measured with straight edge, corner to corner 3 3 ADJUSTING AND CLEANING A Immediately after erection, sand smooth any rusted or damaged areas of prime coat and apply touch-up paint of compatible air-drying primer END OF SECTION City of Pearland Bailey WTP Improvements Hollow Metal Doors and Frames Project No 7295A 08111-3 October 21•, 2021 SECTION 08120 ALUMINUM AND GLASS FRAMING PART 1 GENERAL. 1 1 SCOPE Furnish and install aluminum and glass framing required by the Construction Documents See Part I of the Construction Documents for Door and or window requirements 1 2 SUBMITTALS Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location and installation procedures of all products specified under part two of this section and/or required by job conditions for work associated with this section PART 2 PRODUCTS 21 MANUFACTURER Shall be Kawneer, or equal as approved by the Architect. 2 2 FRAMES Series 451 T Framing System with Thermal Break. 2 3 FINISH All exposed aluminum surfaces shall have a #29 Black Permanodic finish (AA- M12C22A44), with a minimum coating thickness of 7 mils 2 4 CAULKING Shall be Architect's Type "C" Use this type of caulking between subsurface and any and all other joints required to be caulked in connection with the installation of products specified Caulking color shall be black satin and be standard with the manufacturer and as approved by the Architect PART 3 EXECUTION 3 1 FRAME INSTALLATION Framing members shall be installed in accordance with manufacturer's approved shop drawing in prepared opening Members shall be level, square, plumb, and at proper elevations and in alignment with other work All joints between metal and opening substrate shall be tightly caulked in order to secure a watertight job All materials shall be accurately cut and fitted and rigidly secured in place All cut and machined ends and recesses shall be true, accurate, and free of burrs or rough edges City of Pearland Bailey WTP Improvements Aluminum and Glass Framing Project No 7295A 08120-1 October 21, 2021 3 2 CLEANING AND PROTECTION After installation, the frames shall be cleaned following procedures recommended by the manufacturer The Contractor shall protect the frames from damage during subsequent construction activities. Damaged materials shall be replaced at no additional cost to the.Owner 3 3 PROTECTION FROM DISSIMILAR MATERIALS In addition to the finish specified, aluminum surfaces that will contact masonry, concrete, wood or steel shall be protected from contact by use of neoprene gaskets, where indicated, or a coat of bituminous,paint to prevent galvanic or corrosive action Protection shall be as recommended by the manufacturer and approved by the Architect END OF SECTION City of Pearland Bailey WTP Improvements Aluminum and, Glass Framing Project No 7295A 08120-2 October 21, 2021 SECTION 08202 PLASTIC LAMINATE,VENEER DOORS PART 1 GENERAL 1 1 SCOPE Furnish and install solid core wood doors with Laminate Veneer as required by the Construction Documents 1 2 MOISTURE CONTENT Not to exceed 12% All wood to be kiln dried 1 3 GRADE AND TRADE MARK Required on each piece of lumber, use only the recognized official marks of Association under whose rules it is graded 1 4 QUALITY Door must be sound, thoroughly seasoned, well manufactured, and free from warp Door shall be dressed, milled, sanded smooth and free from all splinters, millmarks, pits, etc except where specifically specified otherwise 1 5 STORAGE AND PROTECTION Protect door from the elements and against dampness during and after delivery Store under cover in a well-ventilated building and where not exposed to extreme changes in temperature or humidity Do not store or install door in any part of building, until concrete, masonry, and plaster work is dry 1 6 FINISH HARDWARE Receive, store, and be responsible for all finished hardware Apply hardware in accordance with manufacturer's instructions, fit accurately, apply securely and adjust carefully The location of hardware shall be as directed by the Architect 1' 7 SUBMITTALS Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this section and/or as required by job conditions City of Pearland Bailey WTP Improvements Plastic Laminate Veneer Doors Project No 7295A 08202-1 October 21, 2021 PART 2 PRODUCTS 2 1 SOLID CORE DOOR A Shall be 1-3/4" thick solid core with Plastic Laminate Veneer, front face, back face and all edges, as manufactured by Artistic, Enjo, Weyerhaeuser, Caddo, Eggers, or equal as approved by the Architect, furnished with the manufacturer's five (5) year written guarantee This guarantee shall be signed by the manufacturer, mill Contractor and General Contractor B Veneer Color and Finish shall be Nevamar Bohemian Edge - # WO1400-WE PART 3 PRODUCTS 3 1 INSTALLATION OF DOOR. A Door shall be hung with equal clearance at jambs (approximately 1/16") B Door shall be manufactured to clear the finished floor covering materials 1/8" unless specifically noted otherwise in the door schedule C All hardware.cut outs shall be accurately and neatly cut. END OF SECTION City of Pearland Bailey WTP Improvements Plastic Laminate Veneer Doors Project No 7295A 08202-2 October 21, 2021 SECTION 08400 OVERHEAD COILING DOORS PART 1 GENERAL 1 1 SECTION INCLUDES A. Overhead coiling doors, electric operated, pre- finished 1 2 REFERENCES A. ASTM A526 - Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Commercial Quality B ANSI/ASTM B221 - Aluminum-Alloy Extruded Bar, Rod, Wire, Shape, and Tube C ANSI/UL 325 - Door, Drapery, Gate, Louver, and Window Operators and Systems D ASTM A525 - General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process E ASTM B-137-45 - Weight of Coating on Anodically Coated Aluminum 1 3 SYSTEM DESCRIPTION A. Electric operator 1 4 SUBMITTALS A Submit shop drawings and product data under provisions of Section 01300 B Provide pertinent dimensioning, general construction, component connections and details, anchorage methods, hardware location and installation details, 1 5 OPERATION AND MAINTENANCE DATA. A Submit manufacturer's operation and maintenance data under provisions of Section 01700 PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Overhead Door Corporation 1 Door shall be. Model #627,Stormtite, or equal as approved by the Architect City of Pearland Bailey WTP Improvements Overhead Coiling Door Project No 7295A 08400-1 October 21, 2021 2 2 MATERIALS A Curtain Fabricate overhead coiling door curtain of interlocking slats designed to withstand required wind loading, of continuous length for width of door without splices Unless otherwise indicated, provide slats of material gauge recommended by door manufacturer for size and type of door required, and as follows Aluminum Door Curtain Slats F-265i Aluminum Insulation Nominal 2 lbs density foamed-in-place polyurethane foam Back Cover Slat Integral back cover slat of matching material as exterior curtain slat Endlocks Malleable iron casting galvanized after fabrication, secured to curtain slats with galvanized rivets Provide endlocks on alternate curtain slats for curtain alignment against lateral movement Bottom-Bar T shaped extruded aluminum bar B Curtain Guides Formed steel angles for required size and configurations, equipped with wind lock bars as required to meet design wind load C Brackets Hot rolled steel plates to support the barrel, counter balance, and hood D Roller Shaft Counterbalance Steel pipe and helical steel spring system capable of producing torque sufficient to assure smooth operation of curtain from any position, with adjustable spring tension E Housing 24 gauge aluminum, clear anodized finish, internally reinforced to maintain rigidity and shape F Hardware- All hardware by door manufacturer complete Master keyed to coordinate with Section 08111 G Weather-stripping Water and rot-proof, resilient type, located at jamb edges, bottom of curtain, and within housing 2 3 FINISHES A Aluminum B Curtains to be clear anodized finish 2 4 REQUIRED OPTIONS A. RMX Operator — Front Mount, B Bottom Sensing Edge City of Pearland Bailey WTP Improvements Overhead Coiling Door Project No 7295A 08400-2 October 21, 2021 C Sloping Bottom Bar D Aluminum Slats E Insulated Vision Lites uniformly spaced 1" X 10" (See Elevations for # Required) F High Wind Load Option G Cylinder Lock PART 3 EXECUTION 3 1 INSTALLATION A Install overhead coiling doors in accordance with manufacturer's instructions B Fit, align, and adjust door assemblies level and plumb, to provide smooth operation END OF SECTION City of Pearland Bailey WTP Improvements Overhead Coiling Door Project No 7295A 08400-3 October 21, 2021 SECTION 08710 FINISH HARDWARE PART 1 GENERAL 1 1 SECTION INCLUDES A Hardware hollow metal,doors B Butts and hinges, locks and larch sets, closures, push/pulls, trim units, silencers, and thresholds 1 2 REFERENCES A ANSI Al 17 1--Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People B ANSI/NFPA 80--Fire Doors and Windows C AWI--Architectural Woodwork Institute D BHMA--Builders' Hardware Manufacturers Association E DHI--Door and Hardware Institute F NAAMM--National Association of Architectural Metal Manufacturers G NFPA 101--Life Safety Code H SDI--Steel Door Institute I ANSI Al 15 2--Door and Frame Preparation for Bored or Cylindrical Locks for 1-3/4 Inch Doors. J ANSI A115 9--Door and Frame Preparation. for Closer, Offset Hung, Single Acting K ANSI A156 1--Butts and Hinges L. ANSI A156 2--Locks and Lock Trim M ANSI A156 4--Door Controls (Closers) N ANSI A156 6--Architectural Door Trim 0 ANSI A156 7--Template Hinges 13 SUBMITTALS A Submit schedule, shop drawings, and product data under provisions of Section 01300 City of Pearland Bailey WTP Improvements Finish Hardware Project No 7295A 08710-1 October 21, 2021 ,B Indicate locations and mounting heights of each type of hardware C Provide product data on specified hardware 1 4 QUALITY ASSURANCE A Manufacturers Companies specializing in manufacturing door hardware with minimum ten years' experience B Hardware Supplier• Company specializing in supplying commercial and institutional door hardware with five years documented experience 1 5 REGULATORY REQUIREMENTS A Conform to applicable codes for requirements applicable to fire rated doors and frames B Conform to the applicable Sections of Chapter 5 of NFPA 101 C Submit operation and maintenance data under provisions of Section 01700 Include data on operating hardware, lubrication requirements, and inspection procedures related to preventative maintenance D All hardware to meet or exceed current Texas Accessibility Standards 1 6 -DELIVERY, STORAGE, AND HANDLING A Deliver products to site under provisions of Section 01600 B Store and protect products under provisions of Section 01600 C Package hardware items individually, label and identify package with door opening code to match hardware schedule D Deliver keys to Owner by security shipment direct from hardware supplier E Protect hardware from theft by cataloging and storing in secure area 1 7 COORDINATION A. Coordinate work of this Section with other directly affected Sections involving manufacturer of any internal reinforcement for door hardware 1 8 MAINTENANCE MATERIALS A Provide special wrenches and tools applicable to each different of special hardware component B Provide maintenance tools and, accessories supplied by hardware component manufacturer City of Pearland Bailey WTP Improvements Finish Hardware Project No 7295A 08710-2 October 2'1,, 2021 PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A Locksets and Latches Sargent Schlage Corbin B Hinges Soss McKinney Hager C Closers Sargent LCN D Panic Devices Sargent E Pushplates, Pullplates, Kickplates, Stops, and Silencers Trimco (Triangle Brass Mfg Co ) Ives F Weatherstrips National Guard Products, Inc Pemko 2 2 KEYING A Door Locks Master keyed - Provide ten (10) master keys B Supply four (4) keys for each lock 2 3 FINISHES A Finishes are identified in Schedule at end of this Section PART 3 EXECUTION 3 1 INSPECTION A Verify that doors and frames are ready to receive work and dimensions are as indicated on shop drawings. B Beginning of installation means acceptance of existing conditions 3 2 INSTALLATION A. Install hardware in accordance with manufacturer's instructions and requirements of SDI, NAAMM, AWI, ANSI/NFPA 80, BHMA, and DHI City of Pearland Bailey WTP Improvements Finish Hardware Project No 7295A 08710-3 October 21, 2021 B Use the templates provided by hardware item manufacturer C Conform to ANSI Al 17 1 for positioning requirements for the handicapped PART 4 HARDWARE SCHEDIULE 4 1 HARDWARE SCHEDULE Hardware Set # H-1 Exit Door - Each to Have 1 CONTINUOUS HINGE 1 THRESHOLD 1 CLOSER With Hold-Open Feature 1 DEADBOLT 1 STOP 1 LOCKSET 1 SET WEATHERSTRIPPING — HEAD, JAMBS and SILL Hardware Set # H-2 Overhead Door 1 DEADBOLT with PADLOCK Balance of Hardware provided by door manufacturer Hardware Set # H-3 MCC Door 1 PANIC HARDWARE. (From MCC to Corridor) 1 CONTINUOUS HINGE 1 FULL SET OF SOUND SEALS (Head, Jamb and Sill) 1 DOOR PULL 1 DEAD LOCK (Thumb Turn MCC side, Keyed Corridor side) Hardware Set # H-4 Each to Have 1 CONTINUOUS HINGE 1 LOCKSET 1 STOP 1 CLOSER (With Hold-Open Feature) Hardware Set # H-5 Double Door 1 CONTINUOUS HINGE (Each Door) 1 HEAD BOLT (On South Door) 1 FOOT BOLT (On South Door) 1 STOP (one each door) 1 LOCKSET (On North Door) 1 DUMMY LOCKSET (On South Door) 1 FULL SET OF SOUND SEALS (Head, Jamb and Sill) City of Pearland Bailey WTP Improvements Finish Hardware Project No 7295A 08710-4 October 21, 2021 Hardware Set # H-6 Toilet Door 1 CONTINUOUS HING 1 DOOR CLOSURER 1 STOP 1 PASSAGE SET 2 KICKPLATE (One each side of door) 1 DEADBOLT (Thumb Turn on Toilet Side) END OF SECTION City of Pearland Bailey WTP Improvements Finish Hardware Project No 7295A 08710-5 October 21, 2021 SECTION 08813 TEMPERED GLASS PART 1 GENERAL 1 1 SECTION INCLUDES A Products and installation for glass and glazing 1 2 REFERENCES A. ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference B ANSI Z97 1 - Safety Performance Specifications and Methods of Test for Safety Glazing Used in Buildings C ASTM C1036 - Flat Glass D ASTM C1048 - Heat-Treated Flat Glass—King HS, Kind FT coated and uncoated Glass E FGMA - Glazing Manual F FGMA - Sealant Manual G FS TT-C-00597 - Caulking Compound, Oil, and Resin Base Type H FS TT-S-001657 -Sealing Compound, Single Component, Butyl,Rubber Based, Solvent Release Type FS TT-S-00230 - Sealing Compounds, Synthetic-Rubber Base, Single Component, Chemically Curing J FS TT-S-01543 - Sealing Compounds, Silicone Rubber Base K FS TT-G-410 - Glazing Compound, Sash (Metal) for back Bedding and Face Glazing (Not for Channel of Stop Glazing) L. Laminators Safety Glass Association - Standard Manual 1 3 PERFORMANCE REQUIREMENTS A. Glass and glazing materials of this Section shall provide continuity of building enclosure vapor and air barrier 1 In conjunction with materials described in Section 07900 2 Maintain continuous air and vapor barrier throughout glazed assembly from glass pane to heel bead of glazing sealant City of Pearland. Bailey WTP Improvements Tempered Glass Project No 7295A 08813-1 October 21, 2021 B Size glass to withstand dead loads and positive and negative live loads acting normal to plane of glass as calculated in accordance with 2012 I B C in accordance with ANSI/ASTM E330 C Limit glass deflection to 1/200 or flexure limit of glass with full recovery of glazing materials, whichever is.less 1 4 SUBMITTALS A Submit under provisions of Section 01300 B Product Data on Glass Types Specified Provide structural, physical and environmental characteristics, size limitations, and special handling or installation requirements C Product Data on Glazing Compounds Provide chemical, functional, and environmental characteristics, limitations, special application requirements Identify available colors 1 5 QUALITY ASSURANCE A Perform work in accordance with FGMA Glazing Manual, FGMA Sealant Manual, SIGMA and Laminators Safety Glass Association—Standard Manual for glazing installation methods B Verify field measurements 1 6 ENVIRONMENTAL REQUIREMENTS A. Do not install glazing when ambient temperature is less than 50 degrees F (10 degrees C) B Maintain minimum ambient temperature before, during, and 24 hours after installation of glazing compounds 1 7 COORDINATION A Coordinate work with other trades B Coordinate the work with glazing frames, wall openings,, and perimeter air and vapor seal to adjacent work PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. PPG Industries, Inc Ford Glass Division B ASG Industries C Or approved equivalent by the Architect City of Pearland Bailey WTP Improvements Tempered Glass Project No 7295A 08813-2 October 21, 2021 2 2 MATERIALS— TEMPERED GLASS A Clear Tempered Glass 1 Type Full tempered with horizontal tempering 2 Thickness 1/4 inch 3 Conformance ASTM C1048-85, Class 1, quality q3 2 3 GLAZING COMPOUNDS A. Shall conform to ASTM C669 and as required by the glazing manufacturer B Butyl Sealant (Type GC-B) FS TT-S-001657, Shore A hardness of 10-20, black color, non-skinning C Acrylic Sealant (Type GC-C) FS TT-S-00230, Type II, Class A, single component, cured Shore A hardness of 15-25, color as selected D Polysulphide Sealant (Type CG-D) FS TT-S-00227, Class A, Type II, two component, cured Shore A hardness of 15-25, color as selected E Polyurethane Sealant (Type CG-E) FS TT-S-00230, Type II—non-sag, Class A, as recommended by the manufacturer F Silicone Sealant (Type GC-F) FS TT-S-01543, Class A, single component, chemical solvent curing, capable of water immersion without loss of properties, cured Shore A hardness of 15-25, color as selected 2 4 GLAZING ACCESSORIES A Selected Blocks Neoprene, 80-90 Shore A durometer hardness, length of 0 1 inch for each square foot of glazing of minimum 4 inch x width of glazing rabbet space minus 1/16 inch x height to suite glazing method and pane weight and area B Spacer Shims Neoprene, 50-60 Shore A durometer hardness, minimum 3-inch long x one half the height of the glazing stop x thickness to suite application, self adhesive on one face C Glazing Tape Performed butyl compound with integral resilient tube spacing device, 10-15 Shore A durometer hardness, coiled on release paper, black color D Glazing Splines Resilient polyvinyl chloride extruded shape to suit glazing channel retaining slot, black color E Glazing Clips Manufacturer's standard type PART 3 EXECUTION 3 1 EXAMINATION A Verify prepared openings City of Pearland Bailey WTP Improvements Tempered Glass Project No 7295A 08813-3 October '21, 2021 B Verify that openings for glazing are correctly sized and within tolerances G Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing 3 2 PREPARATION. A. Clean contact surfaces with solvent and wipe dry B Seal porous glazing channels or recesses with substrate compatible primer or sealer C Prime surfaces scheduled to receive sealant 3 3 INSTALLATION A General Comply with referenced FGMA standards and instructions of manufacturers of glass, glazing sealants, and gaskets, to achieve airtight,and watertight performance, and to minimize breakage B Protect glass from edge damage during handling and,installation Inspect glass during installation and discard pieces with edge damage that could affect glass performance C Set units of glass in each series with uniformity of pattern, draw, bow, and similar characteristics 3 4 CLEANING A Clean work under provisions of Section 01700 B Remove glazing materials from finish surfaces C Remove labels after work is complete D Clean glass 3 5 PROTECTION OF FINISHED WORK A. Protect finished work B Protect glass from contact with contaminating substances resulting from construction operations C If, despite such protection, contaminating substances do come into contact with glass,, remove immediately by method recommended by glass manufacturer D Remove and replace glass which is broken, chipped, cracked, abraded, or damaged in other ways during construction period, including natural causes, accidents, and vandalism END OF SECTION City of Pearland , Bailey WTP Improvements Tempered Glass Project No 7295A 08813-4 October 21, 2021 SECTION 08814 ONE INCH TEMPERED GLASS PART 1 GENERAL 1 1 SECTION INCLUDES A Products and installation for glass and glazing 1 2 REFERENCES A ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform static Air Pressure Difference B ANSI Z97 1 - Safety Performance Specifications and Methods of Test for Safety Glazing Used in Buildings C ASTM C1036 - Flat Glass D ASTM C1048 - Heat-Treated Flat Glass—King HS, Kind FT coated and uncoated. Glass E FGMA - Glazing Manual F FGMA _ Sealant Manual G FS TT-C-00597 - Caulking Compound, Oil, and Resin Base Type H FS TT-S-001657 - Sealing Compound, Single Component, Butyl Rubber Based, Solvent Release Type FS TT-S-00230 - Sealing, Compounds, Synthetic-Rubber Base, Single Component, Chemically Curing J FS'TT-S-01543 - Sealing Compounds, Silicone Rubber Base K FS TT-G-410 - Glazing Compound, Sash (Metal) for back Bedding and Face Glazing (Not for Channel of Stop Glazing) L. Laminators Safety Glass Association - Standard Manual 1 3 PERFORMANCE REQUIREMENTS A Glass and glazing materials of this Section shall provide continuity of building enclosure vapor and air barrier 1, In conjunction with materials described in Section 07900 2 Maintain continuous air and vapor barrier throughout glazed assembly_ from glass pane to heel bead of glazing sealant City of Pearland Bailey WTP Improvements One Inch Tempered Glass Project No 7295A 08814-1 October 21, 2021 B Size glass to withstand dead.loads and positive and negative live loads acting normal to plane of glass as calculated in accordance with, 2012 l B C in accordance with ANSI/ASTM E330 C' Limit glass deflection to 1/200 or flexure limit of glass with full recovery of glazing materials, whichever is less 1 4 SUBMITTALS A. Submit under provisions of Section 01300 B Product Data on Glass Types Specified Provide structural, physical and environmental characteristics, size limitations, and special handling or installation requirements C Product Data on Glazing Compounds Provide chemical, functional, and environmental characteristics, limitations, special application requirements Identify available colors 1 ,5 QUALITY ASSURANCE A. Perform work in accordance with FGMA Glazing Manual, FGMA Sealant Manual, SIGMA and Laminators Safety Glass Association—Standard Manual for glazing installation methods B Verify field measurements 1 6 ENVIRONMENTAL REQUIREMENTS A. Do not install glazing when ambient temperature is less than 50 degrees F (10 degrees C) • B 'Maintain minimum ambient temperature before, during, and 24 hours after installation of glazing,compounds 1 7 COORDINATION A Coordinate work with other trades B Coordinate,the work with glazing frames,, wall openings, and perimeter air and vapor seal to adjacent work PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A PPG Industries, Inc Ford Glass,Division B ASG Industries C Or approved equivalent by the Architect City of Pearland Bailey WTP Improvements One Inch Tempered Glass Project No 7295A 08814-2 October 21, 2021 2. 2 MATERIALS—GLASS A. Insulating Glass Units 1 Insulated Glass Units (Type SG-1) ASTM E774 and E7873, double pane with outer pane of 1/4" tinted glass,, inner pane of 1/4 inch tinted glass, inter-pane space purged dry hermetic air, total unit thickness of 1 inch Tint color to be selected from manufacturer's standard range 2 3 GLAZING COMPOUNDS A Shall conform to ASTM C669 and as required by the glazing manufacturer B Butyl Sealant (Type GC-B) FS TT-S-001657, Shore A hardness of 10-20, black color, non-skinning C Acrylic Sealant (Type GC-C) FS TT-S-00230, Type II, Class A, single component, cured Shore A hardness of 15-25, color as selected D Polysulphide Sealant (Type CG-D) FS TT-S-00227, Class A,, Type II, two component, cured Shore A hardness of 15-25, color as selected E Polyurethane Sealant (Type CG' E) FS TT-S-00230, Type II—non-sag, Class A, as recommended by the manufacturer F Silicone Sealant (Type GC-F) FS TT-S-01543, Class A, single component, chemical solvent curing, capable of water immersion without loss of properties, cured Shore A hardness of 15-2,5, color as selected 2 4 GLAZING ACCESSORIES A Selected Blocks 'Neoprene, 80-90 Shore A durometer hardness, length of 0 1 inch for each square foot of glazing of minimum 4 inch x width of glazing rabbet space minus 1/16 inch x height to suite glazing method and pane weight and area B Spacer Shims Neoprene, 50-60 Shore A durometer hardness, minimum 3-inch long x one half the height of the glazing stop x thickness to suite application, self adhesive on one face C Glazing Tape Performed butyl compound with integral resilient tube spacing device, 10-15 Shore A durometer hardness, coiled on release paper, black color Glazing Splines Resilient polyvinyl chloride extruded shape to suit glazing channel retaining slot, black color E Glazing Clips Manufacturer's standard type City of Pearland Bailey WTP Improvements One Inch Tempered Glass Project No 7295A 08814-3 October 21, 2021 PART 3 EXECUTION 31 EXAMINATION A Verify prepared openings B Verify that openings for glazing are correctly sized and within tolerances C Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing 3 2 PREPARATION A. Clean contact surfaces with solvent and wipe dry B Seal porous glazing channels or recesses with substrate compatible primer or sealer C Prime surfaces scheduled to receive sealant 3 3 INSTALLATION A. General Comply with referenced FGMA standards and instructions of manufacturers of glass, glazing sealants, and gaskets, to achieve airtight and watertight performance, and to minimize breakage B Protect glass from edge damage during handling and installation Inspect glass during installation and discard pieces with edge damage that could affect glass performance C Set units of glass in each series with uniformity of pattern, draw, bow, and similar characteristics 3 4 CLEANING A Clean work under provisions of Section 01700 B Remove glazing materials from finish surfaces C Remove labels after work is complete D Clean glass 3 5 PROTECTION OF FINISHED WORK A. Protect finished work. B Protect glass from contact with contaminating substances resulting from construction operations C If, despite such protection, contaminating substances do come into contact with glass, remove immediately by method recommended by glass manufacturer City of Pearland Bailey WTP Improvements One Inch Tempered Glass Project No 7295A 08814-4 October 21, 2021 D Remove and replace glass which is broken, chipped, cracked, abraded, or damaged in other ways during construction period, including natural causes, accidents, and vandalism END OF SECTION City of Pearland Bailey WTP Improvements One Inch Tempered Glass Project No 7295A 08814-5 October 21, 2021 SECTION 08830 MIRROR GLASS PART 1 GENERAL 1 1 SCOPE A Furnish and install all the mirror glass required by the Construction Documents The General Contractor shall be responsible for coordination, installation, cleaning and protection of the mirror glass after it is installed Mirrors that are damaged after installation shall be replaced by the contractor at no additional cost to the owner 1 2 IDENTIFICATION A. When mirror glass is furnished unlabeled, the contractor shall submit an affidavit stating the quality, thickness, type, and manufacturer of the mirror glass furnished 1 3 STANDARDS, CODES, LAWS, ETC A. All mirror glass shall be furnished and installed, at no additional cost to the Owner,to meet all applicable Local, State and Federal Standards, codes, laws, etc These standards, codes, laws, etc , shall take precedent over plans and specifications where conflictions occur 1 4 SUBMITTALS A. Contractor shall submit a drawing to the Architect, showing the layout of all mirror glass Maximum size sheets of glass will be required and the submittal data shall show the location of all mirror butt joints PART 2 PRODUCTS 21 GLASS A. Shall be manufactured by Libby-Owens-Ford Co , Pittsburgh Plate Glass, ASG, or equal as approved by the Architect Refer to plans, details, for types, sizes, and.location Glass shall be made of select mirror glazing quality polished plate glass 1/4" thick with edges belted smooth and slightly rounded Back shall be silvered two coats, be heavily electro-plated with copper and given a prime coat and a coat of mirror backing paint Mirrors shall be guaranteed for (5) five years against silver spoilage 2 2 CAULKING AND SEALANTS A. Shall be Architect's Type "C" Refer to Section 07901 of the specification City of Pearland Bailey WTP Improvements Mirror Glass Project No 7295A 08830-1 October 21, 2021 PART 3 EXECUTION 3 1 MIRROR GLASS INSTALLATION A Shall be in accordance with the manufacturer's detailed recommendations and/or the details indicated by the construction Documents B All mirror glass shall be installed rattle free C Contractor shall use a combination of mastic and metal clips to secure all mirrors as shown on the construction documents D At completion of work, leave glass whole, free from cracks and rattles See Supplemental General Conditions for the specifications for cleaning glass END OF SECTION City of Pearland Bailey WTP Improvements Mirror Glass Project No 7295A 08830-2 October 21, 2021 SECTION 09250 GYPSUM WALLBOARD PART 1 GENERAL 1 1 SCOPE A Furnish and install the gypsum board wallboard required by the Construction Documents 1 2 SUBMITTALS A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this section and/or as required by job conditions for work associated with this section PART 2 PRODUCTS 2 1 MANUFACTURER A. The wallboard shall be as manufactured by the United States Gypsum Company.or equal as approved by the Architect 2 2 METAL TRIM (CASING BEAD) A. Shall be typically #200-B See specific details for conditions requiring #200A 2 3 FASTENERS A Shall be as specified, details and/or recommended by the manufacturer and appropriate for the particular usage 2 4 EXTERIOR CORNER BEAD A Shall be Dur-A-Bead 2 5 JOINT AND INTERIOR CORNER TREATMENT A Shall be "Perf-A-Tape" joint system 2 6 GYPSUM BOARD A General Interior Usage 5/8" thick Fire Code Gypsum Board, 48" wide, tapered edge Use this on all walls and ceilings B 5/8" thick Water Resistive/Fire Resistive Fire Code Gypsum Board Shall be 48" wide, WR Board, 5/8" thick gypsum board Use this in Rooms #101 and #106, all walls and ceilings — and — Room #108, west wall only City of Pearland Bailey WTP Improvements Gypsum Wallboard Project No 7295A 09250-1 October 26, 2021 2 7 CONTROL JOINT A. Provide #098 control joints Located as per Architect in field or as shown in the Construction Documents See Reflected Ceiling Plan for ceiling control joints B All window openings shall have a control joint from each corner of the opening to the ceiling and to the floor C All door openings shall have a control joint from the corner of the opening to the ceiling 2 8 CONCRETE BOARD (SHOWER WALLS ONLY) Shall be 7/16" Wonderboard Light Concrete wall board, or equal as approved by the Architect PART 3 EXECUTION 3 1 GENERAL INSTALLATION A. All products shall be installed in accordance with this specification and/or the latest directions or specifications by the manufacturer 3 2 FRAMING SYSTEM INSTALLATION A. All partitions shall be aligned accurately according to the floor plan partition layout Floor runners shall be securely attached at a maximum of 24" 0 C Top Plates shall be securely attached at a maximum of 24" 0 C (and each side of all door jambs) to the building construction indicated by the plans and details B Furring channels shall be spaced 16" 0 C and attached to studs and/or Concrete Masonry Unit walls, support channels, and/or building structure as per details Use screw attachment for metal to metal and concrete nails for metal to concrete C Ceiling and Furring Bracing and support channels shall be spaced as indicated on plans and details (3/4" maximum 12" 0 C ) (1-1/2" maximum 4'-0" 0 C ) Secure to building structure with #12 galvanized wire or as per details (maximum hanger spacing 48" 0 C ) 3 3 GYPSUM BOARD ERECTION A Gypsum board shall be applied with the long dimension parallel to framing members and all abutting edges shall occur over studs Board of the maximum practical length shall be used to minimize end joints All end joints shall be neatly fitted and staggered Joints on opposite sides of the partition shall be so arranged as to occur on different studs Boards shall be cut neatly to fit around all outlets, switch boxes, and openings B Screws shall be spaced a maximum of 12" 0 C in the field of the board and 8" 0 C staggered along the vertical abutting edges City of Pearland Bailey WTP Improvements Gypsum Wallboard Project No 7295A 09250-2 October 26, 2021 C Provide horizontal gypsum board bracing as recommended by manufacturer for chase and furring partitions 3 4 GYPSUM BOARD ACCESSORIES A Fasteners shall be as recommended by manufacturer Fasteners shall be driven not less than 3/8" from ends or edges of board and uniformly dimpled on face layers with at least three (3) coats of joint compound, feathered, and sanded smooth B Metal trim shall be securely installed where indicated by the details on plans Finish this edge with Perf-A-Tape and joint compound as required C Perf-A-Tape shall be used on all face board joints and internal angles formed by intersections At least two coats of joint compound shall be applied over the tape and each coat feathered out on to panel faces D Metal corner bead shall be securely installed at all external corners and shall be in single lengths where the length of the corner does not exceed standard stock lengths At least two coats of joint compound shall be applied over the corner beads and each coat feathered out onto panel faces Sand smooth E All non-exposed joints shall receive Perf-A-Tape and two coats of joint compound END OF SECTION City of Pearland Bailey WTP Improvements Gypsum Wallboard Project No 7295A 09250-3 October 26, 2021 SECTION 09300 GLAZED PORCELAIN TILE PART 1 GENERAL 1 1 SCOPE A Furnish and install Glazed Porcelain Tile as required by the Construction Documents All tile shall be supplied and installed according to this specification 1 2 SUBMITTALS A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this section and/or as required by job conditions for work associated with this section PART 2 PRODUCTS 21 MANUFACTURER Shall be Daltile or equal as approved by the Architect 2 2 FLOOR TILE Shall be Daltile Gris Linen P690 glazed porcelain tile installed in an Alternating Vertical pattern of 12" X 24" 2 3 WALL TILE Shall be Daltile Gris Linen P690 glazed porcelain tile installed in an Alternating Vertical pattern of 12" X 12" 2 4 BULLNOSE Shall be Daltile Gris Linen P690 glazed porcelain tile Bullnose — 3" X 12" PART 3 EXECUTION 3 1 GENERAL INSTALLATION A All products shall be installed in accordance with this specification and/or the latest directions or specifications by the Tile Council of America, Inc 3 2 INSTALLATION A Shall be Dry-Set Mortar or Latex-Portland Cement Mortar, installed as required by the Tile Council of America, Inc , method F113-87 Dry-Set Mortar shall conform to ANSI Al 18 1, Latex-portland cement mortar shall conform to ANSI City of Pearland Bailey WTP Improvements Glazed Porcelain Tile Project No 7295A 09300-1 October 26, 2021 Al 18 4, Grout shall conform to ANSI Al 18 6 3 3 EXPANSION JOINTS A Install expansion joints between 20'-0" to 30'-0" in each direction and where tile abuts restraining surfaces Expansion joint widths shall be 1/4" and be installed in accordance with the Tile Council of America, Inc , specification EJ171-87 3 4 GROUT COLOR A Shall be selected from the manufacturers standard color range — color black END OF SECTION City of Pearland Bailey WTP Improvements Glazed Porcelain Tile Project No 7295A 09300-2 October 26, 2021 SECTION 09660 RESILIENT TILE FLOORING PART 1 GENERAL 1 1 SCOPE Furnish and install resilient tile flooring required by the Construction Documents 1 2 COLORS Shall be selected by the Architect from the manufacturer's standard color range Latest to date samples shall be furnished by the Contractor for the Architect's selection 1 3 SUBMITTALS Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under part two of this section and/or as required by job conditions for work associated with this section PART 2 PRODUCTS 2 1 MANUFACTURER TILE Products in this section shall be manufactured by Azrock, Armstrong, GAF, Johnsonite, or equal as approved by the Architect 2 2 ADHESIVES Shall be waterproof high strength mastic especially manufactured for bonding resilient tile flooring to its respective surfaces, as recommended by the manufacturer and approved by the Architect. PART 3 EXECUTION 3 1 EXAMINATION AND PREPARATION OF BASE MATERIAL. The Contractor shall examine all surfaces on which his materials are to be applied and he shall see that they are in proper condition for the reception of this work. When required by job conditions, these surfaces shall be sanded, treated (bonding agents), and filled with approved cementitious or another approved filler He shall report to the Architect any defects, which he may find in these surfaces before proceeding with his work. The installation of materials by this Contractor shall be construed as acceptance of the substrate 3 2 TEMPERATURE CONTROL. The Contractor shall maintain all rooms and sub-floors at a minimum of 70 degrees Fahrenheit for at least 48 hours before, during, and 48 hours after application of materials END OF SECTION City of Pearland Bailey WTP Improvements Resilient Tile Flooring Project No 7295A 09660-1 October 26, 2021 SECTION 09666 VINYL BASE PART 1 GENERAL 1 1 SCOPE A Furnish and install vinyl base required by the Construction Documents 1 2 COLORS A Shall be selected by the Architect from the manufacturer's standard color range Latest to date samples shall be furnished by the Contractor for the Architect's selection 1 3 SUBMITTALS A. Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all, products specified under part two of this section and/or as required by Job Conditions for work associated with this Section PART 2 PRODUCTS 2 1 MANUFACTURER Products in this section shall be manufactured by Azrock, Armstrong, GAF, Johnsonite, or equal as approved by the Architect 2 2 BASE Type "A" Shall be 1/8" gauge 4" high vinyl coved base at all floor materials, except glazed porcelain tile 2 3 ADHESIVES Shall be waterproof high strength mastic especially manufactured for bonding vinyl base to its respective surfaces, as recommended by the manufacturer and approved by the Architect PART 3 EXECUTION 3 1 EXAMINATION AND PREPARING OF BASE MATERIAL. A. The contractor shall examine all surfaces on which his materials are to be applied and he shall see that they are in proper condition for the reception of this work When required by job conditions, these surfaces shall be sanded, treated (bonding agents), and filled with approved cementitious or another approved filler He shall report to the Architect any defects that he may find in these surfaces before proceeding with his work. The installation of materials by this Contractor shall be construed as acceptance of the substrate City of.Pearland Bailey WTP Improvements Vinyl, Base Project No 7295A 09666-1 October 26, 2021 3 2 TEMPERATURE CONTROL. A. The Contractor shall maintain all rooms at a minimum of 70 degrees Fahrenheit for at least 48 hours before, during, and 48 hours after application of vinyl base 3 3 INSTALLING BASE A Base shall be installed in longest standard manufacturer's lengths and the corners shall be wrap-around method Apply adhesive at the rate of one gallon for every 300 linear feet Base and adjacent wall surface areas shall be left clean and free of any excess adhesive material at the completion of the installation END OF SECTION City of Pearland Bailey WTP Improvements Vinyl Base Project No 7295A 09666-2 October 26, 2021 SECTION 09800 PAINTING PART 1 GENERAL 1 1 SECTION INCLUDES A The work of this section includes the coating of all interior and exterior surfaces specified herein 1 2 REFERENCES A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products B ASTM D2200 - Standard Practice for Use of Pictorial Surface Preparation Standards and Guides for Painted Steel Surfaces C ASTM D4417 - Standard Test Methods for Field Measurement of Surface Profile of Blast Cleaned Steel D ASTM D4263 - Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method E ASTM F1869 - Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride F ASTM F2170 - Standard Test Method for Determining Relative Humidity in Concrete Floor Slabs Using in situ Probes G ICRI - International Concrete Repair Institute H NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting NACE SP0287 - Field Measurement of Surface Profile of Abrasive Blast- Cleaned Steel Surfaces using a Replica Tape J NACE SP0178 - Design, Fabrication, and Surface Finishes for Tanks and Vessels to be Lined for Immersion Service K NACE SP0188 - Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates L. NAPF - National Association of Pipe Fabricators M NPCA (National Paint and Coating Association) - Guide to U S Government Paint Specifications N SSPC (Society for Protective Coatings) - Steel Structures Painting Manual City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-1 October 26, 2021 0 SSPC-Guide 15 — Field Methods for Retrieval and Analysis of Soluble Salts on Steel and Other Nonporous Substrates P SSPC-VIS 1 — Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning Q. SPC-PA1 — Shop, Field and Maintenance Painting of Steel R SSPC-PA 2 — Measurement of Dry Film Thickness with Magnetic Gages S Paint Manufacturer's printed instructions 1 3 DEFINITIONS A. DFT - Dry film thickness B mil(s) - a unit of measure equal to a thousandth of an inch (0 0254) mm C VOC(s) - volatile organic compound(s) 1 4 INTERPRETATION A The Engineer's decision shall be final in the interpretation and/or conflict between any of the referenced Specifications and Standards contained herein 1 5 SUBMITTALS A. Information to be provided Provide a list of materials to be used under this Section Submit the list before the materials are delivered to the job site Cross reference the list to the coating systems identified Furnish with the list, the coating Manufacturer's standard product data and color chart for each material to be used B Manufacturer's color charts shall be submitted to the Engineer at least 30 days or prior to paint application Coordinate work so as to allow sufficient time for paint to be delivered to the job site 1 6 QUALITY ASSURANCE A. General Use quality assurance procedures and practices to monitor all phases of surface preparation, application, and inspection throughout the duration of the project Procedures or practices not specifically defined herein may be utilized provided they meet recognized and accepted professional standards B Surface Preparation Surface preparation will be based upon comparison with SSPC-VIS 1, ASTM D2200, ASTM D4417 Method A and/or Method C, or NACE Standard SP0287 In all cases the written standard shall take precedence over the visual standard In addition, NACE Standard SP0178, along with the Visual Comparator, shall be used to verify the surface preparation of welds City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-2 October 26, 2021 C Application No coating shall be applied When the surrounding air temperature or the temperature of the surface to be coated or painted is below the minimum surface temperature for the products specified herein, or in rain, snow, fog, or mist, when the temperature is less than 5°F above the dew point, when the air temperature is expected to drop below 35°F within six hours after.application of coating Dew point shall be measured by use of an instrument such as a Sling Psychrometer in conjunction with U S Department of Commerce Weather Bureau Psychometric Tables If the above conditions are forecast, coating or painting shall be completed in time to permit the film sufficient drying time prior to damage by atmospheric conditions D Thickness Thickness of coatings and paint shall be measured and checked according to the procedures outlined in SSPC-PA 2 with particular attention to section(s) 4 0, 7 8, 7 9, 7 11, 7 13, and 7 14, with a non-destructive, magnetic-type thickness gage that has been calibrated according to the procedures outlined in SSPC-PA 2 with particular attention to section(s) 3 0, 7 4, 7 5, and 7 15 Pass/fail criteria shall require that ninety (90) percent of the spot measurements (average of 3 gage readings within a 1 5-inch diameter area) be at or above the minimum specified dry film thickness Of the remaining ten (10) percent of the spot measurements (average of 3 gage readings within a 1 5-inch diameter area)that are below the minimum specified dry film thickness, they shall be no less than ninety (90) percent of the minimum specified dry film thickness Areas that fail to meet these criteria shall be corrected at no expense to the Owner Use of an instrument such as a Tooke Gauge, precision groove grinder, etc is permitted if a destructive test is deemed necessary by the Engineer and the total DFT is less than 50 mils E Holiday (Pinhole) Testing The integrity of interior coated surfaces shall be tested for holidays in accordance with NACE Standard SP0188 For dry films less than 20 mils, a non-destructive holiday detector shall not exceed 67 5 volts, nor shall destructive holiday detector exceed the voltage recommended by the Manufacturer of the coating system A solution of 1-ounce, non- sudsing type wetting agent, such as Kodak Photo-Flo, and 1-gallon of tap water shall be used to perform the holiday testing For coating thickness at 20 mils and greater, a high voltage Tinker & Rasor AP/W holiday tester shall be used Contact coating Manufacturer for voltage recommendations and curing parameters All pinholes and/or holidays shall be marked and repaired in accordance with the Manufacturer's printed recommendations and retested No pinholes or other irregularities will be permitted in the final coating F Inspection Inspection shall consist of 'hold point' inspections The Engineer or its representative shall inspect the surface prior to abrasive blasting, after abrasive blasting but prior to application of coating materials, and between subsequent coats of material Final inspection shall take place after all coatings are applied, but prior to placing the equipment, piping, tank, etc in service Contractor shall insure that sufficient rigging is in place so that the Engineer or his representative shall be able to conduct the required inspections G Inspection Devices The Contractor shall furnish, until final acceptance of coating and painting, inspection devices in good working condition for detection of holidays and measurement of DFT of coating The Contractor shall also furnish U S Department of Commerce, National Bureau of Standards certified thickness calibration plates to test accuracy of DFT gages and City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-3 October 26, 2021 certified instrumentation to test accuracy of holiday detector Dry film thickness gages and holiday detectors shall be made available for the Engineer's use at all times until final acceptance of application Holiday detection devices shall be operated in the presence of the Engineer H Warranty Inspection Warranty inspection shall be conducted during the eleventh month following completion of all coating and painting work. All defective work shall be repaired in accordance with this specification and to the satisfaction of the Engineer/Owner 1 7 QUALIFICATIONS A The Contractor shall have three years practical experience and successful history in the application of specified products to surfaces in water treatment, wastewater treatment, or industrial facilities The Contractor shall be a knowledgeable and experienced professional, fully aware of the methods and regulatory requirements of coating removal and application Upon request, he shall substantiate this requirement by furnishing a list of references and job completions 1 8 SAFETY AND HEALTH REQUIREMENTS A General The Contractor shall perform all work in accordance with applicable local, state, and federal laws and regulations, and material Manufacturer's instructions and recommendations pertaining to the methods, materials, or activities in the work. Some of these regulations are included in the following groups Occupational Safety and. Health Act and derived regulations Clean Air Act and derived regulations, both federal and state The items listed below in the rest of this Paragraph are intended to call the Contractor's attention to some of the frequently necessary compliance activities The Contractor is solely responsible for compliance with applicable regulations including, but not limited to, the areas identified in this Specification The Contractor shall provide and require the use of personal protective equipment for persons working on or about the project B Head and Face Protection and Respiratory Devices Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work In addition, workers engaged in or near the work during sandblasting shall wear appropriate eye and face protection devices and air purifying, half mask or mouthpiece respirators with appropriate filters C Ventilation Where ventilation is used to control hazardous exposure, all equipment shall be explosion-proof Ventilation shall reduce the concentration of air contaminants to the degree a hazard does not exist Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured D Sound Levels Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-4 October 26, 2021 E Illumination Adequate illumination shall be provided while work is in progress, including explosion-proof lights and electrical equipment Whenever required by the Engineer, the Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected The level of illumination for inspection purposes shall be determined by the Engineer F Temporary Ladders and Scaffolding All temporary ladders and scaffolding shall conform to applicable safety requirements They shall be erected where requested by the Engineer to facilitate inspection and be moved by the Contractor to locations requested by the Engineer PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A Materials specified are those that have been evaluated for the specific service Products are listed to establish a standard of quality Equivalent materials of other Manufacturers may be substituted on written approval of the Engineer in accordance with Section 01600 Requests for substitution shall include Manufacturer's literature for each product giving name, product number, and generic type, descriptive information, solids by volume, recommended DFT and certified laboratory test reports showing results to equal the performance criteria of the products specified herein In addition, a list of five projects shall be submitted in which each product has been used and rendered satisfactory service The listed projects shall be in the State of Texas, Oklahoma, Louisiana, or Arkansas 2 2 DELIVERY AND STORAGE A. All materials shall be brought to jobsite in original sealed containers They shall not be used until the Engineer has inspected contents and obtained data from information on containers or label Materials exceeding storage life recommended by the Manufacturer shall be rejected B All coatings and paints shall be stored in enclosed structures to protect them from weather and excessive heat or cold Flammable coatings or paint must be stored to conform with City, County, State, and Federal safety codes for flammable coating or paint materials At all times coatings and paints shall be protected from freezing 2 3 MATERIALS The number of coats called for in this schedule shall be considered minimum If additional coats are required for complete coverage and uniform appearance,they shall be applied Colors will be selected by the Owner The system numbering may not be sequential or inclusive of all numbers from the first to last system or schedule numbers Color coding of piping to be as noted in Section 3 5, Paragraph B City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-5 October 26, 2021 SYSTEM NO. 1 TYPE OF SURFACE Exterior exposed ferrous metals including handrails and walkways TYPE OF STRUCTURE Structural steel, handrails, walkways, stairways, etc EXPOSURE CONDITION Interior and exterior SURFACE PREPARATION SSPC-SP6/NACE 3 Commercial Blast Cleaning A 1 5 to 2 0 mil angular anchor profile as per ASTM D4417, Method C or NACE Standard SP0287 All surfaces to be clean and dry All surfaces should be clean, dry, free of oil, rust, loose and scaling paint, and foreign material PAINTING SYSTEM First Coat Tnemec Series 66 Hi-Build Epoxoline 5 0-7 0 mils DFT Second Coat Tnemec Series 1094 Endura-Shield (Gloss) 2 0-3 0 mils DFT Alternate Second Coat Tnemec Series 73 Endura-Shield (Semi-Gloss) 2 0-3 0 mils DFT Total Thickness = 7 0-10 0 mils DFT min SYSTEM NO 2 TYPE OF SURFACE Ferrous metals TYPE OF STRUCTURE Severe moisture and chemical contact and fumes such as chemical tanks, valves, pipes, interior and exterior EXPOSURE CONDITION Non-submerged, inside or outside SURFACE PREPARATION Surface shall be sandblasted to a SSPC-SP6/NACE 3 Commercial Blast Cleaning Anchor profile shall be angular with a 1 5 to 2 0 mil profile as per ASTM D4417, Method C or NACE Standard SP0287' All surfaces to be clean and dry PAINTING SYSTEM First Coat. Tnemec Series 66 Hi-Build Epoxloline 4 0-6 0 mils DFT Second Coat Tnemec Series 66 Hi-Build Epoxloline 5 0-7 0 mils DFT Third Coat (Interior) Tnemec Series 66 Hi-Build Epoxoline 5 0-7 0 mils DFT City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-6 October 26, 2021 Third Coat (Exterior) Tnemec Series 290 CRU 2 0-3 0 mils Total Thickness (Interior) = 14 0-20 0 mils DFT min Total Thickness (Exterior) = 11 0-16 0 mils DFT min SYSTEM NO 3 TYPE OF SURFACE Steel TYPE OF STRUCTURE Piping, fittings and valves, and exposed structural steel and metal trim EXPOSURE CONDITION Non-submerged SURFACE PREPARATION Surface shall be sandblasted to a SSPC-SP6/NACE 3 Commercial Blast Cleaning, Anchor profile shall be angular with a 1 5 to 2 0 mil profile as per ASTM D4417, Method C or NACE Standard SP0287 All surfaces to be clean and dry PAINTING SYSTEM First Coat Tnemec Series 66 Hi-Build Epoxoline 4 0-6 0 mils DFT Second Coat Tnemec Series 1094 Endura-Shield (Gloss) 2 0-3 0 mils DFT Alternate Second Coat Tnemec Series 73 Endura-Shield (Semi-Gloss) 2 0-3 0 mils DFT Total Thickness = 6 0-9 0 mils DFT min SYSTEM NO 4 TYPE OF SURFACE Ductile iron TYPE OF STRUCTURE Piping, fittings and valves, and miscellaneous ductile iron EXPOSURE CONDITION Non-submerged SURFACE PREPARATION Clean all surfaces as per NAPF 500-03-01 Solvent Cleaning to remove all oil, grease, factory applied tars and/or bitumastic coatings and all other soluble contaminants Prepare ductile iron pipe as per NAPF 500-03-04 Abrasive Blast Cleaning for Ductile Iron pipe, providing a minimum 1 5 mil angular anchor profile Prepare ductile iron valves and fittings as per NAPF 500-03-05 Abrasive Blast Cleaning for Cast Ductile Iron Fittings If existing ductile iron is factory coated with Tnemec Series N140, follow the recoat window listed on the current product data sheet City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-7 October 26, 2021 PAINTING SYSTEM First Coat. Tnemec Series 133 Pro-Tuff Mastic 4 0-6 0 mils DFT Second Coat Tnemec Series 1094 Endura-Shield (Gloss) 2 0-3 0 mils DFT Alternate Second Coat Tnemec Series 73 Endura-Shield (Semi-Gloss) 2 0-3 0 mils DFT Total Thickness = 6 5-9 5 mils DFT min SYSTEM NO 5 TYPE OF SURFACE Factory-primed metal TYPE OF STRUCTURE Piping, fittings and valves, and miscellaneous metal structures EXPOSURE CONDITION Non-submerged SURFACE PREPARATION All surfaces shall be dry, clean and free of all contaminants Clean all surfaces as per SSPC-SP2 or SSPC-SP3 Hand or Power Tool Cleaning Apply a test patch when necessary to ensure compatibility PAINTING SYSTEM First Coat Tnemec Series 133 Pro-Tuff Mastic 4 0-6 0 mils DFT Second Coat. Tnemec Series 1094 Endura-Shield (Gloss) 2 0-3 0 mils DFT Alternate Second Coat Tnemec Series 73 Endura-Shield (Semi-Gloss) 2 0-3 0 mils DFT Total Thickness = 6 0-9 0 mils DFT min SYSTEM NO 6 TYPE OF SURFACE Exterior concrete TYPE OF STRUCTURE Bulk chemical storage area interior walls and floor, including tank pads/pedestals EXPOSURE CONDITION Non-submerged SURFACE PREPARATION All surfaces must be clean and in sound condition New concrete is to be cured a minimum of 14 days and be free of all form oils, release agents, and other contaminants Clean surfaces according to SSPC-SP13/NACE 6 Brush-off Blast Cleaning An angular surface profile equivalent to ICRI CSP 3 Moderate Service is required City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-8 October 26, 2021 PAINTING SYSTEM Prime Coat. Tnemec Series 201 Epoxoprime 6 0-8 0 mils DFT First Coat Tnemec Series 280 Tneme-Glaze 6 0-8 0 mils DFT Second Coat. Tnemec Series 280 Tneme-Glaze 6 0-8 0 mils DFT Total Thickness = 18 0-24 0 mils DFT min SYSTEM NO 7 TYPE OF SURFACE Interior CMU TYPE OF STRUCTURE Interior of building walls and ceilings, walls and ceilings in pipe galleries, pump galleries, pump and blower rooms, chlorine rooms, and control rooms EXPOSURE CONDITION Non-submerged SURFACE PREPARATION All loose paint, chalk, and contaminants are to be completely removed New CMU is to be cured a minimum of 14 days and be free of all mortar splatter or other contaminants Contractor will perform all surface preparation necessary to achieve a clean, dry surface prior to application of materials PAINTING SYSTEM Adhesion Promoter• Tnemec Series 130 Envirofill 60-80 sq ft/gal First Coat Tnemec Series 66 Hi-Build Epoxoline 4 0-6 0 mils DFT Second Coat. Tnemec Series 66 Hi-Build Epoxoline 4 0-6 0 mils DFT Total Thickness = 8 0-12 0 mils DFT min SYSTEM NO. 8 TYPE OF SURFACE Concrete TYPE OF STRUCTURE Concrete floors, steps, and walkways Inside and outside EXPOSURE CONDITION Non-submerged SURFACE PREPARATION SSPC-SP13/NACE 6 Brush-off Blast Cleaning An angular surface profile equivalent to ICRI CSP 3 Moderate Service is required Concrete should be completely cured and free of all form release compounds, laitance, loose particles and be completely dry City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-9 October 26, 2021 PAINTING SYSTEM First Coat Tnemec Series 66-Color Hi-Build Epoxoline 4 0-6 0 mils DFT Second Coat Tnemec Series 66-Color Hi-Build Epoxoline* 4 0-6 0 mils DFT *Broadcast with aggregate for non-skid as recommended per Manufacturer's instructions Total Thickness = 8 0-12 0 mils DFT min SYSTEM NO 9 TYPE OF SURFACE Gypsum board TYPE OF STRUCTURE, Plant interior EXPOSURE CONDITION Normal atmosphere SURFACE PREPARATION All surfaces must be clean and dry Bed,, tape, float, and sand all gypsum board (joints shall not be visible) Roll-on texture shall be Orange Peel Contractor shall supply samples for the Architect's approval before any texture work is to begin Samples shall consist of one, 24-inch x 24-inch piece of gypsum board with texture only and one, 24-inch x 24-inch piece of gypsum board with identical texture and the painting system specified herein PAINTING SYSTEM First Coat Tnemec Series 51 PVA Sealer' 1 5 mils DFT * Color shall be white Second Coat Tnemec Series 113 Hi-Build Tneme-Tufcoat" 4 0-6 0 mils DFT ** Color shall be off-white, tinted with a color selected by the Architect for the third coat color A distinct difference in color between the first coat, second coat, and third coat shall be required Third Coat. Tnemec Series 113 Hi-Build Tneme-Tufcoat— 4 0-6 0 mils DFT *** Color shall be selected by the Architect during submittal review Total Thickness = 9 5-13 5 mils DFT min SYSTEM NO 10 TYPE OF SURFACE PVC pipe TYPE OF STRUCTURE PVC conduits and pipes in building EXPOSURE CONDITION Normal atmosphere City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-10 October 26, 2021 SURFACE PREPARATION Hand sand to roughen pipe surface PAINTING SYSTEM First Coat Tnemec Series 66 H B Epoxoline 4 0-6 0 mils DFT Second Coat (Interior) Tnemec Series 66 H B Epoxoline 4 0-6 0 mils DFT Second Coat (Exterior) Tnemec Series 73 Endura-Shield (Semi-Gloss) 2 0-3 0 mils Total Thickness (Interior) = 8 0-12 0 mils DFT min Total Thickness (Exterior) = 6 0-9 0 mils DFT min SYSTEM NO 11 TYPE OF SURFACE Repair of Factory-Installed Bituminous-Coated Ductile Iron Pipe TYPE OF STRUCTURE Piping EXPOSURE CONDITION Buried PAINTING SYSTEM First Coat Tnemec Series 46H-413 Hi-Build Tneme-Tar 8 0-10 0 mils DFT Second Coat Tnemec Series 66 Color Hi-Build Epoxoline 8 0-10 0 mils DFT Total Thickness = 16 0-20 0 mils DFT min SYSTEM NO 12 TYPE OF SURFACE Galvanized or non-ferrous metal TYPE OF STRUCTURE Throughout plant EXPOSURE CONDITION Atmospheric SURFACE PREPARATION Visible deposits of oil, grease, or other contaminants shall be removed as required by SSPC-SP1 Sweep (Abrasive) Blasting per SSPC-SP16 to achieve a uniform anchor profile (1 0 to 2 0 mils) Galvanized surfaces must be clean, dry, and contaminant free prior to application of coatings PAINTING SYSTEM First Coat• Tnemec Series 66 Hi-Build Epoxoline 3 0-5 0 mils DFT City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-11 October 26, 2021 Second Coat: Tnemec Series 1094 Endura-Shield (Gloss) 2 0-3 0 mils DFT Total Thickness = 5 0-8 0 mils DFT min SYSTEM NO 13 TYPE OF SURFACE Galvanized steel TYPE OF STRUCTURE Throughout plant, galvanized steel repair EXPOSURE CONDITION Atmospheric SURFACE PREPARATION Visible deposits of oil, grease, or other contaminants shall be removed as required by SSPC-SP1 Sweep (Abrasive) Blasting per SSPC-SP16 to achieve a uniform anchor profile (1 0 to 2 0 mils) Surfaces must be clean, dry, and contaminant free prior to application of coatings PAINTING SYSTEM First Coat. Tnemec Series 66 Hi-Build Epoxoline 4 0-6 0 mils DFT Second Coat Tnemec Series 73 Endura-Shield (Semi-Gloss) 2 0-3 0 mils DFT Total Thickness = 6 0-9 0 mils DFT min PART 3 EXECUTION 3 1 GENERAL. A. All surface preparation, coating and painting shall conform to applicable standards of the Society for Protective and the Manufacturer's printed instructions Material applied to the surface prior to the approval of the Engineer shall be removed and re-applied to the satisfaction of the Engineer at the expense of the Contractor B All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice Continuity of personnel shall be coordinated with the Engineer C The Contractor shall provide a supervisor at the work site during cleaning and application operations The supervisor shall have the authority to sign change orders, coordinate work and make decisions pertaining to the fulfillment of the contract D Dust, dirt, oil, grease, or any foreign matter that will affect the adhesion or durability of the finish must be removed by washing with clean rags dipped in an approved cleaning solvent and wiped dry with clean rags City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-12 October 26, 2021 E Coating and painting system include surface preparation, prime coating, and finish coatings Unless otherwise approved by the Engineer, prime coating shall be field applied Where prime coatings are shop applied, the Contractor shall instruct suppliers to provide the prime coat compatible with the finish coat specified Any off-site work which does not conform to this specification or that is damaged during transportation, construction or installation shall be thoroughly cleaned and touched-up in the field as directed by the Engineer The Contractor shall use repair procedures which insure the complete protection of all adjacent primer The specified repair method and equipment may include wire brushing, hand or power tool cleaning, or dry-air blast cleaning In order to prevent injury to surrounding painted areas, blast cleaning may require use of lower air pressure, smaller nozzle and abrasive particle sizes, or shorter blast nozzle distance from surface shielding and masking If damage is too extensive or uneconomical to touch-up, then the item shall be re-cleaned and coated as directed by the Engineer F The Contractor's coating and painting equipment shall be designed for application of materials specified and shall be maintained in first class working condition Compressors shall have suitable traps and filters to remove water and oils from the air G Application of the first coat shall follow immediately after surface preparation and cleaning and before rust bloom occurs Any cleaned areas not receiving the first coat within this period shall be re-cleaned prior to application of the first coat H Prior to assembly, all surfaces made inaccessible after assembly shall be prepared as specified herein and shall receive the coating or paint system specified 3 2 SURFACE PREPARATION A The latest revision of the following surface preparation specifications of the Society for Protective Coatings shall form a part of this Specification 1 Solvent Cleaning (SSPC-SP1/NAPF 500-03-01) Removal of oil, grease, soil, and other contaminants by use of solvents, emulsions, cleaning compounds, steam cleaning or similar materials and methods which involve a solvent or cleaning action 2 Hand Tool Cleaning (SSPC-SP2) Removal of loose rust, loose mil scale and other detrimental foreign matter to degree specified by hand chipping, scraping, sanding and wire brushing 3 Power Tool Cleaning (SSPC-SP3) Removal of loose rust, loose mil scale and other detrimental foreign matter to degree specified by power wire brushing, power impact tools or power sanders 4 White Metal Blast Cleaning (SSPC-SP5/NACE 1) Blast cleaning to a gray-white uniform metallic color until each element of surface area is free of all visible residues City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-13 October 26, 2021 5 Commercial Blast Cleaning (SSPC-SP6/NACE 3). Blast cleaning until at least two-thirds of each element or surface area is free of all visible residues 6 Brush-Off Blast Cleaning (SSPC-SP7/NACE 4), Blast cleaning to remove loose rust, loose mil scale and other detrimental foreign matter to degree specified 7 Near White Blast Cleaning (SSPC-SP10/NACE 2). The removal of all visible oil, grease, dirt, rust, mil scale, rust, paint, oxides, corrosion products, and other foreign matter by compressed air nozzle blasting, centrifugal wheels or other specific method Discoloration caused by certain stains shall be limited to no more than 5% of each square inch of surface area 8 Power Tool Cleaning to Bare Metal (SSPC-SP1 1) The removal of all visible oil, grease, dirt, mil scale, rust, paint, oxide, corrosion products, and other foreign matter Slight residues of rust and paint may be left in the lower portion of pits if the original surface is pitted Differs from SSPC-SP3 in that it requires more thorough cleaning and a surface profile not less than 1 mil (2.5 microns) For areas where abrasive blasting is prohibited or not feasible 9 Surface Preparation of Concrete (SSPC-SP13/NACE 6). The removal of burrs, sharp edges, fins, and concrete spatter to the degree specified 10 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steel, and Non-Ferrous Metals (SSPC-SP16) Blast cleaning to produce a dense and uniform anchoring profile that is suitable for the coating system to be used For galvanized steel, the presence of "wet storage stain" and passivating treatments shall be confirmed and addressed in accordance with the surface preparation specification prior to applying the specified coating system Removal of "wet storage stain" from galvanized steel surfaces is not permitted by blast cleaning 11 Abrasive Blast Cleaning of Ductile Iron Pipe (NAPF 500-03-04) The removal of all visible dirt, dust, loose annealing oxide, loose rust, loose mold coating, and other foreign matter 12 Abrasive Blast Cleaning of Cast Ductile Iron Fittings (NAPF 500-03- 05),. The removal of all visible dirt, dust, loose annealing oxide, loose rust, loose mold coating and other foreign matter Differs from NAPF 500-03-04 in that it establishes varying degrees of staining, in terms of the percentage of surface area, that are permissible dependent upon the surface prior coating For fittings previously coated with asphaltic paint, no staining shall remain on the surface after abrasive blast cleaning Where referenced in this Section and where asphaltic paint coatings are not present, discoloration caused by stains shall be limited to not more than 5% of each square inch of surface area City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-14 October 26, 2021 13 (ICRI CSP 2) Visual and tactile standard for field-measuring surface profile for light service 14 (ICRI CSP 3) Visual and tactile standard for field-measuring surface profile for moderate service 15 (ICRI CSP 5) Visual and tactile standard for field-measuring surface profile for severe service B Slag and weld metal accumulation and spatters not removed by the Fabricator, Erector, or Installer shall be removed by chipping and grinding All sharp edges shall be penned, ground, or otherwise blunted as required by the Engineer C Field blast cleaning for all surfaces shall be by dry method unless otherwise directed D Particle size of abrasive used in blast cleaning shall be that which will produce a 2 0-3 0 mils (37 5 microns-50 0 microns) surface profile or in accordance with recommendations of the Manufacturer of the specified coating or paint system to be applied E Abrasive used in blast cleaning operations shall be new, washed, graded and free of contaminants that would interfere with adhesion of coating or paint and shall not be reused unless specifically approved by the Engineer F During blast cleaning operations, caution shall be exercised to ensure that existing coatings or paint are not exposed to abrasion from blast cleaning G The Contractor shall keep the area of his work and the surrounding environment in a clean condition He shall not permit blasting materials to accumulate as to constitute .a nuisance or hazard to the accomplishment of the work, the operation of the existing facilities, or nuisance to the surrounding environment H Blast cleaned surfaces shall be cleaned prior to application of specified coatings or paint No coatings or paint shall be applied over damp or moist surfaces Pit repair on steel tanks, clarifiers, etc shall be accomplished by welding if pits are 1/8-inch deep or greater Pits of less than 1/8-inch in depth may be repaired with Tnemec Series 215 Surfacing Epoxy J Specific Surface Preparation Surface preparation for the specific system shall be as noted in part 2 3 K Non-Visible Contaminants. Interior steel tank surfaces shall be checked in three locations for the presence of chlorides, iron, and sulfates New tanks shall be tested prior to abrasive blasting, tanks being rehabilitated shall be tested prior to blasting If blisters are present in existing tank, testing shall also be performed after abrasive blasting These tests are an Iron Test (ferrous iron [Fe2+]), Chloride Test and Sulfate Test Testing shall be carried out as per SSPC- Guide 15 The maximum limits for these contaminants shall be City of Pearland Bailey WTP Improvements Painting Project No. 7295A 09800-15 October 26, 2021 1 The maximum level of chlorides is 30 milligrams per square meter or 3 micrograms per square centimeter 2 The maximum level of sulfates is 100 milligrams per square meter or 10 micrograms per square centimeter 3 The maximum level of ferrous ions (Fez+) is 50 milligrams per square meter or 5 micrograms per square centimeter 4 Contamination levels above these limits will require washing and retesting in accordance with Item L (below) until the surface is under the allowable limits If testing shows amounts present in the test solution to be greater than the limits listed herein, the Contractor shall clean the surface of the entire tank interior with a 5,000 psi water blast until the levels in the test solutions are below the maximum acceptable level Alternate cleaning methods may be allowed with prior approval of the Engineer Surface shall be re-blasted as specified in 2 3 at no additional cost to the Owner Contractor shall provide a written statement from paint Manufacturer stating that the maximum acceptable levels are not less than those listed herein Results of the testing shall be provided to the Owner before any coatings are applied The following test kits are approved for use on this project 1 Chlor*Rid Test Kit 2 KTA SCAT Test Kit 3 Test kits from, other vendors shall be submitted to the Engineer for prior approval before use 3 3 APPLICATION A. Coating and paint application shall conform to the requirements of the revision of SSPC-PA1, the American Water Works Association, and the Manufacturer of the coating and paint materials B Thinning shall be permitted only as recommended by the Manufacturer and approved by the Engineer C Each application of coating or paint shall be applied evenly, free of brush marks, sags, runs, with no evidence of poor workmanship Care shall be exercised to avoid lapping on glass or hardware Coatings and paints shall be sharply cut to lines Finished surfaces shall be free from defects or blemishes D Protective coverings or drop cloths shall be used to protect floors, textures, and equipment Care shall be exercised to prevent coatings or paints from being spattered onto surfaces which are not to be coated or painted Report surfaces from which materials cannot be satisfactory removed to the Engineer City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-16 October 26, 2021 E When two coats of coating or paint are specified, where possible, the first coat shall contain sufficient approved color additive to act as an indicator of coverage or the two coats must be of contrasting color F Film thickness per coat specified in part 2 3 are minimum required If roller application is deemed necessary, the Contractor shall apply additional coats to achieve the specified thickness G All material shall be applied as specified H All welds and irregular surfaces shall receive a stripe coat by brushing and scrubbing into the weld seam of the specific product prior to application of the first complete coat All bolted connections on rake arms, rotary drums, and filter connections are to be fully coated with a flexible polysulfide coating after the coating system has been installed per part 2 3 3 4 COATING SYSTEM APPLICATION A After completion of surface preparation as specified for the specific system, materials shall be applied as noted in part 2 3 3 5 COLOR SCHEME A The Engineer shall select colors for the project The Contractor shall submit a current chart of the Manufacturer's available colors to the Engineer thirty days prior to the start of coating and painting B The identification of influent, effluent, waste backwash, and chemical feed lines shall be accomplished by use of labels or various colors of paint Where labels are used, they shall be placed along the pipe at no greater than five foot intervals Where colors are used they shall follow the color code prescribed below Color coding must be by solid color or banding If bands are used, they shall be placed along the pipe at no greater than five foot intervals The color code is as follows LABELS COLOR OF PIPE Potable Water Light Blue Compressed Air Light Green Instrument Air Light Green with Dark Green Bands Chlorine (gas, liquid, or vent) Yellow Chlorine (solution) Yellow with Red Bands Ammonia Yellow with Brown Bands Liquid caustic White with Red Bands Caustic (solution) White with Orange Bands Filter Effluent Light Blue Backwash Supply Light Blue Backwash Waste Dark Grey Drain Dark Gray Raw Water Tan City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-17 October 26, 2021 3 6 DISINFECTION A Disinfection may be required for interior surfaces of tanks or systems containing potable water Coordinate painting with disinfection requirements per Section 02675 — Water System Disinfection 3 7 VAPOR REMOVAL. A All solvent vapors shall be completely removed by suction-type exhaust fans and blowers before placing tank or system in operating service 3 8 CLEAN UP• A. Upon completion of the work, all staging, scaffolding and containers, waste blast abrasive, or other painting debris shall be removed from the site Coating or paint spots or oil stains upon adjacent surfaces shall be removed and the jobsite cleaned All damage to surfaces resulting from the work of this section shall be cleaned, repaired, or refinished to the satisfaction of the Engineer at no cost to the Owner END OF SECTION City of Pearland Bailey WTP Improvements Painting Project No 7295A 09800-18 October 26, 2021 SECTION 10164 TOILET AND BATH ACCESSORIES PART 1 GENERAL 1 1 SCOPE Furnish and install toilet and bath accessories as indicated on the Construction Documents 1 2 SUBMITTALS Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by Paragraph 4 12 of the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under Part two of this section and/or as required by job conditions for work associated with this section PART 2 PRODUCTS 21 MANUFACTURER Shall be Bobrick Dispensers, Inc , or equal as approved by the Architect. 2 2 ITEMS AND AREAS Unisex Toilet #101 Toilet Paper Dispenser - B-2840(one required) Soap Dispenser - B-4063 (one required) Trash and Paper Towel Dispenser - B-4369 (one Required) Coat Hooks - B-6827 (ten required) Grab Bar - B-6806 - 48 (two Required) Grab Bar - B-6806 - 36 (one required) Grab Bar - B-6806 - 42 (one required) Grab Bar - B-6806 - 30 (four required) Curtain Rod - B-4207 - 60 (one required) Curtain - B-204-3 (one required installed, three required for future use - total of four) Curtain Hooks - B-204-1 (forty required) PART 3 EXECUTION 3 1 INSTALLATION Shall be in accordance with the manufacturer's detailed recommendations 32 ANCHORS All accessories shall be furnished and installed with the proper type anchorage and wall supporting devices for the particular wall construction where the accessories are located Provide solid wood blocking in wall, behind all items mounted on wall 2 X 12 blocking will be required behind all grab bars City of Pearland Bailey WTP Improvements Toilet and Bath Accessories Project No 7295A 10164-1 October 21, 2021 3 3 ADDITIONAL TRIM It shall be the General Contractor's responsibility to furnish and install any and all additional trim required to make the specified accessories fit the building conditions This trim shall be stainless steel and of the same gauge and finish as the accessory item 3 4 LOCATION All accessories shall be located as per the Architect in the field and/or as detailed in the Construction Documents END OF SECTION City of Pearland Bailey WTP Improvements Toilet and Bath Accessories Project No 7295A 10164-2 October 21, 202,1 SECTION 10400 IDENTIFICATION DEVICES PART 1 GENERAL 1 1 SUMMARY A. Section Includes 1 Tag, tape, and stenciling systems for equipment, piping, valves, pumps, ductwork and similar items, and hazard and safety signs The items addressed in this Specification cover those items not addressed in Specifications 16100 — Control Panels and 16195 - Electrical Identification 1 2 QUALITY ASSURANCE A Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's Referenced Standards 1 American Society of Mechanical Engineers (ASME) a Al 3 1, Scheme for the Identification of Piping Systems 2 Instrumentation, Systems, and Automation Society (ISA) 3 National Electrical Manufacturers Association/American National Standards Institute (NEMA/ANSI) a Z535 1, Safety Color Code b Z535 2, Environmental and Facility Safety Signs c Z535 3, Criteria for Safety Symbols d Z535 4, Product Safety Signs and Labels 4 National Fire Protection Association (NFPA) a 70, National Electrical Code (NEC) 5 Occupational Safety and Health Administration (OSHA) a 29 CFR 1910 145, Specification for Accident Prevention Signs and Tags 1 3 SUBMITTALS A Shop Drawings 1 See Specification Section 01300 for requirements for the mechanics and administration of the submittal process 2 Product technical data including City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-1 October 21, 2021 a Catalog information for all identification systems b Acknowledgement that products submitted meet requirements of standards referenced 3 Identification register, listing all items in PART 3 of this Specification Section to be identified, type of identification system to be used, lettering, location and color PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A Subject to compliance with the Contract Documents, the following manufacturers are acceptable 1 W H Brady Co 2 Panduit 3 Seton 4 National Band and Tag Co 5 Carlton Industries, Inc 6 Engineer Approved Equal B Submit request for substitution in accordance with Specification Section 01600 2 2 MANUFACTURED UNITS A. Type Al - Round Metal Tags 1 Materials a Aluminum or stainless steel b Stainless steel shall be used in corrosive environments 2 Size a Diameter• 1-1/2 IN minimum Thickness 0 035 IN (20 GA) minimum 3 Fabrication a 3/16 IN minimum mounting hole b Legend Stamped and filled with black coloring 4 Color• Natural B Type A2 - Rectangle Metal Tags 1 Materials Stainless steel 2 Size a 3-1/2 IN x 1-1/2 IN minimum b Thickness 0 036 IN (20 GA) minimum City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-2 October 21, 2021 3 Fabrication a 3/16 IN minimum mounting hole b Legend Stamped and filled with black coloring, 4 Color Natural C Type A3 - Metal Tape Tags 1 Materials Aluminum or stainless steel 2 Size a Width 1/2 IN minimum b Length as required by text 3 Fabrication a 3/16 IN minimum mounting hole b Legend Embossed 4 Color Natural D Type B1- Square Nonmetallic Tags 1 Materials Fiberglass reinforced plastic 2 Size a Surface 2 x 2 IN minimum b Thickness 100 mils 3 Fabrication a 3/16 IN mounting hole with metal eyelet b Legend Preprinted and permanently embedded and fade resistant 4 Color a Background Manufacturer standard or as specified b Lettering Black E Type B2 - Nonmetallic Signs 1 Materials Fiberglass reinforced or durable plastic 2 Size a Surface As required by text b Thickness 60 mils minimum 3 Fabrication a Rounded corners b Drilled holes in corners with grommets City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-3 October 21, 2021 c Legend Preprinted, permanently embedded and fade resistant for a 10-year minimum outdoor durability 4 Color a Background Manufacturer standard or as specified b Lettering Black 5 Standards for OSHA signs NEMA/ANSI Z535 1, NEMA/ANSI Z535 2, NEMA/ANSI 2Z535 3, NEMA/ANSI Z535 4, OSHA 29 CFR 1910 145 F Type C - Phenolic Name Plates 1 Materials Phenolic 2 Size a Surface As required by text b Thickness 1/16 IN 3 Fabrication a Two (2) layers laminated b Legend Engraved through top lamination into bottom lamination c Two (2) drilled side holes, for screw mounting 4 Color• Black top surface, white core, unless otherwise indicated G Type D - Self-Adhesive Tape Tags and Signs 1 Materials Vinyl tape or vinyl cloth 2 Size a Surface As required by text b Thickness 5 mils minimum 3 Fabrication a Indoor/Outdoor grade b Weather and UV resistant inks c Permanent adhesive d Legend Preprinted e Wire markers to be self-laminating 4 Color White with black lettering or as specified 5 Standards for OSHA signs NEMA/ANSI Z535 1, NEMA/ANSI Z535 2, NEMA/ANSI Z535 3, NEMA/ANSI Z535 4, OSHA 29 CFR 1910 145 H Type E - Heat Shrinkable Tape Tags City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-4 October 21, 2021 1 Materials Polyolefin 2 Size As required by text. 3 Fabrication a Legend Preprinted 4 Color White background, black printing I Type G - Stenciling System 1 Materials a Exterior type stenciling enamel b Either brushing grade or pressurized spray can form and grade 2 Size As required 3 Fabrication a Legend As required 4 Color Black or white for best contrast 2 3 ACCESSORIES A Fasteners 1 Bead chain stainless steel 2 Plastic strap Nylon, urethane or polypropylene 3 Screws Self-tapping, stainless steel 4 Adhesive, solvent activated 2 4 MAINTENANCE MATERIALS A Where stenciled markers are provided, clean and retain stencils after completion and include in extra stock, along with required stock of paints and applicators PART 3 EXECUTION 3 1 GENERAL INSTALLATION A Install identification devices at specified locations B All identification devices to be printed by mechanical process, hand printing is not acceptable C Attach tags to equipment with sufficient surface or body area with solvent activated adhesive applied to back of each tag D Attach tags with 1/8 IN round or flat head screws to equipment without sufficient surface or body area, or porous surfaces City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-5 October 21, 2021 1 Where attachment with screws should not or cannot penetrate substrate, attach with plastic strap E Single items of equipment enclosed in a housing or compartment to be tagged on outside of housing 1 Several items of equipment mounted in housing to be individually tagged inside the compartment 3 2 SCHEDULES A. Process Systems 1 General a Provide arrows and markers on piping At 20 FT maximum centers along continuous lines ii At changes in direction (route) or obstructions iii At valves, risers, "T" joints, machinery or equipment iv Where pipes pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides b Position markers on both sides of pipe with arrow markers pointing in flow direction If flow is in both directions use double headed arrow markers c Apply tapes and stenciling in uniform manner parallel to piping 2 Trenches with piping a Tag type Type F Underground Warning Tape b Location Halfway between top of piping and finished grade c Letter height 1-1/4 IN minimum d Natural gas Color• Yellow with black letters ii Legend • First line "CAUTION CAUTION CAUTION" • Second line "BURIED GAS LINE BELOW" e Potable water Color• Blue with black letters ii Legend City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-6 October 21, 2021 • First line "CAUTION CAUTION CAUTION" • Second line "BURIED WATER LINE BELOW" f Storm and sanitary sewer lines Color Green with black letters ii Legend • First line "CAUTION CAUTION CAUTION" • Second line "BURIED SEWER LINE BELOW" g (Nonpotable) water piping, except 3 IN and smaller irrigation pipe Color Green with black letters ii Legend • First line "CAUTION CAUTION CAUTION" • Second line "BURIED NONPOTABLE WATER LINE BELOW" h Chemical feed piping (i e chlorine solution, coagulant solution, caustic solution, etc ) Color Yellow with black letters ii Legend • First line "CAUTION CAUTION CAUTION" • Second line "BURIED CHEMICAL LINE BELOW" Other piping (i e compressed air, irrigation, refrigerant, heating water, etc ) Color Yellow with black letters ii Legend • First line "CAUTION CAUTION CAUTION" • Second line "BURIED PIPE LINE BELOW" B Yard valves, buried, with valve box and concrete pad 1 Tag type Type A2 - Rectangle Metal Tags 2 Fastener 3/16 IN x 7/8 IN plastic screw anchor with 1 IN #6 stainless steel pan head screw 3 Legend a Letter height 1/4 IN minimum b Valve designation as indicated on the Drawings (i e "V-xxx") City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-7 October 21, 2021 C Valves and slide gates 1 Tag type a Outdoor locations Type B1 - Square Nonmetallic Tags b Indoor noncorrosive Type Al - Round Metal Tags ii Type B1 - Square Nonmetallic Tags c Indoor corrosive Stainless steel Type Al - Round Metal Tags ii Type B1 - Square Nonmetallic Tags 2 Fastener• a Type Al Chain of the same material b Type B1 Stainless steel chain 3 Color Per ASME Al 3 1 corresponding to the piping system 4 Legend a Letter height 1/4 IN minimum b Valve designation as indicated on the Drawings (i e "V-xxx") D Process equipment(i e pumps, pump motors, blowers, air compressors, plate settler sludge collection drive mechanism, etc ) 1 Tag type a Type B2 - Nonmetallic Signs b Type D - Self-Adhesive Tape Tags and Signs c Type G - Stenciling System 2 Fastener• a Self b Screws c Adhesive E Legend 1 Letter height 1/2 IN minimum 2 Equipment designation as indicated on the Drawings (i e "Sludge Transfer Pump P-xxx") F Piping systems 1 Tag type a Outdoor locations Type G - Stenciling System b Indoor locations City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-8 October 21, 2021 Type D - Self-Adhesive Tape Tags and Signs ii Type G - Stenciling System 2 Fastener• Self 3 Color Per ASME A13 1 4 Legend a Letter height Manufacturers standard for the pipe diameter b Mark piping in accordance with ASME A13 1 c Use piping designation as indicated on the Drawings d Arrow Single arrow G Process tanks (over 1000 GAL) and basins, (i e chemical storage, etc ) 1 Tag type a Type B2 - Nonmetallic Signs b Type G - Stenciling System 2 Fastener a Screw b Self 3 Location as directed by Owner 4 Legend a Letter height 4 IN minimum b Equipment designation as indicated on the Drawings (i e "Clarifier CL-xxx") Tanks (less than 1000 GAL) (i e chemical tanks, air receivers, etc ) 1 Tag type a Type D - Self-Adhesive Tape Tags and Signs b Type G - Stenciling System 2 Fastener Self 3 Legend a Letter height 2 IN minimum b Equipment designation as indicated on the Drawings (I e "Sodium Bisulfite Storage Tank Txxx") Equipment that starts automatically 1 Tag type a Type B2 - Nonmetallic Signs b Type D - Self-Adhesive Tape Tags and Signs 2 Fastener City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-9 October 21, 2021 a Type B2 - Screw or adhesive b Type D - Self 3 Size 5 IN x 7 IN 4 Legend a OSHA Warning Sign b Description of Warning "THIS MACHINE STARTS AUTOMATICALLY" J Instrumentation Systems 1 Instrumentation Equipment (i e flow control valves, primary elements, etc ) a Tag type Outdoor locations Type B1 - Square Nonmetallic Tags ii Indoor noncorrosive • Type Al - Round Metal Tags • Type B1 - Square Nonmetallic Tags iii Indoor corrosive • Stainless steel Type Al - Round Metal Tags • Type B1 - Square Nonmetallic Tags b Fastener Type Al Chain of the same material ii Type B1 Stainless steel chain c Legend Letter height 1/4 IN minimum ii Equipment ISA designation as indicated on the Drawings (i e "FIT-xxx") K Enclosure for instrumentation and control equipment, (i e PLC control panels, etc ) 1 Tag type Type C - Phenolic Name Plates 2 Fastener Screws 3 Legend a Letter height 1/2 IN minimum b Equipment name (i e "PLC CONTROL PANEL PCP-xxx") L. Components inside equipment enclosure, (I e PLC's, control relays, contactors, and timers) 1 Tag type Type D - Self-Adhesive Tape Tags City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-10 October 21, 2021 2 Fastener Self 3 Legend a Letter height: 3/16 IN minimum Description or function of component (i e "PLC-xxx" or "CR- xxx") M Through enclosure door mounted components (i e selector switches, controller digital displays, etc ) 1 Tag type Type C - Phenolic Name Plates 2 Fastener Screws 3 Legend a Letter height: 1/4 IN minimum b Component ISA tag'number as indicated on the Drawings (i e "HS-xxx") N HVAC Systems 1 General a Provide arrows and markers on ducts At 20 FT maximum centers along continuous lines ii At changes in direction (route) or obstructions iii At dampers, risers, branches, machinery or equipment iv Where ducts pass through floors, walls, ceilings, cladding assemblies and like obstructions provide markers on both sides b Position markers on both sides of duct with arrow markers pointing in flow direction If flow is in both directions use double headed arrow markers c Apply tapes and stenciling in uniform manner parallel to ducts 2 HVAC Equipment (i.e unit heaters, exhaust fans, air handlers, etc 1 a Tag type Type B2 - Nonmetallic Signs ii Type C - Phenolic Name Plates b Fastener Screws c Legend Letter height 1 IN minimum City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-11 October 21, 2021 ii Equipment designation as indicated on the Drawings (i e "EF-xxx") 3 Enclosure for instrumentation and control equipment, (i e fan control panels, etc ) a Tag type Type C - Phenolic Name Plates b Fastener Screws c Legend Letter height 1/2 IN minimum ii Equipment designation as indicated on the Drawings (i e "FAN CONTROL PANEL FCP-xxx") 4 Wall-mounted thermostats a Tag type Type D - Self-Adhesive Tape Tags and Signs b Fastener Self c Legend Letter height 3/16 IN minimum ii Description of equipment controlled (i e "UH-xxx" or AHU-xxx") 5 Components inside equipment enclosure, (i e controller's, control relays, contactors, and timers) a Tag type Type D - Self-Adhesive Tape Tags and Signs b Fastener• Self c Legend Letter height 3/16 IN minimum ii Description or function of component (i e "CR-xxx"). 6 Through enclosure door mounted equipment (i e selector switches, controller digital displays, etc ) a Tag type Type C - Phenolic Name Plates b Fastener Screws c Legend Letter height 1/4 IN minimum ii Component tag number as indicated on the Drawings or as defined by contractor 51 (i e "HS-xxx") 3 3 HAZARDS AND SAFETY SIGNS A Provide Hazard and Safety Signs 1 Type D 2 Inscription as directed by Owner END OF SECTION City of Pearland Bailey WTP Improvements Identification Devices Project No 7295A 10400-12 October 21, 2021 SECTION 10452 APPLIANCES PART 1 GENERAL 1 1 SCOPE Furnish and install Appliances required by the Construction Documents. 1 2 SUBMITTALS Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by the General Conditions The submittal shall indicate the construction, sizes, location and installation procedures of all products specified under part two of this section and/or required by job conditions for work associated with this section 1 3 COORDINATION The general contractor shall be responsible for the coordination of the work to be performed under this division The division of work required, and the responsibilities of the individual sub-contractors, shall be determined by the general contractor PART 2 PRODUCTS 2 1 SCHEDULE OF APPLIANCES (Number of Appliances Required in each space in parentheses) (1) Refrigerator — Samsung Flex-Zone 22 5 CF, Black Stainless Steel, RF23J901 1 SR, Counter Depth (1) Ice Machine - Hoshizaki #C-101 BAH-ADDS (1) Drain Pump — Hoshizaki #HS-5061 (1) Pre-Filter — Hoshizaki #9795-90 (10) Pre-Filter Cartridges — Hoshizaki #9534-20 Filter Cartridges — 10 — 20 packs, total of 200 Cartridges (1) Water Filter — Hoshizaki #H9320-53 (10) Water Filter Cartridges — Hoshizaki #H9655-06 Filter Cartridges — 10- 6 packs total of 60 cartridges City of Pearland Bailey WTP Improvements Appliances Project No 7295A 10452-1 October 21, 202,1 PART 3 EXECUTION 3 1 GENERAL INSTALLATION All of the equipment and/or products depicted in the construction documents, shall be provided and installed in a complete working condition, within strict accordance with the equipment manufactures field representative instructions and/or the approved shop drawings, or as directed by the Architect in the field END OF SECTION City of Pearland Bailey WTP Improvements Appliances Project No 7295A 10452-2 October 21, 2021 SECTION 10500 LOCKERS PART 1 GENERAL 1 1 SCOPE Furnish and install Lockers as indicated by the Construction Documents 1 2 SUBMITTALS Furnish a minimum of five (5) sets of shop drawings and/or manufacturer's brochures for the Architect's review as required by the General Conditions The submittal shall indicate the construction, sizes, location, and installation procedures of all products specified under Part two of this section and/or as required by job conditions for work associated with this section 1 3 QUALITY ASSURANCE A Manufacturer Qualifications: Minimum 10 years documented experience in work of this Section B Installer Qualifications Minimum 2 years documented experience in work of this Section C Accessibility Conform to Texas Accessibility Standards and ADA for accessible locker units 1 4 WARRANTY Provide manufacturer's 5 year warranty against defects in materials and workmanship PART 2 PRODUCTS 21 MANUFACTURERS Manufacturer for the Dispatch Lockers shall be Lockers corn (www lockers corn) , or equal as approved by the Architect 2 2 LOCKERS A. Shall be Lockers corn Model #92368GY-U, Salsbury 12"wide double tier Plastic Lockers, 3 wide,, 6 feet high, 18" deep, gray Two (2) units - 12 lockers total are required B Provide the following accessories for each Locker 1 Sloping Hood for Plastic Lockers, 3 wide, Dark Gray, Model #99953 2 Combination Pad Lock, Model #99920 City of Pearland Bailey WTP Improvements Lockers Project No 7295A 10500-1 October 21, 2021 3 Custom Engraved Number Plate for Plastic Locker Door, Model #99960, sequentially numbered 4 Compartment Shelf, Model #99998 PART 3 EXECUTION 3 1 INSTALLATION A. Install in accordance with manufacturer's instructions and approved Shop Drawings B Set plumb, level, and aligned C Attach lockers to supporting construction with anchors best suited to substrate conditions D Bolt adjacent locker units together to provide rigid installation E Install end panels, filler panels, sloped tops, and all other accessories according to manufacturer's recommendations. END OF SECTION City of Pearland Bailey WTP Improvements Lockers Project No 7295A 10500-2 October 21, 2021 SECTION 11261 PACKAGED CHEMICAL FEED SYSTEMS PART 1 GENERAL 1 1 SECTION INCLUDES A The Section specifies packaged chemical feed systems for the following chemicals and in the locations shown on the Drawings that shall be furnished and installed at the groundwater treatment plant (GWTP) 1 12 5 wt% Sodium hypochlorite (NaOCI) a The NaOCI chemical feed system consists of six (6) separate chemical injection locations five (5) Aeralater injection points (one (1) per each Aeralater), and one (1) for the injection point that is downstream of the existing 1 0-million gallon (MG) ground storage tank (GST) Three (3) of the Aeralater injection points serve the three (3) larger, 17 foot diameter Aeralaters ii Two (2) of the Aeralater injection points serve the two (2) smaller, 14-foot diameter Aeralaters 2 40 wt% Liquid ammonium sulfate (LAS) a The LAS chemical feed system consists of two (2) separate chemical injection locations one (1) injection point on the combined Aeralater effluent, and one (1) injection point downstream of the existing 1 0 MG GST 3 25 wt% Polyphosphate (Poly) a The Poly chemical feed system consists of one (1) chemical injection location that is downstream of the existing Bailey High Service Pump Station (HSPS) 4 45 wt% Corrosion Inhibitor (CI) a The CI chemical feed system consists of one (1) chemical injection location that is downstream of the existing Bailey High Service Pump Station (HSPS) 1 2 SYSTEM DESCRIPTIONS A. The Contractor shall assign the design and fabrication of each packaged chemical feed system to a single Supplier For each chemical, assemble the complete system on a single fabricated skid or base Assemble and factory test as a complete system, including pumps, piping, valves, accessories, controls, and motor starters City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 1 November 1, 2021 B Each packaged chemical feed system shall include, but not be limited to, the follow major components 1 Graduated calibration cylinders with supports 2 A fabricated base or, skid 3 Peristaltic pumps as specified herein 4 Pressure relief and back pressure sustaining valves 5 Pulsation dampeners 6 Miscellaneous accessories and instrumentation such as pressure gauges, flexible tubing, pressure switch, etc 7 Local Control panel 1 3 SUBMITTALS A Submittals shall be in accordance with the Section 01300 — Submittals, and include the following 1 Structural drawings showing the design of the fabricated skid Show support systems for pumps and panels Show materials of construction by ASTM reference and grade Show sizes of members Show welding, bolting, or other assembly arrangements 2 Installation and arrangement drawings showing dimensions and locations of equipment on the fabricated base or skid Show locations of tanks, pumps, piping, electrical equipment, pipe and valve supports, and control panels 3 Electrical wiring drawings showing wiring and conduit, controls, interlocks, terminals, and power disconnects Show number and sizes of power and control wiring Label each terminal showing which control or electrical power wire connects to each terminal 4 Operations and maintenance (O&M) manuals 5 Shop drawings for the individual pieces of equipment per those equipment specifications 6 Data as a single complete package for pumps and motors, piping, structural skid or base design, valves and actuators, motor control center components, control panels, instrument components, power and instrumentation wiring, and other items 1 4 REFERENCES A Division 13, Instrumentation and Control Specifications B 13100 — Control Panels City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 2 November 1, 2021 PART 2 PRODUCTS 2 1 ACCEPTABLE SUPPLIERS A Subject to compliance with the Contract Documents, the packaged chemical feed systems specified in this Section shall be furnished by Mcaulay Controls Company or pre-approved alternative Supplier B Pre-approved Alternative(s) Alternative(s) to the specified equipment will be considered on the following basis only 1 Ten (10) Days Before Bid To offer equipment as a pre-approved alternative, written application from the alternative supplier shall be made to the Engineer at least 10 days in advance of the bid opening 2 No Material Difference in Quality of Equipment or in Vendor Support The application should include a A brief description of how the offered alternative does or does not meet each of the specifications in this document b An analysis of how acceptance of the alternative equipment would likely affect the overall water quality goals of the project c A statement of the science and support background of the supplier of the alternative equipment, so that the benefits and costs of the alternative equipment to the Owner can be estimated by the Engineer 3 Five (5) Days' Notice to Bidders If the alternative equipment is accepted by the Engineer, an informational addendum to these specifications shall be distributed by the Engineer to plan holders at least 5 days in advance of the bid opening 2 2 ACCEPTABLE MANUFACTURERS A Subject to compliance with the Contract Documents, the following manufacturers are acceptable for peristaltic pumps 1 Blue White — Flex ProSeries-M® 2 3 SCHEDULE A NaOCI Feed Pumps 1 The following table provides design information for the three (3) duty pumps that shall supply NaOCI to the three (3) larger, 17-foot diameter Aeralaters City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 3 November 1, 2021 Design Parameter Value Quantity 3 Pumps (3 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNGG) or _ Engineer approved equivalent Location Control Building Fluid Temperature 60-120°F Fluid pH Range 12-13 Fluid SG 1 19 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 2 5 Max Design Flow (gph) 6 6 Design Pressure (psig) 10 Phase Single phase Voltage , 120 VAC Frequency 60 Hz Max Motor Horsepower '/4 hp brushless DC a The three (3) duty pumps shall be mounted on a common skid and be equipped with a single local control panel to control all three pumps as specified in part 2 6 of this Section The local control panel shall be mounted to the skid b Each pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply NaOCI to each 17-foot Aeralater 2 The following table provides design information for the two (2) duty pumps that shall supply NaOCI to the two (2) smaller, 14-foot diameter Aeralaters Design Parameter Value Quantity 2 Pumps (2 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNGG) or Engineer approved equivalent Location Control Building Fluid Temperature 60-120°F Fluid pH Range 12-13 Fluid SG 1 19 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 1 7 Max Design Flow (gph) 4 8 Design Pressure (psig) 10 Phase Single phase Voltage 120 VAC Frequency 60 Hz Max Motor Horsepower '/4 hp brushless DC City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 1 1261 - 4 November 1, 2021 a The two (2) duty pumps shall be mounted on a common skid and be equipped with a single local control panel to control both pumps as specified in part 2 6 of this Section The local control panel shall be mounted to the skid b Each pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply NaOCI to each 14-foot diameter Aeralater 3 The following table provides design information for the one (1) duty pump that shall supply NaOCI to the injection point that is downstream of the 1 0 MG GST Design Parameter Value Quantity 1 Pump (1 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNGG) or Engineer approved equivalent Location Control Building Fluid Temperature 60-120°F Fluid pH Range 12-13 Fluid SG 1 19 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 0 39 Max Design Flow (gph) 10 2 Design Pressure (psig) 15 Phase Single phase Voltage 120 VAC Frequency 60 Hz Max Motor Horsepower 'A hp brushless DC a The one (1) duty pump shall be skid mounted and be equipped with a single local control panel to control the pump as specified in part 2 6 of this Section The local control panel shall be wall-mounted adjacent to the skid as shown on the Drawings b The pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply Na0CI to the injection point that is located downstream of the 1 0 MG GST 4 The Supplier shall furnish one (1) shelf spare pump for each different series/model number specified for the NaOCI chemical feed systems B LAS Feed Pumps 1 The following table provides design information for the one (1) duty pump that shall supply LAS to the combined Aeralater effluent City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 5 November 1, 2021 Design Parameter Value Quantity 1 Pump (1 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNEE) or Engineer approved equivalent Location LAS Chemical Feed Building Fluid Temperature 60-120°F Fluid pH Range 3-5 Fluid SG 1 22 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 0 37 Max Design Flow (gph) 1 9 Design Pressure (psig) 20 Phase Single phase Voltage 120 VAC Frequency 60 Hz Max Motor Horsepower '/4 hp brushless DC a The pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply LA'S to the combined Aeralater effluent injection point 2 The following provides design information for the one (1) duty pump that shall supply LAS to the injection point,that is downstream of the 1 0 MG GST Design Parameter Value Quantity 1 Pump (1 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNEE) or Engineer approved equivalent Location LAS Chemical Feed Building Fluid Temperature 60-120°F Fluid pH Range 3-5 Fluid SG 1 22 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 0 08 Max Design Flow (gph) 2 0 Design Pressure (psig) 10 Phase Single phase Voltage 120 VAC Frequency 60 Hz Max Motor Horsepower 'A hp brushless DC a The pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply LAS to the injection point that is located downstream of the 1 0 MG GST City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 6 November 1, 2021 3 The duty pumps for both LAS injection points shall be mounted on a common skid and be equipped with a single local control panel to control both pumps as specified in part 2 6 of this Section The local control panel shall be mounted to the skid 4 The Supplier shall furnish one (1) shelf spare pump for each different series/model number specified for the LAS chemical feed systems C Poly and CI Feed Pumps 1 The following table provides design information for the one (1) duty pump that shall supply Poly to the injection point that is downstream of the Bailey HSPS Design Parameter Value Quantity 1 Pump (1 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNEE) or Engineer approved equivalent Location Control Building Fluid Temperature 60-120°F Fluid SG 1 47 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 0 12 Max Design Flow (gph) 2 5 Design Pressure (psig) 60 Phase Single phase Voltage 120 VAC Frequency 60 Hz Max Motor Horsepower '/4 hp brushless DC a The pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply Poly to the injection point that is located downstream of the Bailey HSPS 2 The following table provides design information for the one (1) duty pump that shall supply CI to the injection point that is downstream of the Bailey HSPS City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 7 November 1, 2021 Design Parameter Value Quantity 1 Pump (1 installed duty) Description Skid mounted chemical metering Type Peristaltic, positive displacement Blue White (model M324-MNEE) or Engineer approved equivalent Location Control Building Fluid Temperature 60-120°F Fluid pH range 2 0 — 3 0 Fluid SG 1 34 Ambient Conditions 32-110°F, up to 100% rel humidity Min Design Flow (gph) 0 07 Max Design Flow (gph) 1 0 Design Pressure (psig) 70 Phase Single phase Voltage 120 VAC Frequency 60 Hz Max Motor Horsepower '/4 hp brushless DC a The pump shall be equipped with all appurtenances specified in part 1 2 of this Section for a complete and operable system to supply CI to the injection point that is located downstream of the Bailey HSPS 3 The Poly and CI duty pumps for the injection point downstream of the Bailey HSPS shall be mounted on separate skids 4 A single local control panel shall be furnished to control the Poly and Cl pumps as specified in part 2 6 of this Section The local control panel shall be wall-mounted adjacent to the skids as shown on the Drawings 5 The Supplier shall furnish one (1) shelf spare pump for each different series/model number specified for the Poly and CI chemical "feed systems 2 4 FABRICATED SKID OR BASE — GENERAL REQUIREMENTS A Skid Assembly 1 Skid Materials of Construction a Skids shall be fusion-welded polypropylene sheets with UV inhibitor and adequate supports for all equipment and piping 2 Provide each skid or base with four (4) lifting lugs, one at each corner, designed to lift the weight of the complete skid or base with all equipment attached to it 3 Each skid should incorporate legs (minimum 4") that will allow the skid to be picked up using a forklift City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 8 November 1, 2021 4 Provide a design such that each pump is individually bolted to a baseplate A single common baseplate, or individual pump baseplates, may be provided, but each pump shall be individually bolted so that it is removable a The baseplate shall also serve as a built-in drip/containment pan Provide rubber washers (suitable for the chemical being pumped) where the pump bolts penetrate through the baseplate to minimize leakage around the bolts 5 Each pump shall be removable by disconnecting only the piping connected to its inlet and outlet connections It shall not be necessary to disconnect or remove any adjacent piping or electrical conduit or wiring in order to remove or replace any pump 6 Each skid shall include the following appurtenances, at minimum a Calibration Column Provide each pump with a graduated cylinder sized by the manufacturer for the specified pump size Each calibration column shall be clear PVC and vented at the top with a 1" MNPT fitting for use in calibrating and metering pumps and with direct scale to give pump capacity for a one minute draw down test The scale will give direct reading in GPH without need for calculations The calibration chamber shall be piped and valved so that each pump shall• be able to utilize the calibration chamber without interfering with the operation of the other pump The top of the chamber shall have a threaded fitting to allow for piping to a common vent b Pulsation Dampeners Provided a dampener on the discharge of each pump Each dampener shall include an integral pressure gauge Pulsation dampeners shall have an appropriately sized working volume for the specific pump to remove a minimum of 95% of pulsations Pulsation dampeners shall be provided with valves, gauges, and fittings necessary for maintaining required air pressure in the air chamber Dampeners shall be PVC or CPVC with Viton diaphragm and include an integral pressure gauge with diaphragm seal and fill valve Recommended manufacturer is Blacoh c Ball Valves All ball valves for sodium hypochlorite service shall be vented, PVC with socket welded fittings Seals shall be Viton City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 9 November 1, 2021 ii Shall be in accordance with Section 15104 - Ball Valves d Pressure Relief Valves Pressure relief valves shall be PVC with Teflon faced, reinforced EPDM diaphragms Valves should have 1/2" FNPT ports and be fully adjustable via an integral spring e Backpressure Valves Backpressure valves shall be of the two-port design and shall be made of PVC with Teflon faced, reinforced EPDM diaphragms Valves shall have 1/2" FNPT ports Valves shall be fully adjustable via an integral spring f Piping, Valves, Gaskets, Supports, Hardware, Wiring, Junction Boxes, and Accessories Necessary for a Fully Functional Skid Schedule 80 PVC with Socket or flanged ends True- union ball valves shall be utilized Isolation valves shall be provided at all equipment connections Seals shall be compatible with the chemical being pumped 2 5 MATERIAL CONSTRUCTION FOR PERISTALTIC PUMPS A. Blue White — Flex ProSeries-M® 1 120 Volt, single phase 2 4-20mA communications B Pumps shall be NEMA 4X at minimum C Pumps shall self prime and be equipped with a heavy duty rotor D Wetted components, including seals and gaskets, shall be compatible with pumped chemical E Power Cord 6-foot, 2 wire + ground 2 6 CONTROLS A Local Control Panels 1 The Supplier shall furnish local control panels as specified herein, equipped with programmable logic controllers (PLCs) All local control panels shall be capable of automatically controlling the chemical feed pumps, as well as sending and receiving input/output (I/O) signals to- and-from the WTP Main PLC a PLCs shall be Allen Bradley and control panels shall be assembled in accordance with 13100 — Control Panels City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 10 November 1, 2021 Communication to and from the WTP Main PLC shall be via ethernet except as noted below • The LAS local control panel shall be furnished by the Supplier with a fiber-to-Ethernet media converter such that the control panel can communicate with the WTP Main PLC via fiber b Local control panel enclosures shall be NEMA 4X, 316 Stainless Steel and be equipped with the following Power disconnect switch ii Hand-Off-Auto (HOA) start/stop switch to allow for local or remote control of the chemical feed pump iii An interface panel for start/stop, run status, pump alarm/fault, integral tube failure detection system, high pressure interlock/alarm (via pressure switch), and pump speed control 2 All skid-mounted equipment, including the chemical feed pump(s) and pressure switches, shall be powered through the skid-mounted local control panel(s) a Supplier is responsible for terminating all power and signal conductors between the local control panels and the skid- mounted equipment 3 The local control panels for the chemical feed pump skids shall be configured to accept a flow-paced signal from the WTP Main PLC and adjust the pump speed accordingly B Integral Pump Control Features 1 Display Output a Digital display of parameters listed in microprocessor "Keypad Scrollable Parameters" below on local pump display 2 Keypad a Provides means for scrolling through microprocessor display b Manufacturer will provide sufficient output signal, dry contact, and/or control relay capacities to duplicate all control and monitoring features at the Water Treatment Plant PLC c Speed indication in RPM (Peristaltic Pumps) 3 Tube failure detection system City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 11 November 1, 2021 2 7 SPARE PARTS A. Supply two (2) spare tubes with end connections per pump B Supply one (1) spare rotor per pump PART 3 EXECUTION 3 1 INSTALLATION A. Install the equipment as indicated and in accordance with the manufacturer's written instructions 3 2 MANUFACTURER'S SERVICES A Provide manufacturer's services as follows 1 One (1) day labor to check the installation and advise during start-up, testing, and adjustments of each chemical feed system. 2 One (1) day labor to instruct the Owner's personnel in the operation and maintenance of each chemical feed system The operation and maintenance procedures must be approved by Engineer before the training is scheduled 3 3 CERTIFICATIONS A. Provide a Written certification from the equipment manufacturer that the equipment has been properly installed according to the plans, specifications, and manufacturer's specifications, and that the equipment is operating normally Make all necessary corrections and adjustments at no additional co'st to the Owner B The written certification must be issued before the training for the owner personnel is scheduled END OF SECTION City of Pearland Bailey WTP Improvements Packaged Chemical Feed System Project No 7295A 11261 - 12 November 1, 2021 SECTION 11307 SANITARY SEWER LIFT STATION PART 1 GENERAL 1 1 SUMMARY A. This section specifies the sewer lift station to be installed along Bailey Road in the location shown on the Drawings The lift station shall support the proposed Bailey water treatment plant (WTP) improvements The lift station shall include the following items specified herein and supplied by the Manufacturer's specified herein 1 Precast concrete wet well a The wet well shall be equipped with a hinged aluminum hatch and safety access grate b The wet well shall be furnished with integral seals for all side wall pipe penetrations c The wet well shall be lined d The wet well lid shall be equipped with a 6-inch flanged pipe for level measurement device 2 Two (2) submersible centrifugal close-coupled non-clog sewage pumps, with bottom inlets and side discharge, complete with submersible motors and all necessary suction elbows, pump supports, discharge base elbows, anchors, guide rails and brackets, guide rail supports, power and control cables, lifting cable, and accessories 3 Emergency standby generator and all associated electrical switchgear and appurtenances as shown on the drawings and specified in Division 16 B The precast concrete Manufacturer shall furnish the wet well as specified herein, including the aluminum hatch and safety grate, and side wall pipe penetration seals C The pump Manufacturer shall furnish the submersible pumps, mechanical equipment associated with installation of the submersible pumps, instrumentation and sensing devices, and control panel that allow for a complete and operable system as shown on the Drawings and specified herein D The Supervisory Control and Data Acquisition (SCADA) Systems Integrator (SI) shall be responsible for integrating the lift station control system into the Bailey WTP Main programmable logic controller (PLC) as specified herein E The Contractor shall install the sewer lift station equipment in accordance with all Manufacturer's installation requirements All items not furnished by the Manufacturers shall be furnished and installed by the Contractor, including but City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-1 November 1, 2021 not limited to interconnecting piping, valves, and equipment necessary for a complete and operable system The Contractor has overall responsibility 1 2 RELATED SECTIONS A 01700 — Contract Closeout B 02321 — Cement Stabilized Sand C 09800 — Painting D 15060 — Pipes and Pipe Fittings E 15061 — Piping Accessories F Division 16 1 3 REFERENCES Where applicable, the latest editions of the following,standards shall be utilized A. American Concrete Institute (ACI) B American National Standards Institute (ANSI) C Anti-Friction Bearing Manufacturers Association (AFBMA) D American Society for Testing and Materials (ASTM) E Concrete Reinforcing Steel Institute (CRSI) F Hydraulic Institute G National Electric Code (NEC) H National Electrical Manufacturers Association (NEMA) I National Precast Concrete Association (NPCA) 1 QC Manual — Quality Control Manual for Precast Concrete Plants J National Sanitation Foundation (NSF) 1 61 — Drinking Water Components — Health Effects 1 4 GENERAL REQUIREMENTS A Precast concrete units shall be designed and fabricated by an experienced and acceptable precast concrete Manufacturer The Manufacturer shall have been regularly and continuously engaged in the manufacture of precast concrete units similar to that indicated in the project specifications or drawings for at least 10 years In addition, the Manufacturer shall employ a licensed Professional Engineer, registered in the State of Texas City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-2 November 1, 2021 B No separate payment will be made for control of ground water for any condition(s) No separate payment will be made for control of surface water The cost for groundwater and surface water control shall be incidental to the price for the lift station 1 5 SUBMITTALS A Submit under provisions of Section 01300 B Product Data 1 Submit data for approval As a minimum, include the following a Precast concrete design items from Part 1 6 of this specification, including the following setting plans Anchor bolt layout ii Anchor bolt dimensions iii Outline dimensions and weights b Hatch and safety access grate Shop drawings showing materials of construction, weights, dimensions, location and size of anchor bolts, and other details c Wet well wall liner Manufacturer's standard descriptive bulletins and data sheets, including but not limited to technical data sheets, installation instructions, and operation and maintenance (O&M) manual d Pump data to include Manufacturer's standard descriptive bulletins ii Manufacturer, type, and model number iii Assembly drawings, nomenclature and material lists, O&M manual, parts lists, descriptive literature, bulletins, and technical manuals • Where pump accessories are shown or specified requiring mounting, bearing supports, anchorage, special alignment devices and brackets, detail items completely on shop drawings Reference other accessories, equipment, and associated items which may interfere with the placement of these items iv Type, manufacturer, model numbers, location and spacing, of bearings City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-3 November 1, 2021 v Impeller type, diameter, through-let dimensions, sphere size, number of vanes and identification number. vi Complete motor performance data including rating, voltage/phase/frequency, design type, service factor, insulation class, wiring diagrams, motor pole number, actual rotation speed when combined with the specified pumps, current, power factor and active input power (KW) as a continuous function of shaft power from no load to at least 115 percent load, start (max inrush) current, locked rotor current, NEC code letter, and motor torque as a continuous function through the motor start cycle from no rotation to synchronous speed vii Complete performance test curve(s) showing full range (shutoff to run-out) head vs capacity, net positive suction head required (NPSHR), hydraulic efficiency, motor active (KW) input power, motor total (KVA) input power (based on measured current and voltage), and shaft brake horsepower (BHP) The information shall be prepared for the specific pump selection • The manufacturer shall indicate, by arrows to points on the performance curves, limits recommended for stable operation, between which the pumps are to be operated to'prevent surging, cavitation, and vibration The stable operating range shall be as large as possible and shall be based on actual hydraulic and mechanical characteristics of the units and shall meet the hydraulic performance requirements of the proposed system viii A description of the operation for the control system ix Location and description of Service Centers and spare parts stock x Warranty for the proposed equipment xi O&M information to include parts lists, disassembly drawings, electrical schematics, and other information required for proper operation and maintenance of the lift station Control system to include Manufacturer's literature and catalog cut sheets for instrumentation and sensing devices and lift station control panel enclosure and hardware City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-4 November 1, 2021 ii Shop drawings • Include dimensioned plans, elevations, sections, and details, including required clearances and service space around equipment Show tabulations of installed devices, equipment features, and ratings Include the following o Control panel outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern Indicate all options, special features, ratings, and deviations from this Section Furnish complete Bill of Materials indicating manufacturer's part numbers o Power and control schematics including external connections Show wire and terminal numbers and color coding o Instruction and replacement parts books o Certified shop test reports o As-built final drawings Field quality-control test reports iv Operation and Maintenance Data • In addition to items specified in Division 1 include the following o Routine maintenance requirements for control panels and all installed components o Manufacturer's written instructions for testing and adjusting overcurrent protective devices v Configuration Settings Compile after panel has been installed and tested, all configuration or program settings, meters, controllers, timers, etc in documentation format City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-5 November 1, 2021 C Record drawings in accordance with 01700 — Contract Closeout 1 6 PRECAST CONCRETE DESIGN A. The following items shall be accounted for and submitted in accordance with Section 01300 1 Design precast concrete units to withstand load conditions in accordance with applicable ACI standards Concrete mix, type, proportions, and reinforcement shall be in accordance with applicable ACI, ASTM, CRSI, and NPCA standards Design shall also consider stresses induced during handling, shipping, and installation in order to avoid product cracking or other handling damage Design loads for precast concrete units shall be indicated on the shop drawings and designed by a licensed Professional Engineer, registered with the State of Texas a Concrete mix design for each strength and type of concrete used shall be submitted, including quantity, type, brand, and applicable data sheets for all design constituents as well as documentation indicating conformance with applicable reference standards 2 The structural design shall take into account discontinuities in the structures produced by openings 3 The precast wet well shall be designed to support its own weight as well as the minimum superimposed loads tabulated below All additional equipment shall be accounted for in the design of the precast units a Top Slab b Floor Slab c Process equipment and appurtenances d. Live Load — 200 psf e Exterior Walls f The structures shall be designed to prevent floatation without the benefit of skin friction and the weight of mechanical equipment when the ground water level is at finished ground surface The factor of safety against uplift calculated as a ratio of the total resisting force (excluding skin friction and the weight of the equipment) to the total hydrostatic uplift force shall be at least 1 15 The net uplift force shall be transferred to the anti-buoyancy collar Uplift calculations shall be included with the submittal documents for the precast concrete units City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-6 November 1, 2021 4 Joints and Sealants a Joints and sealants between adjacent units shall be of the type and configuration indicated on the shop drawings meeting specified design and performance requirements 1 7 PUMP PERFORMANCE REQUIREMENTS A. General Equipment identification P-05 205 P-05 210 Maximum horsepower 5 Voltage, phase, frequency, Hz 208, 3, 60 Maximum speed, rpm 1800 Duty Point Capacity, gpm 255 Total dynamic head (TDH), ft 36 8 TDH range, ft (see Note 1) 36 8 — 38 9 Minimum pump efficiency at 60 duty point, % _ Notes: 1 The TDH range are based on a preliminary analysis of the wet well hydraulic operating range relative to the preliminary pump performance curve for the submersible pump specified herein 1 The TDH range shall fall within the Manufacturer's recommended operating range for the selected pump 2 The pump capacity shall not exceed 290 gpm at the upper end of the TDH range B Performance characteristics shall ensure stable operation through the range of operating conditions when pumping raw, unscreened domestic sewage/wastewater C Pumps shall be non-clog, cutter type centrifugal sewage pumps capable of handling raw, unscreened sewage and passing an incompressible sphere of "three (3) inches or greater in diameter D Pumps shall be suitable for continuous operation underwater without loss of watertight integrity to a depth of 65 feet. The pump shall have a continuously rising head-capacity performance curve E The pumps shall be designed and fully guaranteed for pumping raw sewage The fluid temperature range shall be from 40 to 115°F The environment will be moist and corrosive, exhibiting hydrogen sulfide and other corrosive gases encountered in municipal wastewater pump stations F Each pump shall be given a certified non-witnessed performance test to prove compliance to the performance data above Test curves shall be submitted to the Engineer for approval prior'to shipment City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-7 November 1, 2021 1 Tests shall be performed in accordance the Hydraulic Institute Tests shall be performed on the actual assembled pumps to be supplied Tests shall cover a range from shut-off to a minimum 20% beyond specified design capacity Conduct tests on all supplied pumps, generating certified performance curves showing actual flow (in gallons per minute), head (in feet), pump speed, impeller size, BHP, and hydraulic efficiency a Provide certified calibration data showing that electronic transmitters, meters, gauges, and other instruments required to perform tests and make measurements have been calibrated within 30 days prior to the scheduled test Show that flow meters have been calibrated and accuracy certified within the past 12 months 2 The pump Manufacturer shall perform the following inspections and tests on each pump before shipment from factory a Impeller, motor rating, and electrical connections shall be checked for compliance b Prior to submergence, the pump shall be run dry to establish correct rotation and mechanical integrity c The pump shall be run for 30 minutes, submerged, a minimum of six feet under water After installation at the site, and after all the piping and controls are in place, the pump shall be tested by the Manufacturer at start-up Voltage, current, vibration analysis, and other significant parameters shall be recorded The Manufacturer shall provide a formal test procedure and forms for recording data Field test report shall be submitted to the Engineer, including any identified defects identified and corrective actions taken 1 8 DELIVERY, STORAGE, AND HANDLING A Handling 1 Precast concrete units and pump equipment, including instrumentation and sensing devices and the control panel, shall be handled and transported in a manner to minimize damage Lifting devices or holes for the precast concrete units shall be consistent with industry standards Lifting shall be accomplished with methods or devices intended for this purpose as indicated on the shop drawings Upon request, the precast concrete Manufacturer shall provide documentation on acceptable handling methods for the product B Storage 1 Precast concrete units and pump equipment, including instrumentation and,sensing devices and the control panel, shall be stored in a manner that will minimize potential damage City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-8 November 1, 2021 C Delivery 1 Precast concrete units and pump equipment, including instrumentation and sensing devices and the control panel, shall be delivered to the site in accordance with the delivery schedule Upon delivery to the jobsite, all precast concrete units shall be inspected by the Contractor for quality and final acceptance D Final Acceptance 1 Upon final acceptance, the Contractor acknowledges and understands the appropriate methods for handling the accepted precast concrete units and pump equipment, including instrumentation and sensing devices and the control panel Upon acceptance by the Contractor, the Manufacturers are not responsible for replacing damaged product resulting from improper handling practices on the job site 1 9 SERVICE AND WARRANTY A The precast concrete Manufacturer shall guarantee for one (1) year from the date of Substantial Completion, or 15-months from the date of factory completion (whichever occurs first), that the precast concrete units will be free from defects in design, material, and workmanship B The hatch and safety access grate assembly shall be warranted against defects in material and workmanship for a period of 10 years from the date of Substantial Completion C The wet well wall liner system shall be warranted against defects in material and workmanship for a period of 10 years from the date of Substantial Completion D The pump equipment Manufacturer shall guarantee one hundred percent, non- prorated and unlimited hours of operation for one (1) year from date of Substantial Completion 1 From 12 to 36 months after Owner acceptance 50 percent of all replacement parts and labor for defective materials, workmanship, and performance deficiency 2 From 37 to 48 months after Owner acceptance 30 percent of all replacement parts and labor for defective materials, workmanship, and performance deficiencies 3 From 49 to 60 months after Owner acceptance 20 percent of all replacement parts and labor for defective materials, workmanship, and performance deficiencies E In the event a component fails to perform as specified or is proved defective in service during the warranty period, the Manufacturer(s) shall provide a replacement part without cost to the Owner The Contractor shall further provide, without cost to the Owner such labor as may be required to replace, City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 1 1307-9 November 1, 2021 repair, or modify major components such as the station structure, pumps, piping manifold, etc F A copy of each warranty shall be provided to the Owner at startup 1 10 SPARE PARTS AND TOOLS A One (1) set of the following spare parts shall be furnished for each size of pump provided under this specification 1 Mechanical seal or seal repairs kit with all seal faces and 0-rings 2 Wearing rings (casing and impeller) 3 Upper and lower bearings set 4 Special tools required for maintenance or adjustment 5 Other items as recommended by the Manufacturer B Spare parts and Tools shall be packed in sturdy containers with clear, indelible identification markings and shall be stored in a dry, warm location until transferred to the OWNER at the conclusion of the project PART 2 PRODUCTS 21 MANUFACTURERS A Precast Concrete Units 1 Oldcastle Infrastructure 2 Forterra 3 Approved equal B Hatch and Safety Access Grate 1 U S F Fabrication, Inc 2 Pre-approved equal C Wet Well Wall Liner 1 Raven° 405 — 100% solids epoxy by Raven Lining Systems 2 Raven° 405 Trowel — 100% solids epoxy by Raven Lining Systems 3 Pre-approved equal D Pump Equipment 1 Flygt model NP 3102 MT 3 Adaptive 463 2 2 EQUIPMENT A. Precast Concrete'Units 1 Wet well structure shall be composed of precast, reinforced concrete and circular in shape Interior dimension shall be as shown on the Drawings with a minimum wall thickness of 6 inches City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-10 November 1, 2021 2 All cast wall openings for pipe penetrations shall incorporate adjustable Link Seal connectors for a watertight seal unless specified otherwise on the Drawings or herein a Electrical conduit penetrations shall utilize cored openings with mechanical rubber seals to fill the annular spacing between electrical conduit and precast wall structure Mechanical seals shall be Link Seal by Thunerline Corp or approved equal and shall utilize 316-stainless assembly hardware 3 Cast lid shall allow for safety access hatch, 6-inch flanged pipe for wet well level measurement device, and penetrations for pump discharge piping 4 Horizontal joints between precast sections shall be sealed with a vulcanized butyl rubber joint material conforming to ASTM C990 5 All surfaces of the precast structures shall be smooth, even, and free from roughness, irregularities, and other defects The surfaces shall be suitable for receiving treatments as specified herein B Hatch and Safety Access Grate 1 Capable of withstanding,a minimum pedestrian load of 300 lbs 2 Hardware components made of 316 stainless steel C Passive Vent 1 A passive station vent shall be supplied using 6-inch 316 stainless steel piping & fittings, and a 316 stainless steel insect screen The vent shall be factory assembled and mounted to the exterior of the station, where the venting will rise above the station, and turn downward (gooseneck), and end with insect screen a minimum of 2 feet above the top of the wet well structure D Submersible Pumps and Accessories 1 All equipment supports, anchors and fasteners shall be 316 stainless steel and shall be of adequate strength to withstand loads associated with starting, turbulence, thrusts from liquid movement, thermal expansion and contraction and other loads encountered under normal operating conditions a Pump Manufacturer shall design all anchor systems for the submersible pumps and accessories specified herein that are to be furnished by the Pump Manufacturer Anchor design shall be prepared by a licensed Professional Engineer, registered in the State of Texas 2 Wet-pit, non-clog, centrifugal sewage pumps Pumps shall be direct driven by integral squirrel cage, electric induction motor Pumping system shall include pump, motor, seals, bearings, quick removal system, anchor bolts and all accessories specified herein City of Pearland Bailey, WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-11 November 1, 2021 a Pump motor shall be equipped with thermal overload protection and leak detection integral with the motor 3 Casing, Volute, and Stator Housing a Gray cast iron, ASTM A48, Class 35B, capable of prolonged resistance to raw sewage and 2-4 milligrams per liter of free chlorine b Discharge flanges shall be 125 lb and meet ANSI Standard B16 1 c All nuts, bolts, washers, other fastening devices and hardware supplied with pumps shall be 316 Stainless Steel d Volute wear ring shall be replaceable AISI series 300 heat- treated stainless steel Select wear rings such that the relative hardness of the volute and the impeller differ by at least 50 BHN e Mating surfaces requiring watertight seal shall be machined and fitted with EPDM 0-rings Paper gaskets, elliptical 0-rings, grease, or other devices will not be acceptable f Test pressure All pump castings and casings shall be hydrostatically tested at 1 5 times the shut-off head of the pump 4 Shaft a Stainless steel, ASTM A 276, Type 420, or ASTM A 479, Type 431, with motor and pump shaft of one piece construction without joints or stubs attached Carbon steel shafts or shafts with sleeves of any type are not acceptable b AISI 4140 Chromium-molybdenum steel is acceptable for shaft material c Shaft shall be dynamically balanced and shall be amply sized to minimize shaft deflection 5 Bearings Provide minimum of two (2) permanently lubricated bearings consisting of upper radial bearings and lower thrust bearings rated for L-10 life of 100,000 hours in accordance with AFBMA. 6 Shaft Seal System a A tandem mechanical seal system consisting of two totally independent seal assemblies shall be provided that operate in a lubricant reservoir b Upper shaft seal consisting of stationary silicon or tungsten carbide ring and rotating silicon carbide ring operating in an oil City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-12 November 1, 2021 chamber below stator housing c Lower shaft seal consisting of stationary and rotating silicone or tungsten carbide rings designed to seal pumped liquid from stator housing d Each seal shall be held in place by its own independent stainless steel spring system e Oil chamber shaft sealing system shall be designed to prevent overfilling and to provide lubricant application capability Provide drain and inspection plugs accessible from the outside f Seals shall require neither maintenance nor adjustment, but shall be easily inspected and replaceable 7 Impeller a Solids handling non-clog type b Impeller vanes shall be smooth, finished throughout, and free form sharp edges c Dynamically balanced d Key driven and held to shaft by key and locknut or a streamlined impeller washer and bolt assembly designed to reduce friction in the suction eye of the impeller, such that the impeller cannot unscrew or be loosened by torque either forward or reverse rotation e Capable of passing a 3 0 inch sphere f Grinder impeller and shredding ring to be 440C stainless steel hardened to at least 55 on the Rockwell C Scale 8 Volute/Suction Cover The pump volute shall be a single piece of grey cast iron, ASTM A48, Class 35B, non-concentric design with smooth passages of sufficient size to pass any solids that enter the impeller The volute shall have a replaceable suction cover insert ring in which are cast spiral-shape sharp-edged grooves which provide effective sealing between the impeller and volute housing 9 Drive Motor a Motor Horsepower As required so the nameplate horsepower rating is not exceeded at any head-capacity point on the pump curve b Operation Capable of operating with motor exposed to atmosphere and dry (no liquid around stator pump for cooling) for ten (10) minutes without damage to motor or seal City of Pearland Bailey WTP Improvements Sanitary Sewer Lift,Station Project No 7295A 11307-13 November 1, 2021 c Enclosure Submersible d Mounting Vertical e Motor Design Power Supply 208V, 3-phase, 60-Hz, unless otherwise indicated on Drawings ii Squirrel-cage, induction motor, enclosed in a waterproof housing, for submersible application, meeting requirements of NEMA MG 1 Certified for continuous duty with a Service Factor of 1 15. iii Air filled, constructed with moisture-resistant NEMA H insulation and Class H slot liners, constructed to NEMA B design standards Oil filled motors are not acceptable iv Motor shall provide nominal efficiency of at least 90% at full load v Copper wound stator shall be triple dipped in epoxy enamel and baked to withstand a temperature of 155°C (Class F) or 180°C (Class H) as defined in NEMA MG-1 Each winding phase or layer shall be laced with Type H glass lined paper vi Rotor shall be statically and dynamically balanced after fabrication and utilize aluminum bars and short circuit rings vii Designed for continuous duty capable of sustaining unlimited starts at a minimum ambient temperature rise of 40°C viii Motors shall be capable of uninterrupted operation with a voltage drop of 10% ix Power cables entering the motor shall connect to individual terminal pins, which separates the incoming service from the motor x Motor shall bear the Factory Mutual explosion-proof label certifying its use in a NEC Class 1, Groups C & D hazardous location 10 Power and Control Cables a Provide power and control cables in lengths to run un-spliced from the pump to the junction box panel Cables shall terminate with conductor sleeves that bundle the entire group of strands of each phase to improve termination at the panel City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-14 November 1, 2021 Junction boxes and/or other wiring terminations within the wet well are not acceptable b Power cables shall be Type SO conforming to NEC and ICEA standards for loads, resistance under submersion against sewage c Provide Type 316 stainless steel cable grips for supporting cable at the top brackets without damage to the cable insulation or lowering,the cables electrical resistance d Cable entry seal to be watertight and submersible The cable entry chamber junction shall be separate from the motor chamber The chamber junction shall be sealed from the motor chamber with a terminal board or the motor leads shall be staggered and sealed in a manner which prevents wicking ii Type recommended in Factory Mutual Research Corporation for Explosion Proof Certification 11 Accessories a General Description Consist of a discharge elbow that mounts in the bottom of the wet well, a replaceable pump coupling, guide rail top, bottom and intermediate supports, along with hardware required for a complete and operational system All piping and connections within the wet well that extend from the pump discharge connection elbow up and out of the wet well shall be 316 stainless steel and welded as shown on the Drawings unless specified otherwise herein b Discharge connection elbow Cast iron, ASTM A48, Class 30B or higher, with 125- lb ANSI flanges • Dissimilar metal flanges shall be separated using a flange isolation gasket kit Full-face flanges shall be used, including isolating sleeves and washers for the bolts/studs and nuts Washers shall be installed on both sides of the flanges o Retainer shall be G-10 o Sealing element shall be EPDM o Bolt/stud isolation sleeves and nut washers shall be G-10 o GPT LineBacker® or approved equal City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-15 November 1, 2021 ii Designed to support full weight of pump, providing a leak proof seal connection iii Pump connection to the base mounted discharge connection shall be automatic when the pump is lowered into place, and shall be easily disconnected without the need for personnel to enter the wet well iv Sealing of pumping unit to discharge elbow shall be accomplished by a simple linear downward motion of the pump v Provide a sliding guide bracket of Type 316 stainless steel for each pump as integral part of pump vi Provide Type 316 stainless steel anchor rods Anchor connections to concrete shall use IBC 2006 compliant epoxy anchor system for cracked concrete and seismic applications c Pump Coupling Cast iron construction, located between the pump discharge flange and the vertical face of the discharge base Designed to seal against the vertical face of the discharge base with metal-to-metal contact of machined surfaces d Guide Rail and Pump Lifting Assemblies Provide Type 316 stainless steel guide rail supports, intermediate supports, and anchor brackets, as required (with the exception of the guide rail pipes provided by the CONTRACTOR) to produce a complete and properly functioning system based on the wet pit dimensions and geometry as shown on the Drawings ii Provide Type 316 stainless steel continuous one piece guide rails Guide rails shall be Schedule 40 pipe welded to form continuous piece Provide intermediate support brackets for installations deeper than 20 feet Anchor bolts/rods shall be Type 316 stainless steel epoxy insert anchors iii Lower guide rail support shall be integral with pump discharge base iv Provide each pump with the indicated Manufacturer's accessories as listed below Type and size shall be as recommended by the Manufacturer • Upper guide bar holder and connections capable of resisting rail uplift. City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-16 November 1, 2021 • Lifting bale (Type 316 stainless steel) for safety cable • "Grip eye" 316 stainless steel pump lifting- ' chain positive recovery system of sufficient length and capacity for lifting pump from the wet well employing the hoist o Hoist lifting capacity and cable length shall be sufficient for retrieval of the submersible pumps from the wet well Cable shall be 316 stainless steel and equipped with suitable lifting device on the hook of the hoist for the submersible pumps Cable system shall utilize a manual, no-slip hand crank o Hoist shall be anchored to the precast concrete lid on the wet well structure Anchor system shall be coordinated with the precast concrete manufacturer o Hoist shall pivot about its mast, allowing for a pump to be placed in a truck or trailer located immediately adjacent to the wet well top slab • Intermediate guide bar supports, as required v Equipment Identification Plate 16-gauge Type 316 stainless steel with 1/4-inch die-stamped equipment tag number securely mounted in a readily visible location E Combination Air/Vacuum Release Valves (ARVs) 1 Valve vault shall be equipped with 2 inch ARVs rated for sewage environment Valve Body and Cover• Cast Iron ASTM A126 GR B Seat Buna-N Upper Float 304 Stainless Steel ASTM A240 Lower Float 304 Stainless Steel ASTM A240 Stem Stainless Steel series T300 2 APCO series 401 or approved equal F Pressure Gauges 1 Valve vault shall be equipped with pressure gauges on the 4-inch discharge piping from each pump (including the piping for the future City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-17 November 1, 2021 third pump a Gauges shall be 0-100 psig and in accordance with Section 15061 — Piping Accessories G Hazardous Location Compliance 1 The wet well and the area within 2 feet of the wet well is classified as a Class 1, Division 1 area, a Hazardous Location as defined by the National Electrical Code All electric wiring and motors located within the subject area shall be in strict compliance with these standards The shop drawings carry the manufacturer's certification that all equipment located in the subject area meets the requirements of NEC Class 1, Division 1 Criteria and the Underwriter's Laboratory (UL) H Pipe Supports 1 Piping shall be supported in the wet well by means of 316-stainless braces spanning the width of the station and mounted with wall brackets and 316-stainless hardware Vertical discharge pipes shall be supported from the braces by means of individual 316-stainless U- bolts and bolting hardware a Contractor shall furnish and install the wet well pipe support braces, which shall be designed, including the anchoring systems, by a licensed Professional Engineer, registered in the State of Texas 2 3 COATINGS A Wet Well Install the specified liner coating system in accordance with the Manufacturer's requirements, including surface preparation Contractor shall coordinate coating system with the Manufacturer, including the pump equipment and accessories installation and anchor systems B Pump Provide Manufacturer's standard baked epoxy coating system for pump and motor C Buried ductile iron fittings shall be polyethylene wrapped in accordance with 15060 — Pipes and Pipe Fittings D Exposed ductile iron piping and fittings shall be coated in accordance with 09800 — Painting 2 4 CONTROL SYSTEMS A General 1 Pump Manufacturer shall furnish a control system for the submersible pumps and all instrumentation and sensing devices specified herein The control system shall include a local control panel equipped with an Allen Bradley PLC City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-18 November 1, 2021 2 The Lift Station PLC shall communicate with the WTP Main PLC via Ethernet radio a SCADA SI shall furnish the Ethernet radio and coordinate with the Pump Manufacturer regarding integration of the Lift Station PLC into the WTP Main PLC to allow for local or remote control and monitoring of the lift station Ethernet radio shall be a Fluidmesh FM1200V ii SCADA SI shall install the Ethernet radio in accordance with the Manufacturer's recommendations 3 Pump Manufacturer is responsible for coordinating all input/output (I/O) signals and integral control strategies specified herein with the Contractor, including but not limited to the following a Signal conductor requirements (i e type, size, and count) between each instrumentation and sensing device in the field and the lift station local control panel b The lift station emergency backup generator B Instrumentation and Sensing Devices 1 Level Radar Transmitter• a Shall be Endress and Hauser FMR20 and include A RIA15 remote transmitter with LCD display • Transmitter shall be rated for -40 to 140°F ambient temperatures • Transmitter housing shall be NEMA 4X rated • Transmitter shall be installed with a sun shield as shown on the Drawings • 4-20mA loop powered with HART communication protocol ii 0-33 ft measurement range (1 5 inch antenna) with a beam angle of 30° iii The operating temperature rating will be -40 to 176°F iv Measurement error shall not exceed 0 39 inches when the liquid level is 1 67 feet from the sensor Measurement error shall not exceed 0 79 inches when the liquid level is 0 33 feet from the sensor City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-19 November 1, 2021 2 Floats a Shall be Flygt ENM-10 or pre-approved equal and include Polypropylene body ii EPDM bending relief iii PVC cable iv Cable holder 3 Magnetic Flow Meter• a Shall be an Endress & Hauser Promag W 400 and include A measuring range of 20 to 600 m3/h (88 to 2,640 gpm) with a measured error ±0 2% ii Be equipped with a PTFE liner rated for fluid temperatures between -4 to 194°F iii Have a conductivity rating of > 5 ,uS/cm iv A Proline 400 transmitter with LCD display that utilizes a 120 VAC, 60 Hz power supply • Transmitter shall be rated for -40 to 140°F ambient temperatures • Have four-line display with backlighting and touch control • Transmitter housing shall be NEMA 4X rated • Transmitter shall be installed with a sun shield as shown on the Drawings v 4-20 mA outputs, current inputs, and signals on alarm with HART communications protocol vi The ability to retain the measuring system data in the event of a power supply failure vii NEMA 4X protection viii Measuring tubes of stainless steel, and electrodes of Alloy C-22 ix Flanges and connections in accordance with ANSI B16 5, Class 150 C Controls 1 The two pumps (P-05 205 and P-05 210) shall have the following functions, with capability for replicated controls for the future third City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-20 November 1, 2021 pump (P-05 215), at minimum a Local-Remote (HOA) switches (ZS-05 205 and ZS-05 210) allow the pumps to be operated automatically from the WTP Main PLC and Human Machine Interface (HMI). computer at the Bailey site while in remote mode and by hand from the local control panel while in local mode b Start-Stop switches (HS-05 205 and HS-05 210) allow operators to start or stop the pumps while ZS-05 205 and/or ZS-05 210 are in local or remote mode c Run status indication lights (YL-05 205A and YL-05 210A) allow for visual indication that the pump(s) are running d Pump fault indication lights (YL-05 205B and YL-05 210B) allow for visual indication if a pump fault condition exists If a fault conditions exists, the PLC for the lift station (Lift Station PLC) shall generate an alarm condition displayed locally by the alarm beacon (YL-05 270) on the local control panel This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of the fault condition e Pump thermal overload indication lights (YL-05 205C and YL- 05 210C) allow for visual indication if a pump thermal overload condition exists If a pump thermal overload conditions exists, the Lift Station PLC shall generate an alarm condition displayed locally by the alarm beacon (YL-05 270) on the local control panel, as well as illuminate the overload indication light(s) This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of the thermal overload condition ii Mini-CAS modules for the seal leak detection sensors shall be installed in the control panel as specified herein f Pump seal failure indication lights (YL-05 205D and YL- 05 210D) allow for visual indication if a pump seal failure condition exists i If a pump seal failure conditions exists, the Lift Station PLC shall generate an alarm condition displayed locally by the alarm beacon (YL-05 270) on the local control panel as well as illuminate the seal failure indication light(s) This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of the seal failure condition City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-21 November 1, 2021 ii Mini-CAS modules for the seal leak detection sensors shall be installed in the control panel as specified herein g The control panel shall be sized to accommodate the same functions for a future third pump 2 Alternating Duty Pump a The lift station shall be configured as a duplex pump station one (1) duty pump, and one (1) standby pump b The Lift Station PLC shall be programmed to allow for alternating which pump is the duty pump During normal operations, only one pump shall operate at a time After the duty pump completes a cycle (i e is called to start, starts, is called to stop, and stops), it shall become the standby pump The pump that was previously the standby pump shall be come the duty pump during the next cycle 3 Radar Level Transmitter (LT-05 250) a The radar level transmitter shall serve as the primary means of control for the submersible pumps Control elevations shall be Pump On 31 24 ft msl ii High Alarm Level (HAL) 33 74 ft msl iii Pump Off 25 25 ft msl iv Low Level Lock Out (LLLO) 23 24 feet mean sea level (ft msl) b When the wet well level climbs to the Pump On elevation, the duty pump shall be started c If the wet well level climbs to the HAL, an alarm condition shall be generated by the Lift Station PLC and displayed locally by the alarm beacon (YL-05 270) and HAL indication light (YL- 05 250A) on the local control panel, This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of a HAL condition In addition, if a HAL is reached, whichever pump is off (in standby) when the HAL is reached shall be turned on such that both pumps are running d When the wet well level drops to the Pump Off level, one or both pumps that are running shall be stopped Whichever pump was previously in standby during the last cycle.shall become the duty pump during the next cycle e If the level drops to the LLLO elevation, the Lift Station PLC shall emergency stop all pumps in operation and generate an City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 1 1307-22 November 1, 2021 alarm condition that shall be displayed locally by illuminating the alarm beacon (YL-05 270) and LLLO indication light (YL- 05 25OB) on the local control panel This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of a low level condition f In the event that the radar level transmitter has a "signal on alarm" condition that prevents the transmitter from measuring the level in the wet well, the backup float switches shall automatically provide control for the pumps as specified for the radar level transmitter The Lift Station PLC shall also generate an alarm condition that is displayed locally by illuminating the transmitter fault indicator light (YL-05 250C) This alarm condition shall,also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of a radar level transmitter signal failure condition 4 Floats (LS-05 220, LS-05 225, LS-05 235, and LS-05 240) a The lift station wet well shall be equipped with four (4) float switches — LS-05 220 (LLLO), LS-05 225 (Pump Off), LS- 05 235 (Pump On), and LS-05 240 (HAL) — to serve as a backup means to control the two submersible pumps The control panel shall be sized to allow adequate space for a future fifth float switch — LS-05 230 b The float switches shall be positioned at the control elevations consistent with those specified for the radar level transmitter c If the level is at either the HAL or LLLO, the alarm conditions and local visual indication lights (YL-05 250A or YL-05 250B) and alarm beacon (YL-05 270) shall be illuminated in a manner consistent with the radar level transmitter 5 Magnetic Flow Meter (FE-05 280) a The force main flow shall be monitored and displayed via a local magnetic flow meter If the magnetic flow meter does not register a positive, non-zero value within 5 seconds after a pump is started, the Lift Station PLC shall generate an alarm condition that shall be displayed locally by illuminating the alarm beacon (YL-05 270) and no flow indicating light (YL-05 280A) on the local control panel This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of a magnetic flow meter no flow condition City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-23 November 1, 2021 ii In the event that the magnetic flow meter has a "signal on alarm" condition that prevents the unit from measuring the force main flow, the Lift Station PLC shall generate an alarm condition that is displayed locally by illuminating the flow meter fault indicator light (YL-05 280B) This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of a magnetic flow meter signal failure condition 6 General a Phase-Fail protection If one of the 3-phase power legs fails, the Lift Station PLC shall generate an alarm condition that shall be displayed locally by illuminating the alarm beacon (YL- 05 270) and phase-fail light (YL-05 271) on the local control panel This alarm condition shall also be sent to the WTP Main PLC and displayed on the HMI computer to notify operators of a phase-fail condition A combination over/under voltage phase failure relay shall be used to monitor the voltage supply to the Lift Station PLC ii A phase-fail alarm shall not lock out the Lift Station PLC, thereby preventing the pump station from operating Instead, it shall only generate an alarm condition to notify operators • After normal power has been restored, the relay shall automatically reset to clear the alarm condition b Alarm reset switch (HS-05 272) If an alarm condition exists and either pump HOA switch in in local mode, the alarm reset switch shall allow an alarm condition to be reset c Control power light (YL-05 273). to provide visual indication that the control panel power is live D Lift Station PLC Control Panel 1 The control panel shall be adequately sized for mounting all items on the vertical operating surface without crowding The panel shall be designed for outdoor service Panels shall be NEMA 4X stainless steel construction, double door enclosure An operating handle with lock and key shall be provided for each door 2 All control equipment shall be selected to provide satisfactory service in a 110°F ambient temperature with 100% humidity City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-24 November 1, 2021 3 The complete control panel assembly shall be certified by a nationally recognized testing laboratory (NRTL) or carry a UL listing for "Industrial Control Panels" a UL label shall be provided stating, "Listed Enclosed Industrial Control Panel" 4 The control panel shall meet all applicable requirements of the NEC 5 PLC shall be Allen Bradley CompactLogix 5380 a PLC shall have adequate Ethernet ports and or an Ethernet switch to allow for the following Monitoring of the lift station emergency backup generator including, but not limited to the following signals • Automatic transfer switch position • Generator overcrank. • Generator running • Generator fail to start • Generator low oil level • Generator highwater temperature • Low fuel pressure • Generator remote start circuit integrity failure ii Communication with the Bailey WTP SCADA system, which will also use an Allen Bradley interface, with the Ethernet radio furnished by the SCADA SI 6 Panel size shall be suitable for all controls and instrumentation and sensing devices specified herein, as well as provide adequate space for future expansion to accommodate a future third pump (P-05 215) and fifth float switch (LS-05 230) a Motor horsepower for future third pump is assumed to be as specified in this Section 7 All control functions and indication shall be displayed as specified herein and the PLC shall communicate with the WTP Main PLC 8 All pilot lights, push buttons and selector switches shall be Allen Bradley All pilot lights shall be push-to-test, LED a Alarm illumination lights shall be amber yellow b Pump run status illumination lights shall be Green for pump running ii Red for pump stopped and phase-fail 9 Alarm beacon light (YL-05 270) shall be,nominal 3-inch diameter and 3-inch high and shall be a rotating amber yellow LED City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-25 November 1, 2021 10 Signal conductors for the instrumentation and sensing devices and electrical conductors for the mechanical equipment shall be routed through the control panel unless otherwise shown on the Drawings 11 The control panel shall be equipped with Mini-CAS modules necessary to support the thermal overload or leak detection sensors that are integral to the submersible pumps 12 The control panel shall be equipped with a DIN rail mounted uninterruptible power supply (UPS) 13 The control panel shall be equipped with a combination over/under voltage phase failure relay per 2 4 C 6 of this Section 14 The control panel shall be equipped with a 120 VAC, 15 Amp GFCI service receptacle and ANSI/UL 1449 listed surge protection device suitable for the panel voltage a Receptacle shall have a DIN rail mounted circuit breaker 15 The control panel shall be configured such that all 208V, 3-phase loads (i e the pumps), 120V single phase loads (i e the 15A GFCI receptacle, magnetic flow meter, and radar level transmitter), and low voltage loads (i e pump I/O signals) are routed through and controlled from the control panel a The lockable doors specified in Part 2.4 D of this Section shall divide the control panel into two sides b 208V, 3-phase and 120V-single phase power shall be routed through one side of the control panel and accessible through one of the two lockable enclosure doors c Low voltage and instrumentation devices shall be on the opposite side of the control panel as the 208V, 3-phase and 120V-single phase power components and accessible through the other lockable enclosure door 16 The control panel shall be equipped with elapsed time meters for each pump (and sufficient space for an elapsed time meter for a future third pump) 17 All wiring shall be tagged in accordance with the wiring diagrams submitted by the Supplier and tags shall be located within 2 inches of any termination with machine-printed slip on type tags Wiring shall be placed in slotted plastic wire-ways with snap covers or metal raceways and shall be in a straight, neat, and organized fashion Kinked, tangled, or twisted wiring shall not be acceptable 18 A laminated plastic label shall read "Lift Station PLC" with 1/2-inch white letters on a black background The label shall be attached to the front of the control panel with stainless steel screws and be centered horizontally and positioned 6 inches from the top of the panel City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-26 November 1, 2021 door 19 Laminated plastic labels with 1/2-inch white letters on a black background shall also be attached to the front of the control panel for all indication lights and selector switches The labei shall be centered below its respective indication light or selector switch with stainless steel screws and positioned 1/2-inch below the indication light or selector switch a A label shall also be provided for each elapsed time meter 20 Test and inspect the assembled panel in the shop prior to shipment a Verify that each wiring connection is made properly by checking electrical continuity, assuring that connections have less than one Ohm resistance end to end, and that no cross continuity exists between separate circuits b Test Ground Fault Interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle manufacturer c No fabrication other than correction of minor defects or minor transit damage shall be permitted at the Project site PART 3 EXECUTION 3 1 INSTALLATION A Subgrade Bedding and Backfill Materials and Compaction 1 Subgrade bedding and compaction material for the Wet Well shall be cement stabilized sand in accordance with Section 02321 — Cement Stabilized Sand Wet well cement stabilized backfill shall extend a minimum of 2,feet from the outside diameter of the precast structures Concrete equipment pad subgrade material shall be in accordance with Section 02224 - Excavation, Backfilling, and Compacting for Structures B Install the equipment as indicated and in accordance with the Manufacturer's written instructions 3 2 INSPECTION A. Wet well lining system specified herein shall be inspected per the lining system Manufacturer's requirements 3 3 FIELD TESTING AND STARTUP• A Provide factory pumping test in accordance with Hydraulic Institute Standards B The lift station pumps and control systems shall be tested before project completion Tests shall include City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-27 November 1, 2021 1 Motor testing per Division 16 2 Bump to check rotation 3 Test and demonstrate proper operation of system by simulating inflow with a temporary source of water Fill wet well and allow pump to cycle several times Then shut off pump and allow basin to fill to the HAL Verify all level controls, including the backup floats Measure motor current and voltage during testing and submit readings in accordance with Section 01300 4 Turn utility power off so the emergency standby generator will start Verify that the generator will start one pump and that when the lift station is operating on emergency standby generator power, all lift station controls function as specified Fill the wet well and allow the pumps to cycle Verify pump alternation,occurs between pump cycles Fill the wet well again to the HAL to such that both pumps are operated to ensure proper operation while on emergency standby generator power 5 Test and demonstrate proper operation of level transmitter and flowmeter Verify calibration and accuracy END OF SECTION City of Pearland Bailey WTP Improvements Sanitary Sewer Lift Station Project No 7295A 11307-28 November 1, 2021 SECTION 11314 END-SUCTION CENTRIFUGAL PUMPS PART 1 GENERAL 1 1 SECTION INCLUDES A Furnish, install, test and place in satisfactory operation two (2) end-suction, frame-mounted, centrifugal pumps at the Magnolia Transfer Pump Station, replacing the three (3) existing end-suction, close-coupled, centrifugal pumps as shown in the Drawings and specified herein 1 2 REFERENCE A NSF 61 ANSI/NSF 61 National Sanitation Foundation Standard 61, Drinking Water Treatment Components 1 3 PERFORMANCE REQUIREMENTS A. Equipment Identification P-01 200 and P-01 300 Number of pumps 2 Variable frequency drive No Inverter duty rated motor Yes Thermal overload protection Yes Motor space heater Yes Minimum motor horsepower 20 Voltage/phase/Hertz 480/3/60 Nominal Speed, rpm 1760 Capacity, gallons-per-minute 1,000 Total dynamic head at capacity above, feet 65 Minimum pump efficiency, percent 75 B Pump Curve 1 The pump performance curve shall be continuously rising throughout the entire pump performance range 2 Efficiency at the specified point shall be within 2 percent of the pump best efficiency point 1 4 SUBMITTALS A Procedures for Submittals Section 01300 B Product Data Manufacturer's product data sheets Include product data on individual system components Include pump curve on 8-1/2-inch by 11-inch format C Factory test each unit prior to shipment Provide performance data obtained during test D Field Test Data As specified in Section 16000 City of Pearland Bailey WTP Improvements End-Suction Centrifugal Pumps Project No 7295A 11314-1 November 1, 2021 1 5 MANUFACTURER'S QUALIFICATIONS A Minimum 10 years experience fabricating pumps of the type specified 1 6 DELIVERY, STORAGE, AND HANDLING A Protect units from damage during transit and at job site B Store units at job site off ground and under cover to protect from damage by weather C Protect installed units from damage by freezing or other hazards until final project acceptance PART 2 PRODUCTS 21 MANUFACTURERS A. Hydroflo B Weinman C Pentair D Flowserve 2 2 EQUIPMENT A. Design Single stage, fitted with 304 stainless steel impeller, 304 stainless steel shaft and, and 304 stainless steel shaft sleeve B Seal Mechanical seal and 0-ring seals between impeller and adjacent ports to prevent leakage of liquid along the shaft C Style Frame-mounted pump and motor with standard T-frame motor D Net Positive Suction Head The net positive suction head requirements shall be such to permit stable continuous operation at 120 percent of best efficiency and design point E Casing Pump casing shall be ductile iron fitted with a 304 stainless steel wear ring Pumps with a specific speed greater than 1600 shall have double volute casings with suction splitter to reduce radial loading and shaft deflection Pump shall be back pull-out design F Cover• Pump cover shall be close-grain cast iron or ductile iron G Impeller Pump impeller shall be 304 stainless steel, enclosed-type, and shall be statically and dynamically balanced Impeller diameter shall be trimmed for the specified design condition City of Pearland Bailey WTP Improvements End-Suction Centrifugal Pumps Project No 7295A 11314-2 November 1, 2021 H Base Entire pumping unit shall be mounted on a cast iron base with drip rim and threaded connection for drainage Base shall have enclosed ends and access to permit grouting Mount pump to base with threaded cap screws Apply anti-seize compound (grease or oil not acceptable) to threads of cap screws in base Motors 1 TEFC, induction-type designed for a 40°C ambient temperature rise 2 Equipped with thermal overload protection and a motor space heater 3 Inverter duty rated 4 Service Factor 1 15 5 Size Motors shall be sized to not overload at any point along the driven pump's curve that is proposed to be furnished Do not include service factor 6 Pumps shall be powered by soft starters 2 3 CERTIFICATION A Pump and all wet components shall be certified in accordance with NSF 61 for potable water use PART 3 EXECUTION 3 1 FACTORY TEST AND CERTIFICATION A Provide factory pumping test in accordance with Hydraulic Institute Standards 3 2 FIELD TESTING A Pump shall be field-tested before project completion B Tests shall include 1 Hydrostatic test at suction line pressure 2 Motor testing per Division 16 3 Bump to check rotation 4 Initial operation test END OF SECTION City of Pearland Bailey WTP Improvements End-Suction Centrifugal Pumps Project No 7295A 11314-3 November 1, 2021 SECTION 11900 PACKAGED AERALATER SYSTEM PART 1 GENERAL 1 1 SUMMARY A This section specifies the packaged AERALATER system to be installed at the Bailey water treatment plant (WTP) site The system shall be utilized for the treatment of groundwater from both the Magnolia and Bailey groundwater wells to reduce iron, manganese, and hydrogen sulfide concentrations in the groundwater prior to delivering the groundwater to the existing distribution system The AERALATER system shall include the following items specified herein and supplied by the packaged AERALATER system supplier (Supplier) 1 Three (3), 17 ft — 3 inch diameter AERALATER units with an integral backwash system and backwash waste discharge v-notch weir to treat groundwater from the Bailey Well 2 Two (2), 14 ft — 9 inch diameter AERALATER units with an integral backwash system,and backwash waste discharge v-notch weir to treat groundwater from the Magnolia Well 3 Filtration media for the AERALATER units 4 Effluent pumps equipped with variable frequency drives (VFDs) for each AERALATER 5 Integral influent, effluent, and backwash piping, valves, and instrumentation as specified herein 6 Master control panel equipped with a programmable logic controller (PLC) to control and integrate the AERALATER units into the WTP Main PLC B The Contractor shall install the AERALATER equipment furnished by the Supplier in accordance with the Supplier's installation requirements All items not furnished by the Supplier shall be furnished and installed by the Contractor, including but not limited to interconnecting piping and equipment necessary for a complete and operable system 1 2 RELATED SECTIONS A. 02675 — Water System Disinfection B 09800 Painting C 13320 — SCADA System D 13320-A — Control Strategies City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 1 November 1, 2021 1 3 REFERENCES A. American Society of Mechanical Engineers (ASME) 1 B16 5 — Pipe Flanges and Flanged Fittings NPS 1/2 through NPS 24, Metric/Inch Standard B American Water Works Association (AWWA) 1 B100 — Standard for Granular Filter Media 2 C207 — Steel Pipe Flanges for Waterworks Service — Sizes 4 in Through 144 in C National Association of Corrosion Engineers (NACE) — Industrial Maintenance Painting D National Sanitation Foundation (NSF) 1 61 — Drinking Water Components — Health Effects E Society for Protective Coatings (SSPC) — Steel Structures Painting Manual 1 4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Comply with the pertinent provisions of the delivery schedule B Equipment and materials to be shipped F 0 B shipping points, with freight prepaid to the jobsite Fabricated parts when delivered to the site shall be stored off the ground and protected from weather and damage Control and electrical devices shall be stored indoors C Ship fabricated assemblies in largest sections permitted by carrier regulations Match-mark all sections for ease of field installation D Handle so as to prevent damage to equipment during handling and transportation 1 5 JOB CONDITIONS A All work must be accomplished within the constraints of the construction schedule as specified All work shall be scheduled with the Owner and Engineer 1 6 SUBMITTALS A Submittals shall be in accordance with Section 01300 — Submittals, and include the following 1 Approval drawings showing dimensions, construction and installation details, materials used, and shipping and operating weights City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 2 November 1, 2021 2 Manufacturer's literature and catalog cuts of purchased items furnished by the Supplier 3 Show evidence of being able to provide the quality of equipment and services described in this specification, the equipment supplier shall submit their ANAB-accredited ISO 9001 quality system certification AIAO-BAR accredited systems are not a recognized equivalent and are therefore specifically prohibited The quality procedures shall provide for a means of qualifying all sub-vendors and shall specify that the fabrication facility is a critical vendor and shall require inspection The quality system shall be audited on-site by a third-party independent registrar at least annually Certification shall remain in effect throughout the project start-up 4 Installation, Operation & Maintenance (O&M) Manuals a Shall be provided to the Contractor and Engineer at least two weeks prior to the shipment of the equipment b Complete installation instructions with detailed installation drawings c Complete operational instructions- d Complete maintenance instructions with complete catalog information, electric motor information, parts list, recommended spare parts list and instructions for ,periodic maintenance of the aeration unit 1 7 GENERAL REQUIREMENTS A The equipment shall consist of five (5) Model AL1I4W AERALATER® Type II Package Unitized Iron, Manganese, & Odor Removal Plants as manufactured by WesTech Engineering, LLC with associated equipment to comprise a complete system The units shall oxidize dissolved iron and reduce levels of dissolved gases such as carbon dioxide, hydrogen sulfide, radon, etc , provide detention time to enhance the oxidation process by distributing the water to the filter cells and capturing the oxidized iron and manganese in the filter media beds from the influent groundwater B The packaged AERALATER system shall be for treating groundwater of the following approximate characteristics at a combined effluent flow rate of up to 3,000 GPM City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 3 November 1, 2021 Constituent Unit Bailey Well Magnolia Well Calcium mg/L 35 5 26 7 Chloride mg/L 37 0 32 9 Iron mg/L 0 52 0 30 Magnesium mg/L 7 56 5 23 Manganese mg/L 0 28 0 10 Sulfate mg/L 11.3 9.87 Total Dissolved Solids mg/L 332 329 Total Hardness (as CaCO3) mg/L 120 88 1 Alkalinity (as HCO3) mg/L 22 2 21 5 Total Alkalinity (as CaCO3) mg/L 229 243 H2S mg/L 0 03 No data pH - 768 772 Temperature °C 26 4 24 8 Note: The water quality data listed above reflects historical and pilot test data. Actual water quality may vary from that listed. 1 The packaged AERALATER system shall be capable of reducing iron below 0 30 mg/L and manganese below 0 05 mg/L from the respective groundwater wells by oxidizing with sodium hypochlorite and filtering the groundwater through the filter media specified herein Hydrogen sulfide (H2S) concentrations shall also be reduced The system shall also be capable of operating with a sodium hypochlorite dose of approximately 8 — 12 mg/L (10 mg/L nominal) to each unit to help oxidize iron and manganese and produce a free chlorine residual of approximately 3 5 — 4 0 mg/L in the treated effluent from each unit a The use of sodium hypochlorite shall also serve to.maintain the filter media in an active state during normal operation and after initial conditioning of the filter media by the Contractor and Supplier 2 Each filter unit shall be capable of running at design capacity for one (1) week without headloss triggering a backwash 3 The backwash rate from the filter units shall not exceed a maximum of 15 gallons per minute per square foot of filter area at 25°C, equating to the following maximum flow rates a 875 gallons per minute for the 17 ft — 3 inch diameter AERALATER units b 640 gallons per minute for the 14 ft — 9 inch diameter AERALATER units 4 The minimum feed rate to the filter units shall be as follows City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 4 November 1, 2021 a 601 gallons per minute for the 17 ft - 3 inch diameter AERALATER units b 401 gallons per minute for the 14 ft — 9 inch diameter AERALATER units PART 2 PRODUCTS 2 1 SCHEDULE OF EQUIPMENT AND MATERIALS FURNISHED BY SUPPLIER A. The Supplier shall furnish the following equipment and instrumentation, which are addressed separately in this Section 1 Inlet Control 2 Effluent Control — Pumps and VFD 3 Aerator Chamber 4 Detention Section 5 MULTICELL® Filter 6 Filter Underdrain 7 Filter Media 8 Filter Front Piping and Valves 9 Filter Loss of Head Indicator 10 Filter Backwash Rate of Flow Indicator 11 Control Systems a General Controls b Fully Automatic Backwash Cycle Control 12 Sampling Cocks 2 2 INLET CONTROL. A The Supplier shall provide a flow meter and modulating unit influent valve for each AERALATER This instrumentation shall serve to evenly split flow between the units 1 Flow meters shall be Rosemount, 8750W magnetic flow meter and shall conform to the following a NSF 61 certified for drinking water b Be equipped with a field-mounted display housed in a NEMA 4X enclosure attached to the flow meter body Contractor shall install a sun shield on all field-mounted flow meter displays c 120 VAC, 60 Hz power supply d 4-20 mA output with HART protocol e Flanged sensor with PTFE lining material and two measurement electrodes City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 5 November 1, 2021 f 10-inch meter for the 17 ft — 3 inch diameter AERALATER units g 8-inch meter for the 14 ft— 9 inch diameter AERALATER units h ASME B16 5 flanged process connections Be installed in the vertical orientation in the location shown on the Engineer's Drawings and adhere to the Manufacturer's recommended upstream and downstream unobstructed pipe requirements 2 The modulating unit influent valve position on each filter unit shall be displayed and controlled based on the flow rate from the influent flow meter on each unit Refer to 2 9 of this Section for the modulating unit influent valve requirements 2 3 EFFLUENT CONTROL — PUMPS AND VFDS A Supplier shall provide one effluent pump controlled by a VFD (also provided by the Supplier) for each unit A pressure indicating transmitter with a 4-20 mA output, and with programmable logic controller (PLC) loop control will measure the water level inside each unit This level control system maintains the water level within the detention tank by adjusting the speed of the effluent pump A block and bleed assembly will be incorporated for isolation and service of the pressure transmitter B Effluent pumps shall be close coupled with stainless steel wear rings as manufactured by Carver Pumps shall be equipped with a 480V, 3-phase, 60 Hz inverter duty motor All pumps shall be equipped with 1,200 rpm, 5 HP motors with thermal overload protection for the pump motors communicated via Ethernet from the pump VFD to the Master AERALATER PLC The two (2) pumps on the 14 ft — 9 inch diameter AERALATER units shall have a duty point of 500 gpm at 20 ft TDH and be equipped with a 5 inch suction and 4 inch discharge The three (3) pumps on the 17 ft — 3 inch diameter AERALATER units shall be supplied with a duty point of 670 gpm at 21 ft TDH and be equipped with a 6 inch suction and 5 inch discharge The VFD for each pump shall be Danfoss NEMA 1 VLT® AQUA Drives FC 202, equipped with an output filter and ethernet communication capability, and be installed the electrical room inside the Control Building as shown on the Drawings Signal conductors for the effluent pump motor thermal overload protection shall be terminated in the VFD 2 4 AERATOR CHAMBER A General Requirements 1 Provide one General Filter Products square aluminum induced draft aerator per unit as manufactured by the Supplier The aerator shall consist essentially of a closed chamber for affecting a countercurrent flow of water and air The aerator cover shall be fixed and one side shall be hinged and bolted for access to the PVC slats and type 304 stainless steel grids The interior aluminum surfaces shall be painted City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 6 November 1, 2021 by the Supplier prior to shipment per Part 2 14 of this Section 2 For the 14 ft — 9 inch diameter units, the aerator internal shell chamber shall be 60 inches square x 71 inches high and have an effective internal cross sectional area of 25 square feet The unit shall be of welded construction and fabricated from aluminum alloy 3003 plate suitably reinforced with Type 6061 aluminum alloy structural members 3 For the 17 ft — 3 inch diameter units, the aerator internal shell chamber shall be 66 inches square x 71 inches high and have an effective internal cross sectional area of 30 25 square feet The unit shall be of welded construction and fabricated from aluminum alloy 3003 plate suitably reinforced with Type 6061 aluminum alloy structural members 4 The aerator shall be welded inside and outside with fillet welds equal in size to the thickness of the plates Appropriate water-retaining welds shall be checked at the factory with dye penetrant before shipment to ensure they are watertight 5 A peripheral angle frame shall be welded to the base of the aerator chamber The angle shall be fabricated of the same materials of construction as the aerator chamber The angle shall be equipped with mounting holes for anchorage to the detention tank support structure 6 The aerator shall have a flanged top side influent,connection and have an open bottom outlet Piping to the aeration connection is included 7 The proper number of screened air intake assemblies shall be provided The open area of the screen shall pass the design air volume without excessive head loss The assemblies shall be properly baffled to prevent water loss from the aerator chamber as well as wind borne water and falling debris entrance from the exterior The internal and external air intake hoods shall be fabricated of the same materials specified for the aerator chamber 8 The exterior hoods shall be equipped with a No 24 mesh type 304 stainless steel screen removable from an aluminum frame The exterior aeration hoods are factory mounted to the aerator chamber 9 The internal_ hood shall be down turned to prevent the direct penetration of light into the aeration chamber and also prevent the escape of water through the air inlet opening B Internals 1 A complete primary distribution system of non corrosive water distributors and air collectors shall be provided for uniform distribution of the inlet water over the horizontal cross section of the aerator chamber and for uniform collection of exhaust air The distributor box shall be constructed of aluminum with an inlet water velocity breaker box to absorb excess inlet flow energy prior to uniform cascade City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 7 November 1, 2021 distribution, aluminum air exhaust stacks engineered and positioned for uniform air distribution through the secondary aeration chamber and water distribution target nozzles Aluminum shall be alloy 3003, same as shell construction 2 The distributor box shall be equipped with polypropylene inlet water distribution nozzles having an approximate 6" center to center spacing The nozzles shall be equipped with a bell mouthed entrance to minimize operating head Each nozzle shall be equipped with an integral target distributor located below the nozzle which, in conjunction with the other target nozzles, shall uniformly disperse and distribute all the inlet flow over the entire cross section of the aerator chamber Use of a pipe inlet header with orifices or spray nozzles, commonly referred to as spray aerators, is not permitted because of inadequate inlet water distribution and excessive head loss required 3 The secondary aeration zone shall consist of twelve intermediate trays consisting of 1-1/4 inch diameter, NSF 61 approved, PVC slats on 2 inch vertical centers The slats shall be supported on Type 304 stainless steel grids of adequate strength and number to support the weight of the slats plus the water load and the load imposed by mineral deposits The slats shall be individually removable for cleaning through the removable side C Induced Draft Blower Assembly• 1 Provide one motor driven propeller type exhaust blower per unit with an air flow capacity of 2,269 scfm for the 17 ft — 3 in diameter units and 1,519 scfm capacity for the 14 ft — 9 in diameter units, with sufficient static pressure A 1/2 hp, 230/460 volt, 3 phase, 60 Hz TENV motor with Class F insulation shall be mounted vertically and with downward directed shaft direct connected to the cast aluminum propeller The housing is factory coated steel and end plates are aluminum and the exhaust screen shall all be No 24 type 304 stainless steel mesh, all assembled with 18-8 stainless steel fasteners Each blower shall include an external aluminum rain hood to prevent outside rain contaminants from entering the aeration chamber and to provide a down-turned hood to prevent the direct penetration of light into the aeration chamber The blowers shall be properly crated and shipped loose to the site for field installation by the installing Contractor 18- 8 stainless steel mounting fasteners are to be furnished by the aerator manufacturer 2 The motor shaft shall be of Series 300 stainless steel, 300 series hardware, Lip seal on output shaft end, slinger on opposite drive end, double sealed bearings The motor leads shall be sealed to the frame and terminated at marked wire leads in a terminal box An aluminum vent line connected between the motor frame and the exterior of the blower housing shall be provided to relieve any condensation accumulation within the totally enclosed motor housing The motor shall be equipped with prelubricated, sealed, stainless steel ball bearings Blowers having ferrous materials exposed either to the air stream or to the atmosphere shall not be permitted City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 8 November 1, 2021 3 The Contractor shall provide a motor starter for each draft blower that shall be equipped with a Hand-Off-Auto switch and dry contacts to allow for the following while the motor starter is in Auto a A 120 VAC output signal from the Master AERALATER PLC to start or stop the blower motor b A 120 VAC input signal from the motor starter to the Master AERALATER PLC to provide run status D Moisture Eliminator. 1 Provide factory installed moisture separator in the aerator cover at the blower mounting location designed to produce multi changes of direction in the exhaust air stream Moisture separator baffles are to be constructed of 20 gauge aluminum alloy 3003 or 5052 and are to be spaced at 1 1/2 inch centers E Metal Finish 1 All manufactured aluminum and stainless steel shall receive factory handling care during fabrication to prevent discoloration, gouges or scarring Oil, grease, protective mill coatings, and other soluble contaminants should be removed at the factory by solvent cleaning with solvents or commercial cleaners by wiping down or pressure washing 2 All surfaces of aluminum in contact with dissimilar metals shall be given a heavy coat of mastic or coal tar paint shop applied 3 The interior of each aerator shall receive a factory prime, intermediate, and finish coating for the tank interior as outlined in Part 2 14 of this Specification section Coating will be by the Supplier 2 5 DETENTION SECTION A A steel detention tank having a minimum thickness of 1/4 inch shall be provided directly beneath the aerator for collection of aerated water The detention section and filter freeboard shall provide a minimum retention of 30 minutes at the design flow rate The detention tank cover shall be structurally reinforced and include one 24" diameter manway An OSHA-compliant safety access ladder shall be provided external to the unit and installed to allow access to the 24" manway on each AERALATER The ladder shall be equipped with a safety cage or fall restraint system and be yellow fiberglass reinforced plastic or steel that has been painted safety yellow The lower side shell shall have one 14" x 18" manway The cover shall include a connection for level probes There shall be three, 3/4" chemical feed connections provided along with internal PVC supply lines to a 31.6 stainless or HDPE steel static mixer located at the top of the detention section below the aerator outlet opening A steel ladder system welded to the tank by the Contractor shall be provided inside the detention section to provide access to the filter manways. This ladder shall receive the specified internal coating system Four filter section PVC vent lines shall be included with proper supports on the interior of the City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 9 November 1, 2021 detention section The effluent from the detention section shall be provided with one chemical feed connection to the exterior Inlet piping to the aeration section is included along with one chemical feed connection to the exterior at the inlet connection 2 6 MULTICELL° FILTER A There shall be included as an integral part of each treating unit one General Filter MULTICELL filter The filter section shall be 17' - 3" outside diameter and 14' - 9" for the two different size units specified herein The filter for each unit shall be designed for normal pressures encountered during service and backwash It shall be constructed of mild steel with a minimum thickness of 1/4" All cells shall be equipped with a 14" x 18" manway Four 18" x 24" manways shall also be provided below the underdrain B The filter shall be equipped with dividing partitions designed to resist normal operating pressure differentials, which may be encountered during filtering or backwashing The partitions shall divide the area above the underdrain plate into four completely separated equal cells C Water from in service cells will be used for backwashing The use of backwash water from sources other than the in service cells will be specifically prohibited D The method of introduction of influent groundwater to the filters or the collection of wash water from the units shall be such that water is distributed to, or collected from, the entire filter bed in a uniform manner E The distribution and collection system of the filter shall be arranged to accommodate backwashing at the maximum rate of 15 gallons per minute per square foot of filter surface F The arrangement of the collection systems shall provide for the proper backwashing of the filter beds without loss of filtering material The distance from the surface of the bed to the wash water collector (freeboard) shall be not less than 50 percent of the depth of the filter bed 2 7 FILTER UNDERDRAIN A Each filter shall be equipped with an underdrain system common to all cells The underdrain system shall consist of a 5/16" thick rigid structurally supported plate extending over the entire bottom of the filter area It shall be perforated with openings to receive non-clogging General Filter Model 618 MSW ABS plastic distributors The design of the underdrain nozzle shall consist of six horizontal slots with an opening of 0 018" The slots in the distributor shall be designed to get progressively larger toward the inside of the distributor assembly to prevent lodging of media in the slot Slot area of the nozzle shall be greater than the final orifice area to assure uniform distribution The quantity of nozzles shall be such that the ratio of final orifices to filter area is approximately 0 003 Any hardware required for the distributor shall be type 316 stainless steel and this use shall be limited to bolts, nuts and washers and shall not be in contact with the distributor opening The underdrain shall be so designed to reduce the water velocity, discharging the City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 10 November 1, 2021 water horizontally without impeding its flow, thereby preventing channeling in the filter bed Underdrain nozzles shall be NSF Standard 61 approved for use in drinking water Plastic underdrain components without this approval shall not be allowed B The metal floor on which the filtering media rests shall be firmly supported by a steel structure This supporting structure shall be sufficiently strong to carry the filter media plus the maximum normal operating hydraulic pressure 2 8 FILTER MEDIA A Manganese ANTHRA/SAND Media 1 Provide an iron and manganese removal process, which will maintain good performance over an extended period of time This process shall include preconditioning the media in place, which will facilitate reduction of the iron/manganese to acceptable levels and provide a buffering capacity for the sodium hypochlorite feed Preconditioning or supervision of preconditioning of the media shall be the responsibility of the equipment manufacturer during start up of the filters Media consists of BASE, FIXATIVE and ACTIVE AGENT 2 The filter bed shall consist of 30 inches of Manganese ANTHRA/SAND LO-d A having an effective size of 0 6 to 0 8 millimeters and a uniformity coefficient of 1 6 or less The media shall be shipped bagged and palletized Filter media shall meet all requirements of AWWA B100 (latest revision) including an additional 5 percent of the total depth for skimming 3 The Supplier shall provide the proper quantity of FIXATIVE and ACTIVE AGENT to the installer in properly labeled containers 4 The Supplier will provide the necessary instructions and directive procedure so that during factory start up supervision the FIXATIVE and ACTIVE AGENT are properly applied for correct preconditioning of the system before placing the filter in service 5 The Manganese ANTHRA/SAND media is maintained in an active state by a continuous feed of -sodium hypochlorite Chemical feed equipment shall be furnished by others under the chemical feed section B The Contractor shall install media under supervision of the Supplier Media shall be provided by the Supplier in Supersacks 2 9 FILTER FRONT PIPING AND VALVES A All piping from the aerator influent groundwater connection to the filter effluent connection shall be furnished with the AERALATER Pipe sizes and orientations shall be as shown on the Engineer's Drawings All necessary relief valves and air vents shall be furnished with the AERALATER City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 11 November 1, 2021 B All piping 3 inches in diameter and larger shall be flanged and welded construction Flanges are to be AWWA C207 class D plate flanges No threads are to be cut on pipe 3 inches and larger All pipe 2 inches and smaller (except chemical feed lines) shall be galvanized steel Chemical feed lines shall be PVC All pipe 3 inches and larger shall be steel pipe C All valves necessary for the operation of the AERALATER shall be provided by the Supplier These shall include (per unit) 1 One (1) Modulating Unit Influent Valve 2 Four (4) Filter Cell Influent Valves 3 Four (4) Filter Cell Backwash Waste Valves 4 One (1) Filter Backwash Rate Set Valve 5 Two (2) AERALATER Drain Valves per unit, size 2" D Modulating unit influent, filter cell influent and filter cell backwash waste valves shall be Bray Series 30 resilient seated wafer end butterfly valves equipped with Bray Series 70 electric actuators suitable for a 120V power supply The actuator enclosure shall be NEMA 4X and furnished with a corrosion resistant cover complete with sealing gaskets The valve and electric actuator shall be furnished by one manufacturer and shall be shipped factory assembled Backwash rate set valve shall be Bray Series 30 resilient seated wafer end butterfly valves and shall have a hand wheel actuator The AERALATER drain valves are manual, 2" butterfly valves 1 Actuator for the modulating unit influent valve shall utilize a 4-20 mA output signal from the Master AERALATER PLC to allow for position control of the valve 2 Actuators for the filter cell influent valves and filter cell backwash waste valves shall utilize a 120 VAC output signal from the Master AERALATER PLC to allow for open-close control of the valves E All butterfly type valve bodies shall be monoflange for mounting between ANSI 125/150 flanges Valves shall be designed for watertight control at the maximum actual working pressure Disc material shall be stainless steel Shafts shall be one piece solid stainless steel with stainless steel bearings Seat material and shaft seals shall be EPDM 2 10 FILTER LOSS OF HEAD INDICATOR A Each AERALATER shall be equipped with an indicator, which will allow the operator to directly read the head loss The indicator shall be 3 1/2" in diameter and calibrated in feet of water with the initial and terminal head loss points marked thereon Units requiring conversion of the indicated reading will not be acceptable 2 11 FILTER BACKWASH RATE OF FLOW INDICATOR A A calibrated "V" notch weir shall be furnished for installation in the backwash sump The weir board shall be constructed of painted steel The coatings shall consist of a primer, intermediate, and finished coat, be applied by the Supplier prior to shipment, and shall be consistent with the interior coating City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 12 November 1, 2021 systems listed in Part 2 14 of this Specification section The weir edge shall be properly marked for the backwash level rate The manufacturer shall furnish a curve for converting all flow levels over weir to flow rate in gpm This indicator is used to position the manual backwash rate set valve to proper rate Once set, the backwash rate set valve is not changed 2 12 CONTROL SYSTEMS A The Supplier is responsible for coordinating all input/output (I/O) signals and integral control strategies specified herein for the packaged AERALATER system with the Contractor and the Supervisory Control and Data Acquisition (SCADA) Systems Integrator Specifically 1 Signal conductor requirements (i e type, size, and count) between each instrument in the field and the Master AERALATER PLC 2 The Master AERALATER PLC operator interface terminal (OIT) specified herein shall be mirrored such that all control functions and indication from the OIT are shown and controllable from the Human Machine Interface (HMI) in the Control Room through the WTP Main PLC B General Controls 1 The treatment equipment is to operate fully automatically to maintain the correct detention tank levels during filtration with automatic filter backwashing The Supplier's General Filter Products AERALATER control system (Master AERALATER PLC) shall incorporate the following features a Control of the Aerator draft blower, including Starting and stopping the blower motors via a 120 VAC output signal from the Master AERALATER PLC to the dry contacts incorporated with the motor starters in the Control Building electrical room • A minimum 10-minute time delay shall be programmed into the Master AERALATER PLC after influent groundwater flow to a given unit stops This is to dry the unit out to prevent icing of the outlet screens in colder climates ii Displaying blower motor run indication via the 120 VAC input signal from the dry contact incorporated with the motor starters in the Control Building electrical room b Control of the Bailey groundwater well pump and either one of the two Magnolia transfer pumps shall be controlled through the WTP Main PLC, but the Master AERALATER PLC shall provide the signals specified herein to the WTP Main PLC to facilitate proper control of the influent groundwater feed City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 13 November 1, 2021 pumps c The effluent pump(s) on each filter unit shall stop automatically on low filter effluent pressure At this time, an alarm condition displayed on the OIT and HMI, and the pump will remain off until manually reset A Mercoid compound pressure switch shall be provided by the Supplier for low-pressure indication During a low filter effluent pressure event, the Master AERALATER PLC shall send a signal to the WTP Main PLC such that an alarm condition is displayed on the HMI in the control room d The control system shall provide for automatic pumping of the detention tank to a pre-determined level setpoint established by the Supplier following each plant shut down e Control of the sodium hypochlorite chemical feed pumps that feed the packaged AERALATER system shall be controlled through the WTP Main PLC, but the Master AERALATER PLC shall provide the influent flow meter reading specified herein to the WTP Main PLC to facilitate proper control of the chemical feed pumps f Pressure indicating transmitters as manufactured by Rosemount shall be furnished by the Supplier and used as the level indicator and allow for level control for each unit Pressure indicating transmitters shall conform to the following • Rosemount 2051T • 0 to 30 psig pressure range • 4-20 mA loop powered with HART protocol • 1/2" MNPT 316L stainless steel process connection • Silicone sensor fill fluid • Accuracy shall be ±0 1% of pressure range or better • Housing shall be NEMA 4X, aluminum • NSF 61 certified for drinking water • Factory calibration certificate included • Contractor shall install a sun shield on all field- mounted pressure indicating transmitter displays ii The nominal operating level setpoint within the detention tank of each filter unit shall be preset by the Supplier and shall be controlled by adjusting the speed of the effluent pump VFD City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 14 November 1, 2021 • A high alarm level (HAL) setpoint established by the Supplier shall provide an input to the VFDs to speed up the effluent pump(s) to prevent the overflowing of the AERALATER detention tank. o If a HAL condition exists, it shall be displayed on the OIT and HMI to notify the operator • A high high alarm level (HHAL) established by the Supplier shall provide a signal from the Master AERLATOR•PLC to the WTP Main PLC to stop the Bailey well pump and/or Magnolia transfer pump After the level has returned to its nominal operating setpoint, the Master AERALATER PLC shall provide a signal to the WTP Main PLC such that the Bailey well pump and/or either one of the two Magnolia transfer pumps can be re-started o If a HHAL condition exists, it shall be displayed on the OIT and HMI to notify the operator C Fully Automatic Backwash Cycle Control 1 The Supplier shall furnish a control panel to provide fully automatic, semi-automatic, and manual water backwash of the four filter cells in sequence All electrical controls described herein shall be incorporated into the control panel 2 Operation of the control system shall be as follows a Automatic Backwash Control The automatic backwash cycle shall be initiated by high headloss, as sensed by a pressure switch, elapsed timer, or manual push button Each of the four filter cells will then automatically proceed in sequence through water backwash and return to service Only one filter cell is to be backwashed at a time A sequencer shall be provided to allow each backwash cycle to start with a new cell b Semi-Automatic Control In the semi-automatic mode, when the end point headloss is reached or the backwash interval timer internal to the PLC times out, it shall initiate an alarm display on the OIT and HMI, sound an alarm, and wait for human intervention To initiate the backwash, the operator shall activate the "BACKWASH START" push City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 15 November 1, 2021 button on the OIT or HMI display The selected filter cell shall then proceed through the backwash cycle as described above and return to service All cells to be interlocked to allow only one cell to backwash at a time c Manual Control The filter function valves can be controlled remotely by operating "Open Close" selector switches on the OIT or HMI In addition, the filter function valves can be controlled locally by manually operating the individual valves via the manual handwheel overrides on the solenoid valves d Indicator Lights The OIT and HMI shall indicate when a filter cell is in backwash The OIT and HMI shall display "open and closed" valve signals Valve limit switches are not required and are not part of the backwash control logic e Filter Function Controls The following items shall be controlled from the panel • Filter modulating unit influent valves, percent open •- Filter cell influent valves, open — close operation • Filter backwash wastes valves, open - close operation • Aerator control, start — stop and timer delay when influent groundwater flow stops • Bailey Well pump and Magnolia transfer pump control o The Bailey well pump and either one of the two Magnolia transfer pumps shall not be capable of being started until an appropriate command (i e STANDBY) is provided from the Master AERALATER PLC The. Master AERALATER PLC shall provide the AERALATER's status to the WTP Main PLC and the WTP Main PLC shall control the Bailey well pump and either one of the two Magnolia transfer pumps that supply groundwater to City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 16 November 1, 2021 their respective filter units o If a HHAL condition exists in the 14 ft — 9 inch filter units or the 17 ft — 3 inch filter units, the Master AERALATER PLC shall send an appropriate command to the WTP Main PLC such that the Magnolia transfer pump currently in operation or the Bailey well pump are stopped until the level reaches the nominal operating setpoint Once at the nominal operating setpoint and after an operator has acknowledge the alarm, a Magnolia transfer pump and/or the Bailey well pump may be restarted o If one of the two 14 ft — 9 inch filter units shuts down (i e a general fault or manual shutdown), an appropriate command shall be provided from the Master AERALATER PLC to the WTP Main PLC such that the Magnolia transfer pump currently in operation is automatically stopped by the WTP Main PLC Simultaneously, the other filter unit shall be shutdown by the WTP Main PLC o If one of the three 17 ft — 3 inch filter units shuts down (i e a general fault for manual shutdown), groundwater from the Bailey well can continue to be treated through the remaining two filter units so long as the influent flow rate to each filter unit does not exceed 700 gpm (with an allowable tolerance as set by the Supplier) and the modulating unit influent valves do not close below a preset limit established by the Supplier If either condition is exceeded, the Master AERALATER PLC shall send an appropriate command to the WTP Main PLC such that the Bailey well pump is stopped and the two operating filter units are shutdown by the WTP Main PLC o If one of the two 14 ft — 9 inch filter units are in "SHUTDOWN" status (i e a general fault or manual shutdown), the Magnolia transfer pump currently in operation shall be automatically City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 17 November 1, 2021 stopped by the WTP Main PLC Simultaneously, the other filter unit's "call to run" signal shall be removed by the WTP Main PLC • Effluent pumps control • Chemical feed control o The WTP Main PLC shall control the sodium hypochlorite chemical feed pumps o The sodium hypochlorite chemical feed pumps to each filter unit shall not be capable of being started until an appropriate command (i e run/ready) is provided from the Master AERALATER PLC, the Bailey well pump and either one of the two Magnolia transfer pumps have been started, and the filter influent flow meters have registered a positive, non-zero flow rate for more than ten (10) seconds o The sodium hypochlorite feed rate to each filter unit shall be flow-paced based on an operator-selectable dose (mg/L) between 8 0 to 12 0 mg/L (initial set point of 10 mg/L), an operator-selectable chemical concentration and specific gravity, and the respective filter influent flow meter reading o If the influent flow meter for a given filter unit registers no flow for more than ten (10) seconds (operator- adjustable duration with a range of 10- 30 seconds) after an operator- adjustable flow setpoint is entered for that filter unit, the WTP Main PLC will display an alarm to alert the operators of a low flow condition With this condition, the WTP Main PLC shall stop the corresponding sodium hypochlorite chemical feed pump for the filter unit and remove the AERALATER "Call to Run" The WTP Main PLC shall then alarm to alert the operators of a low flow condition which must be cleared before the WTP Main PLC can call the AERALATER unit to run again The City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 18 November 1, 2021 AERALATER shall return to "STANDBY" mode 3 Master AERALATER PLC Control Panel a The control panel shall be adequately sized for mounting all items on the vertical operating surface without crowding The panel shall be designed for indoor service All control equipment shall be selected to provide satisfactory service in a humid atmosphere Panels shall be NEMA 12 construction, single door enclosure An operating handle with lock and key shall be provided for the door A modem shall be included for remote programming and troubleshooting b •PLC shall be Allen Bradley CompactLogix 5380 Filter control panel PLC shall have an Ethernet port to communicate with the plant SCADA system which will also use an Allen Bradley interface c The panel dimensions shall not exceed 60 inches tall, 36 inches wide, and 12 inches deep d All control functions and indication shall be displayed on the OIT and mirrored on the HMI in the Control Room The OIT shall be an Allen Bradley PanelviewPlus 7 color touchscreen operator interface The following displays shall be provided Main Screens ii Unit status (in service, in backwash) one per filter cell iii Mode select/indicate (Auto, Semi-Auto, Manual) iv Backwash required indicators (Timed, Headloss) v Backwash start and cancel vi Alarm History vii Filter Screen Select viii Filter Screens, one set for each filter cell ix. Filter mode indicator x Valve open/close selector and indicator, (one for each valve) xi Backwash status indicator xii Time remaining in each backwash step e Reference Screens, timers, and set points Backwash interval timer preset and accumulated display ii Backwash duration preset and accumulated display f Alarm Pop-Up Screen (activated on programmed alarmed signals) These alarm windows will require acknowledgment to return to previous screen display An alarm history can be accessed on the main screen City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 19 November 1, 2021 g All pilot lights, push buttons and selector switches shall be Allen Bradley All pilot lights shall be push-to-test, LED h Three (3), 20 amp, 120 volt, 60 Hz, 1 phase electrical circuits are to be supplied to the panel by the Contractor All electrical wiring within the control panel shall be factory installed and tested before shipment All panel wiring shall terminate at a numbered terminal strip All wiring external to the panel shall be furnished and installed by the Contractor under the electrical contract. All 120 VAC and 4-20 mA input/output signal conductors shall be routed through the control panel ii All 120 VAC power supply conductors for the AERALATER units shall be routed through the control panel The control panel shall be equipped with a DIN rail mounted uninterruptible power supply (UPS) The control panel shall be equipped with a 120 VAC, 15 Amp. GFCI service receptacle and ANSI/UL 1449 listed surge protection device suitable for the panel voltage k All wiring shall be tagged in accordance with the wiring diagrams submitted by the Supplier and tags shall be located within 2 inches of any termination with machine-printed slip on type tags Wiring shall be placed in slotted plastic wire- ways with snap covers or metal raceways and shall be in a straight, neat, and organized fashion Kinked, tangled, or twisted wiring shall not be acceptable 4 The control system shall be solid state using as a minimum a programmable logic controller Manual operation of the filter function valves and accessories shall be through the OIT or HMI and the programmable controller 5 If a cell is in backwash and an emergency need for filtered water occurs, the operator may elect to abort the backwash cycle by depressing the "BACKWASH CANCEL" push button on the OIT 6 In the event of power failure, all filter cells will remain in the service position If the failure occurs during the backwash cycle, the valves will return to the service position On restoration of power, the filter cell that was in backwash when power was lost will return to the beginning of the backwash cycle and continue to completion 7 All filter cells are interlocked to ensure that only one filter cell can be backwashed at a time during an Auto backwash a Only one Aeralater shall be permitted to backwash at a time during an Auto or Semi-Auto backwash City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 20 November 1, 2021 8 The control panel shall be capable of accepting a backwash interrupt signal from an external contact rated for 120 volts AC or an external signal via communication port The backwash interrupt signal will cancel a backwash in progress and will lockout backwashes from starting until the signal is removed a The interrupt signal shall be generated from the WTP Main PLC if a high level lockout (HLLO) condition exists in the receiving Backwash Detention Pond as specified in 13320A — Control Strategies A backwash in progress or backwash of a separate Aeralater unit shall not be permitted to restart until the Backwash Detention Pond reaches a preset level as specified in 13320A 9 The backwash interval timer will be reset on the start of either a high headloss, push button or timer-initiated backwash 2 13 SAMPLING COCKS A. Sampling cocks shall be provided so that representative water samples may be secured at the following points 1 Influent Water (each filter unit) 2 Filter Effluent (each filter unit) 2 14 COATING SYSTEMS A The filter section will be shipped by the Supplier in two halves for field assembly and welding The interior surfaces shall be fully painted by the Supplier prior to shipment as specified herein and with 2-inch holdback on the seams for welding in the field The exterior surfaces shall be primed by the Supplier as specified herein After field assembly, the exterior surfaces at all seams shall be stripe coated, including any damaged locations, and the exterior primed surfaces shall receive intermediate and finished coatings to be applied by the Contractor according to the following 1 Interior Above and Below the Underdrain a All interior coating systems shall be NSF 61 approved b Surface Preparation SSPC-SP10/NACE 2 near white blast cleaning A 2 0 mil angular anchor profile is required All sharp metal edges shall be deburred prior to applying coatings ii Skip welds shall be welded solid All weld spatter shall be removed prior to applying coating systems iii Degrease surface per SSPC-SP1 Solvent Wipe Cleaning prior to sandblasting City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 21 November 1, 2021 iv Remove traces of grit and dust, as well as embedded abrasives with a vacuum cleaner and/or by brushing Care should be taken to avoid contaminating the surface c Prime Coat. Tnemec Series 91 H2O Hydro-Zinc brushed and scrubbed into weld seams and hard to reach areas Dry film thickness (DFT) shall be 2 5 to 3 5 mils The prime coat shall be applied within the same day that the surface has been prepared d Intermediate Coat Tnemec Series 20 Pota-Pox brushed and scrubbed into weld seams and hard to reach areas DFT shall be 4 0 to 6 0 mils e Finish Coat Tnemec Series 141 Epoxoline DFT shall be 10 0 to 12 0 mils f Total DFT for prime, intermediate, and finish coats shall be a minimum of 16 5 mils 2 Exterior• a Surface Preparation SSPC-SP6/NACE 3 commercial blast cleaning, including weld seams A 2 0 mil angular anchor profile is required All sharp metal edges shall be deburred prior to applying coatings ii Skip welds shall be welded solid All weld spatter shall be removed prior to applying coating systems iii Degrease surface per SSPC-SP1 Solvent Wipe Cleaning prior to sandblasting iv Remove traces of grit and dust, as well as embedded abrasives with a vacuum cleaner and/or by brushing Care should be taken to avoid contaminating the surface b Prime Coat Tnemec Series 90-97 Tneme-Zinc brushed and scrubbed into weld seams and hard to reach areas DFT shall be 2 5 to 3 5 mils The prime coat shall be applied within the same day that the surface has been prepared c Intermediate Coat Tnemec Series N69 Hi-Build Epoxoline brushed and scrubbed into weld seams and hard to reach areas DFT shall be 3 0 to 5 0 mils City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 22 November 1, 2021 d Finish Coat Tnemec Series 1074 Endura-Shield II DFT shall be 2 0 to 3 0 mils e Total DFT for prime, intermediate, and finish coats shall be a minimum of 7 5 mils B The detention tank shall be shipped by the Supplier in the fewest number of pieces practical for field assembly The interior and exterior surfaces shall be primed by the Supplier prior to shipment as specified herein with 2-inch holdback on the seams for welding in the "field After field, assembly, the interior and exterior surfaces at all seams shall be stripe coated by the Contractor, including any damaged locations, and the interior and exterior primed surfaces shall receive intermediate and finished coatings to be applied by the Contractor according to the following 1 Interior a All interior coating systems shall be NSF 61 approved b Surface Preparation SSPC-SP10/NACE 2 near white blast cleaning, including weld seams A 2 0 mil angular anchor profile is required All sharp metal edges shall be deburred prior to applying coatings ii Skip welds shall be welded solid All weld spatter shall be removed prior to applying coating systems iii Degrease surface per SSPC-SP1 Solvent Wipe Cleaning prior to sandblasting iv Remove traces of grit and dust, as well as embedded abrasives with a vacuum cleaner and/or by brushing Care should be taken to avoid contaminating the surface c Prime Coat Tnemec Series 91 H2O Hydro-Zinc brushed and scrubbed into weld seams and hard to reach areas Dry film thickness (DFT) shall be 2 5 to 3 5 mils The prime coat shall be applied within the same day that the surface has been prepared d Intermediate Coat Tnemec Series 20 Pota-Pox brushed and scrubbed into weld seams and hard to reach areas DFT shall be 4 0 to 6 0 mils e Finish Coat Tnemec Series 141 Epoxoline DFT shall be 10 0 to 12 0 mils f Total DFT for prime, intermediate, and finish coats shall be a minimum of 16 5 mils City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 23 November 1, 2021 2 Exterior a Surface Preparation SSPC-SP6/NACE 3 commercial blast cleaning, including weld seams A 2 0 mil angular anchor profile is required All sharp metal edges shall be deburred prior to applying coatings ii Skip welds shall be welded solid All weld spatter shall be removed prior to applying coating systems iii Degrease surface per SSPC-SP1 Solvent Wipe Cleaning prior to sandblasting iv Remove traces of grit and dust, as well as embedded abrasives with a vacuum cleaner and/or by brushing Care should be taken to avoid contaminating the surface b Prime Coat Tnemec Series 90-97 Tneme-Zinc brushed and scrubbed into weld seams and hard to reach areas DFT shall be 2 5 to 3 5 mils c Intermediate Coat Tnemec Series N69 Hi-Build Epoxoline brushed and scrubbed into weld seams and hard to reach areas DFT shall be 3 0 to 5 0 mils d Finish Coat Tnemec Series 1074 Endura-Shield II DFT shall be 2 0 to 3 0 mils e Total DFT for prime, intermediate, and finish coats shall be a minimum of 7 5 mils C The interior surfaces of the Aerator shall be painted by the Supplier prior to shipment according to the following 1 All interior coating systems shall be NSF 61 approved 2 Surface Preparation SSPC-SP6/NACE 3 commercial blast cleaning, including weld seams a All sharp metal edges shall be deburred prior to applying coatings b Skip welds shall be welded solid All weld spatter shall be removed prior to applying coating systems. c Degrease surface per SSPC-SP1 Solvent Wipe Cleaning prior to sandblasting d Remove traces of grit and dust, as well as embedded abrasives with a vacuum cleaner and/or by brushing Care should be City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 24 November 1, 2021 taken to avoid contaminating the surface 3 Prime Coat Tnemec Series 91 H2O Hydro-Zinc brushed and scrubbed into weld seams and hard to reach areas Dry film thickness (DFT) shall be 2 5 to 3 5 mils a The prime coat shall be applied within the same day that the surface has been prepared 4 Intermediate Coat Tnemec Series 20 Pota-Pox brushed and scrubbed into weld seams and hard to reach areas DFT shall be 4 0 to 6 0 mils 5 Finish Coat Tnemec Series 141 Epoxoline DFT shall be 10 0 to 12 0 mils 6 Total DFT for prime, intermediate, and finish coats shall be a minimum of 16 5 mils D AERALATER bottom shall be bare for field placement onto a mastic base pad coating or impregnated felt to be provided and installed by the Contractor E Coating Quality Control and Inspection 1 The coating material manufacturer's current product data sheets are to be used in conjunction with and become a part of this specification The applicator should adhere to accommodations of product shelf life, mixing ratios, and acceptable thinners 2 Each coat shall be cured prior to the application of the succeeding coat 3 Excessive DFT is not acceptable 4 Over spray, dry spray, and surface contaminants shall be removed prior to the application of successive coats to prevent the formation of pinholes in the coating film 5 Determine DFT of all coatings using a non-destructive magnetic type, high range gauge Check gauges for calibration to NIST traceable standards prior to inspection and activity 6 For all interior coatings, demonstrate that pinholes are not present by testing the surfaces using a high voltage holiday detector 2 15 SPARE PARTS A. The Supplier shall furnish one (1) shelf spare aerator blower for each sized filter unit B The Supplier shall furnish one (1) complete shelf spare effluent pump assembly for the 14 ft — 9 inch filter unit City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 25 November 1, 2021 PART 3 EXECUTION 3 1 INSTALLATION, INSPECTION, START-UP, AND OPERATOR TRAINING A. Contractor has overall responsibility for the coordinating inspection, start-up, and operator training with the Supplier as specified, herein B The Supplier shall furnish a qualified factory-trained field technician for equipment check, start up and instruction of operating personnel on proper operation and maintenance of the equipment, with a maximum of fourteen (14), eight-hour days at the jobsite in five trips total as follows 1 One (1) trip and two (2) eight-hour days to instruct, welders for tank erection on site 2 One (1) trip and three (3) eight-hour days to inspect assembled tank and Contractor's field-applied coatings (Contractor to begin media installation under Supplier supervision) 3 One (1) trip and three (3) eight-hour days to assist. with valve sequencing and controls startup 4 One (1) trip and three (3) eight-hour days to coat the AERALTOR media with active agent a All AERALATER units shall be capable of performing backwashes at this time 5 One (1) trip and three (3) days for startup and training of operations personnel C Installation inspection, start-up, and operator instruction shall be coordinated with the Contractor All equipment must be in operating condition and ready for Supplier's Field Technician when called to the project location D Prior to Substantial Completion, the Supplier shall demonstrate the packaged AERALATER system has met the General Requirements specified in Part 1 6 of this Section, including a minimum of one (1) scheduled backwash event in accordance with the Supplier's procedures per the O&M manual 1 Demonstration of compliance with the General requirements shall constitute a seven (7) day performance test a Contractor shall be responsible for furnishing support personnel (i.e Electrical, Instrumentation, Mechanical, etc ) necessary for the performance testing b Owner shall provide qualified operations staff for the performance testing c Contractor, in coordination with the Owner, shall facilitate all data collection during the performance test City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 26 November 1, 2021 Supplier shall coordinate all required data collection necessary for the performance test with the Contractor Influent and effluent quality laboratory analysis shall be provided by the Owner d Contractor, in coordination with the Owner, shall furnish all test data collected during the performance test to the Supplier within one (1) week after completion of the performance test Supplier shall provide a comprehensive report from the data within three (3) weeks after receipt of the testing data from the Contractor for review by the Engineer ii Engineer and Owner shall notify the Contractor and Supplier of acceptance or failure within two (2) weeks from the date the report is provided to the Engineer • If the system fails to meet the performance requirements, the Engineer shall provide the list of reasons for the failure in writing to the Contractor and Supplier The Contractor and Supplier shall work together to immediately remedy the performance of the unit(s) that failed and complete additional performance testing, at the Contractor's and Supplier's sole expense, to the satisfaction of the Engineer 3 2 DISINFECTION A. Before placing the AERALATER units into service, the Contractor shall disinfect each unit as specified in 02675 — Water System Disinfection 1 Contractor shall provide all chlorine required for disinfection 2 Chlorinated water from disinfection operations shall be directed the backwash detention pond via the integral backwash system on each AERALATER unit 3 3 WARRANTY A A warranty shall be provided by the Supplier covering all materials and workmanship for twelve months from the date of Substantial Completion or eighteen months from delivery, whichever occurs first B Substantial Completion shall be defined as the date upon which the Owner has agreed that the equipment has successfully been installed, hydrostatically tested, and the filtration media shown to perform as specified END OF SECTION City of Pearland Bailey WTP Improvements Packaged Aeralater System Project No 7295A 11900 - 27 November 1, 2021 SECTION 11948 STATIC MIXERS PART 1 GENERAL 1 1 SECTION INCLUDES A This Section specifies static pipe mixers in the locations shown on the Drawings and as specified herein 1 One (1) static pipe mixer to be installed on the 16-inch yard piping downstream of the Bailey High Service Pump Station (HSPS) for polyphosphate and corrosion inhibitor injection 2 One (1) wafer-style static pipe mixer to be installed on the 18-inch yard piping between the 1 0-million gallon (MG) ground storage tank (GST) and Bailey HSPS for sodium hypochlorite (NaOCI) and liquid ammonium sulfate (LAS) injection 3 One (1) wafer-style static pipe mixer to be installed on the combined Aeralater effluent 18-inch yard piping for LAS injection B Static mixers shall provide complete mixing of all chemicals at each mixer location C Related Sections 1 09800 — Painting 1 2 QUALITY ASSURANCE A. Reference Standards 1 American National Standards Institute (ANSI) 2 American Water Works Association (AWWA) 3 National Sanitation Foundation (NSF) Standard 61 — Drinking Water Components — Health effects 1 3 SUBMITTALS A. Submittals shall be provided in accordance with Section 01300, and include the following 1 Calculations supporting all performance characteristics calculations 2 Pressure drop curves and tabulated data 3 Drawings City of Pearland Bailey WTP Improvements Static Mixers Project No 7295A 11948 - 1 November 1, 2021 PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Specified Equipment The static mixers shall be manufactured by Westfall or a pre-approved alternative B Pre-approved Alternative(s) Alternative(s) to the specified equipment will be considered on the following basis only 1 Ten (10) Days Before Bid To offer equipment as a pre-approved alternative, written application from the alternative supplier shall be made to the Engineer at least 10 days in advance of the bid opening 2 No Material Difference in Quality of Equipment or in Vendor Support The application should include a A brief description of how the offered alternative does or does not meet each of the specifications in this document b An analysis of how acceptance of the alternative equipment would likely affect the overall water quality goals of the project c A statement of the science and support background of the supplier of the alternative equipment, so that the benefits and costs of the alternative equipment to the Owner can be estimated by the Engineer 3 Five (5) Days' Notice to Bidders If the alternative equipment is accepted by the Engineer, an informational addendum to these specifications shall be distributed by the Engineer to plan holders at least 5 days in advance of the bid opening 2 2 MATERIALS A 16-inch static mixer downstream of Bailey HSPS 1 Mixer Housing Schedule 40S carbon steel 2 Mixing Elements Carbon steel 3 Internal surfaces shall be fusion-bonded epoxy coated by the Manufacturer and shall be NSF 61 compliant 4 External surfaces shall be primed by the Manufacturer and field-painted by the Contractor a Contractor-applied coating system shall conform to 09800 — Painting, System No 5 B 18-inch wafer-style mixers City of Pearland Bailey WTP Improvements Static Mixers Project No 7295A 11948 - 2 November 1, 2021 1 Mounting Ring FRP resin and shall be NSF 61 compliant 2 Mixing Plate FRP resin and shall be NSF 61 compliant 2 3 PERFORMANCE AND DESIGN REQUIREMENTS A Performance Requirements 1 16-inch static mixer downstream of the Bailey HSPS a Flow Range 1,500 gpm (2 16 MGD) to 5,200 gpm (7 49 MGD) b Maximum Pressure Drop, 0 71 psi at 5,200 gpm (7 49 MGD) c CoV of 0 025 or better to provide 95% of the sample concentrations within 5% of the mean concentration at 3 pipe diameters downstream of the mixer 2 18-inch wafer-style static mixer downstream of the 1 0 MG GST a Flow Range: 1,500 gpm (2 16 MGD) to 5,200 gpm (7 49 MGD) b Maximum Pressure Drop 2 32 psi at 5,200 gpm (7 49 MGD) c CoV of 0 050 or better to provide 95% of the sample concentrations within 5% of the mean concentration at 7 pipe diameters downstream of the mixer 3 18-inch wafer-style static mixer on combined Aeralater effluent a Flow Range 500 gpm (0 72 MGD) to 3,000 gpm (4 32 MGD) b Maximum Pressure Drop 3 72 psi at 3,000 gpm (4 32 MGD) c CoV of 0 008 or better to provide 95% of the sample concentrations within 5% of the mean concentration at 7 pipe diameters downstream of the mixer B Design Requirements 1 16-inch static mixer downstream of the Bailey HSPS a The overall length of the mixer shall not exceed 25 inches from flange-to-flange b Gaskets 1/8-inch EPDM c Injection Ports Two (2), 3/4" corp stops with 1/2" retractable solution tube (2 duty, 0 standby) ii Orientation Vertically from the top of the mixer City of Pearland Bailey WTP Improvements Static Mixers Project No 7295A 11948 - 3 November 1, 2021 iii Materials CPVC d Westfall Model 6000 or approved equal 2 18-inch wafer-style static mixer downstream of the 1 0 MG GST a The lay length shall not exceed 3 inches with gaskets b Gaskets 1/8-inch EPDM c Injection Ports Three (3), 3/4" corp stops with '/2" retractable solution tube (2 duty, 1 standby) ii Orientation One (1) vertically from the top of the mixer and two (2) offset not more than 30° from vertical on either side of the vertical injection port iii Materials CPVC d Westfall Model 2800 with 0 9 beta or approved equal 3 18-inch wafer-style static mixer on combined Aeralater effluent a The lay length shall not exceed 3 inches with gaskets b Gaskets 1/8-inch EPDM c Injection Ports Two (2), 3/4" corp stops with %2" retractable solution tube (1 duty, 1 standby) ii Orientation Offset not more than 30° from vertical iii Materials CPVC d Westfall Model 2800 with 0 7 beta or approved equal PART 3 EXECUTION 3 1 INSTALLATION A Install products in accordance with Manufacturer's instructions 3 2 FIELD QUALITY CONTROL. A. Contractor shall employ and pay for services of equipment Manufacturer's field service representative(s) to 1 Inspect equipment covered by these Specifications 2 Supervise any adjustments and perform modifications as necessary 3 Instruct Owner's personnel a minimum of one (1) day concerning equipment operation END OF SECTION City of Pearland Bailey WTP Improvements Static Mixers Project No 7295A 11948 - 4 November 1, 2021 SECTION 13100 CONTROL PANELS PART 1 GENERAL 1 1 SUMMARY A. This Section includes the Water Treatment Plant (WTP) control panel for the main programmable logic controller (PLC,) that shall be used for the Supervisory Control and Data Acquisition (SCADA) system at the WTP Throughout this section "control panel", "WTP Main PLC control panel", and "panel" are used interchangeably and the control panel shall be furnished and installed by the SCADA Systems Integrator (SI) B The SI will furnish and install all labor and materials including all direct, indirect, overhead and profit costs Provide all specified requirements, gear, tools, and services as listed in or intended by the Contract General and Supplementary Conditions, Technical Specifications and Appendices, or as detailed in the Drawings or other addenda C It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2 Provide the Engineer a written report of any conflict, error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work D The SI will furnish a "no exception - no exclusion," one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete, functionally checked, and accepted by the Owner 2 The warranty period is beyond any "limited" warranty extended by manufacturers and/or suppliers on their packages or products 1 2 RELATED SECTIONS A Section 11261 — Packaged Chemical Feed Systems B Section 11900 — Packaged Aeralater System C Section 13320 — SCADA System D Section 13320-A — Control Strategies E Section 13321 — Instrumentation and Sensing Devices City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-1 October 21, 2021 F Section 13322 — Communications Devices G Section 13324 — Human-Machine Interface System 1 3 SUBMITTALS A Product Data For the WTP Main PLC control panel provide manufacturer's technical data on features, performance, electrical characteristics, ratings, and finishes B Shop Drawings For control panel or system 1 Include dimensioned, plans, elevations, sections, and details, including required clearances and service space around equipment Show tabulations of installed devices, equipment features, and ratings Include the following a Control panel outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern Indicate all options, special features, ratings, and deviations from this Section Furnish complete Bill of Materials indicating manufacturer's part numbers Power and control schematics including external connections Show wire and terminal numbers and color coding c Instruction and replacement parts books d Certified shop test reports As-built final drawings C Field quality-control test reports Operation arid Maintenance Data 1 In addition to items specified in Division 1 include the following a Routine maintenance requirements for control panels and all installed components b Manufacturer's written instructions for testing and adjusting overcurrent protective devices E Configuration Settings Compile after panel has been installed and tested, all configuration or program settings, meters, controllers, timers, etc in documentation format City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-2 October 21, 2021 1 4 QUALITY ASSURANCE A Testing Agency Qualifications An independent agency, with the experience and capabi►ity to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910 7, and that is acceptable to authorities having jurisdiction 1 Testing Agency's Field Supervisor• Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3 B Electrical Components, Devices, and Accessories Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use C Comply with NFPA 70 1 5 DELIVERY, STORAGE, AND HANDLING A. The SI is responsible for delivering the control panel to the site The Contractor has overall responsibility for handling and storing the control panel at the site per the SI's instructions until installation B The SI shall package the control panel for maximum protection during delivery and storage C Store the control panel indoors in a clean, dry, heated storage facility until ready for installation 1 6 PROJECT CONDITIONS A Environmental Requirements 110°F ambient temperature, 100% humidity, and installed inside the electrical room inside the.Control Building 1 7 COORDINATION A. The SI shall coordinate layout and installation of the control panel with other construction including conduit, piping, equipment, and adjacent surfaces Maintain required workspace clearances and required clearances for equipment access doors and panels 1 8 EXTRA MATERIALS A Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents B Spare part requirements shall be as indicted in Table 1 City of Pear►and Bailey WTP Improvements Control Panels Project No 7295A 13100-3 October 21, 2021 Table 1 Description Percent of Each No Less Than Type and Size Used DC power supplies 20 2 Fuses 20 10 Relays and bases 20 10 PART 2 PRODUCTS 2 1 RATING A The control panel shall operate at 120 Volt, 1-Phase, 60 Hz B The overall withstand and interrupting rating of the equipment and devices shall not be less than 10,000 amperes R M S symmetrical at 240 Volts All circuit breakers shall be fully rated for the above fault current interrupting capacity Series connected short circuit ratings will not be acceptable C The complete control panel assembly shall be NRTL certified or carry a UL listing for "Industrial Control Panels" D The control panel shall meet all applicable requirements of the National Electrical Code 2 2 PANEL REQUIREMENTS A Wall Mounted with 3-Point Latch, Type 4X basic specification 1 Requirements a Dimensions As required b Material 304 Stainless Steel c Backpanel 12 gauge Steel d Control Panel Finish Natural e Backpanel Finish White polyester paint f Handle Two (2) 3-point with power glide handle g Lifting eyes Two (2) h Hinge and hinge pin Continuous hinge with stainless steel pin Shelf. 18"x18" folding Data Pocket 12"x12"x3 5" k. Door Switch One (1) for intrusion I Ground Buss Bar 1"x 25" tinned platted with required connections 2 3 MAIN DISCONNECT MEANS A The main circuit breaker shall be a 120 volt, thermal-magnetic molded case breaker Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-4 October 21, 2021 2 4 DISTRIBUTION BREAKERS A The panel shall be supplied with a 120 VAC distribution circuit breaker for the service receptacle, and 24 VDC supply 1 Distribution Circuit Breaker basic specification a Requirements Mounting DIN rail ii Interrupting Rating 10KAC iii Design Finger Safe iv Handle Three Position (On, Tripped, Off) b Model Allen Bradley 1492-MC Circuit Breaker 2 5 SURGE SUPPRESSORS A The panel shall be supplied with a surge protective device suitable for the panel voltage Surge Protective Devices shall be 1 ANSI/UL 1449 Listed 2 Suitable for the panel voltage and amperage 2 6 TERMINAL AND FUSE BLOCKS A. Terminal and Fuse Blocks basic specification 1 Requirements a Type IEC Listed, Screw Connection b Mounting DIN Rail c Terminal Contact Material Nickel Plated d Set Screw Material Stainless Steel e Fuse Blocks. Finger Safe Blown Fuse Indicator f Feed Through Blocks Single Level, Standard Size g Discrete Circuit Feed Blocks Single Level, Standard Size h Analog Circuit Feed Blocks Single Level, Knife Disconnect, Test Screws Color• Match wire color identification 2 7 RELAYS A Interposing Relay 1 Each discrete circuit and spare circuits shall have an interposing relay in line to prevent any over voltage surge coming cross to the PLC I/O boards Interposing relay shall be properly sized for each different circuit. City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-5 October 21, 2021 2 Requirements a Mounting Standard DIN Rail b Model Indicator and Check Button c Coil Rating As required d Contact Rating SPDT 10A e Contact Material Silver Cadmium Oxide 3 Model IDEC RH 1 B Series B Control Relay 1 Requirements a Mounting Standard DIN Rail b Model Indicator and Check Button c Coil Rating As required d Contact Rating 5PDT 10A e Contact Material, Silver Cadmium Oxide 2 Model IDEC RH4B Series 2 8 SERVICE RECEPTACLE A. The panel shall be supplied with a service receptacle 1 Service receptacle basic specification a Requirements Mounting DIN Rail ii Rating 15 Amp 125V iii Type Ground Fault Interrupter (GFCI) 2 9 WIRING REQUIREMENTS A Panel Connection Wire and Cable 1 Cables and wiring shall conform to requirements specified below a Power and Control Cable Single conductor stranded copper NFPA 70 Type MTW ii Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum single conductor stranded copper iii All other single conductor 120 VAC and 24 VDC power and common return-wiring, common ground buses and all common logic bus circuits shall be No 14 AWG minimum single conductor stranded copper City of Pearland Bailey WTP Improvements. Control Panels Project No 7295A 13100-6 October 21, 2021 iv Circuits protected by 15 Amp circuit breakers shall be 14 AWG minimum single conductor stranded copper b Signal Cable. Discrete DI/DO cable shall be No 16 AWG stranded copper conductor ii Analog AI/AO cable shall be No 18 AWG stranded copper twisted pair shielded cable B Wire Tagging 1 Panel connection wiring shall be tagged at terminations with machine printed slip on type tags 2 Provide wire/cable tag designations on all wiring diagrams submitted to the Engineer Place tag within two inches of any wiring termination, affixing tag to prevent,the tag from sliding more than two inches from the terminal as the result of gravity and vibration 3 Power and Control Circuits Control circuit, logic bus and power circuit wires shall be tagged as follows. a Control Circuits Individual connection wire tagged at both ends with a wire number Place tag on the wire within two inches of the terminal to which the wire is terminated The SI shall assign a unique number for each wire within the panel b Power Circuits All 120 VAC power wires tagged with the designation "120 VAC-" followed by the circuit breaker number shown on the Drawings, then followed by a letter designating whether the wire carries the line (L), neutral (N) or power ground (PG) c Positive 24 VDC Power Circuit and Power Bus Wires Tagged with the designation "+24 VDC-" followed by the circuit breaker number shown on the Contract Drawings, and 24 VDC power returns shall be designated with "24 VDC COMMON" 4 Wire Colors Control, logic bus and power conductors in panels shall have the insulation colors listed in Table 2 Table 2 Usage Color Line Power Black Neutral White Power Ground Green +24 VDC Panel Bus Red +24'VDC Field Bus Orange 24 VDC Common Gray Control Red Status and Alarm Blue City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-7 October 21, 2021 5 Signal Circuits a Signal circuit multi-conductor cables shall be tagged at each end with the designation shown on the wiring diagram Each signal conductor shall be tagged at each end with the designation of the terminal block to which it is connected b Individual conductors in each pair of twisted-pair cable shall have distinctly different colors, such as black and white, black and clear c Shield ground common wires connected between drain wire terminals shall be green and shall be tagged "SG" C Terminal Tags, Covers and Markers 1 Each terminal strip shall have a unique identifying alphanumeric code designation at one end and a plastic marking strip running the entire length with a unique number for each terminal 2 Assign terminal strip numbers from the number "1" and continuing in ascending cardinal order The terminal strip designation shall be the letters "TB" followed by the terminal strip number The strip and terminal point designations shall be machine printed and 1/8 inch high D Wiring Within Panel 1 Restrain by plastic ties or slotted plastic wireways with snap covers or metal raceways 2 Hinge Wiring Secure at each end so that bending or twisting will be around longitudinal axis or wire Protect bend are with sleeve 3 Arrange wiring neatly, cut to proper length, and remove surplus wire 4 Provide abrasion protection for wire bundles which pass through holes or across edges of sheet meet 5 Splicing and tapping of wires, allowed only at device terminals or terminal blocks 6 Terminal 24V DC and analog signal circuits on separate terminals from ac circuit terminal blocks 7 Separate analog and do circuits by at least 6-inches from ac power and control wiring, except at unavoidable crossover points and at device terminations 8 Arrange wiring to allow access for testing, removal, and maintenance of circuits and components 9 Plastic wire ducts fill Do not exceed manufacturer's recommendations City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-8 October 21, 2021 10 Wires and cables shall have sufficient length to allow slack and to avoid any strain or tension in the wire or cable 11 Placed in the ducts in a straight, neat and organized fashion and shall not be kinked, tangled or twisted together E Wire Terminations 1 Single wire and cable conductors shall be terminated according to the requirements of the terminal device 2 For captive screw pressure plate and screw terminals, appropriately sized lugs shall be used Lugs shall be crimp on type that form gas tight connections All crimping shall be done using a calibrated crimping tool made specifically for the lug type and size being crimped 3 On shielded cables, the drain wire shall be covered with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate 210 MISCELLANEOUS A Hardware and Fittings All miscellaneous hardware and fittings shall be Type 304 stainless steel, 2 11 NAMEPLATES AND TAGS A. Panel Nameplates Enclosure identification located on the enclosure face 1 Locations and Inscription a Centered horizontally on the front of the panel door and 6 inches from the top of the panel door Inscription shall read "WTP Main PLC" 2 Materials Laminated plastic attached to panel with stainless steel screws 3 Letters 1/2-inch white on black background, unless otherwise noted 2 12 PROGRAMMABLE LOGIC CONTROLLER A Requirements per specification Section 13323 — PLC and RTU PART 3 EXECUTION 3 1 PANEL FABRICATION A. General Requirements 1 Panel with external dimensions and instruments arrangement as shown on Drawings Adjustments, as necessary, can be made allowing each City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-9 October 21, 2021 component to be mounted as recommended by the SI, to facilitate easy installation, removal and in-place maintenance of each component, and to allow normal operation of the component by operating and maintenance personnel 2 Component arrangements shall allow space for routing of wiring without kinking or bending around sharp edges, and for free flow of air around and through equipment, which requires ventilation for cooling 3 Panel Construction and Interior Wiring In accordance with the National Electrical Code, State and local codes, NEMA, ANSI, UL, and ICECA 4 Fabricate panels, install instruments, wire, and plumb at the factory 5 Electrical Work. Comply with the requirements of Division 16 Electrical B Factory Assemble Assemble panels at the SI's shop No fabrication other than correction of minor defects or minor transit damage will be performed at the Project site C UL Label Provide UL label on each panel stating "Listed Enclosed Industrial Control Panel " 3 2 FACTORY TESTS A Test and inspect assembled instrument panel in the shop for compliance with these specifications and the following 1 Verify that each wiring connection is made properly by checking electrical continuity, assuring that connections have less than one Ohm resistance end to end, and that no cross continuity exists between separate circuits 2 Functionally test each electrical device specified in Part 2 to verify correct operation 3 Test each input/output point Inputs shall be exercised at the location in the panel the greatest distance in the circuit from the PLC chassis and verified through to the PLC processor Results shall be demonstrated on a programming terminal Each output shall be exercised from a programming terminal and verified through to the panel location the greatest distance in the circuit from the PLC chassis At a minimum, analog inputs and outputs shall be tested at 0%, 25%, 50%, 75%, and 100% of range 4 Test Ground Fault Interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle manufacturer City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-10 October 21,, 2021 B At the OWNER's option, a representative OWNER may witness the testing C Test Report Prepare a test report of findings for approval prior to shipment 3 3 PANEL INSTALLATION A CONTRACTOR and SI shall coordinate panel delivery with the construction of the Control Building to minimize field handling Install panel as shown on the Drawings, in accordance with the shop drawings, and the SI's instructions 3 4 CLEANING AND ADJUSTING A Cleaning, Upon completion of Work, remove materials, scraps, and construction debris from interior and around exterior of panels 3 5 PROTECTION A Protect panels and other equipment containing electrical, instrumentation and control devices, including spare parts, from corrosion through the use of corrosion-inhibiting vapor capsules B Periodically replace capsules in accordance with capsule manufacturer's recommendations END OF SECTION City of Pearland Bailey WTP Improvements Control Panels Project No 7295A 13100-11 October 21, 2021 SECTION 13320 SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM PART 1 GENERAL 1 1 SUMMARY A To the extent possible, the General Contractor (Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC►-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following Division 13 specification sections 1 13100 — Control Panels. 2 13320-A — Control Strategies 3 13321 — Instrumentation and Sensing Devices 4 13322 — Communication Devices 5 13323 — PLC-RTU 6 13324 — Human-Machine Interface A new Human-Machine Interface (HMI) shall be provided for the overall SCADA system and will be located in the Control Room inside the new Control Building at the Bailey site B The Water Treatment Plant (WTP) improvements will include modifications to the existing SCADA systems at both the Magnolia and Bailey facilities to integrate them into the overall SCADA system for the WTP improvements project The SCADA system is a distributed control system (DCS) Refer to the Piping and Instrumentation Diagrams (P&IDs) in the Drawings for the SCADA system architecture C The major components of the DCS are 1 A network for the off-site Magnolia SCADA system 2 A network for the existing Bailey High Service Pump Station (HSPS) SCADA system 3 A network for Aeralater treatment processes 4 Various packaged chemical feed systems that contain dedicated microprocessors which will communicate with the WTP network. 5 A limited Ethernet communications link between the proposed WTP Main programmable logic controller (PLC) and the following a The proposed Aeralater PLC City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 1 October 21, 2021 b The proposed packaged chemical feed systems, excluding the proposed liquid ammonium sulfate (LAS) feed system c The proposed emergency standby generator at the Bailey WTP site 6 A limited fiber optic communications link between the proposed WTP Main PLC and the following a The existing Bailey HSPS'RTU (RTU-002) b The proposed LAS packaged chemical feed system c The City's integrated communications network, which will serve as the primary means of communications between the Magnolia and Bailey sites 7 A limited backup radio communications link between the existing, Magnolia site (via RTU-001) and the Bailey site (via the WTP Main PLC) 8 A limited Ethernet radio communications link between the offsite Lift Station PLC and the Bailey site (via the WTP Main PLC) D The Contractor shall utilize the Owner's pre-selected SCADA Systems Integrator (SI), Prime Controls, Inc , who will update and modify the existing microprocessor-based SCADA communications, command, and control system as described herein and specified in other related sections E The SI shall furnish and install all 1 Equipment, cabinetry, support systems, wiring, power supplies, connections, etc that pertain to the WTP SCADA network a The Contractor's Electrical Subcontractor shall install conduits necessary to support the SCADA communication wiring The SCADA Systems Integrator is responsible for coordinating all SCADA communication wiring with the Electrical Subcontractor The Contractor has overall responsibility 2 Engineer-selected monitoring signals from the existing, off-site Magnolia SCADA network, the proposed Aeralater SCADA network, and the proposed packaged chemical feed systems SCADA networks and deliver the select signals to the WTP SCADA network. 3 Engineer-selected control signals from the WTP SCADA network and deliver the select signals to the existing, off-site Magnolia SCADA network, the proposed Aeralater SCADA network, and the proposed packaged chemical feed systems SCADA networks 4 Hardware and software, including appropriate licenses for Owner 5 Field- and office-located devices for City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 2 October 21, 2021 a Communications b Control c Instrumentation d Monitoring e Alarms f Database F Reporting 1 The SI work includes a Accessories as required to fully develop and properly effect a DCS, using existing RTUs, proposed Aeralater PLC, packaged chemical feed system local control panels, Lift Station PLC, WTP Main PLC, and the HMI unit also known as the Operator Interface Computer (OIC) The WTP SCADA network will have one (1) main PLC — WTP Main PLC The SI will locate the WTP Main PLC hardware inside the electrical room in the new Control Building as shown on the Drawings The WTP SCADA network will have two RTUs — RTU-001 at the off-site Magnolia facility and RTU-002 in the existing Bailey High Service Pump Station (HSPS) Building Refer to the Drawings for the locations of the WTP Main PLC and RTUs ii The Aeralater network will have one (1) master PLC — Master Aeralater PLC — and shall be used for all five (5) Aeralater units Refer to the Drawings for the location of the Master Aeralater PLC iii The packaged chemical feed systems will have five (5) separate local control panels, each equipped with its own PLC Refer to the Drawings for the locations of the local control panels iv The lift station shall have one (1) local control panel and PLC — Lift Station PLC b Coordinating and installing required equipment hardware and software, integrating peripheral equipment, systems start-up, and training, and extended warranty services Peripheral equipment and operating systems, interface software, system configuration and programming, and the various pre-selectable operational setpoints and HMI screen graphics needed c Data archiving and retrieval and report generation including any Owner reports to state agencies Alarm annunciation and acknowledgment, and an automated system to notify Owner's operations staff of alarm conditions that allows remote acknowledgment of alarms City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 3 October 21, 2021 G The SI will supply all equipment and services to ensure a complete and integrated SCADA communications, command, and control system-network 1 The Engineer recognizes that a single supplier may not manufacture all equipment specified, However, the SI shall supply all required equipment and services to complete the work (i e the system and network) and have it functioning properly 2 The SI shall ensure that the existing radio communications between the Magnolia and Bailey sites are operational and function as a reliable backup to the primary fiber network used for communications between the two locations 3 The SI will employ permanently adequate personnel to provide 24/7/365 support for the complete system and network This includes properly trained field technicians and technical support via remote communication H The SI will furnish and install labor and materials including all direct, indirect, overhead and profit costs 1 Provide all specified requirements, equipment, and services as listed in or intended by the Contract General and Supplementary Conditions, Technical Specifications and Appendices, as detailed in the Drawings or other addenda 2 Specifications herein intend to suggest the minimum requirements of the integrated SCADA communications, command, and control system network. Absence of any Engineer-specifics does not relieve the SI from supplying all hardware, software, devices, and support needed to accomplish the functional tasks implied by these specifications as a whole It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2 Provide the Engineer a written report of any conflict, error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work. J The SI will furnish a "no exception - no exclusion," one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete, functionally checked, and accepted by the Owner 2 The warranty period is beyond any "limited" warranty extended by manufacturers and/or suppliers on their packages or products City of Pearland Bailey WTP Improvements SCADA System Project No 7295A. 13320 - 4 October 21, 2021 1 2 RELATED SECTIONS A. Section 11261 — Packaged Chemical Feed Systems B Section 11900 — Packaged Aeralater System C Section 13100 r. Control Panels D Section 13320-A — Control Strategies E Section 13321 — Instrumentation and Sensing Devices F Section 13322 — Communications Devices G Section 13323 — PLC and RTU H Section 13324 — Human-Machine Interface System 1 3 SUBMITTALS A. Submit all product data according to the provisions within Section 01300 — Submittals for Engineer's review and approval B Documents must include detailed descriptions of systems, subsystems, and component operations Documents must verify complete integration of network equipment C Documents must include all schematics and wiring diagrams, loop controls and relay ladder logic, software programs, database and proprietary language formats, and manuals for integrated systems and components D Operation and Maintenance (O&M) manual documents must include all information described above O&M manuals will include all manufacturer and SI "As-Built" Drawings and schematics Interpret "As Built" to mean all changes made by the SI to the Engineer's Drawings and schematics 1 4 SYSTEM INTEGRATOR QUALIFICATIONS A. A single SI shall complete the work, as specified B Acceptable System Integrators 1 Prime Controls, Inc C On this project, the SI will employ full-time personnel, who 1 Are licensed and experienced in the engineering, design, installation, and deployment of equipment process control systems and SCADA systems 2 Are experienced in the project management, procurement, assembly, installation, development, calibration, programming, testing, servicing of process instrumentation and control systems, SCADA systems, and City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 5 October 21, 2021 related subsystems 3 Have successfully installed a minimum of five (5) projects of equal size and complexity within the past four (4) years using system's architecture similar to what the Engineer specifies for this project 4 The Engineer will not authorize the SI to use subcontractors or sub- contract employees to satisfy these conditions D The SI will provide a Project Manager with a minimum of ten (10) years' experience in design and construction of integrated SCADA systems in the water utility industry to evaluate and develop all technical reports, recommendations, and specifications required by the. project. E The SI will specify equipment, sizes, and quantities, which it proposes to use for the project 1 All computer and computer-related equipment will be compliant for date-based functionality 2 The Engineer requires a compliance certificate from the SI stating compliance with these requirements for each piece of equipment 3 SUch certification will accompany equipment submittals to the Engineer F The SI will provide a schedule of the warranties provided for work completed under this project 1 5 SYSTEM OVERVIEW A Engineering designs and specifications for the SCADA communications, command, and control system intend to monitor and manage process equipment common to the water utility industry 1 The SCADA system will monitor and/or control select operations and processes outlined herein and as shown on the P&ID Drawings 2 The SCADA system will alarm certain process and/or equipment conditions or malfunctions as defined in the P&ID Drawings 3 The SCADA system will startup and shutdown• certain equipment conditions as defined in the P&ID Drawings 4 Refer to the P&IDs of the Drawings B The SI will furnish and install all necessary devices, programming and communication's hardware and software needed for the DCS, each of the RTU sites, the PLC, and the HMI 1 The WTP has two (2) existing RTU devices The RTU devices are shown on the P&IDs the Drawings City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 6 October 21, 2021 a RTU-001 at the Magnolia site b RTU-002 at the Bailey site 2 The WTP will have one (1) new master PLC also referred to as the WTP Main PLC The SI will locate the WTP Main PLC in the Control Building electrical room as shown on the Drawings - 3 The WTP will have one (1) new HMI also referred to as the OIC The SI will locate the HMI, and any OIC peripherals as required by the Engineer in the Control Room inside the Control Building C The WTP's PLC will include monitoring and control signals to and from the following main process areas 1 Magnolia RTU (RTU-001), including but not limited to the following a Existing Magnolia well pump (P-01 100) b Existing Magnolia ground storage tank (T-01 100) c Proposed Magnolia transfer pumps (P-01 200 & P-01 300) 2 Bailey RTU (RTU-002), including but not limited to the following a Existing Bailey well pump (P-03 100) 'b Existing Bailey HSPS c Existing, Bailey ground storage tank (T-03 400) d Existing Bailey elevated storage tank (T-03 600) 3 Proposed Aeralater treatment system per Section 11900 4 Proposed packaged chemical feed systems per Section 11261, including the following a Sodium hypochlorite chemical feed systems, including bulk and day chemical storage b LAS chemical feed systems, including bulk chemical storage c Polyphosphate packaged chemical feed system, including bulk chemical storage d Corrosion inhibitor packaged chemical feed system, including bulk chemical storage 5 Proposed backwash detention pond 6 Proposed analytical instrumentation inside the Control Building lab 7 Proposed Lift Station PLC 1 6 SCADA SYSTEM ALLOWANCES A Separate from the SCADA infrastructure necessary for the proposed improvements project, the SI shall also prepare individual, separate budgetary estimates (to be included in the Bid Documents and represented by separate lump sum allowances on the Bid Form for the Contractor's reference) for the following items that the Owner may elect to incorporate/complete as part of City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 7 October 21, 2021 this project 1 The Owner is finalizing its preferred SCADA system operating platform (i e Wonderware, VTScada, Citect, etc ) for the overall water treatment infrastructure across the service area The SI shall provide a separate base budgetary proposal for the SCADA system operating platform (i e Wonderware), including complimentary budgetary estimates for a minimum of two (2) other operating platforms (i e VTScada, Citect, or other) that will adequately accommodate the proposed project SCADA requirements SI shall present the complimentary budgetary estimates as an addition or deduction from the base budgetary estimate 2 The Owner is currently under contract with the SI to provide various SCADA improvements for the Owner's water treatment infrastructure across the service area These efforts include replacement/upgrade of existing PLC hardware at various sites, including the Magnolia and Bailey sites (i e RTU-001 and RTU-002) that are included in the proposed project The SI shall prepare a separate budgetary proposal for replacement/upgrade of RTU-001 and RTU-002 a Hardware upgrades, including any new PLC enclosures, shall be consistent with the hardware specified in this Section and throughout Div 13 1 7 SCADA SYSTEM ALARMS A. The SCADA infrastructure and HMI shall exhibit all system equipment alarms 1 Alarm notification will include a description of the specific alarm location and condition 2 Owner-selected alarm signals must allow for notification of on-duty personnel via a remote access device (i e iPads, smartphones, remote work stations) Refer to Section 13322, Communication Devices 3 The alarm system will have suitable capacity to handle all designated alarm functions and an additional 50% for Owner-expansion 4 The alarm system is to contain an operator adjustable timer that automatically disables the remote notification system whenever the WTP operations staff chooses Initially, the alarm system is to be set up to dial-out alarms on a 24-hour per day, 7-day per week basis 5 After hours, the system will automatically engage and notify on-duty personnel in the event of an alarm 6 The alarm system is to contain options for manual adjusting automated periods such as holidays and emergencies PART 2 PRODUCTS Not Used City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 8 October 21, 2021 PART 3 EXECUTION 3 1 DEMONSTRATION TESTING A. Demonstrate a complete and satisfactory operating system for a period of two (2) consecutive weeks 1 A qualified systems technician is to be "on site" 5-days per week, 8- hours per day during demonstration testing 2 Demonstration time excludes travel to and from site 3 2 TRAINING A. Provide 40-hours of "on site" training for Owner's personnel Training is to encompass all system adjustments and protocol modifications made during demonstration testing 1 Training is independent of demonstration testing 2 A qualified systems technician is to be "on site" 5-days per week, 8- hours per day during training 3 Training time excludes travel to and from site B Training is to cover all functions for the operation and maintenance of the entire SCADA System 1 Schedule training at Owner's convenience after all operations and maintenance information described in Paragraph 1 3, Submittals is approved and in the Owner's possession 2 Do not conduct training until after Substantial Completion and subsequent acceptance of the work by the Owner 3 3 LONG-TERM FOLLOW-UP TRAINING AND ADJUSTMENTS A. Following Owner acceptance of the work, the SI is to return to the site for 1- day per month over the next six (6) consecutive months 1 Scheduling will be at the Owner's convenience, or request 2 Training and adjustment time excludes travel to and from site B Visits are to provide any necessary or wanted follow-up training, equipment adjustments, and/or programming modifications C Follow-up visits are beyond any other specific requests made by. the Owner during the warranty period END OF SECTION City of Pearland Bailey WTP Improvements SCADA System Project No 7295A 13320 - 9 October 21, 2021 SECTION 13320-A APPENDIX "A" SCADA SYSTEM CONTROL STRATEGIES PART 1 GENERAL 1 1 SUMMARY A To the extent possible, the General Contractor (Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC)-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following Division 13 specification sections 1 13100 — Control Panels 2 13320 SCADA System 3 13320-A — Control Strategies 4 13321 — Instrumentation and Sensing Devices 5 13322 — Communication Devices 6 13323 — PLC-RTU 7 13324 — Human-Machine Interface B The following section provides general control strategies for the process systems at the proposed water treatment plant This appendix to Section 13320 is not intended to be all inclusive, rather, it is intended to provide an overview of the control strategies that are proposed for the new Water Treatment Plant 1 2 RELATED SECTIONS A. Section 11261 — Packaged Chemical Feed Systems B Section 11900 — Packaged Aeralater System C Section 13320 — SCADA System D Section 13321 — Instrumentation and Sensing Devices E Section 13322 — Communications Devices F Section 13323 — PLC and RTU G Section 13324 — Human-Machine Interface System H Equipment Specifications - Review all individual sections, including equipment packages (by other vendors), and verify all interactive protocols City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-1 October 21, 2021 PART 2 CONTROL DESCRIPTIONS 2 1 PROCESS AREA 01 — MAGNOLIA SITE A Existing Magnolia Well Pump (P-01 100) 1 The existing stand alone pump control panel shall be replaced, and a new soft starter for the well pump shall be integrated into the new motor control center (MCC) to be installed inside the Transfer Pump Station Building Input/Output (I/O) control signals for the well pump shall be run between the existing RTU (RTU-001) and the MCC to allow for control of the well pump via the WTP Main PLC and Human- Machine Interface (HMI) computer at the Bailey site as follows a A Hand-Off-Auto (HOA) switch (ZS-01 100) shall allow for local or remote control of the pump When ZS-01 100 is in Hand mode, the pump shall be started or stopped locally via a hand switch (HS-01 100) When ZS-01 100 is in Auto, the pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI Whether in Hand or Auto, the SCADA system shall track the runtime of the well pump and allow operators to view the runtime on the HMI • Runtime shall consist of two values total runtime, and current runtime since last being started A manual reset button on the HMI shall allow operators to reset either runtime value and the HMI shall prompt operators to confirm (i e yes or no) that a reset is desired after the reset button has been selected to minimize an accidental reset b The pump run status (YL-01 100) shall be displayed locally on the MCC via an indicator light and on the HMI (i e well pump graphic shall display green for running or red for stopped) c The pump soft starter shall be equipped with solid state fault indication (YA-01 100) If a fault occurs, an indicator light shall be illuminated on the MCC and an alarm shall be displayed on the HMI 2 Flow from the well pump shall be measured via an existing flow meter (FE-01 101) and displayed locally via the existing wall-mounted flow indicating transmitter (FIT-01 101), as well as monitored and displayed remotely on the HMI a If FIT-01 101 does not register flow 5 seconds (flow delay time) after the well pump has been started, a flow alarm low (FAL) alarm shall be displayed on the HMI and the well pump shall be automatically stopped A. restart of the well pump City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-2 October 21, 2021 shall be permitted either locally or remotely only after the FAL alarm has been acknowledged by operations staff The flow delay time setpoint shall be operator adjustable from the HMI with an allowable range of 5- 10 seconds B Existing Magnolia Ground Storage Tank (T-01 100) 1 The existing ground storage tank (GST) shall be equipped with a new ultrasonic level sensor (LE-01 102) and level indicating transmitter (LIT-01 102) to display and monitor the level both locally and remotely on the HMI a In addition to displaying and monitoring level, the level measurement from the GST shall be used to provide various alarms and interlock signals as follows If the GST level rises to 25 feet, a level alarm high (LAH) alarm shall be displayed on the HMI • The LAH alarm setpoint shall be operator adjustable from the HMI with an allowable range of 23-27 feet ii If the GST level rises to 29 5 feet, a level alarm high- high (LAHH) alarm shall be displayed on the HMI and send an interlock signal to the Magnolia Well Pump (P- 01 100), triggering a shutdown of the pump A restart of the well pump shall be permitted either locally or remotely only after the LAHH alarm has been acknowledged and the level drops below the LAH alarm setpoint • The SI shall confirm the LAHH alarm setpoint by determining at what level water begins to overflow from the existing GST The SI shall notify the Engineer of the LAHH alarm setpoint iii If the level in the tank drops below 7 feet, a level alarm low (LAL) alarm shall be displayed on the HMI • The LAL alarm setpoint shall be operator adjustable from the HMI with an allowable range of 7-10 feet iv If the level in the tank drops below 5 feet, a low level cut off (LLCO) alarm shall be displayed on the HMI and send an interlock signal to the Magnolia Transfer Pumps (P-01 200 and P-01 300), triggering a shutdown of whichever transfer pump is running A restart of one (1) of the transfer pumps shall be permitted either locally or remotely only after the LLCO City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-3 October 21, 2021 alarm has been acknowledged and the level in the tank has climbed above the LAL alarm setpoint • The LLCO alarm setpoint shall be operator adjustable from the HMI with an allowable range of 4-6 feet C Proposed Magnolia Transfer Pumps (P-01 200 and P-01 300) 1 Two (2) new transfer pumps shall be installed inside the Magnolia Transfer Pump Station (TPS) Building Soft starters for the transfer pumps shall be integrated into the new MCC to be installed inside the Transfer Pump Station Building I/O control signals for the transfer pumps shall be run between the existing Magnolia site RTU-001 and the MCC to allow for control and monitoring of the transfer pumps via the WTP Main PLC and HMI computer at the Bailey site as follows a A HOA switch (ZS-01 200 and ZS-01 300) shall allow for local or remote control of either pump When ZS-01 200 or ZS- 01 300 are in Hand mode, either pump shall be started or stopped locally via a hand switch (HS-01 200 or HS-01 300) When ZS-01 200 or ZS-01 300 are in Auto, either pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI When ZS-01 200 or ZS-01 300 are in Auto, only one (1) of the two pumps shall be permitted to run at a given time ii Whether in Hand or Auto, the SCADA system shall track the runtime of each pump and allow operators to view the runtime for either on the HMI • Runtime shall consist of two values total runtime, and current runtime since last being started A manual reset button on the HMI shall allow operators to reset either runtime value and the HMI shall prompt operators to confirm (I e yes or no) that a reset is desired after the reset button has been selected to minimize an accidental reset b The pump run status shall be displayed locally on the MCC via an indicator light and on the HMI (i e transfer pump graphic shall display green for running or red for stopped) c The pumps shall be equipped with motor thermal overload protection If a thermal overload condition exists on either pump, an indicator light shall be illuminated on the MCC and an alarm shall be displayed on the HMI City of Pearland Bailey WTP Improvements SCADA System Control Strategies' Project No 7295A 13320-A-4 October 21, 2021 d The pump soft starters shall be equipped with solid state fault indication If a fault occurs on either pump, an indicator light shall be illuminated on the MCC and an alarm shall be displayed on the HMI e The discharge pressure from either transfer pump shall be displayed and monitored via the pressure indicating transmitters (PIT-01 202 and PIT-01 302) that shall be installed on the discharge piping If the discharge pressure reaches a pressure alarm high (PAH) setpoint and remains at or above the setpoint for more than 5 seconds, a dead-head condition may existing and a PAH alarm shall be displayed on the HMI and provide an interlock, signal to automatically shutdown the corresponding transfer pump A restart of one (1) of the transfer pumps shall be permitted either locally or remotely after the PAH alarm has been acknowledged and the discharge pressure has dropped below the PAH setpoint The duration before a PAH alarm is triggered shall be operator adjustable from the HMI with an allowable range of 5-10 seconds ii The SI shall coordinate with the Engineer to determine the PAH setpoint based on the pump vendor submittal documentation (i e pump curve and shutoff head) f Per Section 11900 — Packaged Aeralater System, alarm conditions may exist and be generated from the Master Aeralater PLC that shall result in an interlock signal being generated from the WTP Main PLC to stop whichever transfer pump is in operation Only after the alarm condition(s) have been acknowledged and the alarm parameter(s) return to normal operating setpoint(s) shall a restart of one (1) of the transfer pumps be permitted Similarly, the general status of the Aeralater system may prohibit operation of either transfer pump until the Aeralater system is in standby Refer to Section 11900 for the control strategy associated with the packaged Aeralater system 2 2 PROCESS AREA 02 — MAGNOLIA TRANSMISSION PIPELINE A. The transmission pipeline does not have any instrumentation or controls that require integration into the SCADA system 2 3 PROCESS AREA 03 — BAILEY SITE A Existing Bailey Well pump (P-03 100) 1 The existing pump control panel is tied into the existing MCC and RTU (RTU-002) inside the Bailey High Service Pump Station (HSPS) building I/O control signals for the well pump are routed through the existing RTU-002 and the Bailey HSPS MCC Integration of RTU-002 into the overall WTP SCADA network shall allow for control of the well City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-5 October 21, 2021 pump via the WTP Main PLC and HMI computer at the Bailey site The I/O for the well pump is based on record drawings from when the well pump was installed The SI shall confirm the I/O capabilities listed below, which shall be integrated into the SCADA system, and notify the Engineer of discrepancies that are identified in the field a A HOA switch (ZS-03 100) shall allow for local or remote control of the pump When ZS-03 100 is in Hand mode, the pump shall be started or stopped locally via a hand switch (HS- 03 100) When ZS-03 100 is in Auto, the pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI Whether in Hand or Auto, the SCADA system shall track the runtime of the well pump and allow operators to view the runtime on the HMI • Runtime shall consist of two values total runtime, and current runtime since last being started A manual reset button on the HMI shall allow operators to reset either runtime value and the HMI shall prompt operators to confirm (i e yes or no) that a reset is desired after the reset button has been selected to minimize an accidental reset b The pump run status (YL-03 100) shall be displayed locally on the pump control panel via an indicator light and on the HMI (i e well pump graphic shall display green for running or red for stopped) c The pump motor starter is equipped with fault indication If a fault occurs, an indicator light shall be illuminated on RTU-002 and an alarm shall be displayed on the HMI If a motor starter fault occurs, the WTP Main PLC shall send an interlock signal to the Master Aeralater PLC, preventing the 17 ft — 3 inch Aeralaters from operating until the alarm has been acknowledged and the well pump is successfully restarted d The pump is equipped with a "fail to prime" alarm If the pump fails to prime, an indicator light shall be illuminated on the MCC and an alarm shall be displayed on the HMI If the pump fails to prime, the WTP Main PLC shall send an interlock signal to the Master Aeralater PLC, preventing the 17 ft — 3 inch Aeralaters from operating until the alarm has been acknowledged and the well pump is successfully restarted City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-6 October 21, 2021 e The pump control panel is equipped with a pressure switch (PS-03 101) that shall automatically stop the well pump if a high pressure (i e dead head) condition exists If PS-03 101 is triggered, an existing indicator light on the pump control panel shall be illuminated and a high pressure alarm shall be displayed on the HMI ii The SI shall notify the Engineer of the current PS- 03 101 setpoint 2 Flow from the well pump shall be measured via an existing flow meter (FE-03 102) and shall be monitored and displayed remotely on the HMI B Proposed 14 ft — 9 Inch Diameter Aeralaters (T-03 150 and T-03 200) 1 Groundwater from the Magnolia TPS is pumped through a 12-inch transmission pipeline Once at the Bailey site, the pressure shall be reduced via an 8" pressure reducing valve(PRV-03 050) PRV-03 050 regulates the downstream delivery pressure of the groundwater that supplies the two (2), 14 ft 9 inch Aeralaters In addition, the upstream pressure on the inlet side of PRV-03 050 provides backpressure for the transmission system a The SI shall coordinate with the Contractor to set PRV-03 050 with an initial setpoint of 15 psig per the downstream pressure gauge (PI-03 052) when testing of the 14 ft — 9 inch Aeralaters is coordinated and performed with the Aeralater equipment vendor The SI and Contractor shall notify the Engineer of the final setpoint pressure, which shall be adjusted during testing of the Aeralaters to ensure adequate delivery pressure is provided 2 Control of the two (2), 14 ft — 9 inch Aeralaters shall be through the vendor-supplied Master Aeralater PLC The Master Aeralater PLC shall be integrated into the SCADA system such that I/O signals and alarms from the Master Aeralater PLC are integrated through the WTP Main PLC For example, alarm conditions may exist and be generated from the Master Aeralater PLC that shall result in an interlock signal being generated from the WTP Main PLC to stop whichever Magnolia transfer pump (P-01 200 or P-01 300) is in operation Only after the alarm condition(s) have been acknowledged and the alarm parameter(s) return to normal operating setpoint(s) shall a restart of one (1) of the transfer pumps be permitted Similarly, the general status of the Aeralater system may prohibit operation of either transfer pump until the Aeralater system is in standby In addition, the Master Aeralater PLC enclosure will have an integral operator interface terminal (OIT) to allow for local control of any of .the Aeralater units This OIT shall be mirrored onto the HMI in the control room to allow for remote control of the Aeralater units from the HMI Refer to City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-7 October 21, 2021 Section 11900 — Packaged Aeralater System for the control strategy 3 The SI shall coordinate with the packaged Aeralater system vendor to ensure all I/O and control capabilities are integrated into the SCADA system to allow for a complete and operable system The Contractor has overall responsibility C Proposed 17 ft — 3 Inch Diameter Aeralaters (T-03 250, T-03 300, and T- 03 350) 1 Control of the three (3), 17 ft — 3 inch Aeralaters shall be through the vendor-supplied Master Aeralater PLC The Master Aeralater PLC shall be integrated into the SCADA system such that I/O signals and alarms from the Master Aeralater PLC are integrated through the WTP Main PLC For example, alarm conditions may exist and be generated from the Master Aeralater PLC that shall result in an interlock signal being generated from the WTP Main PLC to stop the Bailey Well Pump Only after the alarm condition(s) have been acknowledged and the alarm parameter(s) return to normal operating setpoint(s) shall a restart of the Bailey Well Pump be permitted Similarly, the general status of the Aeralater system may prohibit operation of the Bailey Well pump until the Aeralater system is in standby In addition, the Master Aeralater PLC enclosure will have an integral operator OIT to allow for local control of any of the Aeralater units This OIT shall be mirrored onto the HMI in the control room to allow for remote control of the Aeralater units from the HMI Refer to Section 11900 — Packaged Aeralater System for the control strategy 2 The SI shall coordinate with the packaged Aeralater system vendor to ensure all I/O and control capabilities are integrated into the SCADA system to allow for a complete and operable system The Contractor has overall responsibility D Existing Bailey 1 0-million gallon (MG) Ground Storage Tank (T-03 400) 1 Groundwater entering the GST shall be dosed with Liquid Ammonium Sulfate (LAS) via an in-line static mixer (MXR-03 400) Refer to the LAS chemical feed system control strategies in Part 2 4 of this specification Section 2 The existing GST has an existing ultrasonic level sensor (LE-03 401,) and level indicating transmitter (LIT-03 401) that should be tied into the existing RTU-002 The I/O for the level transmitter shall be integrated into the WTP Main PLC to display and monitor the level both locally and remotely on the HMI a In addition to displaying and monitoring level, the level measurement from the GST shall be used to provide various alarms on the HMI and interlock signals as follows If the GST level rises to 22 feet, a LAH alarm shall be displayed on the HMI City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-8 October 21, 2021 • The LAH alarm setpoint shall be operator adjustable from the HMI with an allowable range of 20-22 5 feet ii If the GST level rises to 23 5 feet, a LAHH alarm shall be displayed on the. HMI and send an interlock signal to the Master Aeralater PLC (P-01 100), triggering a shutdown of Aeralater system A restart, of the Aeralater system shall be permitted either locally or remotely only after the LAHH alarm has been acknowledged and the level drops below the LAH alarm setpoint iii If the level in the tank drops below 7 feet, a LAL alarm shall be displayed on the HMI • The LAL alarm setpoint shall be operator adjustable from the HMI with an allowable range of 7-10 feet iv If the level in the tank drops below 5 feet, a LLCO alarm shall be displayed on the HMI and send an interlock signal to RTU-002, triggering a shutdown of the Bailey high service pumps that are running A restart of the high service pump(s) shall be permitted either locally or remotely only after the LLCO alarm has been acknowledged and the level in the tank has climbed above the LAL alarm setpoint • The LLCO alarm setpoint shall be operator adjustable from the HMI with an allowable range of 4-6 feet 3 The existing GST has an existing tank mixer (MXR-03 302) and local control panel that is integrated into RTU-002 MXR-03 302 is equipped with the following capabilities and alarms that shall be integrated into the WTP Main PLC and HMI computer at the Bailey site a A Hand-off-Remote (HOR) switch (ZS-03 402) shall allow for local or remote control of the mixer When ZS-03 402 is in Hand mode, the mixer shall be started or stopped locally via a hand switch (HS-03 402) When ZS-03 402 is in Remote, the mixer shall be capable of being started or stopped remotely through the SCADA system The HOR switch position shall be displayed on the HMI The mixer motor is equipped with various safety features (i e motor thermal overload protection, motor current protection, VFD fault protection, phase loss, motor low power, etc ) that can trigger a fault condition on the mixer local control panel If a fault condition exists, a general fault alarm shall be displayed on the HMI. Only after the fault condition City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-9 October 21, 2021 has been acknowledged and returned to normal operating conditions shall a restart of the mixer be permitted either locally or remotely ii The mixer is equipped with a variable frequency drive (VFD), which allows for speed indication and control (SIC) either locally or remotely The speed indication shall be displayed on the HMI for both local or remote operation The speed control setpoint shall be preset in accordance with the mixer manufacturer's recommendation • The SI shall coordinate with the mixer manufacturer to establish the speed control setpoint and notify the Engineer of the setpoint iii The mixer run status (YL-03 402) shall be displayed locally on the local control panel via an indicator light and on the HMI (i e mixer graphic shall display green for running or red for stopped) 4 The GST hatch is equipped with an existing door switch that is integrated into RTU-002 If the door hatch is open, an alarm shall be displayed on the HMI notifying operators that the hatch is open 5 Groundwater exiting the GST can be dosed with sodium hypochiorite (Na0CI) and LAS via an in-line static mixer (MXR-03 401) Refer to the LAS and Na0Cl chemical feed system control strategies in Part 2 4 of this specification Section E Existing Bailey High Service Pumps (P-03 450, P-03 500, and P-03 550) 1 Three (3) existing high service pumps are located inside the Bailey HSPS Building The switchgear for each pump is installed in the Bailey HSPS MCC and the controls for each pump are tied into RTU-002 I/O control signals for the high service pumps shall be integrated into the SCADA system to allow for control and monitoring of the pumps via the WTP Main PLC and HMI computer at the Bailey site as follows a, A HOA switch (ZS-03 450, ZS-03 500, and ZS-03 550) shall allow for local or remote control of the pumps When ZS- 03 450, ZS-03 500, or ZS-03 550 are in Hand mode, the pumps shall be started or stopped locally via a hand switch (HS-03 450, HS-03 500, or HS-03 550) When ZS-03 450, ZS-03 500, or ZS-03 550 are in Auto, the pumps shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI Whether in Hand or Auto, the SCADA system shall track the runtime of each pump and allow operators to view the runtime for the pumps on the HMI City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-10 October 21, 2021 • Runtime shall consist of two values total runtime, and current runtime since last being started A manual reset button on the HMI shall allow operators to reset either runtime value and the HMI shall prompt operators to confirm (i e yes or no) that a reset is desired after the reset button has been selected to minimize an accidental reset b The pump run status shall be displayed locally on the MCC via an indicator light and on the HMI (i e high service pump graphic shall display green for running or red for stopped) C The pumps are equipped with VFDs and shall allow for speed indication and control (SIC) either locally or remotely The speed shall be displayed on the HMI for both local or remote operation The VFDs are equipped with over temperature protection If an over temperature condition exists on any of the pump VFDs, the corresponding pump will shutdown and an indicator light shall be illuminated on the MCC and an alarm shall be displayed on the HMI ii A VFDs are equipped with fault indication If a VFD fault condition exists, the corresponding pump will shutdown and an indicator light shall be illuminated on the MCC and an alarm shall be displayed on the HMI If an over temperature or VFD fault causes a high service pump to shutdown and no other high service pumps are running, an interlock signal shall be generated to automatically stop the corresponding Na0CI, LAS, Polyphosphate (POLY), and Corrosion Inhibitor (CI) chemical feed pumps that supply chemicals to the in-lint static mixers (MXR-03 401 and MXR-03 402) upstream or downstream of the HSPS An alarm shall be displayed on the HMI notifying operators that the chemical, feed pump(s) have been stopped Only after the over temperature or VFD fault alarm condition has been acknowledged on the HMI shall a restart of the corresponding NaOCI, LAS, POLY, and CI chemical feed pumps be permitted • If none of the high service pumps are running after all alarm conditions have been acknowledged, a confirmation window shall be displayed, requiring operators to confirm an attempted restart any of the NaOCI, LAS, POLY, and CI chemical feed pumps to MXR- 03 401 and MXR-03 402 to minimize the chance of over-feeding chemicals without a high service pump running City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-11 October 21, 2021 • If at least one (1) high service pump is not running within 5 minutes of a confirmed restart of any of the NaOCI, LAS, POLY, and CI chemical feed pumps, the corresponding chemical feed pump shall automatically be shutdown and an alarm condition shall be displayed on the HMI (notifying that the pump(s) have been stopped), requiring operators to acknowledge and confirm the alarm condition before attempting to restart the chemical feed pump(s) 2 Groundwater entering the distribution system from the HSPS can be dosed with POLY or CI via an in-line static mixer (MXR-03 402) that is downstream of the high service pumps Refer to the Poly and CI chemical feed systems control strategies in Part 2 4 of this specification Section 3 Flow from the high service pumps shall be measured via a proposed magnetic flow meter (FE-03 450) and displayed locally via a flow indicating transmitter (FIT-03 450), as well as monitored and displayed remotely on the HMI a If none of the pumps are operating and any one of the pumps are started, that pump shall be stopped automatically if FIT- 03 450 does not register flow 5 seconds (flow delay time) after starting the pump and a FAL alarm shall be displayed on the HMI A restart of the high service pump shall be permitted either locally or remotely only after the FAL alarm has been acknowledged by operations staff The flow delay time setpoint shall be operator adjustable from the HMI with an allowable range of 5- 10 seconds ii If a FAL alarm condition triggers a shutdown of a high service pump and no high service pumps are running, an interlock signal shall be generated to automatically stop the corresponding NaOCI, LAS, Poly, and CI chemical feed pumps that supply chemicals to MXR- 03 401 and MXR-03 402 An alarm shall be displayed on the HMI notifying operators that the chemical feed pump(s) have been stopped Only after the FAL alarm condition has been acknowledged on the HMI shall a restart of the corresponding NaOCI, LAS, Poly, and CI chemical feed pumps be permitted • If none of the high service pumps are running after the FAL alarm condition has been acknowledged, a confirmation window shall be displayed, requiring operators to confirm an attempted restart any of the NaOCI, LAS, POLY, and CI chemical feed pumps to MXR- City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-12 October 21, 2021 03 401 and MXR-03 402 to minimize the chance of over-feeding chemicals without a high service pump running • If at least one (1) high service pump is not running within 5 minutes of a confirmed restart of any of the Na0CI, LAS, POLY, and CI chemical feed pumps, the corresponding chemical feed pump shall automatically be shutdown and an alarm condition shall be displayed on the HMI (notifying that the pump(s) have been stopped), requiring operators to acknowledge and confirm the alarm condition before attempting to restart the chemical feed pump(s) F Existing Elevated Storage Tank (T-03 600) 1 The elevated storage tank (EST) provides head pressure and additional storage for the distribution system All instrumentation and SCADA controls associated with the EST should be tied into RTU-002 and shall be integrated into the SCADA system to allow for control and monitoring of the pumps via the WTP Main PLC and HMI computer at the Bailey site as follows a Distribution system pressure is displayed locally via an existing PIT (PIT-03 602) and shall also be displayed and monitored on the HMI b An existing PS (PS-03 603) provides a pressure alarm low (PAL) alarm if the distribution system pressure drops below a preset setpoint If a PAL alarm condition is present, an alarm shall be displayed on the HMI The SI shall notify the Engineer of the current PAL setpoint for PS-03 603 and adjust accordingly if instructed to do so by the Engineer c A second existing PS (PS-03 604) provides a pressure alarm high (PAH) alarm if the distribution system pressure climbs above a preset setpoint If a PAL alarm condition is present, an alarm shall be displayed on the HMI The SI shall notify the Engineer of the current PAH setpoint for PS-03 604 and adjust accordingly if instructed to do so by the Engineer G Proposed Emergency Backup Generator 1 The proposed backup generator shall be integrated into the WTP Main PLC via an Ethernet connection to monitor and provide notification on the HMI in the control room for the following signals, at minimum City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-13 October 21, 2021 a Automatic transfer switch position b Generator overcrank c Generator running d Generator fail to start e Generator low oil level f Generator highwater temperature g Low fuel pressure h Generator remote start circuit integrity failure 2 4 PROCESS AREA 04 — CHEMICAL SYSTEMS A PROPOSED SODIUM HYPOCHLORITE (NaOCI) SYSTEM 1 The bulk NaOCI storage tank (T-04 100) shall contain a level sensor and transmitter (LT-04 101) that serves to provide information to operators on the level in the tank. a LT-04 101 shall be integrated into the SCADA system through the WTP Main PLC and the level shall be displayed on the HMI in the control room If a high level condition exists, a LAH alarm shall be displayed on the HMI to notify operators • The SI shall coordinate with the Engineer to establish a setpoint for the LAH alarm after the bulk tank has been installed by the Contractor ii If the level in the tank drops below 1 foot, a LAL alarm shall be displayed on the HMI to notify operators • The LAL alarm setpoint shall be operator adjustable with a range of 0 5 to 1 5 feet 2 The day NaOCI storage tank (T-04 150) shall contain a level sensor and transmitter (LT-04 151) that serves to provide information to operators on the level in the tank via the HMI, as well as to help minimize the potential for over-feeding of NaOCI into the treatment system a If a high level condition exists, a LAH alarm shall be displayed on the HMI to notify operators The SI shall coordinate with the Engineer to establish a setpoint for the LAH alarm after the day tank has been installed by the Contractor b If the level in the tank drops below 2 foot, a LAL alarm shall be displayed on the HMI to notify operators The LAL alarm setpoint shall be operator adjustable with a range of 1 5 to 2 0 feet City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-14 October 21, 2021 c If the level in the tank drops below 0 5 foot, a LLCO alarm shall be displayed on the ,HMI to notify operators and send an interlock signal to all of the Na0CI chemical feed systems to stop the chemical feed pumps A restart of the chemical feed pumps shall be permitted after the LLCO alarm has been acknowledged and the level in the tank has exceeded the LAL The LLCO alarm setpoint shall be operator adjustable with a range of 0 5 to 1 0 feet d If the level in the tank drops by more than 0 15 feet over a 30 minute period, an alarm condition shall be displayed on the HMI to notify operators of a potential over-feed condition The rate of the tank level change shall continuously be recalculated every 30 minutes 3 Two (2) NaOCI chemical feed pumps (P-04 200 and P-04 250) shall be used to supply NaOCI to the two (2), 14 ft — 9 inch diameter Aeralater units (one pump per Aeralater) These pumps shall be controlled through the SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control capabilities from the local control panel shall be displayed and available on the HMI in the control room The I/O and control capabilities for each pump shall include the following a A HOA switch shall allow for local or remote, control of each pump When the HOA switch is in Hand mode, either pump shall be started or stopped locally via a hand switch When the HOA switch is in Auto, either pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI b The pump run status shall be displayed locally on the pump control panel via an indicator light and on the HMI (i e well pump graphic shall display green for running or red for stopped) c The pumps shall be equipped with SICs that can be adjusted locally or remotely When the HOA switch is in Hand mode, the speed setpoint shall be operator adjustable from 0-100% The speed shall be displayed on the HMI ii When the HOA switch is in Auto mode, the speed control shall be automatically adjusted based on a flow paced signal from Master Aeralater PLC Refer to specification Section 11900 — Packaged Aeralater System City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-15 October 21, 2021 d Each pump shall be equipped with an integral leak detection system If a leak is detected on either pump, an alarm condition shall be displayed on the HMI and the corresponding pump shall be automatically stopped Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted e The pumps shall be equipped with an integral pump alarm that shall automatically stops a pump and, display the alarm on the HMI if an alarm condition exists Only, after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted f The pump discharges shall also be equipped with a pressure switch (PS-04 203 and PS-04 253) to automatically stop a pump if the discharge pressure exceeds a preset setpoint A corresponding PAH alarm shall be displayed on the HMI and a restart of the pump shall only be permitted after the alarm has been acknowledged and the operating condition has returned to normal g Per Section 11900 — Packaged Aeralater System, alarm conditions may exist and be generated from the Master Aeralater PLC that shall result in an interlock signal being generated from the WTP Main PLC to stop whichever NaOCI feed pump is in operation Only after the alarm condition(s) have been acknowledged and the alarm parameter(s) return to normal,operating setpoint(s) shall a restart of the NaOCI pumps be permitted Similarly, the general status of the Aeralater system may prohibit operation of either NaOCI pump until the Aeralater system is in standby Refer to Section 11900 for the control strategy associated with the packaged Aeralater system 4 Three (3) NaOCI chemical feed pumps (P-04 300, P-04 350, and P- 04 400) shall be used to supply NaOCI to the three (3), 17 ft — 3 inch diameter Aeralater units (one pump per Aeralater) These pumps shall be controlled through the SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control capabilities from the local control panel shall be displayed and available on the HMI in the control room The I/O and control capabilities for each pump shall be analogous to those listed for P-03 200 and P-04 250 for the 14 ft — 9 inch Aeralaters 5 One (1) NaOCI chemical feed pump (P-04 450) shall be used to supply NaOCI to MXR-03 401 that is located between the Bailey 1 0 MG GST and the Bailey HSPS This pump shall be controlled through the SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control capabilities from the local control panel shall be displayed and available on the HMI in the control room The I/O and control capabilities for the pump shall be as follows City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-16 October 21, 2021 a A HOA switch shall allow for local or remote control of the pump When the HOA switch is in Hand mode, the pump shall be started or stopped locally via a hand switch When the HOA switch is in Auto, the pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI b The pump run status shall be displayed locally on the pump control panel via an indicator light and on the HMI (i e well pump graphic shall display green for running or red for stopped) c The pump shall be equipped with, a SIC that can be adjusted locally or remotely When the HOA switch is in Hand mode, the speed setpoint shall be operator adjustable from 0-100% The speed shall be displayed on the HMI ii When the HOA switch is in Auto mode, the speed control shall be automatically adjusted based on a flow paced signal that accounts for the following • An operator-selectable NaOCI dose (mg/L) between 0 5 to '2 5 mg/L. • An operator-adjustable concentration and specific gravity for Na0Cl • The measured flow rate from FIT-03 450 (magnetic flow meter located downstream of the Bailey HSPS) d The pump shall be equipped with an integral leak detection system If a leak is detected on the pump, an alarm condition shall be displayed on the HMI and the pump shall be automatically stopped Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted e The pump shall be equipped with an integral pump alarm that shall automatically stops the pump and display the alarm on the HMI if an alarm condition exists Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted f The pump discharge shall also be equipped with a pressure switch (PS-04 453) to automatically stop 'the pump if the discharge pressure exceeds a preset setpoint A corresponding PAH alarm shall be displayed on the HMI and a restart of the pump shall only be permitted after the alarm has been acknowledged and the operating condition has returned to normal City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-17 October 21, 2021 g Additional interlock signals shall be integrated into the control of P-04 450 per Part 2 3 E of this Section B PROPOSED LIQUID AMMONIUM SULFATE (LAS) SYSTEM 1 The bulk LAS storage tank (T-04 500) shall contain a level sensor and transmitter (LT-04 501) that serves to provide information to operators on the level in the tank via the HMI, as well as to help minimize the potential for over-feeding of LAS into the treatment system a If a high level condition exists, a LAH alarm shall be displayed on the HMI to notify operators The SI shall coordinate with the Engineer to establish a setpoint for the LAH alarm after the bulk tank has been installed by the Contractor b If the level in the tank drops below 1 foot, a LAL alarm shall be displayed on the HMI to notify operators The LAL alarm setpoint shall be operator adjustable with a range of 1 0 to 1 5 feet c If the level in the tank drops below 0 5 foot, a LLCO alarm shall be displayed on the HMI to notify operators and send an interlock signal to all of the LAS chemical feed systems to stop the chemical feed pumps A restart of the chemical feed pumps shall be permitted after the LLCO alarm has been acknowledged and the level in the tank has exceeded the LAL The LLCO alarm setpoint shall be operator adjustable with a range of 0 5 to 1 0 feet ii If the level in the tank drops by more than 0 15 feet over a 30 minute period, an alarm condition shall be displayed on the HMI to notify operators of a potential over-feed condition • The rate of the tank level change shall continuously be recalculated every 30 minutes 2 One (1) LAS chemical feed pump (P-04 550) shall be used to supply LAS to MXR-03 400 that is located upstream of the Bailey 1 0 MG GST This pump shall be controlled through the SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control capabilities from the local control panel shall be displayed and available on the HMI in the control room The I/O and control capabilities for the pump shall be as follows a A HOA switch shall allow for local or remote control of the pump When the HOA switch is in Hand mode, the pump shall be started or stopped locally via a hand switch When the HOA switch is in Auto, the pump shall be capable of being City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-18 October 21, 2021 started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI b The pump run status shall be displayed locally on the pump control panel via an indicator light and on the HMI (i e. well pump graphic shall display green for running or red for stopped) c The pump shall be equipped with a SIC that can be adjusted locally or remotely When the HOA switch is in Hand mode, the speed setpoint shall be operator adjustable from 0-100% The speed shall be displayed on the HMI ii When the HOA switch is in Auto mode, the speed control shall be automatically adjusted based on a flow paced signal that accounts for the following • An operator-selectable LAS dose (mg/L) between 2 0 to 4 0 mg/L. • An operator-adjustable concentration and specific gravity for LAS • A summation of all five of the Aeralater influent flow meter readings (FIT-03 150, FIT-03 200, FIT-03 250, FIT-03 300, and FIT-03 350) d The pump shall be equipped with an integral leak detection system If a leak is detected on the pump, an alarm condition shall be displayed on the HMI and the pump shall be automatically stopped Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted e The pump shall be equipped with an integral pump alarm that shall automatically stops the pump and display the alarm on the HMI if an alarm condition exists Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted f The pump discharge shall also be equipped with a pressure switch (PS-04 553) to automatically stop the pump if the discharge pressure exceeds a preset setpoint A corresponding PAH alarm shall be displayed on the HMI and a restart of the pump shall only be permitted after the alarm has been acknowledged and the operating condition has returned to normal 3 One (1) LAS chemical feed pump (P-04 600) shall be used to supply LAS to MXR-03 401 that is located between the Bailey 1 0 MG GST and the Bailey HSPS This pump shall be controlled through the City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-19 October 21, 2021 SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control, capabilities from the local control panel shall be displayed and available on the HMI in the control room The I/O and control capabilities for the pump shall analogous to P- 04 550 with the following exceptions a When the HOA switch is in Auto mode, the speed control shall be automatically adjusted based on a flow paced signal that accounts for the following An operator-selectable LAS dose (mg/L) between 0 25 to 2 5 mg/L ii An operator-adjustable concentration and specific gravity for LAS iii The measured flow rate from FIT-03 450 (magnetic flow meter located downstream of the Bailey HSPS) b Additional interlock signals shall be integrated into the control of P-04 600 per Part 2 3 E of this Section C PROPOSED POLYPHOSPHATE (POLY) SYSTEM 1 The bulk POLY storage tank (T-04 700) shall contain a level sensor and transmitter (LT-04 701) that serves to provide information to operators on the level in the tank via the HMI, as well as to help minimize the potential for over-feeding of POLY into the treatment system a If a high level condition exists, a LAH alarm shall be displayed on the HMI to notify operators The SI shall coordinate with the Engineer to establish a setpoint for the LAH alarm after the bulk tank has been installed by the Contractor b If the level in the tank drops below 1 foot, a LAL alarm shall be displayed on the HMI to notify operators The LAL alarm setpoint shall be operator adjustable with a range of 1 0 to 1 5 feet c If the level in the tank drops below 0 5 foot, a LLCO alarm shall be displayed on the HMI to notify operators and send an interlock signal to the POLY chemical feed system to stop the chemical feed pump A restart of the chemical feed pump shall be permitted after the LLCO alarm has been acknowledged and the level in the tank has exceeded the LAL. ,The LLCO alarm setpoint shall be operator adjustable with a range of 0 5 to 1 0 feet City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-20 October 21, 2021 ii If the level in the tank drops by more than 0 15 feet over a 30 minute period, an alarm condition shall be displayed on the HMI to notify operators of a potential over-feed condition • The rate of the tank level change shall continuously be recalculated every 30 minutes 2 One (1) POLY chemical feed pump (P-04 750) shall be used to supply POLY to MXR-03 402 that is located downstream of the Bailey HSPS This pump shall be controlled through the SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control capabilities from the local control panel shall be displayed and, available on the HMI in the control room The I/O and control capabilities for the pump shall be as follows a A HOA switch shall allow for local or remote control of the pump When the HOA switch is in Hand mode, the pump shall be started or stopped locally via a hand switch When the HOA switch is in Auto, the pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI b The pump run status shall be displayed locally on the pump control panel via an indicator light and on the HMI (i e well pump graphic shall display green for running or red for stopped) c The pump shall be equipped with a SIC that can be adjusted locally or remotely When the HOA switch is in Hand mode, the speed setpoint shall be operator adjustable from 0-100% The speed shall be displayed on the HMI ii When the HOA switch is in Auto mode, the speed control shall be automatically adjusted based on a flow paced signal that accounts for the following • An operator-selectable POLY dose (mg/L) between 0 5 to 3 0 mg/L • An operator-adjustable concentration and specific gravity for POLY • The measured flow rate from FIT-03 450 (magnetic flow meter located downstream of the Bailey HSPS) d The pump shall be equipped with an integral leak detection system If a leak is detected on the pump, an alarm condition shall be displayed on the HMI and the pump shall be automatically stopped Only after the alarm has been City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-21 October 21, 2021 acknowledged and the pump returned to normal operating condition shall a restart be permitted e The pump shall be equipped with an integral pump alarm that shall automatically stops the pump and display the alarm on the HMI if an alarm condition exists Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted f The pump discharge shall also be equipped with a pressure switch (PS-04 753) to automatically stop the pump if the discharge pressure exceeds a preset setpoint A corresponding PAH alarm shall be displayed on the HMI and a restart of the pump shall only be permitted after the alarm has been acknowledged and the operating condition has returned to normal g Additional interlock signals shall be'integrated into the control of P-04 600 per Part 2 3 E of this Section D PROPOSED CORROSION INHIBITOR (CI) SYSTEM 1 The bulk CI storage tank (T-04 800) shall contain a level sensor and transmitter (LT-04 801)that serves to provide information to operators on the level in the tank via the HMI, as well as to help minimize the potential for over-feeding of CI into the treatment system a If a high level condition exists, a LAH alarm shall be displayed on the HMI to notify operators The SI shall coordinate with the Engineer to establish a setpoint for the LAH alarm after the bulk tank has been installed by the Contractor b If the level in the tank drops below 1 foot, a LAL alarm shall be displayed on the HMI to notify operators The LAL alarm setpoint shall be operator adjustable with a range of 1 0 to 1 5 feet c If the level in the tank drops below 0 5 foot, a LLCO alarm shall be displayed on the HMI to notify operators and send an interlock signal to the CI chemical feed system to stop the chemical feed pump A restart of the chemical feed pump shall be permitted after the LLCO alarm has been acknowledged and the level in the tank has exceeded the LAL. The LLCO alarm setpoint shall be operator adjustable with a range of 0 5 to 1 0 feet. ii If the level in the tank drops by more than 0 15 feet over a 30 minute period, an alarm condition shall be displayed on the HMI to notify operators of a potential City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-22 October 21, 2021 over-feed condition • The rate .of the tank level change shall continuously be recalculated every 30 minutes 2 One (1) CI chemical feed pump (P-04 850) shall be used to supply CI to MXR-03 402 that is located downstream of the Bailey HSPS This pump shall be controlled through the SCADA system via a local control panel that is integrated into the WTP Main PLC and all I/O and control capabilities from the local control panel shall be displayed and available on the HMI in the control room The I/O and control capabilities for the pump shall be as follows a A HOA switch shall allow for local or remote control of the pump When the HOA switch is in Hand mode, the pump shall be started or stopped locally via a hand switch When the HOA switch is in Auto, the pump shall be capable of being started or stopped remotely through the SCADA system The HOA switch position shall be displayed on the HMI b The pump run status shall be displayed locally on the pump control panel via an indicator light and on the HMI (i a well pump graphic shall display green for running or red for stopped) c The pump shall be equipped with a SIC that can be adjusted locally or remotely When the HOA switch is in Hand mode, the speed setpoint shall be operator adjustable from 0-100% The speed shall be displayed on the HMI ii When the HOA switch is in Auto mode, the speed control shall be automatically adjusted based on a flow paced signal that accounts for the following • An operator-selectable CI dose (mg/L) between 0 5 to 2 0 mg/L. • An operator-adjustable concentration and specific gravity for CI • The measured flow rate from FIT-03 450 (magnetic flow meter located downstream of the Bailey HSPS) d The pump shall be equipped with an integral leak detection system If a leak is detected on the pump, an alarm condition shall be displayed on the HMI and the pump shall be automatically stopped Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-23 October 21, 2021 e The pump shall be equipped with an integral pump alarm that shall automatically stops the pump and display the alarm on the HMI if an alarm condition exists Only after the alarm has been acknowledged and the pump returned to normal operating condition shall a restart be permitted f The pump discharge shall also be equipped with a pressure switch (PS-04 853) to automatically stop the pump if the discharge pressure exceeds a preset setpoint A corresponding PAH alarm shall be displayed on the HMI and a restart of the pump shall only be permitted after the alarm has been acknowledged and the operating condition has returned to normal g Additional interlock signals shall be integrated into the control of P-04 600 per Part 2 3 E of this Section E ANALYTICAL INSTRUMENTATION 1 All analytical instrumentation shall be located inside the lab in the new Control Building The instrumentation shall be integrated into the SCADA system through the WTP Main PLC and the I/O from each analyzer shall be displayed on the HMI in the control room a Five (5), HACH CL-17sc chlorine analyzers (AE-04 900, AE- 04 910, AE-04 920, AE-04 930, and AE-04 940) shall be used to monitor the chlorine residual concentration in the effluent from each Aeralater (one analyzer per Aeralater) One (1), HACH CL-17sc chlorine analyzer (AE-04 950) shall be used to monitor the chlorin a residual concentration in the combined effluent from the Aeralaters before groundwater is dosed with LAS at MXR-03 400 upstream of the Bailey 1 0 MG GST c One (1), HACH CL-17sc chlorine analyzer (AE-04 960) shall be used to monitor the chlorine residual concentration in the groundwater entering the distribution system d HACH sc200 controllers shall be connected to the HACH CL- 17sc analyzers to provide local display of the analyzer's measured output value and to transmit the output value to the WTP Main PLC As shown on the drawings, a single HACH sc200 controller may be used to capture the output from up to two (2) HACH CL-17sc analyzers e One (1), HACH 5500sc ammonia and monochloramine analyzer (AE-04 970) shall be used to monitor the free ammonia and monochloramine concentrations in the groundwater entering the distribution system City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-24 October 21, 2021 If an warring/alarm or error condition exists, a corresponding alarm shall be displayed on the HMI to notify operators of an issue with the analyzer 2 5 PROCESS AREA 05 — WASTE HANDLING A. BACKWASH DETENTION POND (T-05 100) 1 Backwash water from the Aeralater treatment system flows to the backwash detention pond (T-05 100) A backwash should only be performed on one (1) Aeralater unit at a time When a backwash begins, the SCADA system shall allow the following actions to occur• a T-05 100 is equipped with a discharge structure that is intended to reduce the rate that backwash water enters the sanitary sewer Backwash water that enters the sanitary sewer must flow through a plug valve (PV-05 200) inside the discharge structure PV-05 200 shall normally be closed and should fail closed if the motorized actuator (MTR-05 200) loses power ii PV-05 200 shall be equipped with a limit switch such that the discrete position (open/closed) of the valve is known and displayed on the HMI (i e valve graphic shall display green for open or red for closed) PV-05 200 shall be equipped with a HOA switch (ZS- 05 200) to allow for local or remote control of the valve When ZS-05 200 is in Hand mode, the valve shall be capable of being opened or closed locally via a position switch (ZC-05 200) When ZS-05 200 is in Auto, the valve shall be capable of being opened or closed remotely through the SCADA system The HOA switch position shall be displayed on the HMI • If the HOA switch is in. Hand mode and a backwash begins, an alarm condition shall occur and trigger an alarm to be displayed on the HMI to notify operators that the valve is in Hand mode • With the HOA switch in Auto mode, the SCADA system shall open PV-05 200 automatically when a backwash begins b T-05 100 is equipped with a level sensor and transmitter (LT- 05 101) to monitor level in the pond LT-05 501 shall be integrated into the SCADA system through the WTP Main PLC and the level shall be displayed on the HMI in the control room City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-25 October 21, 2021 During a backwash, the level in T-05 100 should rise The level will continue to rise until the backwash cycle concludes, after Which point the level should begin to drop • If the level exceeds 3 75 feet, a LAH alarm shall be displayed on the HMI to notify operators • If the level reaches 4 20 feet, a high level lockout (HLLO) alarm shall be displayed on the HMI to notify operators that the level has climbed enough to trigger an interlock of the Aeralater backwash system o If a HLLO condition exists, the WTP Main PLC shall send an interlock signal to the Master Aeralater PLC to prevent a backwash from being started on an Aeralater treatment unit or interrupt a backwash in progress • If the level reaches 4 75 feet, a LAHH alarm shall be displayed on the HMI to notify operators of a potential emergency overflow condition ii With the PV-05 200 HOA switch in Auto mode, the SCADA system shall close PV-05 200 automatically after the level in the T-05 100 drops back down to 0 feet after a backwash is completed B LIFT STATION (T-05 200) 1 A lift station nearby the Bailey WTP site shall be used to collect and transfer water from the Backwash Detention Pond, as well as the Control Building to the City's existing sanitary sewer collection system The lift station shall be integrated into the WTP Main PLC via an Ethernet radio communication network, allowing remote or local control and monitoring of the lift station, including remote monitoring of the lift station emergency backup generator a Refer to Specification 11307 for the I/O and control capabilities associated with the lift station and emergency backup generator PART 3 EXECUTION Not used END OF SECTION City of Pearland Bailey WTP Improvements SCADA System Control Strategies Project No 7295A 13320-A-26 October 21, 2021 SECTION 13321 " INSTRUMENTATION AND SENSING DEVICES PART 1 GENERAL. 1 1 SUMMARY A. To the extent possible, the General Contractor (Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC)-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following Division 13 specification sections 1 13100 — Control Panels 2 13320 — SCADA System 3 13320-A — Control Strategies 4 13322 — Communication Devices 5 13323 — PLC-RTU 6 13324 — Human-Machine Interface B The Systems Integrator (SI) will furnish and install all instrumentation and sensing devices as described herein and specified elsewhere by related section 1 The SI will use this section to define "standard" types of instrumentation and sensing devices for bidding purposes 2 The SI will furnish and install all instrumentation and sensing device hardware, software, and alarms as needed, including all accessories 3 The SI will comply with other technical requirements referenced in Paragraph 1 2, Related Sections 4 The SI will furnish and install all labor and materials including all direct, indirect, overhead and profit costs C Work includes 1 Provide all specified requirements, gear, tools, and services as listed in or intended by the Contract General and Supplementary Conditions, Technical Specifications and Appendices, or as detailed in the Drawings or other addenda 2 Coordinate with Owner and Engineer regarding intent and expectation for main building devices and remote "field" devices (i e located around the site) and integrate all peripheral equipment City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 1 October 21, 2021 3 Provide systems start-up, training, and extended warranty services 1 2 RELATED SECTIONS A Section 13100 — Control Panels B Section 13320 — SCADA system C Section 13320-A Control Strategies D Section 13322 — Communications Devices E Section 13323 — PLC and RTU F Section 13324 — Human-Machine Interface System G Section 13440 — Cross-Linked Polyethylene Chemical Storage Tanks 1 3 SUBMITTALS A Submit all product data according to the provisions within Section 01300 - Submittals Submit for Engineer's review and approval B Documents must include detailed descriptions of systems, subsystems, and component operations Documents must verify complete integration of network equipment C` Documents must include all schematics and wiring diagrams, loop controls and relay ladder logic, software programs, database, and proprietary language formats, and manuals for integrated systems and components D Operation and Maintenance (0&M) manual documents must include all information described above O&M manuals will include all manufacturer and SI "As-Built" Drawings and schematics Interpret "As Built" to mean all changes made by the SI to the Engineer's Drawings, schematics and/or specifications PART 2 PRODUCTS 21 GENERAL. A Specifications herein intend to suggest the minimum requirements of the integrated SCADA communications, command, and control system network. Absence of any Engineer-specifics does not relieve the SI from precisely bidding and supplying all hardware, software, devices, and support needed to accomplish the functional tasks implied by these specifications as a whole B The SI will supply all equipment and services to ensure a complete and totally integrated SCADA communications, command, and control system-network 1 The Engineer recognizes that a single supplier may not manufacture all equipment specified However, the Engineer expects the SI to supply all required equipment and services to complete the work (i e the City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 2 October 21, 2021 system and network) and have it functioning properly 2, The SI will employ permanently adequate personnel to provide 24/7/365 support for the instrumentation and sensing devices This includes properly trained field technicians and technical "office" support via remote communication C The SI will furnish a "no exception - no exclusion," one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete, functionally checked, and accepted by the Owner 2 The warranty period is beyond any "limited" warranty extended by manufacturers and/'or suppliers on their packages or products D It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2 Provide the Engineer a written report of any conflict, error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work E This section contains specific, proprietary products 1 It is the General Contractor's (GC) responsibility to obtain Engineer pre- approval of product-substitution offers 2 The SI through the GC will submit all "or equal" product-substitution offers to the Engineer no less than 30-days prior to the Bid 3 Product-substitution submittals will comply with Section 01300, Submittal requirements F The Engineer will consider substitutions when a product becomes unavailable through no fault of the SI, who will document each request with complete data substantiating compliance with Contract Documents G A request constitutes a representation that 1 The SI investigated proposed product-substitution, and determined that it meets or exceeds the quality level of the specified product 2 The SI will provide the same warranty for product-substitution as for specified product 3 The SI will coordinate installation and make changes to other Work., which may be required for the Work to be complete, with no additional cost to Owner City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 3 October 21, 2021 4 The SI waives claims for additional costs or time extension, which may subsequently become apparent H Substitutions are not allowed 1 When they are indicated or implied on equipment or product data submittals 2 Without separate written request for each instance 3 When acceptance will require revision to the Contract Documents Substitution submittal procedure 1 Submit copies of request for substitution Provide the number of copies specified in Section 01300 — Submittals Limit each request to a single proposed substitution 2 Submit equipment submittals, product data, and certified test results attesting to the proposed product equivalence Burden of proof is on SI J Engineer will notify SI in writing of decision to accept or reject request 2 2 INSTRUMENTATION AND SENSING DEVICE EQUIPMENT GENERAL. A Typical devices (field elements) will be either level, pressure, flow, or analytical Field elements will include indicating transmitters, suitable for the expected ranges that each field element device monitors B The SI will evaluate whether additional instrumentation and sensing devices are necessary to make the SCADA system function as intended Provide the Engineer a written report of such conclusions C The SI will process all instrument and/or sensing device signals through the corresponding water treatment plant (WTP) remote terminal units (RTUs) The SI will forward signals from RTUs to the WTP programmable logic controller (PLC) — WTP Main PLC The SI will integrate all PLC signals with the human- machine interface (HMI)/operator interface computer (OIC) in the WTP main control building 2 3 LEVEL ELEMENTS AND INDICATING TRANSMITTERS (LE/LIT) GENERAL. A Ground storage tank and backwash detention pond level sensors will be Siemens EchoMax XPS-15 elements, or Engineer pre-approved equal 1 Level indicating transmitter for the ground storage tank level sensors shall be Siemens HydroRanger 200, or Engineer pre-approved equal 2 A level indicating transmitter is not required for the backwash detention pond, B Chemical storage tank level sensors will be Endress and Hauser FMR20 radar elements, or Engineer pre-approved equal City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 4 October 21, 2021 1 Level indicating transmitters for the chemical storage tanks are not required, Mechanical level indicators furnished by the chemical tank Manufacturer shall provide local level indication per Section 13440 — Cross-Linked Polyethylene Chemical Storage Tanks C All level-device materials will be compatible with the liquids monitored 1 The SI will check the chemical compatibility of the sensors with compatibility charts before purchase 2 The SI will verify applications and compatibility of level device materials of construction with manufacturer prior to ordering equipment 3 The SI will be responsible for replacing all equipment at no cost to the Owner for post-installation material incompatibility issues D All field housings will be NEMA 4X and include a weather protection cover as shown on the Drawings E Manufacturer will supply all User Guides, Operating Instructions, and Description of Instrument Functions for each unit 2 4 LEVEL ELEMENT SENSORS (LE) A. Ground storage tank and backwash detention pond Siemens LE sensors 1 The LE sensors will have the following characteristics a The maximum blocking distance will be 1 0 foot b The range will be 1-50 feet with an angle of 6° c The operating temperature rating will be -40°F to +203°F d The operating frequency will be 44 kHz e The output signal transmission will be 120 Vac f The transmitter will supply power g Built-in temperature compensation 2 On all LE sensors-to-LI transmitter connection distances greater than 30 meters, the SI will use extension cables to a maximum (cumulative) distance of 300 meters a The'SI will use a terminal box to connect the extension cable b Place terminal box in a convenient, easily accessible location B Chemical storage tank LE sensors 1 All LE sensors shall have the following characteristics a 4-20mA loop powered with HART communication protocol b 0-33 ft measurement range (1 5 inch antenna) with a beam angle of 30° City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 5 October 21, 2021 c The operating temperature rating will be -40°F to +176°F d Measurement error shall not exceed 0 39 inches when the liquid level is 1 67 feet from the sensor Measurement error shall not exceed 0 79 inches when the liquid level is 0 33 feet from the sensor C For closed-top tanks, the SI will install LE sensor using an NPT 1-1/2" threaded adapter flange 1 The SI will install LE sensor flush-mounted on a pre-fabricated tank nozzle 2 The SI will consult with the LE sensor manufacturer if the closed-top tank uses nozzles Depth of nozzle penetration into tank and nozzle's end-contraction configuration might affect LE sensor blocking distance and angle 3 The SI will install the LE sensor at a height that does not undershoot the blocking distance 4 The SI will order adapter flanges and screws from the LE sensor Manufacturer 5 The SI will not use the cable to support sensor at mounting D For open top tanks and ponds, the SI will install LE sensor using a mounting bracket constructed of hot dipped galvanized steel 1 The SI will install the LE sensor at a height that does not undershoot the blocking distance 2 The SI will install the LE sensor at a distance that does not interfere with the beam angle. 2 5 LEVEL INDICATING TRANSMITTERS (LIT) A. Ground storage tank Siemens LITs 1 All LIT transmitters will have the following characteristics a Provide continuous, non-contact level measurement of fluids with '1 ultrasonic sensors b Provide a measuring range up to 15 m (i e approximately 50 feet) c Provide up to six (6) relays for level detection d Provide time-of-flight correction via integrated or external temperature sensors City'of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 6 October 21, 2021 2 The SI and Manufacturer will collaborate on which pre-programmed linearization curves to use for types of vessels a Provide documentation of curves in writing to Engineer b Provide pre-programmed pump control routines c Provide system integration via HART 3 All LIT transmitters will a Provide first 4-20 mA analog output signal with highway addressable remote transducer (i e HART) protocol b Provide Owner-specific signals on alarm Default conditions will be at minimum (-10% or 3 6 mA) and at maximum (110% or 22 mA) c Provide freely selectable output damping (i e 0-1000 seconds) d Provide a maximum 750 Ohm (CI) influence-negligible resistance load e Provide single-pole, double-throw (i e SPDT) potential-free relays, capable of inversion 4 The SI will provide verification in writing with the Engineer as to the assignable functions of the relay outputs 5 The SI will provide verification in writing with the Engineer as to the state on error of the relay Default condition will be de-energized a Provide a switch-on, delay selectable, after power failure b Provide LEDs for each relay (i e when energized), alarm relays, and pulse relays 6 The SI will provide all LITs with a 120 Vac power supply 7 All LIT transmitter housings will a Be capable of -4 to 122°F using an NEMA 4X field housing b Provide a key combination at the operating module to lock the instrument. 8 All LIT transmitter datalog functions will a Include peak hold indicator of the minimum/maximum levels or flows and the minimum/maximum temperatures at the sensors b Include recording of the last 10 alarms c Include indication of the operating status d Include trend indication of the outputs on the on-site display City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 7 October 21, 2021 e Include indication of the operating hours B LITs are not required for the chemical storage tanks or the backwash detention pond 2 6 PRESSURE GAUGES (PG) A. Pressure gauges will be Ashcroft Model 1259, Winters PPC, or Engineer pre- approved equal B Pressure gauge accuracy will comply with ASME B40 100, Grade 2A, and be 0 5% (±) of full scale C Pressure gauge range will be dependent on the particular site application — verify range requirements with Engineer before ordering gauges D Pressure gauges will be Glycerin filled and a minimum of 4-1/2" diameter with a case of fiberglass-reinforced thermoplastic, and a shatterproof (XSG) glass window E Pressure gauge dial will be aluminum with white background and black pressure scale F Pressure gauge pointer will be micrometer adjustable G Pressure gauge bourdon tube will be 316-stainless steel H Pressure gauge connection size will be 1/4" NPT with connection location in the lower position 2 7 PRESSURE INDICATING TRANSMITTERS (PIT) A. Pressure indicating transmitters shall be Rosemount 3051 Series Pressure indicating transmitter assembly will/shall 1 Include a diaphragm type pressure transducer and microprocessor- based transmitter for measurement of gauge, vacuum, or absolute pressure 2 Have a maximum ratio of total instrument range to calibrated span 10 to 1 3 Adhere to the following accuracy & stability requirements a Plus or minus 0 075 percent of calibrated span, including effects of hysteresis, nonlinearity, and repeatability b Total performance accuracy Plus or minus 0 30 percent of calibrated span, including reference accuracy effects, static pressure and ambient temperature effects c Stability of plus or minus 0 15 percent of upper range limit over 5 years City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 8 October 21, 2021 4 Have a diaphragm type transducer integral to pressure transmitter a Diaphragm material Stainless steel or ceramic b Process material compatibility• Verify all material compatibilities with the instrument manufacturer ii Process connection as shown on the Drawings 5 Include a transmitter a 24V DC power supply, loop powered b Isolated 4-20mA DC with HART communication protocol c Provided with electronic microprocessor d Have an adjustable electronic zero and span, with elevated or suppressed zero as required by application Adjustment shall be possible without mechanical fulcrum points or handheld configurator e Have a 5-digit LCD scaled in engineering units f With a NEMA 4X enclosure g Include over range protection to maximum line pressure 6 Include a valve manifold supplied by the PIT equipment vendor a One piece bonnet with a metal-to-metal seal to the valve body below the bonnet threads Bonnet lock pin to prevent accidental loosening ii Gas leak tested metal-to-metal hard seat design for hard seat valves iii Gas leak tested soft seat design with replaceable seat for soft seat valves iv Manifold valves shall have straight through portion for bi-directional flow and easy roddable cleaning v Manifold valves shall allow for direct or remote instrument mounting b 816 stainless steel body c Teflon 0-rings d 2-valve manifold for standard pressure measurement applications. City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 9 October 21, 2021 1 isolation valve and 1 drain/vent and calibration valve 3-valve manifold for differential pressure measurement applications 2 isolation valves and 1 equalizing valve ii Plugged vent connections for vent/drain or calibration 2 8 FLOW ELEMENTS AND INDICATING TRANSMITTERS (FE/FIT) A. Electromagnetic flow meters (i e mag meters) shall be Rosemount 8750W, or Engineer pre-approved equal B Mag meters shall 1 Be NSF 61 approved for drinking water use 2 Be supplied with a calibration certificate' 3 Have a measuring velocity range of 1-39 feet per second (ft/s) with a measured error ±0 5% 4 Be equipped with a PTFE liner rated fluid temperatures between -58 to 350°F 5 Have a conductivity rating of > 5 pS/cm 6 Be equipped with a remote field-mount LCD display with local operator interface (LOI) that utilizes 120 VAC, 60 Hz power supply a Transmitter shall be rated for -4 to 140°F ambient temperatures b Transmitter housing shall be NEMA 4X rated c Have four-line display with backlighting and touch control d Have 4-20 mA outputs, current inputs, and signals on alarm with HART communications protocol Retain the measuring system data in the event of a power supply failure f Transmitter shall be installed with a sun shield as shown on the Drawings 7 Provide NEMA 4X protection 8 Have two measuring electrodes of 316 stainless steel 9 Have flanges and connections in accordance with ASME B16 5, Class 150 City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 10 October 21, 2021 2 9 CHLORINE RESIDUAL ANALYZERS A. The SI shall furnish seven (7) HACH CL17sc colorimetric chlorine analyzers that shall be installed inside the Control Building lab at the Bailey site 1 Each chlorine analyzer shall integrated with a sc200 controller as shown on the Drawings to allow for the following a Local display of the CL17sc analyzer reading in milligrams per liter (mg/L) b 12 VDC Power supply to the CL17sc analyzer c Integration of the CL17sc analyzer reading into the SCADA system through the WTP Main PLC via a 4-20mA signal with HART communication protocol 2 Power supply shall be 120 VAC, 1-phase, 60 Hz for the HACH sc200 controllers 2 10 AMMONIA MONOCHLORAMINE ANALYZER A. The SI shall furnish one (1) HACH 5500sc ammonia monochloramine analyzer that shall be installed inside the Control Building lab at the Bailey site SI shall integrate the following output signals into the SCADA system via the WTP Main PLC 1 Ammonia via a 4-20mA output 2 Monochloramine via a 4-20mA output 3 Analyzer warning/alarm via one (1) of the built-in relays 4 Analyzer error via one (1) of the built-in relays PART 3 EXECUTION 3 1 DEVICE OPERATION A. Demonstrate complete and satisfactorily device operation and calibration in continuation with overall instrumentation system testing, checkout, and operator training Refer to Section 13320, SCADA System requirements 3 2 TRAINING A Provide training for Owner's personnel on each type of instrument and/or sensing device 1 Training is to encompass all system adjustments and protocol modifications made during demonstration testing 2 Training is independent of demonstration testing and excludes travel to and from site B Training is to cover all functions for the operation and maintenance of the instrument and/or sensing device City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 11 October 21, 2021 1 Schedule training at Owner's convenience after all operations and maintenance information described in Paragraph 1 3, Submittals is approved and in the Owner's possession 2 Do not conduct training until after the date of completion (e g , substantial) and subsequent acceptance of the work by the Owner 3 3 LONG-TERM FOLLOW-UP TRAINING AND ADJUSTMENTS A. Following Owner acceptance of the work, the SI is to return to the site for 1- day per month over the next six (6) consecutive months 1 Scheduling will be at the Owner's convenience, or request 2 Training and adjustment time excludes travel to and from site B Visits are to provide any necessary or wanted follow-up training, equipment adjustments, and/or programming modifications C Follow-up visits are beyond any other specific requests made by the Owner during the warranty period END OF SECTION City of Pearland Bailey WTP Improvements Instrumentation & Sensing Devices Project No 7295A 13321 - 12 October 21, 2021 SECTION 13322 COMMUNICATION DEVICES PART 1 GENERAL 1 1 SUMMARY A. To the extent possible, the General Contractor (Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC)-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following Division 13 specification sections 1 13100 — Control Panels 2 13320 — SCADA System 3 13320-A — Control Strategies 4 13321 — Instrumentation and Sensing Devices 5 13323 — PLC-RTU 6 13324 — Human-Machine Interface B The Systems Integrator (SI) will furnish and install all communication devices as described herein and specified elsewhere by related section 1 The SI will use this section to define "standard" types of communication devices for bidding purposes 2 The SI will furnish and install all communication hardware and software, and alarm devices as needed, including all accessories 3 The SI will furnish and install all alarm system transmission and reception equipment as required to comply with other technical requirements referenced in Part 1 2 of this Section 4 The SI will furnish and install all labor and materials including all direct, indirect, overhead and profit costs C Work includes 1 Provide all specified requirements, gear, tools, and services as listed in or intended by the Contract General and Supplementary Conditions, Technical Specifications and Appendices, or as detailed in the Drawings, or other addenda 2 Coordinate with Owner and Engineer regarding intent and expectation for main building devices and remote devices (i e , located around the site) and integrate all peripheral equipment 3 Provide systems start-up, training, and extended warranty services City of Pearland Bailey WTP Improvements Communication Devices Project No 7295A 13322 - 1 October 21, 2021 1 2 RELATED SECTIONS A Section 11261 — Packaged Chemical Feed Systems B Section 11900 — Packaged Aeralater System C Section 13100 — Control Panels D Section 13320 — SCADA system E Section 13320-A — Control Strategies F Section 13321 — Instrumentation and Sensing Devices G Section 13323 — PLC and RTU H Section 13324 — Human-Machine Interface System 1 3 SUBMITTALS A. Submit all product data according to the provisions within Section 01300 — Submittals Submit for Engineer's review and approval B Documents must include detailed descriptions of systems, subsystems, and component operations Documents must verify complete integration of network equipment C Documents must include all schematics and wiring diagrams, loop controls and relay ladder logic, software programs, database, and proprietary language formats, and manuals for integrated systems and components D Operation and Maintenance (O&M) manual documents must include all information described above O&M manuals will include all manufacturer and SI "As-Built" Drawings and schematics Interpret "As Built" to mean all changes made by the SI to the Engineer's Drawings, schematics and/or specifications PART 2 PRODUCTS 21 GENERAL. A Specifications herein intend to suggest the minimum requirements of the integrated SCADA communications, command, and control system network Absence of any Engineer-specifics does not relieve the SI from precisely bidding and supplying all hardware, software, devices, and support needed to accomplish the functional tasks implied by these specifications as a whole B The SI will supply all equipment and services to collaboratively ensure a complete and totally integrated SCADA communications, command, and control system-network 1 The Engineer recognizes that a single supplier may not manufacture all equipment specified However, the Engineer expects the SI to supply all required equipment and services to complete the work (e g , the City of Pearland Bailey WTP Improvements Communication Devices Project No 7295A 13322 - 2 October 21, 2021 system and network) and have it functioning properly 2 The SI will employ permanently adequate personnel to provide 24/7/365 support for the completed system and network. This includes properly trained field technicians and technical "office" support via remote communication C The SI will furnish a "no exception - no exclusion," one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete, functionally checked, and accepted by the Owner 2 The warranty period is beyond any "limited" warranty extended by manufacturers and/or suppliers on their packages or products D It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2 Provide the Engineer a written report of any conflict, error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work. E This section contains specific, proprietary products 1 It is the General Contractor's (GC) responsibility to obtain Engineer pre- approval of product-substitution offers 2 The SI through the GC will submit all "or equal" product-substitution offers to the Engineer no less than 30-days prior to the Bid 3 Product-substitution submittals will comply with Section 01300 — Submittal requirements F The Engineer will consider substitutions when a product becomes unavailable through no fault of the SI, who will document each request with complete data substantiating compliance with Contract Documents G A request constitutes a representation that 1 The SI investigated proposed product-substitution, and determined that it meets or exceeds the quality level of the specified product 2 The SI will provide the same warranty for product-substitution, as for specified product 3 The SI will coordinate installation and make changes to other Work, which may be required for the Work to be complete, with no additional cost to Owner City of Pearland Bailey WTP Improvements Communication Devices Project No 7295A 13322 - 3 October 21, 2021 4 The SI waives claims for additional costs or time extension, which may subsequently become apparent H Substitutions are not allowed 1 When they are indicated or implied on equipment or product data submittals 2 Without separate written request for each instance 3 When acceptance will require revision to the Contract Documents Substitution submittal procedure 1 Submit copies of request for substitution Provide the number of copies specified in Section 01300 — Submittals Limit each request to a single proposed substitution 2 Submit equipment submittals, product data, and certified test results attesting to the proposed product equivalence Burden of proof is on SI J Engineer will notify SI in writing of decision to accept or reject request 2 2 ETHERNET NETWORK A The integrated SCADA communications, command, and control system- network will have an Ethernet/IP application layer protocol for the Water Treatment Plant (WTP) local area network PLC/RTU components The network will allow remote programming and diagnostics of the RTUs (i e an authorized user/operator could use an Ethernet connection at the WTP's HMI/operator interface computer to remote access all PLC/RTUs on the network B The WTP network will use Fiber Optic runs between the PLC and select components of the SCADA infrastructure as shown on the Drawings Provide for isolation and noise immunity — especially where there are VFDs and single point-to-point runs from PLC to RTU C The WTP network will have one (1) Ethernet communication link between the WTP Main PLC and the Aeralater treatment system PLC (Master Aeralater PLC) 1 CAT 5 or CAT 5e cable is appropriate for such a short distance, as the PLCs will be located in the same electrical room inside the proposed Control Building at the Bailey site 2 Refer to Section 13320 — SCADA System, and the Process and Instrumentation Diagrams (P&IDs) in the Drawings for the overall SCADA architecture for the project, as well as the various Fiber Opti and Ethernet communications links 3 The WTP network will have one (1) Ethernet radio communication link between the WTP Main PLC and the Lift Station PLC a Ethernet radio(s) shall be Fluidmesh FM1200V City of Pearland Bailey WTP Improvements Communication Devices Project No 7295A 13322 - 4 October 21, 2021 4 Refer to Section 13323 — Programmable Logic Controller (PLC), and Remote Terminal Unit (RTU) for additional details D The WTP network will use a TCP/IP communications protocol, and HTML, and the SI shall coordinate all communication protocols with the Owner 2 3 VIRTUAL PRIVATE NETWORK (VPN) A The SI shall coordinate with the Owner to ensure remote access to the WTP network is provided through the Owner's existing VPN system for the Owner's authorized users 2 4 ALARM NOTIFICATION SOFTWARE A The Owner has an existing WIN-911 PRO automatic dialing and voice- annunciation alarm-management system The SI shall coordinate with the owner to ensure Owner-specified alarms are provided from the WTP network to the Owner's authorized operations/support staff 1 Notifications shall be compatible with pagers, cell phones, landline phones, and wireless communications devices as required by the Owner Based upon verifying the Owner's preference, the SI will provide the proper software options such as, but not limited to SMS, short message service (i e , one or two way text messaging) mobile- to-mobile, or Voice capable (TAPI, telephony application programming interface) modem, or Paging and email notification, or Owner's choice 2 The SI shall ensure the WIN-91 1 PRO data interface is integrated with the SCADA system operating platform that will ultimately be selected by the Owner and implemented for the HMI as specified in the 13320 — SCADA System and 13324 — Hurnan-Mahcine Interface Sections 3 The SI shall ensure a WIN-911 PRO alarm log manager is developed/applied for the WTP network that views, sorts, arranges, and prints alarm history The SI will coordinate with the Owner, and configure alarm manager to Owner's specifications This is to include, but not be limited to personnel notification attempts and confirmations, and acknowledgements, events, and error codes 4 The SI will coordinate with the Owner to configure the WIN-911 PRO software with password and acknowledge codes that control access to functions for the WTP network from a caller ID to restrict changes to Owner-authorized operators PART 3 EXECUTION 3 1 DEVICE(S) OPERATION A Demonstrate operation and calibration of all devices specified herein, in conjunction with the overall PLC, RTU, and instrumentation system testing, checkout, and operator training requirements END OF SECTION City of Pearland Bailey WTP Improvements Communication Devices Project No 7295A 13322 - 5 October 21, 2021 SECTION 13323 PROGRAMMABLE LOGIC CONTROLLER (PLC) AND REMOTE TERMINAL UNIT (RTU) PART 1 GENERAL 1 1 SUMMARY A. To the extent possible, the General Contractor (Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC)-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following.Division 13 specification sections 1 13100 — Control Panels 2 13320 — SCADA System 3 13320-A — Control Strategies 4 13321 — Instrumentation and Sensing Devices 5 13322 — Communication Devices 6 13324 — Human-Machine Interface B The Systems Integrator (SI) shall furnish and install a microprocessor-based network communications, command, and control system as described herein and specified elsewhere by related sections 1 The network contains two principal systems — the Water Treatment Plant (WTP) system and the Aeralater system Refer to Section 13320 — SCADA System and the Process and Instrumentation Diagrams (P&IDs) in the Drawings 2 The WTP shall have one (1) main PLC — WTP Main PLC — linked to two (2) existing RTUs — RTU-001 at the Magnolia site and RTU-002 at the Bailey site — several proposed packaged chemical feed system local control panels that are equipped with vendor-supplied PLCs, and one (1) local control panel for the lift station that will be equipped with a vendor-supplied PLC Refer to Section 13320 — SCADA System and the P&ID Drawings, as well as the related Specifications listed under Part 1 2 of this Section 3 The Aeralater system is a vendor-supplied package system This system will have one (1) master PLC — Master Aeralater PLC C The SI will supply all equipment and services for the PLC and SCADA network to 1 Ensure a complete and totally integrated SCADA communications, command, and control system network between the WTP system and City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 1 October 21, 2021 the vendor-supplied Aeralater system as intended Include all accessories necessary for an integrated network 2 Assimilate all hardware, software, and equipment as required to comply with other technical requirements referenced in Part 1 2 of this Section 3 Provide WTP systems start-up and training D The SI will utilize the two (2) existing RTUs in conjunction with the proposed WTP Main PLC and Human-Machine Interface (HMI), which is synonymous with the Operator Interface Computer(OIC) as indicated in Section 13320 — SCADA System The SI will develop a Distributed Control System (DCS), using the WTP Main PLC and RTUs that are to be controlled through the WTP Main PLC 1 Refer to P&ID Drawings for monitoring and control inputs and outputs (I/O), alarms, and startup/shutdown schedules, as well as the 13320- A — Control Strategies Section 2 Include all conduit and conductors, equipment and instrumentation, signal monitoring devices, hardware and software, communications, command, and control, and alarm devices as needed E The SI will furnish and install all labor and materials including all direct, indirect, overhead and profit costs Provide all specified requirements, gear, tools, and services as listed in or intended by the Contract General and Supplementary Conditions, Technical Specifications and Appendices, or as detailed in the Drawings or other addenda F Specifications herein intend to suggest the minimum requirements of the integrated SCADA communications, command, and control system network Absence of any Engineer-specifics does not relieve the SI from precisely bidding and supplying all equipment, hardware, software, devices, and support needed to accomplish the functional tasks implied by these specifications as a whole G It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2 Provide the Engineer a written report of any conflict, error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work H The SI will furnish a "no exception - no exclusion," one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete, functionally checked, and accepted by the Owner City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 2 October 21, 2021 2 The warranty period is beyond any "limited" warranty extended by manufacturers and/or suppliers on their packages or products 1 2 RELATED SECTIONS A. Section 11261 — Packaged Chemical Feed Systems B Section 11900 — Packaged Aeralater System C Section 13100 — Control Panels D Section 13320 SCADA System E Section 13320-A Control Strategies F Section 13321 Instrumentation and Sensing Devices G Section 13322 Communications Devices H Section 13324 Human-Machine Interface System 1 3 SUBMITTALS A Submit all product data according to the provisions within Section 01300 - Submittals. Submit for Engineer's review and approval B Documents must include detailed descriptions of systems, subsystems, and component operations Documents must verify complete integration of network equipment C Documents must include all schematics and wiring diagrams, loop controls and relay ladder logic, software programs, database, and proprietary language formats, and manuals for integrated systems and components D Operation and Maintenance (0&M) manual documents must include all information described above O&M manuals will include all manufacturer and SI "As-Built" Drawings and schematics Interpret "As Built" to mean all changes made by the SI to the Engineer's Drawings, schematics and/or specifications PART 2 PRODUCTS 21 GENERAL. A The Engineer intends the WTP Main PLC unit installed under this contract to function in conjunction with other elements (i e vendor-supplied "package" microprocessors) in the combined SCADA system network 1 The above requirement includes configuring WTP PLC/RTU software to accommodate other network signals, setpoints, and database information that the WTP PLC will require City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 3 October 21, 2021 2 The above requirement includes testing, debugging, and verifying proper operations and communication between the WTP Main PLC and other PLCs/RTUs on the combined network 3 The result is to be a completely operable integrated system network, as specified or intended B Although Division 13 identifies and details major components of the PLC systems, it is the SI's responsibility to determine and provide type and quantity of components needed for completed systems to function as specified or intended These include, but are not limited to 1 Operational modules 2 I/O requirements 3 Interface devices 4 Network repeaters 5 Power supplies 6 Other devices, as required C The existing and approved PLC/RTU manufacturer and/or component supplier is Allen-Bradley (i e , Rockwell Automation), or Engineer pre-approved equal 1 It is the General Contractor's (GC) responsibility to obtain Engineer pre- approval of product-substitution offers 2 The SI through the GC will submit all "or equal" product-substitution offers to the Engineer no less than 30-days prior to the Bid 3 Product-substitution submittals will comply with Section 01300 — Submittal requirements D The Engineer will consider substitutions when a product becomes unavailable through no fault of the SI, who will document each request with complete data substantiating compliance with Contract Documents E A request constitutes a representation that 1 The SI investigated proposed product-substitution, and determined that it meets or exceeds the quality level of the specified product. 2 The SI will provide the same warranty for product-substitution as for specified product 3 The SI will coordinate installation and make changes to other Work, which may be required for the Work to be complete, with no additional cost to Owner 4 The SI waives claims for additional costs or time extension, which may subsequently become apparent F Substitutions are not allowed City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 4 October 21, 2021 1 When they are indicated or implied on equipment or product data submittals 2 Without separate written request for each instance 3 When acceptance will require revision to the Contract Documents G Substitution submittal procedure 1 Submit copies of request for substitution Provide the number of copies specified in Section 01300 — Submittals Limit each request to a single proposed substitution 2 Submit equipment submittals, product data, and certified test results attesting to the proposed product equivalence Burden of proof is on SI 3 Engineer will notify SI in writing of decision to accept or reject request 2 2 PROGRAMMABLE LOGIC CONTROLLER (PLC) A The WTP Main PLC shall be a solid-state design using integrated circuits 1 I/O, multiplexing, interface, and special purpose cards and modules will be solid state 2 Logic circuitry will be of the latest design and suitable for the intended environment B The WTP Main PLC shall be an Allen-Bradley (Rockwell Automation) 5380 modular CompactLogix controller The CompactLogix controller• 1 Includes LED indicators to display the status of processor operation and status of the power supply 2 Includes a 2 MB available user memory 3 Includes a 1784-SD2 secure digital (SD) card to permanently store user program and tag data on controller 4 At minimum, communication modules will be TCP/IP EtherNet, RS- 232-C, or RS-485 Pre-approve variances in writing through the Engineer prior to controller manufacture 5 The PLC has a minimum of one (1) USB port and two (2) embedded Ethernet communications ports (rated at 10 Mbps, 100 Mbps, or 1 Gbps) to accommodate peripheral equipment connecting to and interfacing with the network. Portable programming devices (i e to load software, program, or data logging) will be capable of attaching directly to a processor via these ports 6 The SI will provide Ethernet network accessories including but not limited to Ethernet RJ45 patch cords, RJ45 insulation displacement connectors, RJ45 crimp connectors with boot, crimp tool City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 5 October 21, 2021 7 The SI will provide a virtual private network (VPN) connection to the WTP's Ethernet network and then to the WTP's PLC The WTP's Ethernet network will include the two (2) existing RTUs — RTU-001 at the Magnolia site and RTU-002 at the Bailey site —the Master Aeralater PLC, and the packaged chemical feed system local control panels The SI will connect all WTP controllers to the Ethernet network, allowing remote access to all of the PLCs 8 The SI will assist the Owner in establishing a dedicated communication link into the WTP PLC for the Ethernet network and remote access The communication link will be "in place and available" prior to the SI establishing the Ethernet network and testing remote access Refer to Section 13322 — Communication Devices for specifications on VPN requirements C SI shall furnish and install an ethernet switch(es) necessary to integrate communications from all RTUs, local control panels, and Master Aeralater PLC as shown on the Drawings and,specified in Division 13 and the specifications listed under Part 1 2 of this Section 1 Switch(es) shall be Allen Bradley Stratix series and shall be mounted inside the WTP Main PLC enclosure 2 Switch(es) shall allow for fiber optic and Ethernet connection D Provide all WTP PLC communication to and through the HMI Refer to Section 13324 — Human-Machine Interface The PLC will transmit pre-selected data (monitoring) setpoints, control signals and information, and alarms through the HMI 2 3 REMOTE TERMINAL UNITS (RTU) A Per 13320 — SCADA System, the Owner may elect to upgrade RTU-001 at the Magnolia site and RTU-002 at the Bailey site as part of the improvements project The SI shall provide a separate budgetary estimate for this effort, including hardware and integration of all existing SCADA infrastructure (that is not being demolished) and proposed SCADA infrastructure for a complete and operable system that is consistent with Division 13 and related Sections 2 4 CHARACTERISTICS AND CAPABILITIES A. The WTP PLC and RTU equipment must provide reliable operation in specified environments without needing external fans, abnormal air conditioning, and/or electrical filtering 1 The SI will determine if ambient heat, electrical transients, electromagnetic interference, and adjacent vibration require special consideration 2 If yes, then SI will provide environmental controls, filtering, shielding, or isolation, and/or dampening City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 6 October 21, 2021 B The Engineer intends that the WTP Main PLC and the RTUs be capable of real- time, on-line programming via a portable programming device 1 The programming device will attach directly to the PLC or RTU, or via a remote interface (I e Ethernet connection) 2 The device/interface connection will be able to add, delete, modify, and display any portion of the program while system is running or stopped 3 On-line programming is to be restricted to authorized users only 4 The Owner will have independent access codes, as will the SI's support staff as necessary and determined by the Owner 5 The SI will effect no programming changes without written authorization (per event) from the Owner C The Engineer prohibits the SI from any "real-time, on-line"'programming unless the SI conducts programming sessions through a reputable, on-line security provider (i e , McAfee or Norton) 1 This is to include virus scan and firewall system-programs that update automatically/consistently 2 The SI will establish an account with the on-line security provider in the Owner's name prior to executing program changes D All WTP Main PLC and RTU programming will be relay-derived ladder logic, diagram format using appropriate software The SI will demonstrate capability with such programming tools E The SI will provide power fail protection for the PLC and each RTU If main power fails, each DC Uninterruptible Power Supply (UPS,) system will be capable of operating the respective PLC and RTU Refer to Part 2 7 of this Section F If required, provide specially made I/O rack system(s) for PLC, RTUs, or other onsite system components 1 Each I/O chassis will be modular with plug-in (e g , DIN rail) types that allow for quick replacement I/O disconnects will be quick disconnects 2 I/O racks will contain their own power supplies and power conditioning equipment to suppress inductive transients 3 Provide heavy-duty contact outputs for high contact burdens G Digital and analog inputs/outputs modules 1 Digital AC input modules will be suitable for general-purpose 120 VAC inputs unless Engineer indicates or approves otherwise City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 7 October 21, 2021 2 Digital DC input modules will be suitable for general-purpose DC inputs unless Engineer indicates or approves otherwise 3 All 120 VAC output modules leaving the WTP Main PLC or the RTUs will have manually resettable breakers unless Engineer indicates or approves otherwise. The breakers will have indication for "OK" or "Tripped " 4 All digital and analog DC output modules leaving the WTP Main PLC or the RTUs will have individual, electronically isolated fuses or manually resettable breakers unless Engineer indicates or approves otherwise The fuses/breakers will have indication for "OK" or "Tripped " 5 Analog I/O modules will be 4-20 mA unless Engineer indicates or approves otherwise 6 The SI will provide all necessary power supplies and amplifiers needed by loop-powered devices 7 All I/O modules will have LED indicator lights for diagnostic monitoring and testing H Enclosures shall be NEMA 4X 304 stainless steel 2 5 MULTIPLEXING SYSTEMS A The WTP Main PLC will interface with a multiplexing system designed for remote (RTU) site integration and control 1 The SI is to include alarm status, and startup/shutdown control signals, digital and/or analog data signals, and set-point values and discrete- time signals 2 Where required, the SI will provide analog-to-digital (ADC) conversion 3 The WTP Main PLC will transmit and receive information to and from the RTUs in real-time 4 The WTP Main PLC will transmit and receive information to and from the Master Aeralater PLC in real-time 5 The WTP Main PLC will transmit and receive information to and from the packaged chemical feed system local control panels in real-time 6 The WTP Main PLC will transmit and receive information to and from the lift station local control panel in real-time B Control and data transmission security will include random bit error detection Incorrectly received control signals and cyclic-redundancy checking will not prematurely initiate a control function at a RTU, or the WTP Main PLC nor cause a RTU to transmit invalid message signals to the WTP Main PLC City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 8 October 21, 2021 C Buffer all I/O circuits from ambient electrical noise and transients, designed to withstand surges in status and control signals per ANSI Standard C37 90a D Minimum recommended separation distances between signal and power conduits will conform to the Institute of Electrical and Electronic Engineers (IEEE) Standard 518 1 For 0 to 125 V (AC or DC) with maximum current < 30 A, the minimum clearance between signal and power conduits is 2 inches 2 For 0 to 125 V (AC or DC) with a maximum current of 30 to 100 A, the minimum clearance between signal and power conduits is 4 inches 3 For 0 to 125 V (AC or DC) with maximum current > 100 A, the minimum clearance between signal and power conduits is 6 inches 2 6 POWER SUPPLY A. The SI will supply any needed transient suppression (i e , isolation transformers or signal conditioners) to precondition the incoming power for the WTP main PLC, the RTUs, and all I/O modules B The SI will maintain physical separation between AC power lines and low-level DC lines that include signals for process transmitters, I/O power supply cables, and I/O interconnect cables. 2 7 UNINTERRUPTIBLE POWER SUPPLY A. The SI will provide power fail protection for the WTP Main PLC and each RTU If main power fails, each DC-to-DC Uninterruptible Power Supply (UPS) system will be capable of operating the WTP Main PLC and RTUs B The UPS will protect the electronic equipment from noise transients, voltage sag, surges, brownouts, and blackouts C The UPS will be a PULS DC-UPS system with fuse, battery, and battery mounting kit, or Engineer pre-approved equal D The UPS will provide a continuous supply of clean DC-to-DC power regardless of the condition of available commercial power E The UPS battery for the WTP Main PLC and RTUs will provide 26 Amp-Hour PART 3 EXECUTION 3 1 INSTALLATION A. The SI will install all work in strict accordance with all manufacturers' recommendations, or "as approved" by the Engineer The SI will obtain Engineer's approvals in writing B To attain Substantial Completion, the SI must test all WTP main PLC and RTU network equipment, hardware, and software functions successfully City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 9 October 21, 2021 1 The SI will test the network in the presence of the Engineer- and Owner-representatives 2 The SI will maintain a record of all tests, attendance, issues, constraints, and resolutions 3 Submit records to the Engineer with request for substantial completion 3 2 PHASED COMPLETION A. The Engineer anticipates a phased-construction project 1 The SI will install various elements of the project and be ready for testing before placing the entire WTP network into full operation 2 The SI will provide whatever temporary installations are necessary to operate elements placed into the network. 3 3 PROGRAMMING A. Per 13320 — SCADA System, The SI will be responsible for programming the SCADA system operating platform and HMI for the WTP B The SI shall provide initial programming of the WTP Main PLC as described 1 The SI will furnish certified relay ladder logic documentation for review to ensure compliance with the specifications 2 Refer to Section 01300 — Submittals C During startup, review all control loops with Engineer- and Owner- representatives and modify the WTP Main PLC and RTU programming as required by Engineer 1 The SI will include 40-hours of post-substantial completion programming-adjustment time within the bid to satisfy this requirement 2 Programming-adjustment time is independent of demonstration testing, training, and follow-up training time defined in Part 3 of Section 13320 — SCADA System 3 Programming-adjustment time excludes travel to and from site END OF SECTION City of Pearland Bailey WTP Improvements PLC and RTU Project No 7295A 13323 - 10 October 21, 2021 SECTION 13324 HUMAN-MACHINE INTERFACE SYSTEMS PART 1 GENERAL 1 1 SUMMARY A. To the extent possible, the General Contractor (Contractor) is to maintain and integrate the existing Supervisory Control and Data Acquisition (SCADA) infrastructure at the existing Magnolia and Bailey facilities that are not being demolished (per the Drawings) into the upgraded SCADA system for the proposed overall improvements project This includes, but is not limited to the existing Control Strategies, Instrumentation and Sensing Devices, Communication Devices, and Programmable Logic Controller (PLC)-Remote Terminal Unit (RTU) at the existing Magnolia and Bailey facilities All new aspects of the SCADA infrastructure for the proposed overall improvements project are to adhere to the following Division 13 specification sections 1 13100 — Control Panels 2 13320 — SCADA System 3 13320-A — Control Strategies 4 13321 — Instrumentation and Sensing Devices 5 13322 — Communication Devices 6 13323 — PLC-RTU 7 13324 — Human-Machine Interface B The System Integrator (SI) shall utilize a fully scalable, open productivity and connectivity (OPC), simple network management protocol (SNMP), web- enabled human-machine interface (HMI) systems for the SCADA communications, command, and control system, as described herein and specified elsewhere by related sections C The HMI, also known as the operator's interface computer (OIC), will be able to initiate commands and receive signals, monitor process instrumentation and equipment conditions, collect, store, and retrieve data for reports through the Water Treatment Plant's (WTP) main PLC — WTP Main PLC D The SI shall supply all equipment for the HMI systems and shall be responsible for all programming, which will 1 Ensure a complete and totally integrated SCADA communications, command, and control system network as intended 2 Include all peripheral devices, equipment and operating systems, interface software, system configuration and programming, various pre-selectable operational setpoints, and screen graphics 3 Include alarm communication system 4 Include all accessories necessary for an integrated system network 5 Include HMI/OIC systems start-up and training City of Pearland Bailey WTP Improvements Human-Machine Interface Project No 7295A 13324 - 1 October 21, 2021 E The SI will furnish and install all labor and materials including all direct, indirect, overhead and profit costs Provide all specified requirements, gear, tools, and services as listed in or intended by the Technical Specifications and Appendices, or as detailed in the Drawings or other addenda F Specifications herein intend to suggest the minimum requirements of the integrated SCADA communications, command, and control system network Absence of any Engineer-specifics does not relieve the SI from precisely bidding and supplying all hardware, software, devices, and support needed to accomplish the functional tasks implied by these specifications as a whole G It is the responsibility of the SI to review the Contract Documents carefully 1 All requests for information, verification, clarification, and variance are the SI's responsibility Provide such requests in writing to the Engineer 2 Provide the Engineer a written report of any conflict, error, ambiguity, or discrepancy Obtain a written clarification from Engineer before proceeding with the work. H The SI will furnish a "no exception - no exclusion," one-year warranty for all parts and labor on all new equipment provided under this specification 1 The warranty period begins after all equipment and systems installations are complete, functionally checked, and accepted by the Owner 2 The warranty period is beyond any "limited" warranty extended by manufacturers and/or suppliers on their packages or products 1 2 RELATED SECTIONS A. Section 11261 — Packaged Chemical Feed Systems B Section 11307 — Sanitary Sewer Lift Station C Section 11900 — Packaged Aeralater System D Section 13100 — Control Panels E Section 13320-A — Control Strategies F Section 13321 — Instrumentation and Sensing Devices G Section 13322 — Communications Devices H Section 13323 — PLC and RTU 1 3 SUBMITTALS A Submit all product data according to the provisions within Section 01300 - Submittals Submit for Engineer's review and approval City of Pearland Bailey WTP Improvements Human-Machine Interface Project No 7295A 13324 - 2 October 21, 2021 B Documents must include detailed descriptions of systems, subsystems, and component operations Documents must verify complete integration of network equipment C Documents must include all schematics and wiring diagrams, loop controls and relay ladder logic, software programs, database and proprietary language formats, and manuals for integrated systems and components D Operation and Maintenance (O&M) manual documents must include all information described above O&M manuals will include all manufacturer and SI "As-Built" Drawings and schematics Interpret "As Built" to mean all changes made by the SI to the Engineer's Drawings,, schematics and/or specifications PART 2 PRODUCTS 2 1 HUMAN-MACHINE INTERFACE (HMI) A. SCADA system operating platform software Manufacturer shall be selected by the Owner per 13320 and the SI shall provide a budgetary estimate for a minimum of three (3) software manufacturers (i e Wonderware, VTScada, Citect, etc ) B HMI must include remote access to/from the Internet, via virtual private network (i e VPN) using Windows Desktop software C HMI must include multimedia OPC alarm management software D HMI must be compatible to other PLC (i e Master Aeralater PLC) units 2 2 OPERATOR INTERFACE COMPUTER (OIC) A The SI will integrate the project SCADA components into an OIC, supervisory computer that shall be located in the Control Building control room and display all aspects of the HMI, B In conjunction with command and control functions, the OIC is to be used to record I/O history data points The OIC will log I/O records for instrumentation readings, equipment controls, and status The SI shall verify what logging rates the Owner desires Use a minimum of no less than once per minute as a standard C The SI shall coordinate with the Owner regarding the frequency (I e monthly) of auto-generated reports that shall be prepared for regulatory agencies D Generate reports using recorded I/O history data points The SI will work with the Owner to develop, configure, and produce all necessary reports 2 3 OIC SUPERVISORY COMPUTER AND HMI SOFTWARE A. Provide all software, licensed to Owner, with the tag capacity necessary to meet the project requirements, plus 50-percent (+50%) to handle future expansion of the system City of Pearland Bailey WTP Improvements Human-Machine Interface Project No 7295A 13324 - 3 October 21, 2021 B Provide any run time software needed (and any necessary license) with the tag capacity essential to meet the project requirements, plus 50-percent (+50%) to handle future expansion of the system 2 4 PRODUCT SUBSTITUTIONS A It is the General Contractor's (GC) responsibility to obtain Engineer pre- approval of product-substitution offers 1 The SI through the GC will submit all "or equal" product-substitution offers to the Engineer no less than 30-days prior to the Bid 2 Product-substitution submittals will comply with Section 01300, Submittal requirements B The Engineer will consider substitutions when a product becomes unavailable through no fault of the SI, who will document each request with complete data substantiating compliance with Contract Documents C A request constitutes a representation that 1 The SI investigated proposed product-substitution and determined that it meets or exceeds the quality level of the specified product 2 The SI will provide the same warranty for product-substitution as for specified product 3 The SI will coordinate installation and make changes to other Work, which may be required for the Work to be complete, with no additional cost to Owner 4 The SI waives claims for additional costs or time extension, which may subsequently become apparent D Substitutions are not allowed 1 When they are indicated or implied on equipment or product data submittals 2 Without separate written request for each instance 3 When acceptance will require revision to the Contract Documents E Substitution submittal procedure 1 Submit copies of request for substitution Provide the number of copies specified in Section 01300 — Submittals Limit each request to a single proposed substitution 2 Submit equipment submittals, product data, and certified test results attesting to the proposed product equivalence Burden of proof is on SI City of Pearland Bailey WTP Improvements Human-Machine Interface Project No 7295A 13324 - 4 October 21, 2021 F Engineer will notify SI in writing of decision to accept or reject request. PART 3 EXECUTION 3 1 OPERATOR INTERFACE SOFTWARE A. Closely coordinate the work with Owner and Engineer Develop interface(s) according to Owner's needs and input Follow Owner's direction in implementing system security features 1 Per Section 13320 — SCADA System, the SI shall provide programming services for the integrated WTP SCADA network. The SI shall ensure the programming reflects all instrumentation and control capabilities specified in Division 13 and related Division 11 Sections 2 Develop plan views of the WTP sites and create index-screens as needed Screens will include all WTP process area(s) equipment, and the views to display input monitoring signals from the Master Aeralater PLC a Develop high resolution, color graphical screens in a logical manner to facilitate movement to desired screens b Allow operator to select any specific site and proceed to detailed screens c Depict all instrumentation and control devices required by this project d Display all PLC input and output control signals on the appropriate screens e Follow Owner's direction in implementing system features f Allow all setpoint entry numerically from the keyboard and by operating a slide bar with the mouse 3 Graphic interfaces shall be high quality, allowing intuitive recognition of equipment and devices depicted a Single line drawings and symbols of the type often used for process and instrumentation diagrams are not acceptable 4 Use animation where appropriate to represent movement Use color changes to indicate ON/OFF and ALARM status 5 Provide alarm screens, which record alarms and acknowledge history 6 Provide real-time and historical trending charts for all analog/digital variables City of Pearland Bailey WTP Improvements Human-Machine Interface Project No 7295A 13324 - 5 October 21, 2021 7 Develop system for archiving critical data (as directed by Owner) to provide recordable/rewritable data storage capabilities (i e Cloud based) 8 Develop printed reports of data as directed by Owner 3 2 ALARM NOTIFICATION A. Refer to Section 13322 — Communications Devices 3 3 TRAINING A Provide training for this Section as part of overall Control System training described in Section 13320 — SCADA System END OF SECTION City of Pearland Bailey WTP Improvements Human-Machine Interface Project No 7295A 13324 - 6 October 21, 2021 SECTION 13440 CROSS-LINKED POLYETHYLENE STORAGE TANKS PART 1 GENERAL 1 1 SECTION INCLUDES A This Section specifies cross-linked high density polyethylene storage tanks for outdoor and indoor storage of chemicals at the Bailey water treatment plant (WTP) located in Pearland, Texas The tanks shall be vertical dome top type, except where specified otherwise herein, complete with fill and outlet piping, vent, entrance manway, and appurtenances The following tanks are to be installed 1 A bulk sodium hypochlorite tank (T-04 100) 2 A day sodium hypochlorite tank (T-04150) with a secondary containment tank (T-04 151) 3 A bulk liquid ammonium sulfate tank (T-04 500) 4 A bulk polyphosphate tank (T-04 700) 5 A bulk corrosion inhibitor tank (T-04 800) All bulk storage tanks shall be installed outside in the concrete secondary containment areas as shown on the Drawings The day sodium hypochlorite tank shall be installed inside the storage room of the new Control Building as shown on the Drawings 1 2 RELATED SECTIONS A. 13321 — Instrumentation and Sensing Devices 1 3 REFERENCES A. ASTM D638-82a — Standard Test Method for Tensile Properties of Plastics B ASTM D746-79 — Standard Test Method for Brittleness Temperature of Plastic s and Elastomers by Impact C ASTM D1505-68 — Standard Test Method for Density of Plastics by the Density Gradient Technique D ASTM D1525-82 — Standard Test Method for Vicat Softening Temperature of Plastics E ASTM D1693-70 — Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics F Phillips Chemical Technical Bulletin SSL-193 —.Impact and Gel Testing City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 1 October 21, 2021 G ASTM C177 — Standard Test Method for Steady-State Thermal Transmission Properties by Means of Guarded Hot Plate H ASTM D1621-73 — Standard Test Method for Compressive Properties of Rigid Cellular Plastics I ASTM D1622-83 — Standard Test Method for Apparent Density of Rigid Cellular Plastics J ASTM D2126-75 — Standard Test Method for Response of Rigid Cellular Plastics to Thermal and Humid Aging K ASTM D2842-69 — Standard Test Method for Water Absorption of Rigid Cellular Plastics L ASTM D2856-70 — Standard Test Method for Open Cell Content of Rigid Cellular Plastics by the Air Pyenometer 1 4 SYSTEM DESCRIPTION TANK 1 — (T-04 100) Capacity 6,500 gallons (U S ) minimum, 6,600 gallons (U S maximum) Diameter 10 feet maximum Overall height. 13 feet, 8 inches maximum Chemical stored 12 5% Sodium Hypochlorite (NaOCI) - water treatment grade Maximum temperature 140°F Minimum anticipated delivered temperature 60°F Unit weight 9 9 pounds/gallon Ambient Air Temperature Range 25°-120°F TANK 2 (T-04.150) New Capacity 545 gallons (U S ) minimum, 550 gallons (U S ) maximum Diameter 4 feet maximum Overall height 6 feet, 10 inches maximum Chemical stored 12 5% Sodium Hypochlorite (NaOCI) - water treatment grade Maximum temperature 140°F Minimum anticipated delivered temperature 60°F Unit weight 9 9 pounds/gallon Ambient Air Temperature Range 25°-120°F TANK 3 (T-04 151) Secondary Containment for T-04 150 New Capacity 660 gallons (U S ) Overall base length 6 feet maximum Overall base width 4 feet, 5 inches maximum, 4 feet minimum Overall height 3 feet, 4 inches maximum Ambient Air Temperature Range 25°-120°F City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 2 October 21, 2021 TANK 4 - (T-04 500) New Capacity 685 gallons (U S ) minimum, 710 gallons (U S ) maximum Diameter 5 feet, 9 inches maximum Overall height 5 feet, 10 inches maximum Chemical Stored 40% Liquid Ammonium Sulfate (LAS) - water treatment grade Maximum Temperature 140°F Minimum Temperature 60°F Unit Weight 10 2 pounds per gallon Ambient Air Temperature Range 25°-120°F TANK 5 (T-04 700) New Capacity 545 gallons (U S ) minimum, 550 gallons (U S ) maximum Diameter• 4 feet maximum Overall height 6 feet, 10 inches maximum Chemical stored NAPCO 21 1 LM Polyphosphate - water treatment grade Maximum temperature 140°F Minimum anticipated delivered temperature 60°F Unit weight 12 25 pounds/gallon Ambient Air Temperature Range 25°-120°F TANK 6 (T-04 800) New Capacity• 200 gallons (U S ) minimum, 230 gallons (U S ) maximum Diameter 3 feet, 2 inches maximum Overall height 4 feet, 11 inches maximum Chemical stored NAPCO 206 Corrosion inhibitor - water treatment grade Maximum temperature 140°F Minimum anticipated delivered temperature 60°F Unit weight 11 16 pounds/gallon Ambient Air Temperature Range 25°-120°F 1 5 SUBMITTALS A. Submittals shall be provided in accordance with Section 01300, and include the following 1 Tank manufacturer's data and dimensions showing the location of all openings 2 Details on outlet fittings, vent, and appurtenances 3 Signed affidavit by the tank manufacturer indicating that the tank was successfully tested and the tank materials comply with applicable ASTM standards per Part 1 3 of this Section City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 3 October 21, 2021 1 6 QUALITY ASSURANCE A Factory Test 1 Following fabrication, the entire tank including pipe outlet fittings, shall be hydrostatically tested with water The test duration shall be 24 hours with proof of acceptance being an affidavit signed by the factory inspector Following successful testing, the tank shall be emptied and dried prior to shipment PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable 1 Poly Processing Company 2 Synder Industries 3 Assmann Corporation 2 2 TANK MATERIALS A Resin The tank provided under this Section shall be constructed of high density cross-linked polyethylene using a rotationally molded fabrication process Resin used in the tank shall be equal to Phillips Chemical cross- linkable polyethylene Marlex CL200 YJN or Paxon 7004 as manufactured by Paxon, Inc B The plastic shall not contain any fillers C All plastic shall contain a minimum of 0 25 percent U V stabilizer and maximum of 0 60 percent D Pigments may be added as approved by Engineer, not to exceed 0 5 percent of dry blended or 2 percent of the total weight of the tank. E The tank material shall meet or exceed the following test properties Test Parameter Value ASTM D638 Tensile strength, ultimate, psi, 2- 2,600 inch minimum ASTM D638 Elongation at break, percent, 2-inch >300% minimum ASTM D790 Flexural Modulus, psi 100,000 ASTM D746 Brittleness temperature, °F <180 ASTM D1505 Density, gm/cm3 0 930-0 933 City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 4 October 21, 2021 ASTM D1525 Vicat softening point, °F 240-250 ASTM D1693 En Environmental stress cracking, F50, >1,000 Phillips Impact resistance at -40°F, ft-lb >120 Phillips SSL-193 Percent gel, outermost 1/32 inch >90 outer wall Phillips SSL-193 Percent gel, entire wall thickness >80 Low temperature impact ARM-low Phillips SSL-193 impact of 1/8-inch specimen, ft - 75 lbs ASTM F1473 Polyethylene Notch Test (176°F, >1,000 350 psi), hrs ASTM D1998 Specific gravity 1.9 F Wall thickness of the tank shall be designed by the manufacturer with a hoop stress no greater than 550 psi 2 3 FITTINGS ACCESSORIES A. All mechanical fittings and piping supplied with the tank shall be of a compatible material for chemical stored Tank Manufacturer shall select compatible material Flanged fittings shall be class 150 B All wetted metals shall be of a compatible material for chemical stored Tank Manufacturer shall select compatible material C Fasteners and other metallic components inside of the tank that are exposed to the contents shall be encapsulated in polyethylene or other suitable plastic determined by the tank Manufacturer 2 4 TANK FABRICATION A. The high density cross linked polyethylene tanks shall be constructed by the rotational molding process B The high-density cross-linked polyethylene tanks shall be capable of storing chemicals and strengths listed in Part 1 3 of this Section at temperatures up to 120°F C The tank diameter shall be measured externally Tolerance on the outside diameter including out of roundness shall be plus or minus three percent. Measurement shall be taken in a horizontal position The knuckle radius at bottom of wall shall be a minimum of one inch D The wall,thickness shall meet the following requirements City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 5 October 21, 2021 1 Design in accordance with ASTM D 1998 2 Design using a hoop stress no greater than 550 psi 3 Wall thickness calculations shall assume tank contents have a specific gravity not less than 1 5 4 In no case shall tank thickness be less than design thickness 5 The minimum wall thickness shall be sufficient to support its own weight in an upright position without external support, but shall not be less than 0 187" thick. E All edges cut out, such as entrance to manway, shall be trimmed to have smooth edges 2 5 TANK DESIGN A The Storage tanks provided under this section shall have the following characteristics B Hydrostatic design of tank ASTM D-1998 SG = 1 5 Day NaOCI Bulk Bulk Design Bulk NaOCI Day NaOCI Secondary Bulk LAS Polyphosphate Corrosion Parameters (T-04 100) (T-04 150) ' Containment (T-04 500) Inhibitor (T-04 151) (T-04 700) (T-04 800) Style Vertical, Vertical, Vertical, Vertical, Vertical, Vertical, Shell cylindrical cylindrical rectangular cylindrical cylindrical cylindrical To Closed, Closed, O en Closed, Closed, Closed, p domed top domed top p domed top domed top domed top Bottom Flat Flat Flat Flat Flat Flat • Top Top To mount, Topmount, Top mount, mount, 16 mount, 18- p Manway 24-inch dia n/a 16 inch dia 14-inc dia inch dia inch dia minimum minimum minimum minimum minimum Dimensions Per Part 1 4_of this Section Ladder Yes Yes n/a Yes Yes Yes Required Ladder Safety Cage Yes No n/a No No No Required Ladder Fall Protection Yes No n/a Yes Yes Yes Required Exposure Outdoors Indoors Indoors Outdoors Outdoors Outdoors Color Natural Natural Natural Natural Natural Natural n/a =not applicable City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 6 October 21, 2021 2 6 TANK ACCESSORIES A. General fittings 1 The tank fittings shall be constructed of PVC, CPVC, or titanium Material compatible with stored chemical 2 Exposed metals that may come into contact with the stored chemical shall be compatible with that chemical 3 Gasket material shall be EPDM or Viton Material compatible with stored chemical as determined by the tank Manufacturer 4 All sidewall fittings shall keep the chemicals from contacting the tank wall cross section Containment bellows fittings are required for all sidewall penetrations as supplied by Poly Processing or Engineer approved equal B Flanged nozzles 1 Conically gusseted to tank, withstand 1,500 LBS bending, 2,000 FT- LBS torque 2 Flange diameter and drilling per ANSI B16 5, 150 LB 3 Same material as tank 4 Nozzles location and sizes as shown or specified 5 Press molded flanges not allowed 6 PVC flanges on vents attached to vessel not allowed 7 Provide flanges for manways, openings, and connections with 40 to 50 Durometer 1/8-inch thick full face gaskets suitable for use in the stated chemical environment C Interior fill pipes 1 Schedule 80 PVC or CPVC pipe extending from inlet connection to 9 inches above tank bottom; equipped anti-foam eblow Material compatible with stored chemical 2 Interior flanged connection to tank nozzle at top and base support for 90 degree elbow at bottom 3 Pipe size to match exterior fill pipe 4 Pipe supports at 8 feet maximum, designed for easy pipe removal and replacement 5 3/4-inch by 6-inch long horizontal FRP vacuum breaking pipe from interior tank nozzle at top of tank, and pointed toward tank center City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 7 October 21, 2021 6 Location of the fill pipe for each tank shall be as shown on the Drawings D Siphon drain pipes 1 2-inch dia transfer lines from the storage tanks shall have a siphon drain design 2 The tank nozzles shall have a 2-inch dia pipe extending within the tank down to within 2-inch of the bottom of the tank E Vents 1 Tank Manufacturer shall size and furnish one (1), flanged vent per tank and size the vent to accommodate the chemical fill line size shown on the Drawings 2 Vents shall include an insect screen that is compatible with the chemical stored 3 Location of the vent shall be as shown on the Drawings F Overflows 1 Tank Manufacturer shall size one (1), flanged overflow line per tank and size the overflow line to accommodate the chemical fill line size shown on the Drawings 2 Overflow lines shall include an insect screen that is compatible with the chemical stored G Reverse float level gauge 1 For each storage tank, furnish one (1) reverse float level gauge on top of each tank Refer to Drawings for the location of the level gauge 2 Construct the reverse float level gauge with a guided float on the inside of the tank connected to an indicator on the exterior of the tank with a 1/4-inch rope The indicator shall move along an indicator board inside a clear, UV-resistant guide pipe (external to the tank) with gallon graduations clearly marked on the pipe in the appropriate graduation for the size of each tank. Connect the level gauge to the tank at a tank flat point on the tank dome with a 2-inch treaded bulk head fitting and hold along the tank sidewall with a 1-inch fittings and stand-off connections 3 Construct the reverse float level gauge using rigid components of PVC. Construct rope of polypropylene Gaskets shall be Viton or suitable gasket material for the chemical stored (to be determined by the tank Manufacturer) City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 8 October 21, 2021 H Level sensor connection 1 For each storage tank, furnish one (1), flanged connection for level sensor on top of each tank Refer to drawings for flanged connection size and location Flexible connectors 1 Flexible connectors (two-bellow design) shall be provided between the tank and the hard piping to allow for tank and piping expansion while minimizing applied forces to the tank and piping 2 Material shall be compatible with stored chemical 3 Acceptable manufacturers are Mercer Rubber, Proco, or approved equal J Manways 1 Manways shall be integrally molded with the tank. The manway openings shall be as specified in Part 2 5 of this Section The manway cover shall be sealing type and vapor tight 2 All manways shall be equipped with an emergency pressure relief device designed to allow a minimum flow rate of 4000 cfm in the event the tank is pressurized K Tie down lugs 1 Number, strength, location, and anchor bolt size as required per design loading L. Lifting lugs 1 Lifting lugs shall be capable of withstanding weight of empty tank with safety factor of 5 to 1 Provide a minimum of four (4) lifting lugs on all storage tanks Lifting lugs shall be Type 316L stainless steel and attached to tank wall with hand-layed up laminate equal to or greater than the tank wall M Ladder• 1 Total length As required from pedestal floor level to top of each tank. 2 Maximum center-to-center distance on mounting supports is 4 feet 3 Design in accordance with OSHA standards a Supplied with a safety cage and fall protection system in accordance with Part 2 5 of this Section 4 Material FRP or stainless steel City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 9 October 21, 2021 N Restraint system 1 Design and provide restraint system for all outdoor tanks Tank vendor's design calculations shall be prepared and signed/sealed by a Registered Professional Engineer, licensed in the State of Texas 2 Design system to comply with the Owner's current building code standards Tank vendor is responsible for using applicable building code and state what was used in the design calculations a If the clearance requirement from the outside edge of the tanks to the edge of the concrete pedestals exceeds what is shown on the Drawings, the vendor is to contact the Contractor and Engineer Contractor is responsible for confirming all clearances with the vendor and Engineer before constructing the concrete pedestals 3 System to consist of stainless steel cables, clips, and anchor bolts 2 7 INSULATION A The bulk sodium hypochlorite tank (T-04 100) shall be insulated 1 Sidewall, Top or Bottom Head Insulation Provided insulation shall be 2 inches of polyurethane insulation, having an "R" factor of approximately 12 "R"factor shall be calculated exclusive of tank wall values a Insulation shall be of uniform density and thickness in order to avoid areas of incalculable heat loss All nozzle and fittings shall have insulation placed around lay-up areas 2 Insulation Protection Insulation shall be protected by a fiberglass skin consisting of filament wound laminate Laminate shall be a minimum of 0 25 inches thick. a Insulated tanks shall be furnished with an exterior pigmented protective gel coat The color of the protective gel coat shall be white to reflect the rays of the sun b Note For minor cracks in the insulation case, an exterior expandable caulk may be used c Expansion Joint To allow for differences in expansion between the tank and the insulation casing, one or more expansion joints must be installed in insulation casing, every eight feet The expansion joint must allow free movement of tank and insulation casing and be sealed off from water infiltration 2 8 SAFETY SIGNS A The tank inlet and tank outlet shall be clearly marked with hazardous material warning signs, 10 inches by 14 inches in size City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 10 October 21, 2021 B Each sign shall have the words "DANGER" printed in large block letters and be mounted directly adjacent to the tank outlet and tank inlet Fill in the blank with the chemical to be stored Signs shall be fiberglass, suitable for outdoor installation C Each tank shall be equipped with the applicable NFPA diamond placard for the chemical stored At minimum, one placard shall be installed in a location that is visible from the front of the tank (i e visible from the concrete access drive) 2 9 SUITABILITY FOR SERVICE A Tanks shall be suitable for storing chemicals to be used for potable water treatment Tank materials shall not contaminate the contents with any chemical that may cause a detectable amount of that chemical in the treated water Tanks shall be approved for potable water treatment chemicals by the National Sanitation Foundation (NSF) PART 3 EXECUTION 3 1 FIELD TESTING A. The tank shall be field-tested by filling entire contents with water and monitoring the tank as well as all fitting connections for at least 24 hours Any leaks shall be corrected by the manufacturer's representative prior to acceptance Following, successful field tank testing, the tank shall be completely emptied and dried END OF SECTION City of Pearland Cross-Linked Polyethylene Bailey WTP Improvements Storage Tank Project No 7295A 13440 - 11 October 21, 2021 SECTION 15000 GENERAL PROVISIONS FOR MECHANICAL PART 1 GENERAL 1 1 CHECKING DOCUMENTS A. The drawings and the specification are numbered consecutively The contractor shall check the drawings and specifications thoroughly and shall notify the Engineer of any discrepancies or omissions of sheets or pages. Upon notification, the Engineer will promptly provide the Contractor with any missing portions of the drawings or specifications Discrepancies or omissions of sheets or pages of the contract documents will not relieve the Contractor of his duty to provide all work required by the complete contract documents 1 2 GENERAL. A. In general, the lines and units to be installed by the various trades under these specifications shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards as to complete the work in a neat and satisfactorily workable manner The following is a general outline concerning the running of various lines and is to be excepted where the drawings or conditions at the building necessitate deviating from these standards. B All piping for the mechanical trades shall be concealed in chases in finished areas, except as indicated on the drawings Horizontal lines run in areas that have ceilings shall be run concealed in those ceilings, unless otherwise specifically indicated or directed C Piping may be run exposed in machinery and equipment spaces, where serving as connections to motors and equipment items in finished rooms where exposed connections are required, and elsewhere as indicated on the drawings or required D The Contractor shall thoroughly acquaint himself with the details of the construction and finishes before submitting his bid, as no allowances will be made because of the Contractor's unfamiliarity with these details. Place all inserts in masonry walls while they are under• construction All concealed lines shall be installed as required by the pace of the general construction to precede that general construction E The mechanical and electrical plans do not give exact locations, etc , and do not show all the offsets, control lines, pilot lines and other installation details, The Contractor shall carefully lay out his work at the site to conform to the Engineering and structural conditions,to provide proper grading of lines,to avoid all obstruction, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide an integrated, satisfactorily operating installation City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-1 October 21, 2021 F The mechanical plans do not give exact location of outlets, fixtures, equipment items, etc The exact location of each item shall be determined by reference to the general plans and to all detail drawings, equipment drawings, roughing-in drawings, etc , by measurements at the building, and in cooperation with other sections Minor relocations necessitated by the conditions at the site or as directed by the Engineer shall be made without any additional cost to the Owner G The Contractor shall be responsible for the proper fitting of his material and apparatus into the space Should the particular equipment which any bidder proposes to install require other space conditions than those indicated on the drawings, he shall arrange for such space with the Engineer before submitting his bid Should changes become necessary on account of failure to comply with this clause, the Contractor shall make such necessary changes at his (the Contractor's) own expense H The Contractor shall submit working scale drawings of all apparatus and equipment which in any way varies from these specifications and plans, which shall be checked by the Engineer before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. Order of precedence shall be observed in laying out the pipe material in order to fit the material into the space above the ceiling and in the chases and walls The following order shall govern, 1 Items affecting the visual appearance of the inside of the building such as lighting fixtures, diffusers, grilles, outlets, panelboards, etc Coordinate all items to avoid conflicts at the site 2 Large pipes with critical clearances 3 Water lines, and other lines whose routing is not critical and whose function would not be impaired by bends and offsets J Piping serving outlets on items of equipment shall be run in the most appropriate manner Where the equipment has built-in chases, the lines shall be contained therein Where the equipment is of the open type, the lines shall be run as close as possible to the underside of the top and in a neat and inconspicuous manner K Exceptions and inconsistencies in plans and specifications shall be brought to the Engineer's attention before the contract is signed Otherwise, the Contractor shall be responsible for any and all changes and additions that may be necessary to accommodate his particular apparatus, material, or equipment. L. The Contractor shall distinctly understand that the work described herein and shown on the accompanying drawings shall result in a finished and working job, and any item required to accomplish this intent shall be included whether specifically mentioned or not. City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-2 October 21, 2021 M Each bidder shall examine the plans and specifications for the General Construction If these documents show any item requiring work under Division 15 and that work is not indicated on the respective "M" or "P" drawings, he shall notify the Engineer in sufficient time to clarify before bidding If no notification so received, the Contractor is assumed to require no clarification, and shall install the work as indicated on the General Plans in accordance with the specifications. 1 3 DIMENSIONS A. Before ordering any material or doing any work, the Contractor shall verify all dimensions, including elevations, and shall be responsible for the correctness of the same No extra charge or compensation, will be allowed on account of differences between actual dimensions and measurements indicated on the drawings Any difference which may be found shall be submitted to the Engineer for consideration before proceeding with the work. 1 4 MOTORS A. All motors furnished under any of the several sections of these specifications shall be of recognized manufacturers of adequate capacity for the loads involved and wound for the current characteristics shown on the electrical drawings All motors shall conform to the standards of the manufacture and performance of the National Electrical Manufacturer's Association They further shall be listed by Underwriters Laboratories. 1 5 MANUFACTURER'S DIRECTION A. All manufactured articles shall be applied, installed, and handled as recommended by the manufacturer 1 6 MATERIALS AND WORKMANSHIP• A. All materials shall be new unless otherwise specified and of the quality specified Materials shall be free from defects All materials of a type for which the Underwriters Laboratories have established a standard shall be listed by the Underwriters Laboratories and shall bear their label B Wherever the make of material or apparatus required is not definitely specified, the Contractor shall submit a sample to the Engineer before proceeding C The Engineer reserves the right to call for samples for any item of material offered in substitution, together with a sample of the specified material, when, in the Engineer's opinion, the quality of the material and/or the appearance is involved and it is deemed that an evaluation of the two materials may be better made by visual inspection D The Contractor shall be responsible for transportation of his materials to and on the job and shall be responsible for the storage and protection of these materials and work until the final acceptance of the job City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-3 October 21, 2021 E The Contractor shall furnish all necessary scaffolding, tackle, tools and appurtenances of all kinds, and all labor required for the safe and expeditious execution of his contract F The workmanship shall in all respects be of the highest grade and all construction shall be done according to the best practice of the trade 1 7 SUBSTITUTION OF MATERIAL. A Where a definite material or only one manufacturer's name is mentioned in these specifications, it has been done in order to establish a standard The product of the particular manufacturer mentioned is of satisfactory construction and any substitution must be of quality equal to or exceeding the named article No substitution shall be made without review by the Engineer, who will be the sole judge of equality B The Contractor shall submit for approval a complete list of the materials he proposes to use This list shall give manufacturers' names and designations corresponding to each and every item and the submission shall be accompanied by complete descriptive literature and/or any supplementary data, drawings, etc , necessary to give full and complete details C Should a substitution be acceptable under the provisions of the conditions of these specifications, and should this substitute prove to be defective or otherwise unsatisfactory for the service for which it is intended within the guarantee period, the Contractor who originally requested the substitution shall replace the substitute material with the specified material 1 8 SHOP DRAWINGS A. Wherever shop drawings are called for in these specifications, they shall be furnished by the Contractor for the work involved after review by the Engineer as to the make and type of material and in sufficient time so that no delay or changes will be caused This is done in order to facilitate progress on the job and failure on the part of the Contractor to comply shall render him liable to stand the expense of any and all delays, changes in construction, etc , occasioned by his failure to provide the necessary details Also, if the Contractor fails to comply with this provision,the Engineer reserves the right to deal directly with the manufacturer he selects and secure any details he might deem necessary Should there be any charges in connection with this, they shall be borne by the Contractor B. Shop drawings will be reviewed by the Engineer for general compliance with the design concept of the project and general with the information given in the contract documents Review by the Engineer and any action by the Engineer in marking shop drawings is subject to the requirements of the entire contract documents The Contractor will be held responsible for quantities, dimensions which shall be confirmed and correlated at the job site, fabrication processes, and techniques of construction, coordination of all trades, and the satisfactory performances of his work. City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-4 October 21, 2021 C Shop drawings submitted shall not consist of manufacturers' catalogues or tear sheets that contain no indication of the exact item offered Rather, the submission of individual items shall designate the exact item offered and shall clearly identify the item with the project. D All shop drawings shall be submitted at one time and shall consist of a bound catalogue of all shop drawings under each section properly indexed and certified that the Contractor has checked them E The omission of any material from the shop drawings which has been shown on the contract drawings or specified, even though reviewed by the Engineer, shall not relieve the Contractor from furnishing and erecting same 1 9 LAWS, CODES, AND ORDINANCES A. All work shall be executed in strict accordance with all local, state and national codes, ordinances and regulations governing the particular class of work involved, as interpreted by the inspecting authority The Contractor shall be responsible for the final execution of the work under this heading to suit those requirements Where these specifications and the accompanying drawings conflict with these requirements, the Contractor shall report the matter to the Engineer, shall prepare any supplemental drawings required illustrating how the work may be installed so as to comply and, on approval, make the changes at no cost to the Owner On completion of the various portions of the work the installation shall be tested by the constituted authorities, approved and, on completion of the work, the Contractor shall obtain and deliver to the Owner a final certificate of acceptance 1 10 TERMINOLOGY A. Wherever the words "furnish", "provide", "furnish and install", "provide and install", and/or similar phrases occur, it is the intent that the materials and equipment described be furnished, installed and connected under this Division of the Specifications, complete for operation unless specifically noted to the contrary B Where a material is described in detail, listed by catalogue number or otherwise called for, it shall be the Contractor's responsibility to furnish and install the material C The use of the word "shall" conveys a mandatory condition to the contract. D "This section" always refers to the section in which the statement occurs E "The project" includes all work in progress during the construction period F "Concealed" areas are those areas which cannot be seen by the building occupants from the floor with all building components in place "Exposed" areas are all areas which are exposed to view by the building occupants, including mechanical rooms City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-5 October 21, 2021 In describing the various items of equipment, in general, each item will be described singularly, even though there may be a multiplicity of idehtical or similar items 1 11 PAINTING A. All painting shall be done by the Contractor under Division 9 Following is a general outline of the required work for Divisions 15 1 When the factory finish on any apparatus or equipment is marred, it shall be touched up and then given one coat of half flat half enamel, followed by a coat of machinery enamel of a color to match the original Paint factory primed surfaces 2 Paint all exposed pipe, hangers, and supports 3 Paint all insulated surfaces exposed to view, including piping, equipment, etc Sand surfaces until a smooth, non-grainy surface is obtained 1 12 ROUGH-IN AND FINAL CONNECTIONS FOR EQUIPMENT A The shop drawings for all equipment are hereby made a part of these specifications The Contractor under each section of the specification shall rough-in for the specifications or by the owner The Contractor shall refer to all drawings and other sections of the specifications for the scope of work involved for the new required equipment connections for the Owner furnished equipment B. Should any of the equipment furnished require connections of a nature different from that shown on the drawings, report the matter to the Engineer and finally connect as directed by the Engineer C Should any shop drawings not be available for equipment furnished under other contracts or by the Owner, the Contractor under each section of these specifications shall bid the work as detailed on the drawings. D Minor differences in the equipment furnished and that indicated on the drawings will not constitute grounds for additional payment to the Contractor 1 13 PIPE IDENTIFICATION A. The Contractor shall mark all accessible piping systems. The identification of a piping system shall be made by a positive identification of the material content of the system by lettered legend, giving the name of the content in full or abbreviated form This mark shall be conspicuously placed at frequent intervals on straight runs, close to all valves, at changes of direction and where pipes pass through walls, floors, or ceilings. Arrows shall be used to indicate direction of flow B Markers shall be placed on piping at each connection to an item of equipment, at each pump, and on each drop to an outlet Markers shall be placed on each run of piping at intervals not exceeding 50 feet where exposed in a room and 25 feet when installed above removable ceilings, except that no exposed line City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-6 October 21, 2021 shall enter a room without, being identified therein Marker on lines above removable ceilings shall be applied on the underside of the lines and in other areas shall be.applied to be most visible C Markers shall conform to completely with "The Scheme for Identification of Piping Systems (ANSI A131 1981) Markers shall have ANSI specified color coded background, color of legend and legend letter size 1 14 IDENTIFICATION AND LABELING A. Refer to 10400 — Identification 1 15 OPERATION AND MAINTENANCE MANUALS A. Refer to Section 01300 for submission of Operation and Maintenance Manuals. 1 16 GUARANTEE A. Unless a longer guarantee is hereinafter called for, all work, material and equipment items shall be guaranteed for a period of one year after acceptance by the Owner All defects in labor and materials occurring during this period, as determined by the Engineer, shall be repaired and/or replaced to the complete satisfaction of the Owner Guarantee shall be in writing 1 17 COMPLETION REQUIREMENTS A. Before acceptance and final payment the Contractor under each Division of the specifications shall furnish the following 1 Accurate record drawings, shown in red ink on blue line prints, furnished for that purpose, all changes from the original plans made during installation of the work. Drawings shall be filed with the Engineer when the work is completed 2 All manufacturers' operating manuals 3 All operating manuals 4 Guarantee 5 Test and Balance Report END OF SECTION City of Pearland Bailey WTP Improvements General Provisions for Mechanical Project No 7295A 15000-7 October 21, 2021 SECTION 15050 BASIC MECHANICAL MATERIALS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Drawings and general provisions of Contract, including General and the Supplementary Conditions and Division 1 Specification Sections, apply to this Section 1 2 SUMMARY A This Section includes the following basic mechanical materials and methods to complement other Division 15 Sections 1 Piping materials and installation instructions common to most piping systems 2 Concrete equipment base construction requirements 3 Equipment nameplate data requirements 4 Labeling and identifying mechanical systems and equipment is specified in Section 10400 — Identification Devices 5 Nonshrink grout for equipment installations 6 Field-fabricated metal equipment supports 7 Installation requirements common to equipment specification Sections 8 Mechanical demolition 9 Cutting and patching 10 Touchup painting and finishing B Pipe and pipe fitting materials are specified in piping system Sections 1 3 DEFINITIONS A. Pipe, pipe fittings, and piping include tube, tube fittings, and tubing B Finished Spaces Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe shafts, unheated spaces immediately below the roof, spaces above ceilings, unexcavated spaces, crawl spaces, and tunnels C Exposed Interior Installations Exposed to view indoors Examples include finished occupied spaces and mechanical equipment rooms City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-1 October 21, 2021 D Exposed Exterior Installations Exposed to view outdoors, or subject to outdoor ambient temperatures and weather conditions Examples include rooftop locations E Concealed Interior Installations Concealed from view and protected from physical contact by building occupants F Concealed Exterior Installations Concealed from view and protected from weather conditions and physical contact by building occupants, but subject to outdoor ambient temperatures Examples include installations within unheated shelters 1 4 SUBMITTALS A. General Submit the following according to the Conditions of the Contract and Division 1 Specification Sections B Product data for following piping specialties 1 Mechanical sleeve seals 2 Identification materials and devices C Samples of color, lettering style, and other graphic representation required for each identification material and device D Shop drawings detailing fabrication and installation for metal supports and anchorage for mechanical materials and equipment E Coordination drawings for access panel and door locations F Prepare coordination drawings according to Division 1 Section "Submittals" to a 1/4 inch equals 1 foot (1 48) scale or larger Detail major elements, components, and systems of mechanical equipment and materials in relationship with other systems, installations, and building components Show space requirements for installation and access Show where sequence and coordination of installations are important to the efficient flow of the Work Include the following 1 Proposed locations of piping, equipment, and materials Include the following a Planned piping layout, including valve and specialty locations and valve stem movement b Clearances for installing and maintaining insulation c Clearances for servicing and maintaining equipment, including space for equipment disassembly required for periodic maintenance. d Equipment service connections and support details e Exterior wall and foundation penetrations City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-2 October 21, 2021 f Fire-rated wall and floor penetrations g Sizes and location of required concrete pads and bases 2 Scheduling, sequencing, movement, and positioning of large equipment into the building during construction 3 Floor plans, elevations, and details to indicate penetrations in floors, walls, and ceilings and their relationship to other penetrations and installations G Welder certificates signed by Contractor certifying that welders comply with requirements specified under the "Quality Assurance" Article 1 5 QUALITY ASSURANCE A. Qualify welding processes and operators for structural steel according to AWS D1 1 "Structural Welding Code--Steel B Qualify welding processes and operators for piping according to ASME "Boiler and Pressure Vessel Code," Section IX, "Welding and Brazing Qualifications " 1 Comply with provisions of ASME B31 Series "Code for Pressure Piping " 2 Certify that each welder has passed AWS qualification tests for the welding processes involved and that certification is current C ASME A13 1 for lettering size, length of color field, colors, and viewing angles of identification devices D Equipment Selection Equipment of greater or larger power, dimensions, capacities, and ratings may be furnished provided such proposed equipment is approved in writing and connecting mechanical and electrical services, circuit breakers, conduit, motors, bases, and equipment spaces are increased No additional costs will be approved for these increases, if larger equipment is approved If minimum energy ratings or efficiencies of the equipment are specified, the equipment must meet the design requirements and commissioning requirements 1 6 DELIVERY, STORAGE, AND HANDLING A. Deliver pipes and tubes with factory-applied end-caps Maintain end-caps through shipping, storage, and handling to prevent pipe-end damage and prevent entrance of dirt, debris, and moisture B Protect stored pipes and tubes from moisture and dirt Elevate above grade When stored inside, do not exceed structural capacity of the floor C Protect flanges, fittings, and piping specialties from moisture and dirt D Protect stored plastic pipes from direct sunlight Support to prevent sagging and bending City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-3 October 21, 2021 1 7 SEQUENCING AND SCHEDULING A Coordinate mechanical equipment installation with other building components B Arrange for chases, slots, and openings in building structure during progress of construction to allow for mechanical installations C Coordinate the installation of required supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed D Sequence, coordinate, and integrate installations of mechanical materials and equipment for efficient flow of the Work Coordinate installation of large equipment requiring positioning prior to closing in the building E Coordinate connection of electrical services F Coordinate connection of mechanical systems with exterior underground and overhead utilities and services Comply with requirements of governing regulations, franchised service companies, and controlling agencies G Coordinate requirements for access panels and doors where mechanical items requiring access are concealed behind finished surfaces H Coordinate installation of identifying devices after completing covering and painting where devices are applied to surfaces Install identifying devices prior to installing acoustical ceilings and similar concealment. PART 2 PRODUCTS 2 1 PIPE AND PIPE FITTINGS A. Refer to individual piping system specification Sections for pipe and fitting materials and joining methods B Pipe Threads ASME B1 20 1 for factory-threaded pipe and pipe fittings 2 2 JOINING MATERIALS A. Refer to individual piping system specification Sections in Division 15 for special joining materials not listed below B Pipe Flange Gasket Materials: Suitable for the chemical and thermal conditions of the piping system contents 1 ASME B16 21, nonmetallic, flat, asbestos-free, 1/8-inch (3-mm) maximum thickness, except where thickness or specific material is indicated a Full-Face Type For flat-face, Class 125 cast-iron and cast- bronze flanges City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-4 October 21, 2021 b Narrow-Face Type, For raised-face, Class 250 cast-iron and steel flanges 2 ASME B16 20 for grooved, ring-joint, steel flanges 3 AWWA C110, rubber, flat face, 1/8 inch (3 mm) thick, except where other thickness is indicated, and full-face or ring type, except where type is indicated C Flange Bolts and Nuts ASME B18 2 1, carbon steel, except where other material is indicated D Plastic Pipe Flange Gasket, Bolts, and Nuts Type and material recommended by piping system manufacturer, except where other type or material is indicated E Welding Filler Metals Comply with AWS D10 12 for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded F Solvent Cements Manufacturer's standard solvents complying with the following 1 Acrylonitrile-Butadiene-Styrene (ABS) ASTM D 2235 2 Chlorinated Poly(Vinyl Chloride) (CPVC) ASTM F 493 3 Poly(Vinyl Chloride) (PVC) ASTM D 2564 4 PVC to ABS Transition Made to requirements of ASTM D 3138, color other than orange G Plastic Pipe Seals ASTM F 477, elastomeric gasket H Flanged, Ductile-Iron Pipe Gasket, Bolts, and Nuts AWWA C110, rubber gasket, carbon steel bolts and nuts Couplings Iron body sleeve assembly, fabricated to match outside diameters of plain-end pressure pipes 1 Sleeve ASTM A 126, Class B, gray iron 2 Followers ASTM A 47 (ASTM A 47M), Grade 32510 or ASTM A 536 ductile iron 3 Gaskets Rubber 4 Bolts and Nuts AWWA C111 5 Finish Enamel paint 2 3 PIPING SPECIALTIES A. Dielectric Fittings Assembly or fitting having insulating material isolating joined dissimilar metals to prevent galvanic action and stop corrosion City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-5 October 21, 2021 1 Description Combination of copper alloy and ferrous, threaded, solder, plain, and weld neck end types and matching piping system materials 2 Insulating Material Suitable for system fluid, pressure, and temperature 3 Dielectric Unions Factory-fabricated, union assembly for 250-psig (1725-kPa) minimum working pressure at a 180 deg F (82 deg C) temperature 4 Dielectric Flanges Factory-fabricated, companion-flange assembly for 150- or 300-psig (1035-kPa or 2070-kPa) minimum pressure to suit system pressures 5 Dielectric-Flange Insulation Kits Field-assembled, companion-flange assembly, full-face or ring type Components include neoprene or phenolic gasket, phenolic or polyethylene bolt sleeves, phenolic washers, and steel backing washers a Provide separate companion flanges and steel bolts and nuts for 150- or 300-psig (1035kPa or 2070kPa) minimum working pressure to suit system pressures 6 Dielectric Couplings Galvanized-steel coupling, having inert and noncorrosive, thermoplastic lining, with threaded ends and 300-psig (2070-kPa) minimum working pressure at 225 deg F (107 deg C) temperature 7 Dielectric Nipples Electroplated steel nipple, having inert and noncorrosive thermoplastic lining, with combination of plain, threaded, or grooved end types and 300-psig (2070-kPa) working pressure at 225 deg F (107 deg C) temperature B Mechanical Sleeve Seals Modular, watertight mechanical type Components include interlocking synthetic rubber links shaped to continuously fill annular space between pipe and sleeve Connecting bolts and pressure plates cause rubber sealing elements to expand when tightened C Sleeves The following materials are for wall, floor, slab, and roof penetrations 1 Steel Sheet-Metal 24-gauge (0 70mm) or heavier galvanized sheet metal, round tube closed with welded longitudinal joint 2 Steel Pipe ASTM A 53, Type E, Grade A, Schedule 40, galvanized, plain ends 3 Cast-Iron Cast or fabricated wall pipe equivalent to ductile-iron pressure pipe, having plain ends and integral water stop, except where other features are specified City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-6 October 21, 2021 4 Wall Penetration Systems Wall sleeve assembly, consisting of housing, gaskets, and pipe sleeve, with 1 mechanical-joint end conforming to AWWA Cl 10 and 1 plain pipe-sleeve end a Penetrating Pipe Deflection 5 percent without leakage b Housing Ductile-iron casting having w,aterstop- and anchor ring, with ductile-iron gland, steel studs and nuts, and .rubber gasket conforming to AWWA C111, of housing and gasket size as required to fit penetrating pipe c Pipe Sleeve AWWA C151, ductile-iron pipe d Housing-to-Sleeve Gasket Rubber or neoprene push-on type of manufacturer's design 5 Cast-Iron Sleeve Fittings Commercially made sleeve having an integral clamping flange, with clamping ring, bolts, and nuts for membrane flashing a Underdeck Clamp Clamping ring with set-screws 6 PVC Plastic Manufactured, permanent, with nailing flange for attaching to wooden forms 7 PVC Plastic Pipe ASTM D 1785, Schedule 40 8 PE Plastic Manufactured, reusable, tapered, cup-shaped, smooth outer surface, with nailing flange for attaching to wooden forms 2 4 IDENTIFYING DEVICES AND LABELS A General Manufacturer's standard products of categories and types required for each application as referenced in other Division 15 Sections Where more than one type is specified for listed application, selection is Installer's option, but provide single selection for each product category B Equipment Nameplates Metal nameplate with operational data engraved or stamped, permanently fastened to equipment. 1 Data Manufacturer, product name, model number, serial number, capacity, operating and power characteristics, labels of tested compliances, and similar essential data 2 Location An accessible and visible location C Stencils Standard stencils, prepared for required applications with letter sizes conforming to recommendations of ASME A13 1 for piping and similar applications 1 Stencil Paint Standard exterior type stenciling enamel, black, except as otherwise indicated, either brushing grade or pressurized spray-can form and grade City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-7 October 21, 2021 2 Identification Paint Standard identification enamel of colors indicated or, if not otherwise indicated for piping systems, comply with ASME A13 1 for colors D Snap-On Plastic Pipe Markers Manufacturer's standard preprinted, semirigid snap-on, color-coded pipe markers, conforming to ASME A1.3 1 E Pressure-Sensitive Pipe Markers Manufacturer's standard preprinted, permanent adhesive, color-coded, pressure-sensitive vinyl pipe markers, conforming to ASME A13 1 F Engraved Plastic-Laminate Signs ASTM D 709, Type I, cellulose, paper-base, phenolic-resin-laminate engraving stock, Grade ES-2, black surface, black phenolic core, with white (letter color) melamine subcore, except when other colors are indicated 1 Fabricate in sizes required for message 2 Engraved with engraver's standard letter style, of sizes and with wording to match equipment identification 3 Punch for mechanical fastening 4 Thickness 1/16 inch (1 5 mm), except as otherwise indicated 5 Thickness 1/8 inch (3 mm), except as otherwise indicated 6 Thickness 1/16 inch (1 5 mm) for units up to 20 square inches ' (13,000 sq mm) or 8 inches (200 mm) long, 1/8 inch (3 mm) for larger units 7 Fasteners Self-tapping stainless-steel screws or contact-type permanent adhesive 2 5 GROUT A. Nonshrink, Nonmetallic Grout ASTM C 1107, Grade B 1 Characteristics Post-hardening, volume-adjusting, dry, hydraulic- cement grout, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications 2 Design Mix 5000-psi (34 50-MPa), 28-day compressive strength 3 Packaging Premixed and factory-packaged PART 3 EXECUTION 3 1 PIPING SYSTEMS--COMMON REQUIREMENTS A General Install piping as described below, except where system Sections specify otherwise Individual piping system specification Sections in Division 15 specify piping installation requirements unique to the piping system City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-8 October 21, 2021 B General Locations and Arrangements Drawings (plans, schematics, and diagrams) indicate general location and arrangement of piping systems Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations Install piping as indicated, except where deviations to layout are approved on coordination drawings C Install piping at indicated slope D Install components having pressure rating equal to or greater than system operating pressure E Install piping in concealed interior and exterior locations, except in equipment rooms and service areas F Install piping free of sags and bends G Install exposed interior and exterior piping at right angles or parallel to building walls Diagonal runs are prohibited, except where indicated H Install piping tight to slabs, beams, joists, columns, walls, and other building elements Allow sufficient space above removable ceiling panels to allow for ceiling panel removal Install piping to allow application of insulation plus 1-inch (25-mm) clearance around insulation J Locate groups of pipes parallel to each other, spaced to permit valve servicing K Install fittings for changes in direction and branch connections L. Install couplings according to manufacturer's printed instructions. M Sleeves are not required for core drilled holes N Permanent sleeves are not required for holes formed by PE plastic (removable) sleeves O Install sleeves for pipes passing through concrete and masonry walls, concrete floor and roof slabs, and where indicated P Install sleeves for pipes passing through concrete and masonry walls, gypsum- board partitions, concrete floor and roof slabs, and where indicated 1 Cut sleeves to length for mounting flush with both surfaces a Exception Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches (50 mm) above finished floor level Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring where specified 2 Build sleeves into new walls and slabs as work progresses City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-9 October 21, 2021 3 Install large enough sleeves to provide 1/4-inch (6-mm) annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials a PVC Pipe Sleeves For pipes smaller than 6 inches. (150 mm) b Steel Pipe Sleeves For pipes smaller than 6 inches (150 mm) Steel Sheet-Metal Sleeves For pipes 6 inches (150 mm) and larger that penetrate gypsum-board partitions d Cast-Iron Sleeve Fittings For floors having membrane waterproofing, Secure flashing between clamping flanges Install section of cast-iron soil pipe to extend sleeve to 2 inches (50 mm) above finished floor level Flashing is specified in Division 7 Section "Flashing and Sheet Metal " Seal space outside of sleeve fittings with nonshrink, nonmetallic grout 4 Except for below-grade wall penetrations, seal annular space between sleeve and pipe or pipe insulation, using elastomeric joint sealants specified in Division 7 Section "Joint Sealants " Q. Above Grade, Exterior Wall, Pipe Penetrations Seal penetrations using sleeves and mechanical sleeve seals Size sleeve for 1-inch (25-mm) annular clear space between pipe and sleeve for installation of mechanical seals 1 Install steel pipe for sleeves smaller than 6 inches (150 mm) 2 Install cast-iron wall pipes for sleeves 6 inches (150 mm) and larger 3 Assemble and install mechanical seals according to manufacturer's printed instructions R Below Grade, Exterior Wall, Pipe Penetrations Install cast-iron wall pipes for sleeves Seal pipe penetrations using mechanical sleeve seals Size sleeve for 1-inch (25-mm) annular clear space between pipe and sleeve for installation of mechanical seals S Below Grade, Exterior Wall, Pipe Penetrations Install ductile-iron wall penetration system sleeves according to manufacturer's printed installation instructions T Fire Barrier Penetrations Maintain indicated fire rating of walls, partitions, ceilings,, and floors at pipe penetrations Seal pipe penetrations with firestopping sealant material U Verify final equipment locations for roughing in ✓ Refer to equipment specifications in other Sections for roughing-in requirements City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-10 October 21, 2021 W Piping Joint,Construction Join pipe and fittings as follows and as specifically required in individual piping system Sections 1 Ream ends of pipes and tubes and remove burrs Bevel plain ends of steel pipe 2 Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly 3 Threaded Joints Thread pipe with tapered pipe threads according to ASME B1 20 1 Cut threads full and clean using sharp dies Ream threaded pipe ends to remove burrs and restore full inside diameter Join pipe fittings and valves as follows a Note the internal length of threads in fittings or valve ends, and proximity of internal seat or wall, to determine how far pipe should be threaded into joint b Apply appropriate tape or thread compound to external pipe threads (except where dry seal threading is specified) Align threads at point of assembly d Tighten joint with wrench Apply wrench to valve end into which pipe is being threaded e Damaged Threads Do not use pipe or pipe fittings having threads that are corroded or damaged Do not use pipe sections that have cracked or open welds 4 Welded Joints Construct joints according to AWS D10 12 "Recommended Practices and Procedures for Welding Low Carbon Steel Pipe" using qualified processes and welding operators according to the "Quality Assurance" Article 5 Flanged Joints Align flange surfaces parallel Select appropriate gasket material, size, type, and thickness for service application Install gasket concentrically positioned Assemble joints by sequencing bolt tightening to make initial contact, of flanges and gaskets as flat and parallel as possible Use suitable lubricants on bolt threads Tighten bolts gradually and uniformly using torque wrench 6 Plastic Pipe and Fitting Solvent-Cement Joints Clean and dry joining surfaces by wiping with clean cloth or paper towels Join pipe and fittings according to the following standards a Comply with ASTM F 402 for safe handling of solvent-cement and primers b Acrylonitrile-Butadiene-Styrene (ABS) ASTM D 2235 and ASTM, D 2661 City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-11 October 21, 2021 c Chlorinated Poly(Vinyl Chloride) (CPVC) ASTM D 2846 and ASTM F 493 d Poly(Vinyl Chloride) (PVC) Pressure Application ASTM D 2672 e Poly(Vinyl Chloride) (PVC) Non-Pressure Application ASTM D 2855 f PVC to ABS (Non-Pressure) Transition Procedure and solvent cement described in ASTM D 3138 7 Plastic Pipe and Fitting Heat-Fusion Joints Prepare pipe and fittings and join with, heat-fusion equipment according to manufacturer's printed instructions a Plain-End Pipe and Fittings Butt joining b Plain-End Pipe and Socket-Type Fittings Socket joining X Piping Connections Except as otherwise indicated, make piping connections as specified below 1 Install unions in piping 2 inches (50 mm) and smaller adjacent to each valve and at final connection to each piece of equipment having a 2- inch (50-mm) or smaller threaded pipe connection 2 Install flanges in piping 2-1/2 inches (65 mm) and larger adjacent to flanged valves and at final connection to each piece of equipment having flanged pipe connection 3 Dry Piping Systems (Gas, Compressed Air, and Vacuum) Install dielectric unions and flanges to connect piping materials of dissimilar metals 4 Wet Piping Systems (Water and Steam) Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals 3 2 EQUIPMENT INSTALLATION--COMMON REQUIREMENTS A Install equipment to provide the maximum possible headroom where mounting heights are not indicated B Install equipment according to approved submittal data Portions of the Work are shown only in diagrammatic form Refer conflicts to the Engineer C Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, except where otherwise indicated D Install mechanical equipment to facilitate servicing, maintenance, and repair or replacement of equipment components Connect equipment for ease of disconnecting, with minimum of interference with other installations Extend grease fittings to an accessible location City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-12 October 21, 2021 E Install equipment giving right-of-way to piping systems installed at a required slope 3 3 LABELING AND IDENTIFYING. A. Piping Systems Install pipe markers on each system Include arrows showing normal direction of flow 1 Stenciled Markers Complying with ASME A13 1 2 Plastic markers, with application systems Install on pipe insulation segment where required for hot noninsulated pipes 3 Locate pipe markers wherever piping is exposed in finished spaces, machine rooms, accessible maintenance spaces (shafts, tunnels, plenums), and exposed exterior locations as follows a Near each valve and control device b Near each branch, excluding short take-offs for fixtures and terminal units Mark each pipe at branch, where flow pattern is not obvious c Near locations where pipes pass through walls, floors, ceilings, or enter inaccessible enclosures d At access doors, manholes, and similar access points that permit view of concealed piping e Near major equipment items and other points of origination and termination f Spaced at a maximum of 50-foot (15-m) intervals along each run Reduce intervals to 25 feet (7 5 m) in congested areas of piping,and equipment g On piping above removable acoustical ceilings, except omit intermediately spaced markers B Equipment Install engraved plastic laminate sign or equipment marker on or near each major item of mechanical equipment 1 Lettering Size Minimum 1/4-inch (6-mm) -high lettering for name of unit where viewing,distance is less than 2 feet (0 6 m), 1/2-inch (13- mm) -high for distances up to 6 feet (1 '8 m), and proportionately larger lettering for greater distances Provide secondary lettering 2/3 to 3/4 of size of principal lettering 2 Text of Signs Provide text to distinguish between multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations, in addition to name of identified unit. City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-13 October 21, 2021 C Adjusting Relocate identifying devices which become visually blocked by work of this Division or other Divisions 3 4 PAINTING AND FINISHING A. Refer to Division 9 for field painting requirements B Damage and Touch Up Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish 3 5 CONCRETE BASES A Construct concrete equipment bases of dimensions indicated, but not less than 4 inches (100 mm) larger than supported unit in both directions Follow supported equipment manufacturer's setting templates for anchor bolt and tie locations Use 3000-psi (20 70-MPa), 28-day compressive strengthconcrete and reinforcement as specified in Division 3 Section "Cast-in-Place Concrete " 3 6 ERECTION OF METAL SUPPORTS AND ANCHORAGE` A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor mechanical materials and equipment B Field Welding Comply with AWS D1 1 "Structural Welding Code--Steel " 3 7 DEMOLITION, A. Disconnect, demolish, and remove work specified under Division 15 and as indicated B Where pipe, insulation, or equipment to remain is damaged or disturbed, remove damaged portions and install new products of equal capacity and quality C Accessible Work. Remove indicated exposed pipe in its entirety D Abandoned Work Cut and remove buried pipe abandoned in place, 2 inches (50 mm) beyond the face of adjacent construction Cap and patch surface to match existing finish E Removal Remove indicated equipment from the Project site 1 Contractor is to coordinate with the Owner prior to removing demoed equipment from the site If the Owner desires to retain any demoed equipment, the Contractor shall coordinate with the Owner to move and store equipment to a designated area within the project site as selected by the owner F Temporary Disconnection Remove, store, clean, reinstall, reconnect, and make operational equipment indicated for relocation City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-14 October 21, 2021 3 8 CUTTING AND PATCHING A. Cut, channel, chase, and drill, floors, walls, partitions, ceilings, and other surfaces necessary for mechanical installations Perform cutting by skilled mechanics of the trades involved B Repair cut surfaces to match adjacent surfaces 3 9 GROUTING A Install nonmetallic nonshrink grout for mechanical equipment base bearing surfaces, pump and other equipment base plates, and anchors Mix grout according to manufacturer's printed instructions B Clean surfaces that will come into contact with grout C Provide forms for placement of grout, as required D Avoid air entrapment when placing grout E Place grout to completely fill equipment bases F Place grout on concrete bases to provide a smooth bearing surface for equipment G Place grout around anchors H Cure placed grout according to manufacturer's printed instructions END OF SECTION City of Pearland Bailey WTP Improvements Basic Mechanical Materials Project No 7295A 15050-15 October 21, 2021 SECTION 15053 ELECTRICAL,PROVISIONS OF HVAC AND PLUMBING MECHANICAL WORK PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A The extent of this section is to cover electrical items and provisions that are to be provided as mechanical work, all as indicated in other Division 15 sections, on the drawings, and as further noted in this section B The mechanical part of the work (plumbing and HVAC) includes furnishing a combination motor starter (starter and disconnect) for each motor or item of equipment which is a part of the mechanical work The motor starters and disconnects shall be of the proper size to serve the associated motor or item of equipment and shall include the required number of auxiliary contacts to allow all control or interlock functions as specified and/or as required Where possible, and when,available, the Mechanical Contractor shall furnish items of equipment which have built-in or factory mounted starters and disconnects C Electrical work includes the mounting of the mechanical furnished combination starters (including all supporting devices), furnishing and installing required separate disconnecting devices for equipment furnished under the electrical or general part of the work, and furnishing and installing all electrical power wiring and conduit Electrical work also includes furnishing required motor starters which are a part of a motor control center when specifically specified, scheduled, or indicated on the drawings Freestanding large motor starters shall be set in place on concrete pads as part of the mechanical work. D The Mechanical Contractor shall furnish and install all control wiring and conduit regardless of voltage All equipment operating functions, start-stop functions and interlocks are defined as control wiring E HVAC or plumbing equipment furnished which will require electrical power shall be furnished with built-in fuses or fused disconnects which will provide the maximum overcurrent protection (MOP) stamped on the equipment item F The HVAC Contractor shall be responsible for the correct power wiring to all HVAC equipment. He shall instruct the Electrical Contractor as to the proper connection point, disconnect location, over-current, short circuit protection, minimum circuit amps, the proper internal routing of wire and conduit and the proper connection methods inside the unit Wire size shall in no case be smaller than that indicated on the electrical drawings and/or in the electrical specifications The HVAC Contractor shall assure proper and complete unit manufacturer's data is available and is used for installation by the Electrical City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053-1 October 21, 2021. Contractor Wiring, conduits and disconnects not installed correctly shall be removed and replaced at no cost to the Owner G The types of work, normally recognized as electrical but provided as mechanical, specified or partially specified in this section, include but are not necessarily limited to the following 1 Motors for mechanical equipment 2 Combination starters for motors of mechanical equipment (except for starters which are part of a motor control center as noted above) 3 Wiring from motors to disconnect switches or junction boxes for motors of mechanical equipment, but only where specifically indicated to be furnished integrally with the equipment 4 Float control switches and similar mechanical-electrical devices provided for mechanical systems 5 Electrical heating coils and similar elements of mechanical equipment 6 Refer to other Division 15 sections for specific individual mechanical equipment electrical requirements 7 Refer to Division 16 sections for motor starters and controls not furnished in Division 15 8 Refer to Division 16 sections for junction boxes and disconnect switches required for motors and other electrical units of mechanical equipment 1 3 QUALITY ASSURANCE A. Coordination with Electrical Work. Comply with the applicable requirements of Division 16 sections for electrical work of this section B Standards 1 For electrical equipment and products, comply with applicable NEMA standards, and refer to NEMA standards for definitions of terminology herein 2 Comply with National Electrical Code (NFPA No 70) for installation requirements 3 Comply with National Electrical Contractors Association (NECA) "Standard of Installation" and National Electrical Code for workmanship requirements 1 4 SUBMITTALS A Listing, Motors and Starters of Mechanical Work. City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053-2 October 21, 2021 1 With the submittal of the mechanical products, submit a separate listing showing the rating, power characteristics, application (connected equipment), and general location of every motor and starter to be provided with the mechanical work. 2 Submit updated information promptly when and if initial data is revised 3 Include in listing of motors a notation of whether combination motor starter is furnished or installed integrally with motor or equipment containing, motor PART 2 PRODUCTS 21 MOTORS A. Except where an item of mechanical equipment must be integrally equipped with a motor produced by another manufacturer, provide motors for mechanical equipment manufactured by one of the following, 1 Allis-Chalmers Corp 2 Century Electric Div , Gould 'Inc 3 Louis Allis Co 4 Marathon Electric Mfg Corp 5 Reliance Electric Co 6 Westinghouse Electric Co B Except where more stringent requirements are indicated, and except where required item of mechanical equipment cannot be obtained with a fully complying motor, comply with the following requirements for motors of mechanical work. 1 Provide energy-efficient motors complying with the following schedule City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053-3 October 21, 2021 NOMINAL_ _ _ FULL-LOAD EFFICIENCY REQUIREMENTS FOR OPEN AND ENCLOSED MOTORS OPEN MOTORS ENCLOSED MOTORS Motor HP 2 Poles 4 Poles 6 Poles 2 Poles 4 Poles 6 Poles 1 --- 82 5 80 0 75 5 82 5 80 0 1 5 82 5 84 0 84 0 82 5 84 0 85 5 2 840 840 855 840 840 865 3 84 0 86 5 86 5 85 5 87 5 87 5 5 855 875 875 875 875 875 75 875 885 885 885 895 895 10 885 895 902 895 895 895 15 89 5 91 0 90 2 90 2 91 0 90.2 20 90 2 91 0 91 0 90 2 91 0 90 2 25 91 0 91 7 91 7 91 0 92 4 91 7 30 91 0 92 4 92 4 91 0 92 4 91 7 40 91 7 93 0 93 0 91 7 93 0 93 0 50 924 9.30 930 924 930 930 60 93 0 93 6 93 6 93 0 93 6 93 6 75 93 0 94 1 93 6 93 0 94 1 93 6 100 93 0 94 1 94 1 93 6 94 5 94 1 125 93 6 94 5 94 1 94 5 94 5 94 1 150 936 950 945 945 950 950 200 94 5 95 0 94.5 95 0 95 0 95 0 2 Insulation System Class A 3 Provide each motor capable of making starts as frequently as indicated by the automatic control system, by the equipment specification section, and not, less than 5 starts per hour for manually controlled motors 4 Voltage Ratings a Provide polyphase squirrel-cage induction motors for 3/4 hp and larger Provide single phase capacitor-start motors for 1/2 hp and smaller Motors 1/6 hp and smaller may, at equipment manufacturer's option, be split-phase type b Coordinate voltage ratings with the scheduled voltage indicated for each particular motor on the electrical drawings and schedules, and with individual equipment requirements specified in other Division 15 sections c Polyphase 2-speed motors shall be separate winding type d Do not purchase motors until voltage rating and direction of rotation have been confirmed 5 Service factor to be 1 15 for polyphase motors and 1 35 for single- phase motors City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053-4 October 21, 2021 6 Provide general purpose, continuous duty motors, Design "B" except Design "C" where required for high starting torque 7 Provide electric motor to accommodate the requirements of equipment, machines and other products requiring drivers 8 Where classification is specified, comply with latest NEMA requirements for "Motors and Generators" 9 Ratings Where speed, horsepower, electrical characteristics, service factor, frame type is specified, comply with latest NEMA requirements "Motors and Generators" 10 Leave motor ready for electrical connection as specified in Division 16 11 Frames NEMA No as required 12 Bearings a Ball or roller bearings with inner and outer shaft seals, regreasable except permanently sealed where motor is normally inaccessible for regular maintenance b Where belt drives and other drives produce lateral or axial thrust in the motor, provide bearings designed to resist the thrust loading c Refer to individual sections of Division 15 for fractional-hp light-duty motors where sleeve-type bearings are permitted 13 Motor Enclosure Type a Except as otherwise indicated, provide open drip-proof motors for indoor use where satisfactorily housed or remotely located during operation, and provide guarded drip-proof motors where exposed to contact by employees or building occupants b Provide completely moisture proof motors where installed outdoors and where motor is subject to moist or wet. conditions Use total enclosed, fan cooled (TEFC) motors with 1 15 service factor c Refer to individual sections of Division 15 for other enclosure requirements 14 For single phase motors, provide built-in thermal overload protection and, Where indicated, provide internal sensing device suitable for signaling and stopping the motor at the starter 15 Provide "quiet" rating on motors City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053'-5 October 21, '2021 16 Provide metal nameplate on each motor, indicating full identification of manufacturer, ratings, characteristics, construction, special features and similar information 2 2 STARTERS FOR MECHANICAL EQUIPMENT A. Furnish required combination motor starters for all mechanical equipment Deliver to Electrical Contractor for installation B Combination starters shall be as manufactured by the following 1 Eaton/Cutler-Hammer 2 Square D-Schneider Electric 3 Westinghouse 4 Allen Bradley C Except as otherwise indicated, provide motor controller manufacturer's standard materials and components as indicated by their published product information, designed and constructed as required for a complete installation D Motor starters shall be enclosed in metal NEMA 1 or NEMA 3R as required E Starters shall be combination type or as scheduled with fusible switches unless scheduled or noted otherwise Fusible switches shall have fuse clips which are rejection type to accept Class R, K or L fuses only F The starter units shall have external manual reset button The starters shall be solenoid type with double break, alloy contacts, and shall provide thermal overload protection on all three phases Starters shall be in accordance with NEMA standards for the horsepower and full load current of the connected motor Two speed motors shall have two speed starters mechanically interlocked G Each, combination starter shall be a module, and shall be rated for voltage, phase, 60 hertz as scheduled H Unless scheduled or noted otherwise, motor controllers shall have the following 1 240 or 480 to 115 volt control transformer as required and two auxiliary contacts for each starter 2 Hand-off-automatic switch or on-off switch mounted in flange of each starter of the type scheduled 3 Additional auxiliary contacts necessary for the correct operation of the motor according to the function and control as outliried in other portions of the specifications 4 Pilot Lights As scheduled a Running - Green b Not Running - Red City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053-6 October 21, 2021 2 3 EQUIPMENT FABRICATION A. Fabricate mechanical equipment for secure mounting of motors and other electrical items included in the work. B Provide either permanent alignment of motors with equipment, or adjustable mounting as applicable for belt drives, gear drives, special couplings and similar indirect coupling of equipment. C Provide safe, secure, durable and removable guards for motor drives, arranged for lubrication, tachometer use, and similar running-maintenance without removal of guards PART 3 EXECUTION 3 1 INSTALLATION A. Mounting of Motors 1 Install motors on motor mounting systems in accordance with motor manufacturer's instructions, securely anchored to resist torque, drive thrusts, and other external forces inherent in the mechanical work 2 Secure sheaves and other drive units to motor shafts with keys and Allen set screws, except motors of 1/3 hp and less may be secured with Allen set screws on flat surface of shaft 3 Unless otherwise indicated, set motor shafts parallel with machine shafts B Deliver all wiring, disconnect switches, starters, etc , which have been furnished with the item of equipment, but has not been factory-installed on the item of equipment, to the Electrical Contractor for installation END OF SECTION City of Pearland Electrical Provisions of HVAC and Bailey WTP Improvements Plumbing Mechanical Work Project No 7295A 15053-7 October 21, 2021 SECTION 15057 HVAC AND PLUMBING CLEANING PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications PART 2 PRODUCTS 21 MATERIALS A. Use only cleaning materials recommended by manufacturer of surface to be cleaned B Use cleaning materials only on surfaces recommended by cleaning material manufacturer PART 3 EXECUTION 3 1 DURING CONSTRUCTION A. Clean up and remove litter and construction debris which results from work under Division 15 in construction areas on an as-needed and as-directed basis B Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly painted surfaces 3 2 FINAL CLEANING A Employ experienced workmen, or professional cleaners for final cleaning B In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces, and of concealed spaces, and clean as follows 1 Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight-exposed interior and exterior surfaces, polish surfaces so designated to shine finish 2 Repair, patch and touch-up marred surfaces to specified finish, to match adjacent surfaces C Owner will assume responsibility for cleaning as of time designated on Certificate of Substantial Completion for Owner's acceptance of Project or portion thereof END OF SECTION City of Pearland Bailey WTP Improvements HVAC and Plumbing Cleaning Project No 7295A 15057-1 October 21, 2021 SECTION 15058 PLUMBING PIPE AND FITTINGS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. Furnish and install pipe, fitting and connection for the various systems throughout the project. B Refer to individual piping systems specification for limits (if any) for the piping to provide for the specific systems C Refer to fire protection system specification for fire protection system material requirements 1 3 QUALITY ASSURANCE A. Piping, fittings, and installation to meet or exceed the requirements of applicable building and national codes and applicable standards, latest editions B See Basic Materials and Methods for welding requirements 1 4 SUBMITTALS A Submit manufacturer's data on materials to be used on project PART 2 PRODUCTS 2 1 PIPE AND TUBE A. Copper• 1 Seamless Water Tube ASTM B 75, ASTM,B 88, ASTM B 251, ASTM B 447, Type K, L, or M, drawn temper, furnish straight, or coil (only when enclosed in concrete) 2 Seamless Drainage Tube ASTM B 75, ASTM B 88, ASTM B 251, ASTM B 306, drawn temper, standard weight 3 Seamless Pipe ASTM B 42, ASTM B 302, drawn temper, regular strength City of Pearland Bailey WTP Improvements Plumbing Pipe and Fittings Project No 7295A 15058-1 October 21, 2021 2 2 PIPE AND TUBE FITTINGS A Copper 1 Wrought copper and bronze, solder-joint pressure, ASME B16 22, wrought copper material 2 Cast bronze threaded, ASME B16 15, 125 lbs class 3 Cast bronze solder-joint pressure, ASME B16 18 and ASME B16 18a 4 Cast bronze solder-joint drainage (DWV), ASME B16 23 5 Cast bronze flange and flange fittings, ASME B16 24, 150 lbs class 6 Cast bronze, flared copper tube, ASME B16 26 2 3 ACCESSORIES FOR PIPE AND TUBE JOINTING A Copper 1 Solder Metal ASTM B32 2 Brazing Flux FSO-F499, Type B 3 Soldering Flux FSO-F506, Type 1 4 Brazing Filler• AWS 5 8 2 4 UNIONS AND COUPLINGS A. Pipe Size 2 Inches and Under• bronze for copper pipe, soldered joints B Pipe Size Over 2 Inches bronze flanges for copper piping PART 3 EXECUTION 3 1 PREPARATION A Clean ends of pipe with steel wool as required for making connections B Clean and polish contact surfaces of copper before flux C Clean and polish contact surfaces of plastic before applying cement 3 2 INSTALLATION A. General 1 Grade water and condensate and air lines to point of drainage collection and/or as indicated on drawings 2 Allow clearances for expansion and contraction of pipe 3 Anchor horizontal runs over 50 feet, at midpoint, to force expansion equally towards ends City of Pearland Bailey WTP Improvements Plumbing Pipe and Fittings Project No 7295A 15058-2 October 21, 2021 3 3 PIPING A. Vertical 1 Install supports for vertical piping at each floor and at intervals not to exceed a Copper• 10 feet b Plastic 8 feet 2 Provide supports no more than 8 feet from end of risers 3 During construction, if support is not available, support and secure piping using stakes and metal braces B Horizontal - Suspended 1 Install supports for suspended horizontal piping at sufficiently close intervals to maintain alignment and prevent sagging, but not to exceed the following a Copper• 1-1/4" and smaller, 6 feet, 1-1/2" and larger, 10 feet b Plastic 5 feet 2 Provide supports maximum 18" from each joint, ends of runs, change in directions or alignment C Horizontal - Underground 1 Lay on firm bed of sand for entire length of trench 2 Backfill evenly on both sides to maintain alignment Employ partial backfilling for cradling pipe during backfilling 3 Anchor piping on grade prior to embedment in concrete 3 4 JOINTING A. Copper 1 Soldered and/or brazed joints to be inserted to full depth after applying flux Bring joint to temperature as quickly as possible and apply continuous bead of solder or filler material 2 Flared joints to be made by flaring end of tube to retain fitting Tighten fitting END OF SECTION City of Pearland Bailey WTP Improvements Plumbing Pipe and Fittings Project No 7295A 15058-3 October 21, 2021 SECTION 15060 PIPES AND PIPE FITTINGS PART 1 GENERAL 1 1 SECTION INCLUDES A. Furnishing and installing all mechanical pipe, fittings, and other appurtenances 1 2 REFERENCES A. AWWA C110 & C110a — Gray Iron, and Ductile Iron Fittings 2-inch through 48-inch, for Water and Other Liquids B AWWA C111 — Rubber Gasket Joints for Cast Iron and Ductile-Iron Pressure Pipe and Fittings C AWWA C150 — Thickness Design of Ductile Iron Pipe D AWWA C104 — Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water E AWWA C151 — Ductile Iron Pipe, Centrifugally Cast in Metal Mold or Sand Lined Mold, for Water. or Other Liquids F AWWA C219 — Bolted, Sleeve-Type Couplings for Plain-End.Pipe G AWWA C651 — Disinfecting Water Mains H ANSI B16 1 — Cast Iron Pipe Flanges and Flanged Fittings I ANSI B16 5 — Pipe Flanges and Flanged Fittings J ASTM D3033 — Type PSP Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings K ASTM D3034 — Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings L. ASTM D1784 — Rigid Poly (Vinyl Chloride), M ASTM D2241 — Poly (Vinyl Chloride) (PVC) Pressure Rated Pipe (SDR Series) N ASTM D2564 — Solvent Cement for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings 0 ASTM A53 — Pipe, Steel, Black and Hot-Dipped, Zinc Coated Welded and Seamless P ASTM D2412 — Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 1 October 21, 2021 1 3 SUBMITTALS A Section 01300 — Procedures for Submittals B Product Data Manufacturer's product data sheets on all materials incorporated into work C Quality Control Submittals For information only 1 Certificates Manufacturer's certificates attesting compliance with applicable Specifications for grades, types, classes, and other properties D Contract Closeout Submittals 1 Project Record Documents Submit documentation according to Section 01700 — Contract Closeout Accurately record installed locations of valves, piping, and accessories 1 4 QUALITY ASSURANCE A. All pipe shall be marked in accordance with applicable standard specification under which pipe is manufactured unless otherwise specified B Install in accordance with manufacturer's recommendations C Pipe shall be kept clean of all foreign matter 1 5 DELIVERY, STORAGE AND HANDLING A. Each load of pipe delivered to the job site may be inspected by the Engineer B Pipe sections shall be transported with ends covered to prevent debris from entering or accumulating in the pipe during transport PART 2 PRODUCTS 2 1 PLANT PIPING SYSTEMS A. Pipe 1 Ductile Iron Pipe a Pipe shall meet ANSI/AWWA C115/A21 15 and ANSI/AWWA C151/A21 51 b Ductile iron pipe shall have a minimum Pressure Class of 350 unless otherwise noted, and joints shall be Class 125 meeting ANSI/AWWA C110/A21 10 (250 psi working pressure) c Lining — Ductile iron pipes, fittings, and appurtenances shall be furnished with corrosion resistant interior lining furnished by the manufacturer Unless specified otherwise on the City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 2 October 21, 2021 Drawings, interior lining shall be Cement lined per AWWA C104 d Exterior Coating per 09800 — Painting 2 PVC Pipe Pressure Pipe AWWA C900 a DR18 — Pressure Class 235 b DR25 — Pressure Class 165 c Joints shall be integral bell with flexible elastomeric seal unless noted otherwise on the Drawings B Joints 1 Ductile Iron Pipe a Joint material for Ductile Pipe shall be rubber-gasket type conforming to AWWA C1 1 1/ANSI A21 11 b The gaskets shall be furnished by the pipe manufacturer C Fittings 1 Fittings shall have a minimum performance capability of the pressure pipe joints 2 Above grade Ductile Iron-Fittings shall be flanged-type meeting AWWA C110/ANSI A21 10 Class 125 flanges and AWWA C115/ANSI A21 15 lining per 2 1 A.1 c 3 Buried fittings 48-inches and smaller shall be mechanical joint, Ductile Iron, AWWA C1 10 (non-compact)or AWWA C153 (compact) Interior shall be coated as specified in 2 1 A 1 c above Exterior shall be bituminous coated Wrap buried fittings with 8-mil polyethylene encasement, AWWA C105 Fitting working pressure rated to 350 psi 4 Exterior coating of above-grade fittings shall be applied as specified in 2 1 A 1 d D Restrained Joints on PVC Pipe 1 Restraint devices Manufacture of high strength ductile iron, ASTM A536 up to 24 inches, and ASTM A 36 for sizes 30 inches or greater Working pressure rating twice that of design test pressure 2 Bolts and connecting hardware High strength low alloy material in accordance with ANSI A21 11/AWWA C111 E Restrained Joints on Ductile Iron Pipe (48-inch and Smaller) City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 3 October 21, 2021 1 Restraint devices Manufacture of high strength ductile iron, ASTM A536 from 3 inches to 48 inches Working pressure rating twice that of design test pressure 2 Connecting hardware a MJ gasket conforming to ANSI A21 1'1/AWWAA C1 1 1 b Bolts and restraining lugs conforming to ASTM A536 F Flange Isolation Gasket Kits 1 Dissimilar metal flanges shall be separated using a flange isolation gasket kit Full-face flanges shall be used, including isolating sleeves and washers for the bolts/studs and nuts Washers shall be installed on both sides of the flanges a Kit shall be NSF 61 certified b Retainer shall be G-10 c Sealing element shall be EPDM d Bolt/stud isolation sleeves and nut washers shall be G-10 e GPT LineBacker® 61' or approved equal 2 2 ACCESSORIES A. Pipe Couplings 1 Long sleeve, cast coupling 2 Dresser Style 253 or approved equivalent 3 Coat exterior in accordance with 2 1 A 1 d B Flanged Coupling Adapters 1 Gasket material conforming to AWWA C219 2 AWWA Class D flange compatible with ANSI Class 125 and 150 flanges 3 Working pressure rated for a minimum '150 psi 4 Fusion-bonded epoxy coating 5 Romac style FC400 or approved equivalent C Restrained Flange Adapters 1 Ductile Iron body conforming to ASTM-A536 with fusion-bonded epoxy coating 2 Compatible with ANSI/AWWA A21 10/C110 Class 125 and 150 flanges 3 EBBA 2100 or approved equivalent City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 4 October 21, 2021 D Saddle Taps 1 Ductile Iron body conforming to ASTM-A536 with fusion-bonded epoxy coating 2 Carbon steel, electro-galvanized bales 3 Gasket compatible with process solution/liquid 4 Smith-Blair 313 series, JCM Industries 402 series, or approved equal E Expansion Joints 1 304 stainless ANSI B16 5 class 150 flanges a Flange isolation kits are required when joining to dissimilar metals 2 Equipped with limit and control rods a Contractor and Manufacturer shall consult with Engineer regarding system pressures and expansion/contraction requirements such that the Manufacturer provides the correct number of control rods and equipment configuration 3 NSF 61 compliant EPDM elastomers 4 Proco Style 242-B twin-sphere, 240-D single-sphere, or approved equal PART 3 EXECUTION 31 PREPARATION A. Conform to applicable installation specifications for types of pipe used B Employ workmen who are skilled and experienced in laying pipe of type and joint configuration being furnished Provide watertight pipe and pipe joints C Lay pipe to lines and grades shown on Drawings D Where above clearances cannot be attained, and special design has not been provided on Drawings, obtain direction from Engineer before proceeding with construction E Contractor is responsible for assuring chosen manufacturer fulfills requirements for extra fittings and, therefore, is responsible for costs due to downtime if requirements are not met 3 2 HANDLING, CLEANING, AND INSPECTION A. Handling City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 5 October 21, 2021 1 Place pipe along project site'where storm water or other water will not enter or pass through pipe Pipe ends shall remain sealed until pipe is ready to be installed Contractor shall follow preventative and corrective measures during construction as stated in AWWA C-651 Sec 4 3 2. Load, transport, unload, and otherwise handle pipe and fittings to prevent damage of any kind Handle and transport pipe with equipment designed, constructed, and arranged to prevent damage to pipe, lining and coating Do not permit bare chains, hooks, metal bars, or narrow skids or cradles to come in contact with coatings Where required, provide pipe fittings with sufficient interior strutting or cross bracing to prevent deflection under their own weight 3 Hoist pipe from trench side into trench by means of sling of smooth steel cable, canvas, leather, nylon, or similar material 4 For large diameter pipes, handle pipe only by means of sling of canvas, leather, nylon, or similar material Sling shall be minimum 36 inches in width Do not tear or wrinkle tape layers 5 Use precautions to prevent injury to pipe, protective linings and coatings a Package stacked pipe on timbers Place protective pads under banding straps at time of packaging b Pad fork trucks with carpet or other suitable material Use nylon straps around pipe for lift when relocating pipe with crane or backhoe c Do not lift pipe using hooks at each end of pipe d Do not place debris, tools, clothing, or other materials on pipe 6 Repair damage to pipe or protective lining and coating before final acceptance 7 Reject pipe with visible cracks (not meeting exceptions) and remove from project site 8 Wrap ductile iron piping fittings, and valves with 8 mil polyethylene film, AWWA C105, with edges overlapped and securely taped with duct tape to prevent contact between pipe and surrounding bedding Repair punctures with duct tape to restore the protective continuous wrap before backfilling B Cleaning Thoroughly clean and dry interior of pipe and fittings of foreign matter before installation and keep interior clean until Work has been accepted Keep joint contact surfaces clean until jointing is completed Do not place debris, tools, clothing, or other materials in pipe After pipe laying and joining operations are completed, clean inside of pipe and remove debris City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 6 October 21, 2021 C Inspection Before installation, inspect each pipe and fitting for defects Reject defective, damaged or unsound pipe and fittings and remove them from site 3 3 EARTHWORK A. Conform to applicable provisions of Section 02225 — Excavation, Backfilling, and Compacting for Utilities B Bedding Use bedding materials in conformance with Section 02225 — Excavation, Backfilling, and Compacting for Utilities C Backfill Use bank run sand or earth or native soil as specified in Section 02225 — Excavation, Backfilling, and Compacting for Utilities Backfill excavated areas in same day excavated When not possible, cover excavated areas using steel plates on paved areas and other protective measures elsewhere D Place material in uniform layers of prescribed maximum loose thickness and wet or dry material to approximately optimum moisture content. Compact to prescribed density Water tamping is not allowed E Pipe Embedment Including 6-inch pipe bedding and backfill to 6 inches above top of pipe 3 4 PIPE CUTTING A. Cut pipe 12 inches and smaller with standard wheel pipe cutters Cut pipe larger than 12 inches in a manner approved by Engineer Make cuts smooth and at right angles to axis of pipe Bevel plain end with heavy file or grinder to remove sharp edges 3 5 PIPING INSTALLATION A. General Requirements 1 Lay pipe in subgrade free of water 2 Make adjustments of pipe to line and grade by scraping away subgrade or filling in with granular material 3 Properly form bedding to fully support bell without wedging or blocking up bell 4 Open Cut Construction Keep pipe trenches free of water which might impair pipe laying operations Grade pipe to provide uniform support along bottom of pipe 5 Excavate for bell holes after bottom has been graded and in advance of placing pipe Lay not more than nominal city block length or not more than 300 feet of pipe in trench ahead of backfilling operations Cover or backfill laid pipe if pipe laying operations are interrupted and during non-working hours Place backfill carefully and simultaneously City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 7 October 21, 2021 on each side of pipe to avoid lateral displacement of pipe and damage to joints If adjustment of pipe is required after it has been laid, remove and re-lay as new pipe B Install pipe continuously and uninterrupted along each pipe route on which work is to be performed Obtain approval of Engineer prior to skipping any portion of Work. C Protection of Pipeline Securely place stoppers or bulkheads in openings and in end of line when construction is stopped temporarily and at end of each day's work D Critical Location Investigation 1 Horizontal and vertical location of various underground lines shown on Drawings, including but not limited to water lines, gas lines, storm sewers, sanitary sewers, telecommunication lines, electric lines or power ducts, pipelines, concrete and debris, are based on best information available but are only approximate locations At Critical Locations shown on Drawings, field verify horizontal and vertical locations of such lines within zone 2 feet vertically and 4 feet horizontally of proposed work. a Verify location of existing utilities a minimum of 7 working days in advance of pipe laying activities based on daily pipe laying rate Use extreme caution and care when uncovering these lines b Notify Engineer in writing immediately upon identification of obstruction In event of failure to identify obstruction in minimum of 7 days, Contractor will not be entitled to extra cost for downtime including, but not limited to, payroll, equipment, overhead, demobilization and remobilization, until 7 days has passed from time Engineer is notified of obstruction 2 Notify involved utility companies of date and time that investigation excavation will occur and request that their respective utility lines be marked in field Comply with utility or pipeline company requirements that their representative be present during excavation Provide Engineer with 48 hours notice prior to field excavation or related work 3 Survey vertical and horizontal locations of obstructions relative to project baseline and datum and plot on 11 inch by 17inch copy of Drawings For large diameter pipelines (20" or larger), submit to Engineer for approval, horizontal and vertical alignment dimensions for connections to existing lines, tied, into project baseline, signed and sealed by R P L.S E Laying Large Diameter Pipe Line (20" or larger) 1 Lay, not more than 50 feet of pipe in trench ahead of backfilling operations City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 8 October 21, 2021 2 Dig trench to the proper width as shown When trench width below top of pipe becomes 4 feet wider than specified, install higher class of pipe or improved bedding, as determined by Engineer No additional payment will be made for higher class of pipe or improved bedding 3 Use adequate surveying methods and equipment, employ personnel competent in use of this equipment Horizontal and vertical deviations from alignment as indicated on Drawings shall not exceed 0 1,0 feet Measure and record "as-built" horizontal alignment and vertical grade at maximum of every 100 feet on record drawings 4 Prevent damage to coating when placing backfill Use backfill material free of large rocks or stones, or other material which could damage coatings 5 Before assembling couplings, lightly coat pipe ends and outside of gaskets with cup grease or liquid vegetable soap to facilitate installation 6 Prior to proceeding with critical tie-ins submit sequence of work based on findings from "critical location" effort F Marking Tape shall be approved by the Engineer and placed 12" above the crown of the pipe for open cut trenching and pipe lines The metallic tape shall identify the service type by color and be American Public Works Association (APWA) compliant Tape shall be 6" wide and have an aluminum core encased in polyethylene, minimum thickness at 5 mil G For tie-ins to existing pipe lines, provide necessary material on hand to facilitate connection prior to shutting down existing water line Provide Owner a minimum of two weeks' notice prior to shutting down existing pipe lines 3 6 JOINTS AND JOINTING A. Rubber Gasketed Bell-and-Spigot Joints for PVC pipe 1 After rubber gasket is placed in spigot groove of pipe, equalize rubber gasket cross section by inserting tool or bar recommended by manufacturer under rubber gasket and moving it around periphery of pipe spigot 2 Lubricate gaskets with nontoxic water-soluble lubricant before pipe units are joined 3 Fit pipe units together in manner to avoid twisting or otherwise displacing or damaging rubber gasket 4 After pipe sections are joined, check gaskets to ensure that no displacement of gasket has occurred If displacement has occurred, remove pipe section and remake joint as for new pipe Remove old gasket, inspect for damage and replace if necessary before remaking joint City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 9 October 21, 2021 5 Where preventing movement of 20-inch diameter or greater pipe is necessary due to thrust, use restrained joints as shown on Drawings a Include buoyancy conditions for soil unit weight when computing thrust restraint calculations b Do not include passive resistance of soil in thrust restraint calculations B Flanged Joints where required on Ductile Iron Pipe 1 AWWA C207 Prior to installation of bolts, accurately center and,align flanged joints to prevent mechanical pre-stressing of flanges, pipe and equipment Align bolt holes to straddle vertical, horizontal or north- south center line Do not exceed 3/64 inch per foot inclination of flange face from true alignment 2 Use full-face gaskets for flanged joints Provide 1/8-inch-thick cloth inserted rubber gasket material Cut gaskets at factory to proper dimensions 3 Use stainless steel nuts and bolts Tighten bolts progressively to prevent unbalanced stress Maintain at all times approximately same distance between two flanges at points around flanges Tighten bolts alternately (180° apart) until all are evenly tight Draw bolts tight to ensure proper seating of gaskets Provide Densco petroleum based tape or approved equal for all exposed,portions of nuts, bolts and pipe 4 For in-line flange joints 30 inches in diameter and greater, provide Pyrox G-10 with nitrite seal, conforming to ANSI A 21 11 mechanical joint gaskets For in-line flange joints sized between 12 inches in diameter and greater and 24 inches in diameter and smaller, provide Phenolic PSI with nitrite seal gasket conforming to ANSI A 21 11 mechanical joint gaskets C Restrained Joints 1 Thrust restraint lengths shown on Drawings are minimum anticipated lengths These lengths are based on deflections indicated and on use of PVC pipe Adjustments in deflections or use of other pipe material may result in reduction or increase of thrust lengths Perform calculations by pipe manufacturer to verify proposed thrust restraint lengths Submit calculations for all pipe materials sealed by a registered Professional Engineer in State of Texas for review by Engineer Make adjustments in thrust restraint lengths at no additional cost to City 2 Passive resistance of soil will not be permitted in calculation of thrust restraint 3 Installation City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 10 October 21, 2021 a Install restrained joints mechanism in accordance with manufacturer's recommendations b Examine and clean mechanism, remove dirt, debris and other foreign material c Verify gasket is evenly seated d Do not over stab pipe into mechanism 4 Prevent any lateral movement of thrust restraints throughout pressure testing and operation D Large Diameter Pipe Main Joint Testing In addition to testing individual joints with feeler gauge approximately 1/2 inch wide and 0 015-inch thick, use other joint testing procedure approved or recommended by pipe manufacturer which will help ensure watertight installation prior to backfilling Perform tests at no additional cost to the Owner E Make curves and bends by deflecting joints or other method as recommended by manufacturer and approved by Engineer Submit details of other methods of providing curves and bends which exceed manufacturer's recommended deflection prior to installation 1 Deflection of pipe a joints shall not exceed maximum deflection recommended by pipe manufacturer, unless otherwise indicated on Drawings 2 If deflection exceeds that specified but is less than 5 percent, repair entire deflected pipe section such that maximum deflection allowed is not exceeded 3 If deflection is equal to or exceeds 5 percent from that specified, remove entire portion of deflected pipe section and install new pipe 4 Replace, repair, or reapply coatings and linings as required 5 Assessment of deflection may be measured by Engineer at location along pipe Arithmetical averages of deflection or similar average measurement, methods will not be deemed as meeting intent of standard 6 When rubber gasketed pipe is laid on curve, join pipe in straight alignment and then deflect to curved alignment 3 7 SECURING, SUPPORTING AND ANCHORING A Support piping as shown on Drawings and as specified in this Section, to maintain line and grade and prevent transfer of stress to adjacent structures B Use adequate temporary blocking of fittings when making connections to distribution system and during hydrostatic tests Use sufficient anchorage and blocking to resist stresses and forces encountered while tapping existing water City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 11 October 21, 2021 line 3 8 POLYETHYLENE WRAP FOR DUCTILE IRON PIPE A. Double wrap pipe and appurtenances (except fire hydrants and fusion bond or polyurethane coated fittings) with 8-mil polyethylene film B Conform to requirements of AWWA C105 3 9 CLEANUP AND RESTORATION A Provide cleanup and restoration crews to work closely behind pipe laying crews, and where necessary, hydrostatic testing, service transfers, abandonment of old pipe lines, backfill and surface restoration 3 10 CLEANING PIPING SYSTEMS A Remove construction debris or foreign material and thoroughly broom clean and flush piping systems Provide temporary connections, equipment, and labor for cleaning 3 11 FIELD HYDROSTATIC TESTS A Hydrostatic Tests Pressure test completed water lines hydrostatically Provide pumps, gauges, meters, and other equipment necessary for performance of tests 1 Pressure at the lowest point in the test section shall be at least 100 percent, but not more than 120 percent of pressure rating of the pipe 2 Leakage shall be zero for the test duration 3 Minimum test duration shall be 4 hours 4 Maintain records of a Date tests were performed b Names of people in attendance c Location of test section d Brand name of pipe and pressure rating 5 Failed test sections shall be repaired and retested at the Contractor's expense END OF SECTION City of Pearland Bailey WTP Improvements Pipes and Pipe Fittings Project No 7295A 15060 - 12 October 21, 2021 SECTION 15061 PIPING ACCESSORIES. PART 1 GENERAL 1 1 SECTION INCLUDES A Piping Strainers B Pressure Gauges C Rotameters D Sight Gages E Flow Indicators F Gage Cocks PART 2 PRODUCTS 2 1 PIPING STRAINERS A. Piping strainers shall be "Y" type 25016 iron bodies, with 20 mesh stainless steel strainer screen size to match piping Strainers shall be Watts brand 77S1 Series or approved equivalent 2 2 PRESSURE GAUGES A Type Oil-filled with 316 S S bourdon tube or 316 S S bellows B Dial 3-1/2" or 4-1/2" with pressure range as shown C Housing Stainless steel case with stem, surface or flush mounting, lower or back connections D Accessories S S needle valve and pressure snubber E Manufacturer Ashcroft, Ametek U S Gauge, or approved equivalent. 2 3 FLOW AND LEVEL GAGES A. Rotameters Unless otherwise specified, rotameters for purges and other low capacity services shall be Brooks Sho-Rate "50," Wallace &Tiernan 3-inch purge.meter, Schutte-Koerting, or approved equivalent, with integral needle valve and flow controller Meter tubes shall be glass, floats shall be stainless steel, and cases shall be aluminum or stainless steel Units shall have a 3-inch minimum scale Rotameters for high capacity service shall be glass tube-type with a 5-inch scale and stainless steel frame Flow range shall be as specified, and scales City of Pearland Bailey WTP Improvements Piping Accessories Project No 7295A 15061 - 1 October 21, 2021 shall indicate the units of flow Rotameters shall be as manufactured by Brooks, Wallace & Tiernan, Schutte & Koerting, or approved equivalent B Sight Gages Sight gages shall be 3/4-inch Penberthy 205 Series, Lunkenheimer Fig 589, or approved equivalent, automatic water gage complete with pyrex gage glass and gage glass protector Overall length of gages, type of mounting, and orientation of set shall be as specified C Flow Indicators Flow indicators shall be provided where specified Each indicator shall consist of a bronze body with threaded ends and a sight glass with rotary wheel Pressure ratings for flow indicators shall match pipe pressure ratings Indicators shall be as manufactured by Jacoby-Tarbox, Schutte & Koerting, Eugene Ernst Products, or approved equivalent 2 4 GAGE COCKS A Gage cocks shall be Robertshaw 1303, Ashcroft 1095, or approved equivalent The exposed threads of each gage cock shall be protected by a brass plug PART 3 EXECUTION 3 1 Install piping accessories with thread compound and free of leaks 3 2 Pressure gauges shall be installed in an upright position Provide fittings as required for upright installation 3 3 PROCESS INSTRUMENT TAPS One-half-inch female iron pipe thread (FIPT) pipe taps and removable plugs shall be provided for all specified process instruments Ductile iron process piping may be tapped PVC piping shall have a tee fitting or saddle Steel piping shall have a tee fitting or welded thread-o-let END OF SECTION City of Pearland Bailey WTP Improvements Piping Accessories Project No 7295A 15061 - 2 October 21, 2021 SECTION 15062 PIPE DUCTILE IRON PART 1 GENERAL 1 1 SUMMARY A. Section Includes 1 Ductile iron piping, fittings, and appurtenances Related Sections include but are not necessarily limited to 1 Division 01 — General Requirements 2 Section 15060 — Pipe and Pipe Fittings 1 2 QUALITY ASSURANCE A Referenced Standards 1 American Society of Mechanical Engineers (ASME) a B1 1,, Unified Inch Screw Threads (UN and UNR Thread Form) b B16 1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125, and 250 2 ASTM International (ASTM) a B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel 3 American Water Works Association (AWWA) a C203, Standard for Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied b C606, Standard for Grooved and Shouldered Joints 4 American Water Works Association/American National Standards Institute (AWWA/ANSI) a C105/A21 5, Standard for Polyethylene Encasement for Ductile-Iron Pipe Systems b Cl 10/A21 10, Standard for Ductile-Iron and Gray-Iron Fittings c C1 1 1/A21 11, Standard for Rubber-Gasket Joints for Ductile- Iron Pressure Pipe and Fittings d C115/A21 15, Standard for Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 1 October 21, 2021 e C150/A21 50, Standard for Thickness Design of Ductile-Iron Pipe f C151/A21 51, Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water 5 Society of Automotive Engineers (SAE) a AMS-QQ-P-416, Cadmium Plating - Electro-deposited 1 3 SUBMITTALS A Shop Drawings 1 See Division 1 for requirements for the mechanics and administration of the submittal process 2 See Specification Section 15060 — Pipes and Pipe Fittings 3 Certification of factory hydrostatic testing 4 If mechanical coupling system is used, submit piping, fittings, and appurtenant items which will be utilized to meet system requirements PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable 1 Flanged adaptors a Rockwell Style 913 (steel) b Dresser Style 128 (steel) 2 Compression sleeve coupling a Rockwell Style 411 (steel) b Dresser Style 38 (steel) 3 Mechanical coupling a Victaulic (Style 31) b Tyler 4 Insulating couplings a Rockwell (Style 416) b Dresser (Style 39) City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 2 October 21, 2021 5 Reducing couplings a Rockwell (Style 415) b Dresser (Style 62) 6 Transition coupling a Rockwell (Style 413) b Dresser (Style 62) 7 Polyethylene encasement tape a Chase (Chasekote 750) b Kendall (Polyken 900) c 3 M (Scotchrap 50) 8 Restrained joints a American (Lock Fast) - 12 IN and below b U S Pipe (TR-Flex) - 4 IN to 54 IN c American (Lock Fast) - Above 12 IN B Submit request for substitution in accordance with Specification Section 01600 — Material and Equipment 2 2 MATERIALS A. Ductile Iron Pipe 1 AWWA/ANSI C115/A21 15 2 AWWA/ANSI C150/A21 50 3 AWWA/ANSI C151/A21 51 B Fittings and Flanges 1 AWWA/ANSI Cl 10/A21 10 2 AWWA/ANSI C153 3 AWWA/ANSI C115/A21 15 4 Flanges drilled and faced per ASME B16 1 for both 125 and 250 psi applications C Nuts and Bolts 1 Stainless steel 2 Heads and dimensions per ASME B1 1 3 Threaded per ASME B1 1 4 Project ends 1/4 to 1/2 IN beyond nuts D Gaskets See individual piping system requirements in Section 15060 — Pipes and Pipe Fittings E If mechanical coupling system is used, utilize pipe thickness and grade in accordance with AWWA C606 City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 3 October 21, 2021 F Polyethylene Encasement See AWWA/ANSI C105/A21 5 G See Piping Schedules in Section 15060 — Pipes and Pipe Fittings 2 3 MANUFACTURED UNITS A. Couplings 1 Flanged adaptors a Unit consisting of steel or carbon steel body sleeve, flange, followers, Grade 30 rubber gaskets Provide units specified in Article 2 1 c Supply flanges meeting standards of adjoining flanges d Rate entire assembly for test pressure specified on piping schedule for each respective application 2 Compression sleeve coupling a Unit consisting of steel sleeve, followers, Grade 30 rubber gaskets b Provide units specified in Article 2 1 c Supply flanges meeting standards of adjoining flanges d Entire assembly to be rated for test pressure specified on piping schedule for each respective application e Provide field coating for buried couplings per AWWA C203 3 Mechanical couplings a Use of mechanical couplings and fittings in lieu of flanged joints is acceptable where specifically specified in Section 15060 — Pipes and Pipe Fittings and noted in the Drawings b Utilize units defined in Article 2 1 2 4 FABRICATION A Furnish and install without outside coatings of bituminous material any exposed pipe scheduled to be painted B Furnish cast parts with lacquer finish compatible with finish coat 2 5 LININGS AND COATINGS A. Pipe and Fittings Interior City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 4 October 21, 2021 1 Epoxy• Where specified in the Piping Schedule, ductile iron pipe and fittings shall be provided with a high build, fusion bonded epoxy lining per AWWA C1 16, minimum 16 mils dry film thickness, per AWWA C116 Epoxy lining shall be suitable for potable water service per NSF 61 B Pipe and Fittings Exterior 1 Exposed Piping Provide shop coat primer required for the coating system specified in Section 09800 — Painting 2 Buried Piping Provide shop applied 1-mil bituminous coating system per AWWA C151 for pipe and fittings C Encasement for Underground Metal Piping ASTM A 674 or AWWA C105 1 Form Sheet or tube 2 Material LLDPE film of 0 008-inch minimum thickness or high-density, cross-laminated PE film of 0 004-inch minimum thickness 2 6 SOURCE QUALITY CONTROL A Factory Test 1 Subject pipe to hydrostatic test of not less than 500 psi with the pipe under the full test pressure for at least 10 seconds PART 3 EXECUTION 3 1 INSTALLATION A. Joining Method - Push-On Mechanical (Gland-Type) Joints 1 Install in accordance with AWWA/ANSI C111/A21 11 2 Assemble mechanical joints carefully according to manufacturer's recommendations 3 If effective sealing is not obtained, disassemble, thoroughly clean, and reassemble the joint. 4 Do not overstress bolts 5 Where piping utilizes mechanical joints with tie rods, align joint holes to permit installation of harness bolts B Joining Method - Push-On Joints 1 Install in accordance with AWWA/ANSI C151/A21 51 2 Assemble push-on joints in accordance with manufacturer's directions City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 5 October 21, 2021 3 Bevel and lubricate spigot end of pipe to facilitate assembly without damage to gasket a Use lubricant that is non-toxic, does not support the growth of bacteria, has no deteriorating effects on the gasket material, and imparts no taste or odor to water in pipe 4 Assure the gasket groove is thoroughly clean 5 For cold weather installation, warm gasket prior to placement in bell 6 Taper of bevel shall be approximately 30 degrees with centerline of pipe and approximately 1/4 IN back. C Joining Method - Flanged Joints 1 Install in accordance with AWWA/ANSI C115/A21 15 2 Extend pipe completely through screwed-on flanged and machine flange face and pipe in single operation 3 Make flange faces flat and perpendicular to pipe centerline 4 When bolting flange joints, exercise extreme care to ensure that there is no restraint on opposite end of pipe or fitting which would prevent uniform gasket compression or would cause unnecessary stress, bending or torsional strains to be applied to cast flanges or flanged fittings 5 Allow one (1) flange free movement in any direction while bolts are being tightened 6 Do not assemble adjoining flexible joints until flanged joints in piping system have been tightened 7 Gradually tighten flange bolts uniformly to permit even gasket compression D Joining Method - Mechanical Coupling Joint: 1 Arrange piping so that pipe ends are in full contact 2 Groove and shoulder ends of piping in accordance with manufacturer's recommendations 3 Provide coupling and grooving technique assuring a connection which passes pressure testing requirements E Flange Adaptors 12 IN and Less 1 Locate and drill holes for anchor studs after pipe is in place and bolted tight City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 6 October 21, 2021 2 Drill holes not more than 1/8 IN larger than diameter of stud projection F Cutting 1 Do not damage interior lining material during cutting 2 Use abrasive wheel cutters or saws 3 Make square cuts 4 Bevel and free cut ends of sharp edges after cutting G Support exposed pipe and install buried pipe in accordance with Section 15060 — Pipes and Pipe Fittings H Install restrained joint systems where specified in Section 15060 — Pipes and Pipe Fittings under specific piping system 3 2 FIELD QUALITY CONTROL. A Test piping systems in accordance with Section 15060 — Pipes and Pipe Fittings END OF SECTION City of Pearland Bailey WTP Improvements Pipe Ductile Iron Project No 7295A 15062 - 7 October 21, 2021 SECTION 15064 PIPE PLASTIC PART 1 GENERAL 1 1 SUMMARY A Section Includes 1 Plastic pipe B Related Sections include but are not necessarily limited to 1 Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2 Division 1 - General Requirements 1 2 QUALITY ASSURANCE A See Section 15060 — Pipe and Pipe Fittings B Referenced Standards 1 ASTM International (ASTM) a PVC (polyvinyl chloride) materials D1784 — Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ii D1785 — Standard Specification for Poly (Vinyl Chloride) PVC Plastic Pipe, Schedules 40, 80 and 120 iii D2467 — Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 iv D3034 — Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings v D3139 — Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals vi D3212 — Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals vii F593 — Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 - 1 October 21, 2021 viii F679 — Standard Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings ix F794 — Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter x F949 — Standard Specification for Poly (Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings b Installation D2321 — Standard Practice for Underground Installation of Thermosplastic Pipe for Sewers and Other Gravity-Flow Applications 2 American Water Works Association (AWWA) a PVC (polyvinyl chloride) materials C900 — Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 IN Through 48 IN, for Water Distribution 3 National Sanitation Foundation International (NSF) 1 3 SUBMITTALS A See Section 01300 — Submittals for requirements for the mechanics and administration of the submittal process PART 2 PRODUCTS 2 '1 SCHEDULE 80 PVC PIPE, A General 1 Provide Schedule 80 pipe with Schedule 80 fittings and appurtenances at locations shown on Drawings 2 Furnish materials in full compliance to following material specifications a Manufacture pipe, fittings and appurtenances from polyvinyl chloride (PVC) compound which meets the requirements of Type 1, Grade 1 (12454-B) Polyvinyl Chloride as outlined in ASTM D1784 b Manufacture pipe, fittings and valves from materials that have been tested and approved for conveying potable water by the NSF City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 - 2 October 21, 2021 B Pipe 1 Furnish pipe meeting requirements of ASTM D1785 C Joints 1 For buried pipe and pipe 2 IN and,less Solvent welded with unions at valves, penetrations through structures and equipment connections 2 For exposed pipe greater than 2 IN Either solvent welded or flanged (unless shown otherwise on Drawings) with unions or flanges at valves, penetrations through structures and equipment D Fittings Solvent welded socket type meeting ASTM D2467 E Flanges/Unions 1 Furnish flanges and unions at locations shown on Drawings 2 Provide either flanges or unions at valves, penetrations through structures and equipment connections 3 For pipe larger than 2 IN, provide 150 LB socket type PVC flange 4 For pipe 2 IN and less, provide socket type PVC union with Buna 0- rings 5 Use flat, full faced natural rubber gaskets at flanged connections a Furnish heavy hex head bolts, each with one (1) heavy hex nut, ASTM F593 Type 316 stainless steel 6 Use spacers supplied by pipe Manufacturer when mating raised-faced flanges to other flanges F Installation 1 Field threading PVC will not be permitted a Perform required threaded connections or attachments by the use of factory molded socket by threaded adapters b Female adapters are not acceptable 2 Employ installation and pipe support practices and solvent welding all in compliance to the Manufacturer's printed recommendation a Continuously support PVC piping at liquid operating temperatures in excess of 100 °F b For vertical piping, band the pipe at intervals to rigidly support load of twice vertical load City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 - 3 October 21, 2021 Support riser clamps on spring hangers d Do not clamp PVC tightly or restrict movement for expansion and contraction 2 2 C900 PVC PIPE A General 1 Provide C900 pipe at locations shown on Drawings B Materials Furnish materials in full compliance with following requirements 1 4 - 48 inch AWWA C900 PVC DR-25 C Installation 1 Field threading of PVC pipe will not be permitted 2 Perform installation procedures, handling, thrust blocking, connections, and other appurtenant operations in full compliance to the Manufacturer's printed recommendations and in full observance to plan details when more stringent. 2 3 PVC DRAINAGE AND SEWER PIPING A. Materials 1 PVC pipe shall be rigid, unplasticized polyvinyl chloride (PVC) made of PVC plastic having a cell classification of 12454-B or 12454-C as described in specification ASTM D1784 2 The requirements of this Specification are intended to provide for pipe and fittings suitable for non-pressure drainage of wastewater and surface water 3 Joining systems shall consist of an elastomeric gasket joint meeting requirements of ASTM D3212 4 Supply to the Engineer all information and sample of joining method for his evaluation a Only jointing methods acceptable to the Engineer will be permitted 5 Provide pipe and fittings meeting or exceeding the following requirements a 4-27 IN DIA. ASTM D3034 and ASTM F679, SDR 35 b 8-30 IN DIA. ASTM F794 c 4-18 IN DIA. ASTM F949 City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 4 October 21, 2021 6 Ensure impact strengths and pipe stiffnesses in full compliance to these Specifications B Installation Install pipe and fittings in accordance with ASTM D2321 and as recommended by the Manufacturer 1 Provide for a maximum deflection of not more than 3 percent C Infiltration and Exfiltration 1 The maximum allowable infiltration measured by test shall not exceed 10 GAL per inch of pipe diameter per mile per 24 HRS 2 For exfiltration, all the pipe and fittings shall exceed performance requirements by an air test procedure 3 Observe full instructions of the Engineer for carrying of testing procedures a Perform tests only during presence of the Engineer or his authorized representative 4 Should any test on any section of pipe line disclose either infiltration rates greater than allowed or disclose air loss rate greater than that permitted, locate and repair the defective joints or pipes at no cost to Owner and retest until requirements stated are met D Deflection 1 After backfilling, each section of pipe shall be checked for deflection by pulling a mandrel through the pipe 2 Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed and replaced to provide a deflection of less than 5 percent 3 Any repaired pipe shall be retested 2 4 PVC TUBING A General Provide nylon tubing with fittings and appurtenances as shown on Drawings B Materials 1 Furnish clear outer braided tubing with braid outside the walls 2 Have tubing manufactured of nylon with working temperatures from 5 to 180 °F 3 Design tubing with a minimum safety factor of 4 to 1 ratio of burst pressure to working pressure at maximum temperature City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 - 5 October 21,, 2021 4 Provide tubing with working pressure of 75 psi at 180 °F 5 Ensure that tubing is self-extinguishing and fire resistant C Fittings 1 Install tubing with nylon fittings and connectors 2 Use barbed type adapters with stainless steel clamps 3 Shall be capable of withstanding temperatures from a -70 to 250 °F 4 Ensure fittings have the same pressure and temperature rating as the tubing PART 3 EXECUTION 3 1 IDENTIFICATION A Identify each length of pipe clearly at intervals of 5 FT or less 1 Include Manufacturer's name and trademark 2 Nominal size of pipe, appurtenant information regarding polymer cell classification and critical identifications regarding performance specifications and NSF approvals when applicable 3 2 PRESSURE PIPING (UNDERGROUND) A Installation 1 Field threading of PVC pipe will not be permitted 2 Perform installation procedures, handling, thrust blocking, connections, and other appurtenant operations in full compliance to the Manufacturer's printed recommendations and in full observance to plan details when more stringent 3 3 PVC DRAINAGE AND SEWER PIPING A Installation Install pipe and fittings in accordance with ASTM D2321 and as recommended by the Manufacturer 1 Provide for a maximum deflection of not more than 3 percent B Infiltration and Exfiltration 1 The maximum allowable infiltration measured by test shall not exceed 10 GAL per inch of pipe diameter per mile per 24 HRS 2 For exfiltration, all the pipe and fittings shall exceed performance requirements by an air test procedure City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 - 6 October 21, 2021 0 3 Observe full instructions of the Engineer for carrying of testing procedures a Perform tests only during presence of the Engineer or his authorized representative 4 Should any test on any section of pipe line disclose either infiltration rates greater than allowed or disclose air loss rate greater than that permitted, locate and repair the defective joints or pipes at no cost to Owner and retest until requirements stated are met C Deflection, 1 After backfilling, each section of pipe shall be checked for deflection by pulling a mandrel through the pipe 2 Pipe with deflection exceeding 5 percent of the inside diameter shall have backfill removed and replaced to provide a deflection of less than 5 percent 3 Any repaired pipe shall be retested 3 4 PVC TUBING A Fittings 1 Install tubing with nylon fittings and connectors 2 Use barbed type adapters with stainless steel clamps 3 Shall be capable of withstanding temperatures from a -70 to 250 °F 4 Ensure fittings have the same pressure and temperature rating as the tubing END OF SECTION City of Pearland Bailey WTP Improvements Pipe Plastic Project No 7295A 15064 - 7 October 21, 2021 SECTION 15065 STEEL PIPE PART 1 GENERAL 1 1 DESCRIPTION A. Scope 1 Contractor shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish steel pipe and fittings 2 The extent of the piping is shown on the Drawings and includes all air piping 1 2 QUALITY ASSURANCE A Manufacturer's Qualifications 1 Manufacturer shall have a minimum of 5 years of experience in the production of steel pipe and fittings, and shall show evidence of satisfactory service in at least 5 installations 2 Steel pipe and fittings shall be the product of one manufacturer B Reference Standards Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified 1 ASTM International (ASTM) a A36 — Standard Specification for Carbon Structural Steel b A53 — Standard Specification for Pipe, Steel, Black and Hot- Dipped, Zinc-Coated, Welded and Seamless c A181 — Standard Specification for Carbon Steel Forgings, for General-Purpose Piping d A234 — Standard Specification for Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service e A283 — Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates f A572 — Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-1 October 21, 2021 g A1011 — Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability h B6 — Standard Specification for Zinc 2 American Water Works Association (AWWA) a C200 — Standard for Steel Water Pipe 6 IN and Larger b C203 — Standard for Coal-Tar Protective Coatings and Linings for Steel water Pipeline - Enamel and Tape - Hot Applied c C205 — Standard for Cement-Mortar Lining and Coating for Steel Water Pipe - 4 IN and Larger - Shop Applied d C206 — Standard for Field Welding of Steel Water Pipe e C207 — Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN f C208 — Standard for Dimensions for Fabricated Steel Water Pipe Fittings g C209 — Standard for Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h C210 — Standard for Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines C213 — Standard for Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines C214 — Tape Coating Systems for the Exterior of Steel Water Pipelines k. C606 — Standard for Grooved and Shouldered Joints M11 — Steel Pipe - A Guide for Design and Installation 1 3 SUBMITTALS A. Shop Drawings Submit the following under provisions of Section 01300 - Submittals 1 Detailed drawings and data on pipe, fittings, gaskets and appurtenances B Certificates Submit certificates of compliance with referenced standards City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-2 October 21, 2021 PART 2 PRODUCTS 21 MATERIALS A All materials used in steel piping systems defined in Section 15060 shall meet or exceed pressure test requirements specified for each respective system B Steel Pipe (Fabricated Type) 1 AWWA C200 a ASTM A36, Grade C steel plate b ASTM A283, Grade 0 steel plate c ASTM A572, steel plate d ASTM A101 1, steel sheet C Steel Pipe (Mill Type) ASTM A53, Type E or S D Fittings (For Fabricated Pipe) AWWA C208 E Fittings (For Mill Type Pipe) 1 ASTM A234 2 ASME B16 3, ASME B16 5, ASME B16 9, ASME B16 11 F Flanges (Fabricated Pipe) 1 Flange material ASTM A283, Grade C or D, ASTM A181, Grade 1 2 Flange finish Flat faced G Flanges (Mill Type Pipe) 1 ASME B16 5 2 Flat faced 3 Butt-weld flanges H Nuts and Bolts 1 Buried Cadmium-plated meeting SAE AMS-QQ-P-416, Type 1, Class 2 (Cor-Ten) for buried application 2 Exposed Mechanical galvanized ASTM B695, Class 40 3 Heads and dimensions per ASME B1 1 4 Threaded per ASME B1 1 5 Project ends 1/4 to 1/2 IN beyond nuts Gaskets See individual piping systems in Section 15060 — Pipes and Pipe Fittings J Flange isolation kits Contractor shall install flange isolation kits on all dissimilar metal flanges in accordance with 15060 — Pipes and Pipe Fittings City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-3 October 21, 2021 2 2 FABRICATION A. Provide piping (mill or fabricated) for use in this Project with minimum wall thicknesses as follows 1 1/8 - 5 IN DIA pipe Schedule 40 2 6 - 10 IN DIA pipe 3/16 IN 3 12 - 14 IN DIA pipe 7/32 IN 4 16 - 48 .IN DIA pipe 1/4 IN 5 54 - 60 IN DIA pipe 5/16 IN 6 66 - 72 IN DIA pipe 3/8 IN 7 Sizes through 24 IN are nominal OD a Sizes greater than 24 are ID 8 Wall thicknesses indicated are for standard weight pipe a Design pipe in accordance with operating pressures shown in Piping Schedules for a design stress limited to 50 percent of yield B Furnish cast parts with lacquer finish compatible with finish coating C Furnish without outside coating of bituminous material any exposed pipe scheduled to be painted D Fabricated Fittings 1 AWWA C208 2 Assure ratio of radius of bend to diameter of pipe equal to or ,greater than 1 0 E Taper cement mortar linings as required for valve interfacing F Protective Coatings and Linings 1 Provide enamel linings and coatings in accordance with AWWA C203 and the following a Potable water• Refer to 09800 — Painting b Nonpotable fluids Provide minimum dry film of 5 mils of acceptable asphalt base material c Provide coating in accordance with AWWA C203 and subject to following additional requirements Do not use enamel lined or coated steel pipe exposed to temperatures below 10°F City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-4 October 21, 2021 ii Do not handle enamel-lined or coated pipe when temperature of pipe is below 20°F 2 Provide cement mortar lining in accordance with AWWA C205 3 Provide shop-primed coating and final coating per Section 09800 — Painting 4- Galvanize surface in accordance with hot dip method using any grade of zinc acceptable to ASTM B6 5 Wrap pipe in accordance with AWWA C209 6 Field paint pipe in accordance with Section 09800 — Painting 2 3 FINAL CLEANING AND SHIPMENT A After fabrication, mechanically clean accessible weld surfaces with wire brushes and/or non-metallic abrasives B Pipe, fittings, and flanges shall be free of iron particulates or other foreign material PART 3 EXECUTION 3 1 INSPECTION. A Contractor shall inspect all piping to ensure that piping is free of defects in material and workmanship 3 2, INSTALLATION A Install products in accordance with manufacturer's instructions B Joining Methods - Flanges 1 Facing method a Insert slip-on flange on pipe b Assure maximum tolerances for flange faces from normal with respect to axis of pipe is 0 005 IN per foot of flange diameter c Test flanges after welding to pipe for true to face condition and reface, if necessary, to bring to specified tolerance 2 Joining method a Leave 1/8 to 3/8 IN of flange bolts projecting beyond face of nut after tightening City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-5 October 21, 2021 b Coordinate dimensions and drillings of flanges with flanges for valves, pumps, equipment, tank, and other interconnecting piping systems c When bolting flange joints, exercise extreme care to assure that there is no restraint on opposite end of pipe or fitting which would prevent uniform gasket compression or cause unnecessary stress, bending or torsional strains being applied to cast flanges or flanged fittings Allow one (1) flange free movement in any direction while bolts are being tightened d Do not assemble adjoining flexible coupled, mechanical coupled or welded joints until flanged joints in piping system have been tightened e Gradually tighten flange bolts uniformly to permit even gasket compression Do not overstress bolts to compensate for poor installation C Joining Method - Welded Joints 1 Perform welding in accordance with AWWA C206 and this Section 2 For flange attachment perform in accordance with AWWA C207 3 Have each welding operator affix an assigned symbol to all his welds a Mark each longitudinal joint at the extent of each operator's welding b Mark each circumferential joint, nozzle, or other weld into places 180 degrees apart 4 Welding for all process piping shall conform with ASME B31 3 a Welding of utility piping 125 psi and less shall be welded per ASME B31 9 b Utility piping above 125 psi shall conform to ASME B31 1 5 Provide caps, tees, elbows, reducers, etc , manufactured for welded applications 6 Weldolets may be used for 5 IN and larger pipe provided all slag is removed from inside the pipe 7 Weld-in nozzles may be used for branch connections to mains and where approved by Engineer City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-6 October 21, 2021 8 Use all long radius welding elbows for expansion loops and bends 9 Use long radius reducing welding elbows 90 degree bends and size changes are required D Joining Method - Couplings: 1 Compression sleeve a Install coupling to allow space of not less than 1/4 IN but not more than 1 IN b Provide harnessed joint Use joint harness arrangements detailed in AWWA M11 c Design harness assembly with adequate number of tie rods for test pressures indicated in Section 15060 — Pipes and Pipe Fittings and allow for expansion of pipe d Provide ends to be joined or fitted with compression sleeve couplings of the plain end type e Grind smooth welds the length of one (1) coupling on either side of joint to be fitted with any coupling f Assure that outside diameter and out-of-round tolerances are within limits required by coupling manufacturer 2 Mechanical coupling a Arrange piping so that pipe ends are in full contact b Groove and shoulder ends of piping in accordance with manufacturer's recommendations c Provide coupling and grooving technique assuring a connection which passes pressure testing requirements E Joining Method - Threaded and Coupled (T/C) 1, Provide T/C end conditions that meet ASME B1' 2 requirements 2 Furnish pipe with factory-made T/C ends 3 Field cut additional threads full and clean with sharp dies 4 Leave not more than three (3) pipe threads exposed at each branch connection City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-7 October 21, 2021 5 Ream ends of pipe after threading and before assembly to remove burrs 6 Use Teflon thread tape on male thread in mating joints 3 3 FIELD QUALITY CONTROL. A. Test piping systems in accordance with Section 15060 — Pipes and Pipe Fittings END OF SECTION City of Pearland Bailey WTP Improvements Steel Pipe Project No 7295A 15065-8 October 21, 2021 SECTION 15090 PIPE SUPPORT SYSTEMS PART 1 GENERAL 1 1 SUMMARY A Section includes 1 Pipe support and anchor systems B Related Sections include but are not necessarily limited to. 1 Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2 Division 1 - General Requirements 3 Section 09800 — Painting 1 2 QUALITY ASSURANCE A Reference Standards 1 American Society of Mechanical Engineers (ASME) a B31 1, Power Piping b B31 3, Process Piping. 2 ASTM International (ASTM) a A36, Standard Specification for Carbon Structural Steel ' b A510, Standard Specification for General Requirements for Wire Rods and Coarse Round Wire, Carbon Steel 3 American Welding Society (AWS) a D1 1, Structural Welding Code — Steel 4 Manufacturers Standardization Society of the Valve and Fittings Industry Inc (MSS) a SP-58, Pipe Hangers and Supports - Materials, Design and. Manufacture b SP-69, Pipe Hangers and Supports - Selection and Application City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-1 October 21, 2021 1 3 SUBMITTALS A Shop Drawings 1 See Section 01300 — Submittals for requirements for the mechanics and administration of the submittal process 2 Product technical data including a Acknowledgement that products submitted meet requirements of standards referenced b Manufacturer's installation instructions a Itemized list of wall sleeves, anchors, support devices and all other items related to pipe support system d Scale drawings showing guides, hangers, supports, anchors, structural members, and appurtenances to describe the pipe support system PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A Subject to compliance with the Contract Documents, the manufacturers listed in the applicable Articles below are acceptable B Submit request for substitution in accordance with Division 1 2 2 MANUFACTURED UNITS A Hanger Rods For use in all areas except hazardous locations See Pipe Support Notes in Drawings for designation of hazardous locations 1 Material Type 316 Stainless Steel a ASTM A575, Grade M1020 b Minimum allowable tensile stress of 12,000 psi at 650 DegF per MSS SP-58 2 Continuously threaded 3 Load limit. NOMINAL ROD DIAMETER MAXIMUM SAFE LOAD, (LBS) 3/8 IN DIA (min) 610 1/2 IN DIA 1,130 5/8 IN DIA 1,810 3/4 IN. DIA 2,710 7/8 IN DIA 3,770 1 IN DIA 4,960 City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-2 October 21, 2021 B Hanger Rods For use in hazardous locations 1 Material Type 316 Stainless steel 2 Load limit Modify load limit for steel hangers based on strength of rod Obtain from manufacturer C Hangers 1 Hangers in all locations Type 316 stainless steel 2 Hanger types As shown on Drawings D Concrete Inserts for Hanger Rods 1 Continuous slots Unistrut #P1000 2 Individual inserts ANVIL Figure 281 3 Self-drilling expansion anchors Phillips flush-end or snap-off end type E Beam Clamps for Hanger Rods 1 Heavy duty 2 Material As indicated in Drawings 3 ANVIL Figure 134 F Trapeze Hangers for Suspended Piping 1 Material Type 316 stainless steel unless otherwise indicated in Drawings 2 Angles, channels, or other structural shapes 3 Curved roller surfaces at support point corresponding with type of hanger required G Vertical Pipe Supports. 1 At base of riser 2 Lateral movement a Clamps or brackets Grinnell Figure 199 H Expanding Pipe Supports 1 Spring hanger type 2 MSS SP-58 Pipe Support Saddle 1 For pipe located 3 FT or less from floor elevation, except as otherwise indicated on Drawings City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-3 October 21, 2021 2 ANVIL Figure 264 J Pipe Support Risers 1 Schedule 40 pipe 2 Type 316 stainless steel 3 Type 316 stainless steel in hazardous locations 4 As recommended by saddle manufacturer K Pipe Support Base Plate 1 4 IN larger than support 2 Collar 3/16 IN thickness, circular in shape, and sleeve type connection to pipe 3 Collar fitted over outside of support pipe and extended 2 IN from floor plate 4 Collar welded to floor plate 5 Edges ground smooth 6 Type 316 stainless steel L. Pipe Covering Protection Saddle 1 For insulated pipe at point of support 2 ANVIL Figure 167, Type B M Wall Brackets 1 For pipe located near walls and 8 FT or more above floor elevation or as otherwise indicated on the Drawings 2 Material As indicated in Drawings 3 ANVIL Figure 199 N Pipe Anchors 1 For locations shown on the Drawings 2 1/4 IN Type 316, stainless steel plate construction 3 Type 316 stainless steel 4 Designed to prevent movement of pipe at point of attachment 0 Pipe Guides 1 For locations on both sides on each expansion joint or loop 2 To ensure proper alignment of expanding or contracting pipe 3 ANVIL Figure 256 City of Pearland Bailey WTP Improvements Pipe a Support Systems Project No 7295A 15090-4 October 21, 2021 P Substitutions 1 Submit request for substitution in accordance with Specification Section 01600 — Material and Equipment 2 3 DESIGN REQUIREMENTS A Contractor is responsible for selection of pipe supports, design of supports, and placement 1 Support configurations shown on Drawings or included in this Section may be used 2 Submit alternative configurations, materials, manufactured units, etc if those shown and specified do not meet Contractor requirements B Supports capable of supporting the pipe for all service and testing conditions 1 Provide 5 to 1 safety factor C Allow free expansion and contraction of the piping to prevent excessive stress resulting from service and testing conditions or from weight transferred from the piping or attached equipment D Design supports and hangers to allow for proper pitch of pipes E For chemical and waste piping, design, materials of construction and installation of pipe hangers, supports, guides, restraints, and anchors 1 ASME B31 3 2 MSS SP-58 and MSS SP-69 3 Except where modified by this Specification F For steam and hot and cold water piping, design, materials of construction and installation of pipe hangers, supports, guides, restraints, and anchors 1 ASME B31 1 2 MSS SP-58 and MSS SP-69 Check all physical clearances between piping, support system and structure 1 Provide for vertical adjustment after erection H Support vertical pipe runs in pipe chases at base of riser 1 Support pipes for lateral movement with clamps or brackets Place hangers on outside of pipe insulation 1 Use a pipe covering protection saddle for insulated pipe at support point City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-5 October 21, '2021 2 Insulated piping 1-1/2 IN and less Provide a 9 IN length of 9 LB density fiberglass insulation at saddle 3 Insulated piping over 1-1/2 IN Provide a 12 IN length of 9 LB density fiberglass insulation on saddle J Provide 20 GA galvanized steel pipe saddle for fiberglass and plastic support points to ensure minimum contact width of 4 IN K Pipe Support Spacing 1 General a Factor loads by specific weight of liquid conveyed if specific weight is greater than water b Locate pipe supports at maximum spacing scheduled unless indicated otherwise on the Drawings c Provide at least one (1) support for each length of pipe at each change of direction and at each valve 2 Steel, stainless steel, cast-iron pipe support schedule PIPE SIZES - IN MAXIMUM SPAN - FT 1-1/2 and less 5 2 thru 4 10 5 thru 8 15 10 and greater 20 3 Copper pipe support schedule PIPE SIZES - IN MAXIMUM SPAN - FT 2-1/2 and less 5 3 thru 6 10 8 and greater 15 4 PVC pipe support schedule PIPE SIZES - IN MAXIMUM SPAN - FT 1-1/4 and less 3 1-1/2 thru 3 4 4 and greater 5 * maximum fluid temperature of 120 DegF 5 Support each length and every fitting a Bell and spigot piping At least one (1) hanger ii Applied at bell City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-6 October 21, 2021 b Mechanical coupling joints Place hanger within 2 FT of each side of fittings to keep pipes in alignment. 6 Space supports for soil and waste pipe and other piping systems not included above every 5 FT 7 Provide continuous support for nylon tubing PART 3 EXECUTION 3 1 INSTALLATION A. Provide piping systems exhibiting pulsation, vibration, swaying, or impact with suitable constraints to correct the condition 1 Included in this requirement are movements from a Trap discharge b Water hammer c. Similar internal forces B Weld Supports 1 AWS D1 1 2 Weld anchors to pipe in accordance with,ASME B31 3 C Locate piping and pipe supports as to not interfere with open accesses, walkways, platforms, and with maintenance or disassembly of equipment D Inspect hangers for 1 Design offset 2 Adequacy of clearance for piping and supports in the hot and cold positions 3 Guides to permit movement without binding 4 Adequacy of anchors E Inspect hangers after erection of piping systems and prior to pipe testing and flushing F Install individual or continuous slot concrete inserts for use with hangers for piping and equipment 1 Install concrete inserts as concrete forms are installed City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-7 October 21, 2021 Welding 1 Welding rods ASTM and AWS standards 2 Integral attachments a Include welded-on ears, shoes, plates, and angle clips b Ensure material for integral attachments is of good weldable quality 3 Preheating, welding and postheat treating ASME B31 3, Chapter V 4 Passivate all welding and cutting of stainless steel H Field Painting 1 Comply with Section 09800 — Painting END OF SECTION City of Pearland Bailey WTP Improvements Pipe Support Systems Project No 7295A 15090-8 October 21, 2021 SECTION 15094 HVAC AND PLUMBING PIPE HANGERS AND EQUIPMENT SUPPORTS PART 1 GENERAL 1 '1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. In general, the work to be included in this section is as follows, but is not limited thereto 1 Pipe hangers and supports 2 Concrete supports for equipment 3 Sleeving for mechanical equipment PART 2 PRODUCTS 2 1 PIPE HANGERS AND SUPPORTS A Supports, hangers, anchors, guides and supplementary steel shall be provided for horizontal and vertical piping and shall meet or exceed the ASME/ANSI Code for Pressure Piping B Rod sizes noted are minimum sizes The structural integrity of the supports is the responsibility of the Contractor C Hangers Supporting and Contacting Brass or Copper 1 2" and Smaller Anvil Fig CT-109, copper plated, split-ring hanger with adjusters 2 2-1/2" to 4" Anvil, Fig CT-65, copper plated, clevis hanger with 2 nuts each rod 3 Isolate copper or brass from ferrous metals with an approved dielectric material D Hangers Supporting Insulated Lines 1 Outside Diameter of Insulation 6" or Smaller and all Ferrous Pipe 3" Diameter and Smaller Anvil Fig 108, malleable iron, split type with adjustable swivel and lock-nut 2 Outside Diameter of Insulation 7" and Larger and all Ferrous Pipe Larger than 3" Diameter• Anvil Fig 260, malleable iron, clevis hanger with two nuts on each support City of Pearland HVAC and Plumbing Pipe Hangers Bailey WTP Improvements and Equipment Supports Project No 7295A 15094-1 October 21, 2021 E Protection Shields for Hangers 1 Galvanized metal shields shall encircle the lower half of the insulation 2 Provide shields at hangers on dual and low temperature pipes, and domestic hot and cold water pipes on trapeze type hangers 3 Non-compressible insulation shall be foamglas or rigid urethane, shall extend a minimum of 2" beyond the ends of the insulation shield, and shall not be less than 12" in length Non-compressible insulation shall encircle not less than the bottom 1/3 of the pipe circumference 4 Shield gauges shall be as follows U S S Gauge Insulation Diameter (Galvanized) Up to 3" 22 3" thru 6" 16 Above 6" 12 F Supports for Vertical Riser Piping 1 Provide Anvil Fig 261 double bolt riser clamps at each floor Bear on structure 2 At 8 feet o c , 2-hole rigid clamps Unistrut channels and appropriate unistrut clamp Support from vertical surfaces 3 Brass or copper pipe shall be isolated from support with sheet polyethylene, minimum 1/8" thick. G Supports for Vertical and Horizontal Piping in Chases and Partitions 1 Provide securely anchored supports for pipes serving plumbing fixtures and equipment near the area the pipe penetrates the wall 2 Supports shall be steel plate, angles or unistruts mounted vertically or horizontally with unistrut clamps P2426, P2008 or P1 109 3 Attach supports to wall or floor construction with clip angles, brackets or other approved anchoring devices 4 Brass and copper pipe shall be isolated from support with sheet polyethylene, minimum 1/8" thick. 2 2 INSERTS A. Provide inserts at each hanger as required for concrete support Avoid interference with concrete reinforcing B Inserts to be malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms City of Pearland HVAC and Plumbing Pipe Hangers Bailey WTP Improvements and Equipment Supports Project No 7295A 15094-2 October 21, 2021 C Provide reinforcing as required to support load D Size inserts to suit threaded hanger rods 2 3 HANGER RODS A. Provide steel hanger rods, threaded both ends, threaded one end or continuous threaded B Size hanger rods as follows Pipe Size Rod Diameter 4" & Smaller 3/8" 5" thru 8" 1/2" 10" & 12" 5/8" 14" & 16" 3/4" 2 4 SLEEVES A Provide sleeves where pipes penetrate floors, walls, foundations, fireproofing, etc B Size sleeves large enough to allow for movement due to expansion and to provide for continuous movement Provide a bead of sealant in space between pipe and sleeve C Form with galvanized steel pipe or 18 gauge galvanized sheet metal 2 5 TRAPEZES A. Trapezes, as produced by Anvil or approved equal, including pipe roller, pipe clamps, pipe saddles, etc , may be provided where multiple lines run horizontally at the same elevation Contractor must submit shop drawing showing complete assembly Parts in contact with the piping shall be in accordance with the above pipe hanger requirements 2 6 CONCRETE SUPPORTS FOR EQUIPMENT A. Provide concrete pad foundations for the support of equipment such as floor- mounted pumps, fans, etc Pads shall have #4 steel bar reinforcing at 12" o c both ways unless noted otherwise B Unless otherwise noted, concrete pads shall be constructed of not less than 3,000 lb concrete and not less than 4" high and shall extend on all sides a minimum of 8 inches beyond the limits of the mounted equipment Pads shall be poured in forms built of new-dressed lumber All corners of the foundations shall be neatly chamfered 3/4" wide by means of sheet metal or triangular wood strips nailed to the form Reinforce with No 4 rebar 6" on center C Foundation bolts, 3/4" round-hooked, shall be placed in the forms when the concrete is poured, the bolts being correctly located by means of templates Each bolt shall be set in a sleeve of size to provide 1/2" clearance around bolt Allow 1" below the equipment bases for alignment and grouting After City of Pearland HVAC and Plumbing Pipe Hangers Bailey WTP Improvements and Equipment Supports Project No 7295A 15094-3 October 21, 2021 grouting, the forms shall be removed and the surface of the foundations shall be hand rubbed with carborundum D Foundation pads for equipment located on the exterior of the building shall be provided as indicated E Submit shop drawings of concrete pads for review by the Architect/Engineer 27 STRAP HANGERS A Under no circumstances will perforated strap iron or wire be acceptable for hangers on this project PART 3 EXECUTION 3 1 INSTALLATION OF SUPPORTS A. All pipe supports shall be designed and installed to avoid interferences with other piping, hangers, ducts, electrical conduit, supports, building .structure, equipment, etc All piping shall be installed with due regard to expansion and contraction The type of hanger, method of support, location of support, etc , shall be governed in part by this specification B Pipe hangers shall be attached to the structure as follows 1 Poured-in-Place Concrete Each hanger rod shall be fitted with a nut at its upper end, which nut shall be set into an Underwriters' Laboratories, Inc , listed universal concrete insert placed in the formwork before concrete is poured 2 Concrete Joists Where inserts are placed in the bottom faces of concrete joists which are too narrow to provide adequate strength of concrete to hold the insert properly or where a larger insert would require displacement of the bottom joist steel, the hanger rod shall be suspended from the center of a horizontal angle iron channel iron, (- beam, etc , spanning across two adjacent joists The horizontal support shall be bolted to non-adjustable concrete inserts of the "spot" type, of physical size small enough to avoid the bottom joist steel 3 Pre-Cast Double Tee Structural Concrete Hangers, supports, anchors, etc , required for mechanical systems attached to the precast, double tee, structural concrete system are to be installed in accordance with approved shop drawings only Holes required for hanger rods shall be core drilled in the flange of the double tee only Impact type tools are not allowed Core drilling in the stem portion of the double tee is not allowed Holes core drilled through the flange for hanger rods shall not be greater than 1/4" larger than the diameter of the hanger rod Hanger rods shall be supported by means of bearing plates of size and shape acceptable to the Architect/Engineer, with welded double nuts on the hanger rod above the bearing plate Cinch anchors, lead shields, expansion bolts, and studs driven by explosive charges are not allowed in the lower 15" of each stern and in the "shadow" of the stem on the top side of the double tees City of Pearland HVAC and Plumbing Pipe Hangers. Bailey WTP Improvements and Equipment Supports Project No 7295A 15094-4 October 21, 2021 4 Steel Bar Joists Where pipes and loads are supported under bar joists, hanger rods shall be run through the space between the bottom angles and secured with a washer and two nuts Where larger lines are supported beneath bar joists, hanger rods shall be secured to angle irons of adequate size Each angle shall span across two or more joists as required to distribute the weight properly and shall be welded to the joists or otherwise permanently affixed thereto 5 Steel Beams Pipes and loads supported under steel beams shall be installed using approved beam clamps 6 Wood Framing Where pipes and loads are supported from wood framing, hanger rods shall be attached to framing with side beam brackets or angle clips C Roof supports for piping must be installed as directed by roofing supplier/installer and as approved by Architect/Engineer 3 2 SPACING A. Refer to Pipe and Fittings section for spacing 3 3 TRAPEZES A Trapeze members, including suspension rods, pipe saddles, pipe rollers, pipe clamps, etc , shall be properly sized for the number, size and loaded weight of the lines they are to support. Piping required to be on rollers shall be on rollers on trapeze Likewise, piping required to be on standard hangers shall be secured to the trapeze Install hanger rods as noted above Contractor shall submit detailed drawings showing the different sizes, types, and locations of trapeze hanger Include all component parts 3 4 HANGERS AND SUPPORTS A. All hangers and supports for fire standpipe systems and fire sprinkler systems shall be Underwriters' Laboratories, Inc approved types 3 5 MISCELLANEOUS A Install all other special foundations, hangers and supports indicated on the drawings, specified elsewhere, or required by installation conditions END OF SECTION City of Pearland HVAC and Plumbing Pipe Hangers Bailey WTP Improvements and Equipment Supports Project No 7295A 15094-5 October 21, 2021 SECTION 15100 PLUMBING VALVES PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. This work covers the requirements for the valves as indicated and required for the various systems throughout the project B The requirements of this section apply to all piping work specified in other sections of these specifications 1 3 QUALITY ASSURANCE A Special Tests and Quality Requirements 1 Bronze ball valves shall be rated for 150 SWP/600 WOG Ball valves shall be equipped with blowout proof stems and adjustable packing glands and to be of a two piece screwed end cap design Packing shall be teflon or glass filled teflon Seats to be glass filled teflon Ball valves are acceptable alternates for gate valves when used for on/off services provided valve is suitable for service 2 Stem materials for bronze valves shall conform to ASTM B-99 Alloy C65100, ASTM Specification B-371, Alloy 694 (rolled silicon brass) or other approved materials with less than 15% zinc Stem material for IBBM valves shall conform to ASTM B-371 Alloy 694 or ASTM B- 16 Alloy C36000 brass B Valves of the same type shall be furnished by the same manufacturer, unless approved by Engineer If approval is requested, substitution must be one of approved manufacturer on approved list 1 Submittal data for substitute shall consist of manufacturer's name, size, figure number, detailed technical drawings and appropriate engineering information to substantiate quality 1 4 APPROVED MANUFACTURERS A. Where a manufacturer has been listed, it is for quality, design and function B Products equal in quality, design and function by one of the following will be acceptable City of Pearland Bailey WTP Improvements Plumbing Valves Project No 7295A 15100-1 October 21, 2021 1 Valves a Crane b Nibco c Homestead d Stockham e Mueller f Apollo No Substitutions 2 Hydrants a Josam b Wade c Zurn No Substitutions PART 2 PRODUCTS 2 1 VALVE TYPES AND SIZES A. Except as otherwise indicated, provide factory-fabricated valves of the type, body material and pressure class indicated Except as otherwise indicated, provide valve size same as connection pipe size B Check Valves 1 2-1/2" and Smaller Bronze Class 150# steam/300# WOG, Crane 137, Stockham B345, Nibco T433BY C Balancing Service (Water) 1 Plug Valves (Cocks) a 3" and Larger• Homestead 602 b 2-1/2" and Smaller Homestead 601 2 Butterfly and Ball Valves a 2-1/2" and larger butterfly with balancing stop plate b 2" and smaller characterized ball valves with balancing stop plate D Ball Valves Bronze Class 150# steam/600 WOG, Apollo 70-100, Nibco T- 580-70, Stockham S-216-BR-R-T E Strainers 1 2" and Smaller Apollo 612, Mueller #11 2 2-1/2" and Larger Apollo 613, Mueller #751 3 Provide 3" long nipple with 3/4" gate valve at flushing port of strainer City of Pearland Bailey WTP Improvements Plumbing Valves Project No 7295A 15100-2 October 21,, 2021 F Wall Hydrants Non-freeze type with integral vacuum breaker Josam 71050 1 The following equal in design and function are acceptable (no substitutes) a Wade b Zurn G Wall Hydrants (box type) Non-freeze type with integral vacuum breaker Josam 71000 Hydrosan I 1 The following equal in design and function are acceptable (no substitutes) a Wade b Zurn 2 2 VALVE HANDLES A. All valves installed in insulated pipelines shall have handle stem extensions of a length required to allow operation of the handle without contacting the outside surface of the insulation PART 3 EXECUTION 3 1 INSTALLATION A. General Requirements Except as otherwise indicated, comply with the following requirements 1 Install valves where required for proper operation of piping and equipment, including valves in branch lines where necessary to isolate sections of piping a Locate valves so as to be accessible b Provide separate support where required for a rigid installation 2 Install valves with sterns pointed up, in the vertical position wherever possible, but in no case with stems pointed downward from a horizontal plane, unless approved by Engineer If approved, install valve drains with hose-end adaptor for each valve with stem below horizontal plane 3 Where insulation is required or indicated, install extended-stem valves and arranged in the proper manner to receive insulation 4 Install valves with bodies of metal other than cast-iron where thermal or mechanical shock is indicated or can be expected to occur 5 Do not install bronze valves and bronze valve components in direct contact with steel, unless the bronze and steel are separated by a dielectric insulator Install bronze valves in steam and condensate City of Pearland Bailey WTP Improvements Plumbing Valves Project No 7295A 15100-3 October 21, 2021 service and in other services where corrosion is indicated or can be expected to occur 6 Install mechanical actuators with chain operators where indicated, and where valves 4" and larger are mounted more than 7'-0" above the floor, and where recommended by the valve manufacturer because of valve size, pressure differential or other operating condition making manual operation difficult 3 2 VALVE ENDS AND CONNECTIONS A. Except as otherwise indicated, select and install valves with the following ends or types of pipe/tube connections 1 Pipe size 2" and smaller shall have threaded valves 2 Pipe size 2-1/2" and larger shall have flanged valves 3 Install threaded adapters at each valve and component such that the item can be removed without the use of a torch Unions at valves and equipment shall be Elkhart 102M wrought copper, or equal 3 3 TYPE REQUIREMENTS A If not specifically indicated or noted, install the following types of valves 1 Install to comply with ASME B31 2 Where throttling is indicated or recognized as the principal reason for the valve, install globe or butterfly valve 3 Install check valves where indicated and where flow reversal is obviously not desirable but can be reasonably expected to occur, including piping at the discharge of pumps 4 Install silent check valves where necessary to eliminate water hammer occurring from reversal of flow 3 4 ADJUSTMENTS A. Check and adjust valves and accessories for smooth operation END OF SECTION City of Pearland Bailey WTP Improvements Plumbing Valves Project No 7295A 15100-4 October 21, 2021 SECTION 15101 GATE VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A Gate valves for water service 1 2 REFERENCES A. ASTM B62 — Standard Specifications for Composition Bronze or Ounce Metal Castings B ANSI B16 1 — Cast Iron Pipe Flanges and Flanged Fittings C AWWA C509 — Resilient Seated Gate Valve D AWWA C500 — Double Disc Gate Valve 1 3 SYSTEM DESCRIPTION A Valves 4-inch through 48-inch shall be manufactured in accordance with AWWA C509 Valves smaller than 4-inch shall be manufactured in accordance with AWWA C500 B Where the requirements of these specifications conflict with AWWA C509 and AWWA C500, these specifications shall govern 1 4 SUBMITTALS A. Provide the following information in accordance with Section 01300 — Submittals 1 Dimensional information 2 Manufacturer's installation, operation, and maintenance instructions 3 Recommended list of spare parts 1 5 DELIVERY, STORAGE, AND HANDLING A. Storage Store all valves and appurtenances in accordance with the manufacturer's written instructions Protect all valves and appurtenances from damage PART 2 PRODUCTS 21 MANUFACTURERS A. Gate Valves. 1 M&H Valve Co 2 Clow Valve Co City of Pearland Bailey WTP Improvements Gate Valves Project No 7295A 15101 - 1 October 21, 2021 3 Approved equivalent 2 2 VALVES A. Gate Valves (4-inch through 48-inch) 1 Type iron body, bronze trim, solid wedge, resilient-seat type 2 Standard AWWA C509 3 Working Pressure Rated to 200 psi minimum 4 Stem Non-rising stem with 0-ring valve packing and 2-inch square nut, except as shown otherwise 5 Joints Mechanical (buried), Flanged (above grade) 6 Opening Counterclockwise 7 Finish Ferrous surfaces of valve interior epoxy-coated, AWWA C550 8 Wrapping Wrap valve body with 8 mil polyethylene encasement in a manner which will not interfere with valve operation, buried service B Gate Valves (smaller than 4-inch) 1 Type Iron body, brass-mounted, double disc gates having parallel or inclined seats or solid wedge gates 2 Standard AWWA C500 3 Working Pressure Rated to 200 psi minimum 4 Stem Non-rising stem with 0-ring valve packing and 2-inch square nut, expect as shown otherwise 5 Joints mechanical (buried), Flanged (above ground) 6 Opening Counterclockwise 7 Finish Ferrous surfaces of valve interior epoxy-coated, AWWA C550 8 Wrapping Wrap valve body with 8 mil polyethylene encasement in a manner which will not interfere with valve operation, buried service 2 3 VALVE ACTUATORS A. Refer to Section 15201 — Valve and Gate Actuators for manual actuators B Refer to Section 15116 for motorized actuators City of Pearland Bailey WTP Improvements Gate Valves Project No 7295A 15101 - 2 October 21, 2021 PART 3 EXECUTION 3 1 INSTALLATION A. Install valves in accordance with manufacturer's instructions and as shown B Demonstrate valve operation by manual control at valve END OF SECTION City of Pearland Bailey WTP Improvements Gate Valves Project No 7295A 15101 - 3 October 21, 2021 SECTION 15102 SOLENOID VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A. Electronically-operated solenoid valves for air and cold water service 1 2 DESCRIPTION A. Two- or three-way internal pilot operated Configuration to fit application B Normally closed C No minimum differential pressure to open D Maximum pressure <125 psi E Manual override device to enable operation without electrical power F Size 1/4-inch piping connections unless otherwise shown or specified 1 3 SUBMITTALS A. Submit manufacturer's information, including operation and maintenance information in accordance with Section 01300 — Submittals PART 2 PRODUCTS 21 MANUFACTURERS A. ASCO 8210 or 8320. Series B Magnatrol Bulletin 200-A. C Approved equal 2 2 MATERIALS A Body• Cast bronze, or brass globe pattern B Piston Cast bronze C Internal parts Stainless steel or manufacturer's standard D Seals Buna N 2 3 ELECTRICAL. A. 120 volts AC City of Pearland Bailey WTP Improvements Solenoid Valves Project No 7295A 15102-1 October 21, 2021 B Encapsulated Class F coil C Enclosure indoors Type 1, Outdoor Type 3R PART 3 EXECUTION 3 1 INSTALLATION A. Install in accordance with manufacturer's instructions 3 2 SOLENOID VALVES AS SUBCOMPONENTS A Solenoid valves used as subcomponents such as a pilot for a valve actuator shall be provided with, and as an integral part of the parent assembly END OF SECTION City of Pearland Bailey WTP Improvements Solenoid Valves Project No 7295A 15102-2 October 21, 2021 SECTION 15103 BUTTERFLY VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A Butterfly valves for water services 1 2 REFERENCES A ASTM B62 — Standard Specifications for Composition Bronze or Ounce Metal Castings B ASTM A48 — Standard Specification for Gray Iron Castings C ASTM A126 — Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings D ASTM A276 — Standard Specification for Stainless Steel Bars and Shapes E ASTM A436 — Standard Specification for Austenitic Gray Iron Castings F ASTM A536 — Standard Specification for Ductile Iron Castings G ANSI B16 1 — Cast Iron Pipe Flanges and Flanged Fittings H AWWA C504 — Rubber Seated Butterfly Valves NSF 61 — Drinking Water Components — Health Effects 1 3 SYSTEM DESCRIPTION A. Valves shall be manufactured in accordance with AWWA C504, Class 150B and these specifications B Where the requirements of these specifications conflict with AWWA C504, these specifications shall govern 1 4 SUBMITTALS A. Provide the following information in accordance with Section 01300 - Submittals 1 Dimensional information 2 Manufacturer's installation, operation, and maintenance instructions 3 Recommended list of spare parts City of Pearland Bailey WTP Improvements Butterfly Valves Project No 7295A 15103-1 October 21, 2021 1 5 DELIVERY, STORAGE, AND HANDLING A Storage Store all valves and appurtenances in accordance with the manufacturer's written instructions Protect all valves and appurtenances from damage PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the manufacturers listed in the applicable articles below are acceptable 2 2 BUTTERFLY VALVES (12-INCH to 24-INCH) A. Comply with AWWA C504 and NSF 61 B Acceptable Manufacturers 1 DeZurik 2 Clow 3 Mueller 4 Pratt. 5 GA Industries 6 J&S 7 Val-Matic 8 Engineer approved equal Materials 1 Valve bodies a ASTM A126, Class B cast iron or ASTM A536, Grade 65-45- 12 (minimum) ductile iron b Wafer valves may be constructed of ASTM A48, Class 40 cast iron 2 Valve shafts a Stainless steel type 304 or 316 3 Valve discs a ASTM A536, Grade 65-45-12 (minimum) ductile iron b ASTM A351, Grade CF8 Stainless Steel, Type 304 c ASTM A743, Grade CF8M Stainless Steel,, Type 316L. 4 Valve seats a EPDM City of Pearland Bailey WTP Improvements Butterfly Valves Project No 7295A 15103-2 October 21, 2021 D Design Requirements 1 Seat type a Resilient 2 Exposed and submerged valves 12- through 20-inch a Body type Wafer or short body flange (laying length may vary from AWWA C504) b Equip wafer type with fully tapped anchor lugs drilled per ASME B16 5 3 Exposed and submerged valves 24-inch a Body type- Short body flange b Working pressure Rated for 150 psi (Class 150E per AWWA C504) 4 Direct buried valves a Body type Mechanical joint b Working pressure Rated for 150 psi (Class 150E per AWWA C504) 2 3 BUTTERFLY VALVES (2-INCH TO 10-INCH) A. Comply with AWWA C504 and NSF 61 B Acceptable Manufacturers 1 DeZurik. 2 Clow 3 Mueller 4 Pratt 5 GA Industries 6 J&S 7 Val-Matic 8 Engineer approved equal C Materials 1 Valve bodies a ASTM A126, Class B cast iron or ASTM A536, Grade 65-45- 12 (minimum) ductile iron 2 Valve shafts a Stainless steel type 304 or 316 City of Pearland Bailey WTP Improvements Butterfly Valves Project No 7295A 15103-3 October 21, 2021 3 Valve discs a ASTM A351, Grade CF8, Stainless Steel, Type 304 b ASTM A743, Grade CF8M, Stainless Steel, Type 316L. 4 Valve seats a EPDM b Sodium hypochlorite service Viton D Design Requirements 1 Seat type a Resilient 2 Exposed valves a Body type Wafer type with fully tapped anchor lugs drilled per ASME B16 5 b Working pressure Rated for 150 psi (Class 150B per AWWA C504) 3 Direct buried valves a Body type. Mechanical joint b Working pressure Rated for 150 psi (Class 150B per AWWA C504) 2 4 COATINGS A Interior and exterior cast-iron or steel surfaces or valve and actuator shall be shop-coated in accordance with the latest revision of AWWA C504 2 5 VALVE ACTUATORS A For manual actuators, refer to Section 15201 B For motorized actuators, refer to Section 15116 PART 3 EXECUTION 3 1 INSTALLATION A. Install valves in accordance with manufacturer's instructions and as shown B Demonstrate valve operation by manual control at valve END OF SECTION City of Pearland Bailey WTP Improvements Butterfly Valves Project No 7295A 15103-4 October 21, 2021 SECTION 15104 BALL VALVES PART 1 GENERAL 1 1 SUMMARY A. Section Includes 1 Ball valves 1 2 QUALITY ASSURANCE A Referenced Standards 1 ASTM International (ASTM) a A48 — Standard Specification for Gray Iron Castings b A126 — Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings c D1784 — Standard Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds 2 American Water Works Association (AWWA) a C507 — Standard for Ball Valves, 6 IN through 48 IN 1 3 SUBMITTALS A. Provide the following information in accordance with Section 01300 — Submittals 1 Dimensional information 2 Manufacturer's installation, operation, and maintenance instructions 3 Recommended list of spare parts PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A Plastic Ball Valves (1/2" to 4") 1 Chemtrol 2 Spears 3 ASAHI/America 4 IPEX USA LLC 5 Or approved equal City of Pearland Bailey WTP Improvements Ball Valves Project No 7295A 15104 - 1 October 21, 2021 B Stainless Steel or Bronze Ball Valves (1/2" to 4") 1 Apollo 2 Nibco 3 Watts 4 Or approved equal 2 2 PLASTIC BALL VALVE A Materials 1 Body, stem, ball, handle, end connectors PVC ASTM D1784- 12454B 2 Ball Seat Teflon 3 0-rings Material shall be compatible with service being supplied B Design Requirements 1 Rated at 200 psi at 70 Degree F 2 Double or "true union" design 3 Blocks both directions, upstream and downstream 4 Union nut capable of compensating for seat wear 5 Body with mounting pad for actuators where required 6 Capable of being disconnected at downstream end under full line pressure 7 Sodium hypochlorite service a Provide "vented" ball valves 2 3 STAINLESS STEEL BALL VALVES A Materials 1 Body, stem, and ball 316 stainless steel 2 Handle 304 stainless steel 3 Ball seat and 0-ring PTFE B Design Requirements 1 Temperature range -25 °F to 450 °F 2 Minimum working pressure 1000 psi 3 Blowout proof stem 4 Handle shall be locking lever 5 Valve shall meet MSS-SP-110 standard City of Pearland Bailey WTP Improvements Ball Valves Project No 7295A 15104 - 2 October 21, 2021 2 4 BRONZE BALL VALVES A. Materials 1 Body bronze 2 Ball 316 stainless steel 3 Handle zinc-plated carbon steel 4 Ball seat PTFE 5 O-ring, FKM B Design Requirements 1 Temperature range 0 °F to 400 °F 2 Minimum working pressure 250 psi 3 Blowout proof stem 4 Handle shall be locking lever 5 Valve shall meet MSS-SP-110 standard 2 5 ACCESSORIES A. Refer to Drawings and valve schedule for type of actuators 1 Furnish actuator integral with valve B Refer to Section 15201 for manual actuator requirements C Refer to Section 15116 for motorized actuator requirements 2 6 SOURCE QUALITY CONTROL. A. Furnish record of test PART 3 EXECUTION 31, INSTALLATION A Install per manufacturer's recommendations and as shown on drawings. B Demonstrate valve operation by manual control at valve END OF SECTION City of Pearland Bailey WTP Improvements Ball Valves Project No 7295A 15104 - 3 October 21, 2021 SECTION 15106 CHECK VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A Check valves for water and air service 1 2 SUBMITTALS A. Provide the following information in accordance with Section 01300 1 Product and dimensional information 2 Manufacturer's installation, operation, and maintenance instructions 3 Verification of suitability for air service up to 250°F (double leaf) 1 3 DELIVERY, STORAGE, AND HANDLING A. Storage Store all valves and appurtenances in accordance with the manufacturer's written instructions Protect all valves and appurtenances from damage PART 2 PRODUCTS 21 MANUFACTURERS A APCO B Approved equivalent C GA Industries 2 2 VALVE MATERIALS Valve materials shall be certified conforming to the following ASTM Specifications Bodies Cast Iron ASTM A126 GR B Disc (2" thru 10") Bronze ASTM B584 C83600 Disc (12" & Larger) Ductile Iron ASTM A536 Seat Ring & Disc Ring Bronze ASTM B271 C92200 Pivot Pins (2" thru 10") Aluminum Bronze ASTM B150 Alloy 2 Pivot Pins (12" & Larger) Stainless Steel ASTM A582 T303 Pivot Pin Bushings Stainless Steel ASTM A269 T304 Exterior Paint Phenolic Primer Red Oxide FDA-Approved for Potable Water Contact City of Pearland Bailey WTP Improvements Check Valves Project No 7295A 15106 - 1 October 21, 2021 2 3 SLANTING DISC CHECK VALVES A End Connections Flanged B Seat Angle 55 degrees 2 4 LEVER AND SPRING CHECK VALVES A. End Connection Flanged B Seat Ring Locked in-place with S S lock screws Field replaceable without special tools C Shaft shall have 0-ring seal, externally replaceable D Valve Lever and spring, APCO CVS-6000, APCO CVS-250, or GA Industries 230 DS 2 5 STAINLESS STEEL,CHECK VALVES A. 316 SS Construction B End Connections Flanged C Disc 316 SS D Seat Ring and Disc Ring 316 SS E Pins and Bushings 316 SS PART 3 EXECUTION 3 1 INSTALLATION A Install valves in accordance with manufacturer's instructions and as shown B Demonstrate valve operation after water is available END OF SECTION City of Pearland Bailey WTP Improvements Check Valves Project No 7295A 15106 - 2 October 21, 2021 SECTION 15113 COMBINATION AIR RELEASE VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A. Standard combination air release valves for water service 1 2 REFERENCES A ASTM A48 — Standard Specification for Composition Bronze or Ounce Metal Castings Class 30 B ASTM A240 — Standard Specification for Heat Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels C ASTM A270 — Standard Specification for Seamless and Welded Austenitic Stainless Steel Sanitary Tubing D ASTM A276 — Standard Specification for Stainless Steel Bars and Shapes E ASTM B124 — Standard Specification for Copper and Copper Alloy Forging Rod, Bar, and Shapes 1 3 DEFINITIONS A. Standard Combination Air Valve — A device with a single body that contains two valves to vent or admit air to the interior of a pipeline B CAV — Combination air valve 1 4 SUBMITTALS A Provide the following in accordance with Section 01300 — Submittals 1 Manufacturer's catalog information 2 Manufacturer's installation, operation, and maintenance instructions _3 Recommended list of spare parts with illustration drawing 1 5 SYSTEM DESCRIPTION A CAVs shall be suitable at operation up to 150 pounds per square inch pressure B The CAV shall allow large volumes of air to escape out the large orifice (valve) when filling a pipeline and closes when liquid enters the valve C When the large orifice is closed, the small air release orifice shall open to allow small amounts of air to escape automatically D The large orifice shall also allow large volumes of air to enter when the pipeline is drained City of Pearland Bailey WTP Improvements Combination Air Release Valves Project No 7295A 15113-1 October 21, 2021 1 6 DELIVERY, STORAGE, AND HANDLING A Storage Store all valves and appurtenances in accordance with the manufacturer's written instructions Protect all valves and appurtenances from damage PART 2 PRODUCTS 21 MANUFACTURERS A. Combination Air Release Valves 1 Valve and Primer Corp (APCO) 2 Val-Matic Corp 3 Approved equivalent. 4 GA Industries B CAV MATERIALS 1 Valve Body and Cover ASTM A48 Class 30 2 Needle and Seat Buna-N 3 Float: Stainless Steel ASTM A240 4 Plug Bronze ASTM B124 5 Retaining Screw Stainless Steel ASTM A276 6 Leverage Frame Cast Iron ASTM A48 Class 30 2 2 MANUFACTURED UNITS • A CAVs shall have a bottom connection for the connection to the pipeline and a top connection for venting or admitting air B Both connections shall be topped with female iron pipe threads PART 3 EXECUTION 3 '1 INSTALLATION A. Install CAVs in accordance with manufacturer's instructions and as shown 3 2 FINAL TESTING A Demonstrate that materials or equipment furnished under this Specification are operating properly at the time of project final acceptance B Rework or replace materials as required for proper operation END OF SECTION City of Pearland Bailey WTP Improvements Combination Air Release Valves Project No 7295A 15113-2 October 21, 2021 SECTION 15116 MOTORIZED OPERATORS PART 1 GENERAL 1 1 SUMMARY A. Section Includes Motorized valve operators, including motor, motor controller, operator unit gearing, position indicator, local control station, control voltage transformer (on 480 volt operators only),, limit switches and torque switches in a self-contained complete operational unit with a power disconnect 1 2 REFERENCES A. American Water Works Association (AWWA) B National Electrical Manufacturer's Association (NEMA) 1 3 SUBMITTALS A. Submit the following in accordance with Section 01300 — Submittals 1 Design Data Submit operating torque calculations for each valve size and class 2 Manufacturer's Published Instructions 1 4 QUALITY ASSURANCE A Motorized Operators for Gates and Valves The product of a single supplier for each type of gate or valve B Ascertain that valve manufacturer provides limit switches with valves 1 5 DEFINITIONS A. Small Sized Operators Motorized operators requiring a 120 volt power supply as indicted on the Drawings B Large Sized Operators Motorized operators requiring a 480 volt power supply as indicated on the Drawings PART 2 PRODUCTS 2 1 MOTORIZED OPERATOR A. Manufacturers No substitutions shall be allowed 1 Small sized operators (10-inches and smaller) a Auma Actuators, Inc b Rotork. City of Pearland Bailey WTP Improvements Motorized Operators Project No 7295A 15116 - 1 October 21, 2021 2 Large sized operators (greater than 10-inches) a EIM Company b Rotork B Design 1 Sized to move valves from full open to closed position at minimum 12 inches per minute, plus or minus 10 percent, under maximum load Measure rate of closure for butterfly valve discs at disc edge on diameter at right angle to valve shaft 2 Actuator Provide with built-in device to allow motor to reach full speed before engaging valve load, in manual operating mode when motor is not energized, in electrical operating mode when motor is energized 3 Handwheels for Manual Operation Metallic with arrows to indicate "open" rotation, incapable of rotation during motor operation, unaffected by fused motor, maximum 80 pound pull on rim when rotating 4 Declutch Lever• Padlockable,, capable of mechanically disengaging motor and related gearing positively when motor is de-energized and freeing handwheel for manual operation 5 Testing Provide proof to the Engineer that the actuators have been dynomometer tested to produce the specified torque C Actuator Gearing 1 Valve Actuator Gearing Multiple reduction type with hardened alloy steel spur or helical gears and self-locking, alloy bronze worm gear set in drive train to maintain valve position Valve position shall be indicated on the operator 2 Power Gearing Hardened alloy steel, accurately cut to assure minimum backlash, anti-friction bearing with caged balls or rollers throughout 3 Stem Nuts High tensile manganese bronze, accurately machined and mounted in heavy ball or roller bearings, minimum 2-1/4 times stem diameter for length of thread in lift nuts 4 Actuator Gear Housing Ductile iron or cast iron 5 Lubrication Rotating power train components immersed in grease with provisions for inspection and re-lubrication without disassembly a Lubricants Suitable for ambient conditions of minus 20 degrees Fahrenheit to plus 150°F b Provide seals on shafting City of Pearland Bailey WTP Improvements Motorized Operators Project No 7295A 15116 - 2 October 21, 2021 D Motors 1 Type Specifically designed for valve actuator service with high starting torque, totally enclosed non-ventilated construction 2 Motor Insulation Minimum NEMA Class F, with a maximum continuous temperature rating of 155°C, rise plus ambient 3 Motor Windings Epoxy treated 4 Size Sufficient to open and close valves at maximum stated torque 5 Voltage Tolerance Capable of operating at within 10 percent of specified voltage 6 Motor Duty Ratings: 15 minute duty rating for open and close service, continuous valve for modulating service 7 Accessories Internal thermal contacts, heaters in motor and switch compartment, and ground lug 8 Power Supply. As indicated on the Drawings 9 Enclosures for Motors, Switches, and Other Electrical Compartments Unless otherwise indicated, provide NEMA 4X enclosures 2 2 CONTROLS A. Voltage Transformer. For each of the large sized operators, provide a control voltage transformer to step down the power supply to the 120 volt control voltage B Control Station 1 Integral with operator or mounted in separate enclosure of NEMA 4X construction 2 Provide the separate control enclosure for any operators installed higher than six feet above the finished,floor elevation Locate the separate control enclosure within 20 feet of the operator The separate control enclosure may be waft mounted or mounted on a stand as indicated on the Drawings C Control Features At the minimum, provide each control station with the following functions 1 Lock-out LOCAL-OFF-REMOTE hand switch 2 OPEN, STOP, CLOSE push buttons I� 3 OPEN (green) and CLOSE (red) indicating lights Both lights shall, illuminate during valve travel I! li City of Pearland Bailey WTP Improvements Motorized Operators Project No 7295A 15116 - 3 IiI October 21, 2021 D Provide with additional contacts for remote indication of hand switch position and for remote control as indicated on the Drawings E The remote or PLC control command shall match the open and close commands of the actuator The valve open or close contactor auxiliary contact shall seal in for the remote of PLC control command The remote or PLC stop command shall be in series with the actuator stop device F Position Limit Switches and Associated Gearing Integral with valve actuator 1 Gearing Intermittent type, bronze or stainless steel, grease lubricated, totally enclosed 2 Contacts Heavy duty and silver plated with wiping action 3 Remote Indication Contacts As indicated on the Drawings 4 Switches Field adjustable, allowing for trip points from fully open to closed positions of valve travel, not subject to breakage or slippage due to over-travel 5 Limit switch design shall permit visible verification of switch position without disassembly 6 Inductive contact rating Not less than 5 amperes at 120 volts AC and 2 amperes at 30 volts DC G Torque Limit Switch 1 Capable of interrupting control circuit in both opening and closing when valve torque overload occurs 2 Silver plated contacts 3 Graduated dials for both open and close directions of travel, each independently adjustable Capable of a minimum 40 percent variation in torque setting 4 Positive means to limit adjustability to avoid exceeding actuator output torque capability with Belleville activating spring pack 5 Torque switch design shall permit visible verification of switch position without disassembly H Operation 1 Open-Close Service a Operators shall operate automatically by remote signal specified and as indicated on the Drawings City of Pearland Bailey WTP Improvements Motorized Operators Project No 7295A 15116 - 4 October 21, 2021 b Remote signal shall control, with hand switch in REMOTE position, self-contained electromechanical reversing starter shall cause valve or gate to open or close c In LOCAL position, control motorized operator with local control station 2 Modulating Service a Actuator Controller Shall compare 4-20 milliampere direct current analog command signal to feedback signal and move actuator accordingly The 4-20 milliampere signal shall be directly proportional between 0 and 100 percent of the valve position b Actuator shall be capable of moving the valve to within one percent of the desired position within 60 seconds c Microprocessor-based controller shall control integrally mounted solid state reversing starter 3 Where indicated on the Drawings, provide 4 to 20 milliampere direct current analog output signal for continuous remote monitoring of position 4 Controller System Rated for continuous duty PART 3 EXECUTION 3 1 INSTALLATION A. Install operators in accordance with manufacturer's instructions END OF SECTION City of Pearland Bailey WTP Improvements Motorized Operators Project No 7295A 15116 - 5 October 21, 2021 SECTION 15140 SUPPORTS AND ANCHORS PART 1 GENERAL 1 1 SECTION INCLUDES A. Pipe and Equipment Hangers and Supports B Equipment Bases and Supports C Sleeves and Seals D Flashing and Sealing Equipment and Pipe Stacks 1 2 REFERENCES A. ASTM International (ASTM) 1 F708 — Design and Installation of Rigid Pipe Hangers B Manufacturers Standardization Society (MSS) 1 SP58 — Pipe Hangers and Supports - Materials, Design, Manufacturer, Selection, Application, and Installation 2 SP69 — Pipe Hangers and Supports - Section and Application 3 SP89 — Pipe Hangers and Supports - Fabrication and Installation Practices 1 3 SUBMITTALS A. Submit the following,in accordance with Section 01300 — Submittals 1 Product Data Provide manufacturers catalog data including load capacity 2 Manufacturer's Installation Instructions Indicate special procedures and assembly of components 1 4 REGULATORY REQUIREMENTS A. Conform to the following codes 1 Standard Plumbing Code, most current version, Southern Building Code Congress International 2 Standard Mechanical Code, most current version, Southern Building Code Congress International City of Pearland Bailey WTP Improvements , Supports and Anchors Project No 7295A 15140-1 October 21, 2021 PART 2 PRODUCTS 21 MANUFACTURERS A. B-LINE SYSTEMS, Unistrut, or approved equivalent 2 2 PIPE HANGERS AND SUPPORTS A All Piping 1 Conform to MSS SP58 2 Hangers for Pipe Sizes 1/2 to 1-1/2 Inch Stainless steel, adjustable swivel, split ring 3 Hangers for Pipe Sizes 2 Inches and Over• Stainless steel, adjustable, clevis 4 Multiple or Trapeze Hangers Stainless steel channels with welded spacers and hanger rods 5 Wall Support for Pipe Sizes to 3 Inches Stainless steel hook 6 Wall Support for Pipe a Sizes 4 Inches and Over• Stainless steel bracket and clamp 7 Vertical Support Stainless steel riser clamp 8 Floor Support Stainless adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or stainless steel support 2 3 ACCESSORIES A Hanger Rods Stainless steel threaded both ends, threaded one end, or continuous threaded 2 4 INSERTS A. Stainless steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms, size inserts to suit threaded hanger rods 2 5 FLASHING A Metal Flashings Stainless steel B Metal Counter flashing Stainless steel C Flexible Flashing 47 mil thick sheet butyl City of Pearland Bailey WTP Improvements Supports and Anchors Project No 7295A 15140-2 October 21, 2021 PART 3 EXECUTION 3 1 INSTALLATION A. Select pipe hangers and supports in accordance with MSS SP69 Fabricate and install in accordance with manufacturer's instructions, MSS SP86 Custom hangers shall be designed and installed in accordance with ASTM F708 3 2 INSERTS A. Provide inserts for placement in concrete formwork. B Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams C Provide hooked rod to concrete reinforcement section for inserts carrying pipe over 4 inches Where concrete slabs form finished ceiling, locate inserts flush with slab surface E Where inserts are omitted, drill through concrete slab from below and provide through-bolt with recessed square steel plate and nut recessed into and grouted flush with slab (for exposed slabs) 3 3 PIPE HANGERS AND SUPPORTS A Support horizontal and vertical piping as scheduled B Install hangers to provide minimum 1/2 inch between finished covering and adjacent work. C Place hangers within 12 inches of each horizontal elbow D Use hangers with 1-1/2 inch minimum vertical adjustment E Support horizontal cast iron pipe adjacent to each hub, with 5 feet maximum spacing between hangers F Support vertical piping at every intermediate floor Support vertical pipe at each floor at hub G Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers H Support riser piping independently of connected horizontal piping I Provide sheet lead, 30 mill tape, or synthetic packing between hanger or support and copper piping J Design hangers for pipe movement without disengagement of supported pipe 3 4 EQUIPMENT BASES AND SUPPORTS City of Pearland Bailey WTP Improvements Supports and Anchors Project No 7295A 15140-3 October 21, 2021 A. Provide housekeeping pads of concrete, minimum 4 inches thick and extending 6 inches each side beyond supported equipment B Provide templates, anchor bolts, and accessories for mounting and anchoring equipment C Construct supports of stainless steel members or stainless steel pipe and fittings Brace and fasten with flanges bolted to structure 3 5 FLASHING A. Provide flexible flashing and metal counterflashing where piping and duct work penetrate weather or weatherproofed walls, floors, and roofs B Flash vent and soil pipes projecting 3 inches minimum above finished roof surface with lead worked one inch minimum into hub, 8 inches minimum clear of sides with 24 x 24 inches sheet size For pipes through outside walls, turn flanges back into wall and caulk, metal counter flash, and stainless steel C Flash floor drains in floors with topping over finished areas with lead, 10 inches clear on sides with minimum 36 x 36 inch sheet size Fasten flashing to drain with a clamping device 3 6 SLEEVES A. Set sleeves in position in formwork Provide reinforcing around sleeves B Size sleeves large enough to allow for movement due to expansion and contraction Provide for continuous insulation wrapping C Extend sleeves through floors two inches above finished floor level Caulk sleeves D Where piping or duct work penetrates floor, ceiling, or wall, close off space between pipe or duct and adjacent work with stuffing insulation and caulk Provide close fitting metal collar or escutcheon covers at both sides of exposed penetrations E Install chrome-plated steel escutcheons at finished surfaces 3 7 SCHEDULES Pipe Size, inches Max. Hanger Spacing, feet Hanger Rod Size, inches 1/2 - 1-1/4 6 5 3/8 1-1/2 to 2 10 3/8 2-1/2 to 3 10 1/2 4 to 6 10 5/8 8 to 12 14 7/8 14 and Over 20 1 PVC (all sizes) 6 3/8 C I Bell and Spigot (or No-Hub) and at Joints 5 3/8 END OF SECTION City of Pearland Bailey WTP Improvements Supports and Anchors Project, No 7295A 15140-4 October 21, 2021 SECTION 15180 PIPE INSULATION PART 1 GENERAL 1 1 SECTION INCLUDES A. Types of mechanical insulation specified in this section include the following 1 Insulation for Outdoor, Exposed Water, Air, and Chemical Piping Systems a Preformed fiberglass pipe, valve, and,fitting insulation b Preformed aluminum alloy pipe, valve, and fitting jackets 1 2 CODES AND REGULATIONS A. Building Codes comply with applicable requirement of all governing authorities B Certifying Agencies 1 UL. 2 OSHA 3 NFPA. 4 ASTM C Regulations, Standards, and References 1 ASTM C921 Properties of Jacketing Materials for Thermal Insulation 2 NICA. Guide to Insulation Product Specifications Above available from National Insulation Contractors Association, 1025 Vermont Avenue, NW # 410, Washington, DC 20005, (202) 626-7547 3 UL-723 Test for Surface Burning Characteristics of Building Materials 1 3 QUALITY ASSURANCE A. Flame/Smoke Rating Provide composite mechanical insulation (insulation, jackets, coverings, sealers, mastics and adhesives) with flame-spread index of 25 or less, and smoke-developed index of 50 or less, as tested by ASTM E84 (NFPA) 1 Exception Outdoor mechanical insulation may have flame spread index of 75 and smoke development index of 150 2 Exception Industrial mechanical insulation that will not affect life safety egress of building may have flame spread index of 75 and smoke development index of 150 City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 1 October 21, 2021 1 4 SUBMITTALS A. Product Data Submit Manufacturer's technical product data and installation instructions for each type of mechanical insulation and jacket in accordance with Section 01300 — Submittals Submit schedule showing Manufacturer's product number, k-value, thickness., and furnished accessories for each mechanical system requiring insulation Submit information on insulation and jacket properties, UV inhibitors and associated expected life B Maintenance Data Submit maintenance data and replacement material lists for each type of mechanical insulation Include this data and product data in maintenance manual C Samples Submit Manufacturer's sample of each insulation type required Affix label to sample completely describing product 1 5 DELIVERY, STORAGE, AND HANDLING A Deliver insulation, coverings, cements, adhesive., and coatings to site in containers with Manufacturer's stamp or label, affixed showing hazard indexes of products B Protect insulation against dirt, water, and chemical and mechanical damage Do not install damaged or wet insulation, remove from project site PART 2 PRODUCTS 2 1 PIPING SYSTEM INSULATION (PREFORMED FIBERGLASS INSULATION) A. Insulation Product Manufacturers 1 CertainTeed 500 Snap-On Fiberglass Pipe Insulation with all service jacket (ASJ) with self-sealing lap 2 Manville 850 Micro-Lok Fiberglass Pipe Insulation with pressure sensitive lap sealing system (AP-T Plus) Jacket 3 Owens-Corning 850 ASJ/SSL-II fiberglass pipe insulation with jacket and sealing system B Insulation Properties 1 Type Heavy density, preformed, one-piece insulation sections of glass fibers bonded with thermosetting resin 2 Thermal performance per ASTM C335 K-factor of 100°F = 0 23 btu in/hr -ft2 - °F 3 Flame spread per ASTM E84 25 or less 4 Smoke development per ASTM E 84 50 or less 5 Temperature range 0 to 500°F City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 2 October 21, 2021 6 Moisture absorption per ASTM C553 Less than 0 2 percent by volume 7 Shrinkage per ASTM C356 Negligible 8 Corrosivity• Does not accelerate corrosion to steel, alum or copper 9 Resistance to bacteria and fungi Does not breed or promote C Jacketing for Outdoor and Exposed Piping 1 Jacketing for outdoor and exposed piping shall be aluminum alloy 3003, 3105, or 5005 conforming to ASTM B209 with an embossed finish and a factory applied moisture barrier consisting of one layer of 40- to 60- pound virgin kraft paper coated on one side with a 0 001- inch minimum thickness polyethylene film 2 Minimum jacketing thickness shall be a Pipe, fitting, and valve insulation 12 inches or less in outside diameter 0 020-inch b Pipe, fitting, and valve insulation greater than 12 inches in diameter 0 032-inch c All removable and reusable insulation panels and sections 0 032-inch D Jacketing for Indoor Piping 1 A final covering of the insulation for indoor piping shall be of 0 030 inch thick PVC All valves, flanges, fittings, and ends of insulation shall be covered with a pre-molded, high-low temperature PVC fitting cover or end cap, or similar preformed unit The pre-molded cover shall be sized to receive the same thickness of insulation as used on the adjacent piping Pre-mold fittings shall be Zeston, 2000 PVC, or equal E Securements and Supports: 1 Securement wire shall be the annealed galvanized type 2 Securement bands shall be stainless steel 3 Pipe insulation supports for vertical pipe runs may be either the welded or clamped type Materials shall be galvanized carbon steel F Accessories 1 Sealants Silicone and Weatherban sealants as recommended by Manufacturer 2 Tapes supplied with products per Manufacturer's recommendations City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 3 October 21, 2021 G Insulation Thickness Schedule for Outdoor and Exposed Piping Pipe Size, in Insulation Thickness, in. 'h or less 3/4 3/4 1 1 1 1-1/4 1 1-1/2 1 2 1-1/2 2-1/2 1-1/2 3 1-1/2 4 1-1/2 6 2 8 2 10 2 12 2 >12 2 H Insulation Thickness for Indoor and Outdoor Liquid Refrigerant Piping Shall be a minimum 2 inches for all pipe sizes I Heat Traced Piping/Tanks 1 Size insulation to accommodate heat tracing cable 2 2 SPARE PARTS A All piping System Insulation and Jacketing 1 Ten (10%) percent of total installed length or 100 linear feet for each pipe size whichever is greater 2 Fifteen (15%) percent of total number of each size fittings, valves, and flanges of five (5) each whichever is greater 3 One (1) case of sealants and tapes as applicable PART 3 EXECUTION 3 1 INSTALLATION OF INSULATION A. General 1 Install piping system insulation products in accordance with Manufacturer's written instructions, and in accordance with recognized industry practices to ensure that insulation serves, its intended purpose 2 Install insulation on pipe systems subsequent to installation of heat tracing, painting, testing, and acceptance of tests 3 Install insulation materials with smooth and even surfaces Insulate each continuous run of piping with full-length units of insulation, with City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 4 October 21, 2021 single cut piece to complete run Do not use cut pieces or scrapes abutting each other 4 Clean and dry pipe surfaces prior to insulating Butt insulation joints firmly together to ensure complete and tight fit over surfaces to be covered 5 Maintain integrity of vapor-barrier jackets on pipe insulation and protect to prevent puncture or other damage 6 Cover valves, fittings, flanges, and similar items in each piping system with equivalent thickness and composition of insulation as applied to adjoining pipe run Install factory molded, precut or job fabricated units (at installer's option) except where specific form or type is indicated 7 Extend piping insulation without interruption through wall sleeves, hanger sleeves and similar piping penetrations, except where otherwise indicated B Pre-formed fiberglass pipe insulation 1 Pipe insulation shall be cut to proper length as required, installed around the pipe, and sealed into position 2 All butt joints shall be finished with butt strips and sealants 3 All fitting covers shall be sealed with sealant, then taped in place using pressure sensitive tape 4 All installation shall be performed in compliance with the directions of the Manufacturer 5 All fittings, valves, flanges, etc , shall be insulated with equal thickness as piping and finished with preformed jackets 6 All designated equipment shall be insulated with 2-inch thick insulation and finished with field fabricated jackets C The configurations of install insulation and jacketing materials shall comply with the applicable recommendations of the MICA commercial and Industrial Insulation Standards (hereinafter referred to as "MICA Standard") in this specification In case of conflict, this specification shall have precedence D All materials shall be installed in accordance with the Manufacturer's recommendations, including recommended surface temperatures at installation Should a conflict arise between a Manufacturer's recommendation and this specification, notify the Engineer E Insulation shall be installed in the thicknesses and configurations specified Some unavoidable interferences may be encountered, however, which preclude installation of the required thicknesses In these cases, notify the Engineer and obtain written approval for alternative configurations before proceeding Notching of insulation is not permitted without Engineer's City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 5 October 21, 2021 approval F Do not apply insulation to piping and equipment until leak tests and hydrostatic tests have been successfully completed as specified G Do not apply insulation to flanged joints until the joints have been retightened after hydrostatic testing H Provide a clearly and permanently marked pull plug of specified insulation and jacketing materials over equipment and ASME nameplates Plugs shall be marked "EQUIPMENT NAMEPLATE" or "ASME NAMEPLATE," as applicable Provide fire-resistant drop cloths and enforce their use during surface cleaning, and installation of insulation to keep materials off gratings, floors, structures, equipment, and other items not specified to be insulated J Conctractor shall protect all insulation materials during and after installation to prevent damage from weather, breakage, etc , until jacketing has been installed and accepted K Protect moving parts of valves and other equipment to prevent dust and insulation materials form clogging the parts Plug openings of equipment, as necessary, to prevent foreign materials from entering during surface cleaning and installation of insulation L. All surfaces to be insulated shall be clean and dry prior to installing insulation on them Unless specified otherwise, clean by wiping and brushing, as necessary,to remove loose foreign matter, grease, etc Solvents may be used upon notification of the Engineer and enforcement of appropriate precautions 3 2 INSULATION AND JACKETING OF PIPE A Insulate all piping where indicated B Install preformed pipe insulation sections as follows (refer to MICA Standards) 1 All joints shall be tightly butted 2 Stagger all joints in double-layered insulation as follows a Longitudinal joints in half sections approximately 90° around pipe circumference b Longitudinal joints in quad sections approximately 45° around pipe circumference c Circumferential joints Mandatory 12-18 inches along pipe axis, where possible, 6 inches minimum C Secure preformed pipe insulation sections with wire and bands as follows 1 Use specified wire and bands of the following minimum sizes City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 6 October 21, 2021 Insulation Outside Inner or Outer Wire or Brands Wire Gauge Band Width Band Thickness Diameter(In.) Insulation Layer 12 or less Inner Either 16 3/8 0 015 Outer Bands -- 3/8 0 015 12 to 17 Inner Either 14 3/8 0 020 Outer Bands -- 3/8 0 020 Greater than 17 Either Bands -- 1/2 0 020 Outside Diameter Insulation Wire Wire Gauge Band Width Band Thickness (In.) or Bands (In.) (In.) 12 or less Wire 16 -- - 12 to 17 Wire 14 -- -- Greater than 17 Bands -- 1/2 0 020 2 Draw bands and wires tight to securely butt longitudinal joints and to imbed them in the insulation Take care to minimize cutting of insulation 3 Secure bands with clamps Twist wire Maintain tightness of bands and wires while securing them 4 Cut off excess ends of wires and bands and imbed the clamps and wire twists in the insulation, taking care to minimize cutting of insulation Be sure insulation is tightly secured D Point all joints, cracks, and depressions, except expansion joints, with insulating cement, as necessary, to provide a smooth finished surface Allow cement to dry thoroughly Repeat process, as needed, to repair any shrink cracks, depressions, etc E Install insulation on pipe bends, valves, fittings, flanges, and in-line specials as follows 1 For piping 2-1/2 inches in nominal size and larger, use preformed pipe, preformed fitting, and block insulation materials to form the following types of insulating covers, as applicable (refer to MICA Standards) a Preformed valve and fitting insulation shall be installed, where applicable, with joints tightly butted b Field or factory-fabricated valve/tee insulation, constructed of specified preformed pipe or fitting insulation and/or block insulation, may be used c Built-up and beveled in-line flange insulation may be used 2 Preformed fitting and pipe insulation and block insulation shall be applied in sufficient layer thicknesses so that the final total thickness -is as least as thick as required by the applicable insulation class 3 Secure insulation as specified above City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 7 October 21, 2021 4 Point all joints, cracks, and depressions with insulating cement to provide a smooth finish surface and to smoothly blend insulation into adjacent pipe insulation, where applicable 5 For piping 2 inches in nominal size and smaller, preformed pipe and fitting insulation and block insulation as specified above shall be used 6 Install removable and reusable insulation on orifice flanges, conical strainers, valve bonnets, and other locations where access to piping, valves, or in-line specials may be required for maintenance, tightening of flanges, etc as follows a Panes and sections shall be constructed of block insulation fastened to and reinforced with, metal jacketing sections Aluminum plate, flat bar, angle, etc , may also be used for reinforcement b The total insulation thickness shall be the minimum insulation thickness specified for the applicable insulation class c Covers shall be constructed to facility removal and reinstallation of the entire assembly with ease and without damage to either the insulation or jacketing d Cut-outs for pipe, pump shafts, etc , penetrating the equipment covered shall be cut so that no gap exists between the cover and the penetrating piece larger than Penetrating Item Maximum Allowable Gap (in.) Pipe Jacketing 1/8 Pump Shaft Other Contact.Engineer F Jacketing 1 Install specified jacketing on all piping insulation 2 Prepare outdoor piping insulation by applying a protective layer of mastic or vinyl tape to the outside surfaces Irregularly shaped surfaces at valves, fitting, etc , may be coated with two applications of epoxy paint in lieu of the mastic or vinyl tape 3 Install jacketing over the insulation to provide a tight protective cover as follows a Longitudinal jacketing joints shall be installed with an overlapping crimped edge The overlap shall be a minimum of 2 inches for indoor application and a minimum of 3 inches for outdoor application The crimped edge shall be installed on the underside of horizontal piping with the overlapping edge from the bottom horizontal tangent of the jacketing and facing down The overlap area on vertical runs of piping shall be located on the side of the pipe least visible to normal walkways City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 8 October 21, 2021 and aisles b Circumferential jacketing joints shall be overlapped 2 inches on indoor insulation and 3 inches on outdoor insulation c The area of circumferential overlap between two adjacent jacketing sections shall be located at least 4 inches from any butt or expansion joint in the outside layer of insulation covered d Factory- or field-fabricated aluminum insulation covers may be used on all pipe bends, fitting, flanges, valves, etc Factory- fabricated (one-piece, two-piece, or sectional) covers are mandatory where proper fit-up is possible All joints between section or with adjoining pipe insulation shall be overlapped a minimum of 2 inches for indoor application and a minimum of 3 inches for outdoor application, unless precluded by standard fabrications. Advise the Engineer where the required overlap cannot be achieved e Jacketing shall be installed on vertical piping so that upper sections overlap lower sections Install stainless steel "S"clips on all horizontal laps Located clips at approximate 90° intervals around piping where installed jacketing is 24 inches or less in diameter Locate clips at approximately 45° intervals for larger diameters of installed jacketing 4 Secure jacketing with 0 020-inch thick metal stainless steel or aluminum bands on maximum centers of '12 inches as follows a. Install a band on each side of a circumferential joint within 3 inches of the overlap area Do not install bands in overlap area b Use 1/2-inch wide bands for installed jacket diameters up to and including 30 inches c Use 3/4-inch wide bands for installed jacket diameters exceeding 30 inches 5 Install aluminum flashing and rainhoods on pipe hanger rods which support outdoor insulated piping 3 3 PROTECTION AND REPLACEMENT A. Replace damaged insulation which cannot be repaired satisfactorily, including units with vapor barrier damage and moisture saturated units B Protection Insulation installer shall advise Contractor of required protection for insulation work during remainder of construction period, to avoid damage and deterioration City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 9 October 21, 2021 3 4 SPARE PARTS A. Deliver spare parts to OWNER's warehouse on-site END OF SECTION City of Pearland Bailey WTP Improvements Pipe Insulation Project No 7295A 15180 - 10 October 21, 2021 SECTION 15200 PIPING AND ACCESSORIES PART 1 GENERAL 1 1 WORK INCLUDED A. The work shall include providing all labor, materials, equipment, and service necessary for and incidental to piping and accessories. 1 2 SUBMITTALS A Submit manufacturer's data on all materials in accordance with Section 01300 — Submittals 1 3 INSPECTION A All pipe, valves, fittings, and other accessories shall be inspected upon delivery and during the course of the work. Any defective materials found during field inspection or during hydrostatic and leakage tests shall be removed from the site of the work and replaced by the Contractor 1 4 PROTECTION DURING STORAGE A. The interior of all pipe, fittings, and other accessories shall be kept free from dirt and foreign matter at all times Valves and fittings shall be drained and stored in manner that will protect them from damage by freezing PART 2 PRODUCTS 21 MATERIALS A. All materials shall be new and unused and shall be manufactured or fabricated in the United States of America B Materials shall conform to the listed standards Refer to specific sections for materials to be used under that section The following tabulation is for reference only to identify the applicable standard 1 Wrought Copper Solder Fittings - ANSI B16 22 2 Steel Pipe - ASTM A120, A53, A106 3 Butt Weld Fittings -ANSI B16 9 4 Socket Weld Fittings - ANSI B16 11 5 Steel Flanges - ANSI B16 5 6 Malleable Iron Threaded Fittings - ANSI B16 3 7 Flange Bolt, Sets - ASME Pressure Piping C Unions in Ferrous Lines 150 pound malleable iron, screwed pattern, ground joint with brass to iron seat; equal to Crane D Insulating Fittings Equal to Clear Flow fitting designed to meet requirements of ASTM F-492 City of Pearland Bailey WTP Improvements Piping and Accessories Project No 7295A 15200-1 October 21, 2021 E Unions in.Copper or Brass Lines: 125 pound all brass, screwed pattern, ground joint, equal to Chase, Crane, or Mueller 2 2 VALVES A For valve requirements, refer to drawings and/or Division 15 specifications. B All valves shall be NSF-61 approved unless otherwise noted PART 3 EXECUTION 3 1 INSTALLATION OF PIPING SYSTEMS A Install runs of piping essentially as indicated on the drawings and/or as required The location, direction and size of the various lines are indicated on the drawings B Make up all systems straight and true and properly graded for correct flow of contained materials and to provide drainage Cut pipes accurately to measurements established at the building and work into place without,forcing or springing Except as required for specified grading, run all piping above ground parallel with the lines of the building C Make all changes in pipe sizes with reducing fittings Use no long screws or bushings D Install and support piping system with loops, bends, expansion joints and/or flexible connectors as required for flexibility, to accommodate expansion and contractions of piping due to temperature changes in the contained fluids and in the surrounding space, and to minimize the transmission of vibration to the building structure E Provide unions in the lines assembled with screwed and soldered fittings, at points of connection to equipment, and elsewhere as indicated or required to permit proper connections to be made, or to permit valves, equipment items, etc to be removed Provide unions also in welded lines at connections to equipment where flanges are provided Provide insulating unions where ferrous material joins non-ferrous material F In piping systems assembled by welding, use factory-fabricated welding fittings of the same material and the same schedule or weight as the piping in which they are installed Mitering of pipe to form elbows, notching of straight runs to form tees, and any similar construction will not be permitted G In general, use listed materials in fabricating the various piping systems The method of assembly may be varied only to meet special conditions where it is impossible to comply with the specified method of joining piping Where special classes of piping are involved and are not listed, request exact instructions as to the class of materials involved and the method of fabricating it before ordering materials. City of Pearland Bailey WTP Improvements Piping and Accessories Project No 7295A 15200-2 October 21, 2021 3 2 ESCUTCHEONS, CEILING PLATES A. Except as otherwise noted provide and install solid brass chrome plated escutcheons or ceiling plates with set screws around each pipe passing through any wall, floor, or ceiling in any space, except under floor and in attic spaces Plates shall be sized to fit snugly against the outside of the pipe, or against the outside of the insulation on lines which are insulated B No floor plates will be required around the iron pipe sleeves on exterior walls Annular spaces between the pipe and the wall shall be sealed with, one part urethane sealant equal to Sonneborn NP-1 3 3 PIPE SLEEVES A. Generally, where pipes pass through walls or floors except sewer pipes through floors on grade, pipe sleeves shall be used The size of these sleeves shall be such as to permit readily the subsequent insertion of the pipes of the proper size In the case of insulated lines, the diameter of the sleeves shall be approximately 1 2" greater than the outside diameter of the insulation B The pipes passing through interior walls or floors shall pass through galvanized pipe sleeves In walls, they shall finish flush with each finished surface. In pipe chases, they shall extend 1-1/2" above the floor slab The annular space between the pipe and sleeve in floor penetrations and fire rated wall penetrations shall be fire-sealed with fire resistive sealant equal to Hilti CS-240 C The pipes passing through concrete beams or walls, and masonry exterior walls and through floors shall be provided with galvanized wrought iron pipe sleeves Weld at least four No 4 rods to each pipe sleeve to serve as an anchor as directed by the Architect. After the pipes are installed, in the case of pipes sleeving through exterior beams or walls and floors on grade, the Contractor shall fill the annular space between the pipe and its sleeve with mechanical interlocking synthetic rubber link equal to Link Seal The Contractor shall coordinate sleeve size to insure a watertight joint. 3 4 FABRICATION OF PIPE JOINTS A Copper Tubing Cut tubing square and deburr Clean insides of fittings and outsides of tubing with sand cloth before assembly Exercise care to prevent annealing of fittings and hard drawn tubing Make all joints with high temperature solid string or wire solder, 95% tin, 5% antimony, using non- corrosive paste flux of the proper type for all copper tubing Low temperature solder such as 50/50 or 40/60 will not be permitted B Threaded Pipes Ream and deburr pipe after it is cut and before it is threaded Stand each pipe on one end and hammer to remove all foreign material Full cut threads, but not more than 3 pipe threads shall remain exposed when joint is completed Make up joints with graphite and oil or an approved graphite compound applied to male threads only Caulking of threaded joints to stop or prevent leaks is prohibited City of Pearland Bailey WTP Improvements Piping and Accessories Project No 7295A 15200-3 October 21, 2021 3 5 REPAIR OF LEAKS A. All leaks in piping systems shall be corrected as follows 1 Repair leaks in solder joints by remaking the joint, no soldering or brazing over existing joints will be permitted 2 Repair leaks in screwed joints by tightening the joint, remake the joint if the tightening fails to stop the leak. 3 Repair leaks in welded joints by removing the defective weld completely through the base metal and grind smooth Re-weld accomplishing 100% penetration of the base metal The repair weld should in no case be less than 4" in length B When any defect is repaired, retest that section of the system 3 6 ALIGNMENT AND GRADES A General All pipe shall be laid and maintained to the required lines and grades with fittings, valves, at the required locations, spigots centered in bells, and all valve stems plumb All pipes shall be installed straight and true to line END OF SECTION City of Pearland Bailey WTP Improvements Piping and Accessories Project No 7295A 15200-4 October 21, 2021 SECTION 15201 VALVE AND GATE ACTUATORS PART 1 GENERAL 1 1 SECTION INCLUDES A Valve, gate actuators, and appurtenances for gate valves, butterfly valves, plug and ball valves 1 2 REQUIREMENTS A The valve and gate manufacturer shall be made responsible for coordination of design, assembly, testing, and installation of actuators on the valves and gates however, the Contractor shall be responsible for compliance of the valves, gates, and actuators with the Contract Documents B Single Manufacturer Where two or more valve or gate actuators of the same type or size are required the actuators shall be produced by the same Manufacturer C All butterfly valve actuators shall be furnished with position indicators 1 3 CONTRACTOR SUBMITTALS A. General Submittals shall be furnished in accordance with Section 01300 — Submittals B Shop Drawings Shop Drawings of all actuators shall be submitted together with the valve and gate submittals as a complete package PART 2 PRODUCTS 21 GENERAL. A Unless otherwise indicated, shut-off and externally-actuated valves shall be provided with manual actuators, as required The Contactor shall furnish actuators complete and operable with mounting hardware, gears, handwheels, levers, chains, and extensions, as applicable Actuators shall be capable of holding the valve in any intermediate position between fully-open and fully- closed without creeping or fluttering Valves shall open counterclockwise B Where indicated, certain valves may be provided with actuators manufactured by the valve Manufacturer Where actuators are furnished by different manufacturers, the Contractor shall coordinate selection to have the fewest number of manufacturers possible C Actuators shall be current models of the best commercial quality materials and liberally-sized for the maximum expected torque with a minimum factor of safety of 1 25 Material shall be suitable for the environment in which the valve is to be installed City of Pearland Bailey WTP Improvements Valve and Gate Actuators Project No 7295A 15201 - 1 October 21, 2021 D Actuators shall be securely mounted by means of brackets or hardware specially designed and sized for this purpose and of ample strength The word "open" shall be cast on each valve or actuator with an arrow indicating the direction to open in the counter-clockwise direction Gear actuators shall be equipped with position indicators E Unless otherwise indicated and where applicable, actuators shall be in accordance with ANSI/AWWA C 540 - AWWA standard for Power-Actuating Devices for Valves and Sluice Gates 2 2 MANUAL ACTUATORS A. Unless otherwise indicated, valves shall be furnished with manual actuators/operators B Valves in sizes up to and including 8 inches shall have a handwheel or direct acting/locking lever actuator of the Manufacturer's best standard design Levers shall be capable of being locked in the "OPEN", "CLOSED", and at least 8 intermediate positions Levers shall lock by means of a visible spring-loaded locking system that must be released before operating the valve C Valves 10 inches and larger shall be rotary manual (gear) type Rotary manual actuators shall have hand wheel input with an operation pull of maximum 60 pounds on the rim of the handwheel Rotary manual actuators shall be enclosed lubricated, and sealed Provide "OPEN" and "CLOSED" position stops that are externally adjustable An external indicator shall show the position of the valve disc D Buried and submerged gear-assisted valves, gear-assisted valves for pressures higher than 250 psi, valves 30 inches in diameter and larger, and where so indicated on the drawings, shall have work-gear actuators, hermetically-sealed and grease-packed, with a 2-inch AWWA nut E All other buried valves 6 inches to 24 inches in diameter may have traveling- nut actuators, worm-gear actuators, spur- or bevel-gear actuators, as appropriate for each valve F Unless otherwise indicated, buried valves shall have extension stems to grade, with 2 inch square nuts or floor stands, position indicators, and cast-iron or steel pipe extensions with valve boxes, covers, and operating keys G Where so indicated, buried valves shall, be in cast-iron, concrete, or similar valve boxes with covers of ample size to allow operation of the valve actuators Covers of valve boxes shall be permanently labeled Wrench-nuts shall comply with AWWA C 500 -Metal - Sealed Gate Valves for Water Supply Service H Manually-activated valves with the centerline of the handwheel or lever located more than 6 feet above the floor or operating level shall be provided with chain drives consisting of sprocket-rim chain wheels, chain guides, and operating chains provided by the valve Manufacturer The wheel and guide shall be of ductile-iron, cast-iron, or steel, and the chain shall be hot-dip galvanized steel or stainless steel, extending 3 feet above the operating floor City of Pearland Bailey WTP Improvements Valve and Gate Actuators Project No 7295A 15201 - 2 October 21, 2021 level The valve stern of chain-actuated valves shall be extra strong to allow for the extra weight and chain pull Hooks shall be provided for chain storage where chains interfere with pedestrian traffic Hot-dip galvanized, cast-iron, or steel, floor boxes and covers shall be provided for operating nuts in or below concrete slabs For operating nuts in the concrete slab, the cover shall be bronze-bushed J Buried valves with floor boxes shall be furnished with 2 operating keys or 1 key per 10 valves whichever is greater Tee wrenches, sized so that the tee handle will be 2 to 4 feet above ground, shall fit in the operating nuts K The actuator shall consist of a single or double reduction worm-gear unit contained in a weather-proof cast-iron or steel body with cover and minimum 12-inch diameter handwheel The actuator shall be capable of 90-degree rotation and shall be equipped with travel stops capable of limiting the valve opening and closing The actuator shall consist of spur or helical gears and worm-gearing The spur or helical gears shall be of hardened alloy steel and the worm-gear shall be alloy bronze The worm-gear and handwheel shaft shall be of 17-4 PH or similar stainless steel All gearing shall be accurately cut with hobbing machines Ball or roller bearings shall be used throughout Actuator output gear changes shall be mechanically possible by simply changing the exposed or helical gearset ration without further disassembly of the actuator All gearing shall be designed for a 100 percent overload L. Actuators shall be factory-installed only Attaching the actuators to the valves while in the field is not acceptable M Actuator orientation shall be in accordance with the direction of the Owner and Engineer PART 3 EXECUTION 3 1 INSTALLATION A Valve actuators and accessories shall be installed according to manufacturer's recommendations Actuators shall be located to be readily accessible for operation and maintenance. END OF SECTION City of Pearland Bailey WTP Improvements Valve and Gate Actuators Project No 7295A 15201 - 3 October 21, 2021 SECTION 15211 HVAC AND PLUMBING VIBRATION INSOLATION PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. The extent of vibration isolation work is indicated by drawings and schedules, and by the,requirements of this section B The types of vibration isolation work specified in this section include the following 1 Support isolation for motor-driven mechanical equipment 2 Fabricated bases for distribution of equipment loading to isolation units 3 Isolation-type curb mounting of equipment on roof 4 Support isolation of ductwork and air handling housings 5 Isolation including support isolation for piping and ductwork risers 6 Support isolation of piping 7 Flexible connections for piping at equipment C Refer to other sections of these specifications for equipment foundations, hangers, sealants, gaskets, flexible connections for piping, flexible ductwork connections, and other work related to vibration isolation work. 1 3 QUALITY ASSURANCE A. Product Qualification Provide each type of vibration isolation unit produced by a specialized manufacturer, with not less than 5 years' successful experience in the production of units similar to those for the project 1 Except as otherwise indicated obtain support isolation units from a single manufacturer 2 Engage the manufacturer to provide technical supervision of the installation of support isolation units produced by him, and of associated inertia bases (if any) B Manufacturer• Provide vibration isolation support units manufactured by the following 1 Kinetics Noise Control 2 Vibration Mountings and Controls, Inc 3 Amber Booth City of Pearland Bailey WTP Improvements HVAC and Plumbing Vibration Isolation Project No 7295A 15211-1 October 21, 2021 1 4 SUBMITTALS A Manufacturer's Data, Vibration Isolation 1 For information only, submit 2 copies of manufacturer's specifications, detailed drawings, performance characteristics data and installation instructions for each type of unit required 2 Include data for each type and size of unit, showing isolation efficiency, stiffness, natural frequency and transmissibility at lowest operating speed of equipment 3 For spring units, show wire size, spring diameter, free height, solid- compression height, operating height, fatigue characteristics and ratio of horizontal to vertical stiffness 4 For spring-and-pad-type units show basis of spring-rate selection for range of loading weights PART 2 PRODUCTS 2 1 ISOLATION MATERIALS AND SUPPORT UNITS A Neoprene Pads Oil-resistant neoprene sheets, of manufacturer's standard hardness and cross-ribbed pattern, designed for neoprene-in-shear-type vibration isolation, and in the thicknesses required B Vibration Isolation Springs: Wound-steel compression springs, of high- strength, heat-treated, spring alloy steel, with outside diameter not less than 0 8 times operating height, with lateral stiffness not less than vertical stiffness, and designed to reach the solid height before exceeding the rated fatigue C Isolation Hangers 1 Provide hanger units formed with brackets and including manufacturer's standard compression isolators of the type indicated 2 Design brackets for 5 times the rated loading of units 3 Fabricate units to accept misalignment of suspension members, and for use with either rod or strap type members, and including acoustical washers to prevent metal-to-metal contacts 4 Provide neoprene pad, securely retained in unit. 5 Provide removable spacer in each unit to limit deflection during installation to rated-load deflection D Riser Isolators Provide manufacturer's standard pad-type isolator bonded to steel plate, formed for welding to pipe sleeve extension City of Pearland Bailey WTP Improvements HVAC and Plumbing Vibration Isolation Project No 7295A 15211-2 October 21, 2021 E Flexible Duct Connectors Refer to other sections for flexible duct connectors PART 3 EXECUTION 3 1 PERFORMANCE OF ISOLATORS A General Comply with the minimum static deflections recommended by the American Society of Heating, Refrigerating and Air Conditioning Engineers, including the definitions of critical and non-critical locations, for the selection and application of vibration isolation materials and units as indicated B Manufacturer's Recommendations Except as otherwise indicated, comply with manufacturer's recommendations for selection and application of vibration isolation materials and units 3 2 APPLICATIONS A General Apply the types of vibration isolation materials and units indicated at the locations shown 3 3 INSTALLATION A General 1 Except as otherwise indicated, comply with manufacturer's instructions for the installation and load application to vibration isolation materials and units 2 Adjust to ensure that units do not exceed rated operating deflections or bottom out under loading, and are not short-circuited by other contacts or bearing points 3 Remove spacer blocks and similar devices (if any) intended for temporary protection against overloading during installation B Anchor and attach units to substrate and equipment as required for secure operation and to prevent displacement by normal forces, and as indicated C Adjust leveling devices as required to distribute loading uniformly onto isolators Shim units as required where leveling devices cannot be used to distribute loading properly D Install .inertia base frames on isolator units as indicated, so that a minimum of 2" clearance below base will result when frame is filled with concrete and supported equipment has been installed E Locate isolation hangers as near the overhead support structure as possible F Weld riser isolator units in place as required to prevent displacement from loading and operations City of Pearland Bailey WTP Improvements HVAC and Plumbing Vibration Isolation Project No 7295A 15211-3 October 21, 2021 3 4 EXAMINATION OF RELATED WORK A Installer of vibration isolation work shall observe the installation of other work related to vibration isolation work, including work connected to vibration isolation work, and, after completion of other related work (but before equipment start-up), shall furnish a written report to the Contractor listing observed inadequacies for proper operation and performance of vibration isolation work. Report shall cover, but not necessarily be limited to the following 1 Equipment installations (performed as work of other sections) on vibration isolators 2 Piping connections including flexible connections 3 Ductwork connections including provisions for flexible connections 4 Passage of piping and ductwork which is to be isolated through walls and floors B Do not start-up equipment until inadequacies have been corrected in a manner acceptable to the vibration isolation Installer 3 5 DEFLECTION MEASUREMENTS A. Upon completion of vibration isolation work, take measurements and prepare a report showing measured equipment deflections for each item of equipment. END OF SECTION City of Pearland Bailey WTP Improvements HVAC and Plumbing Vibration Isolation Project No 7295A 15211-4 October 21, 2021 SECTION 15251 HVAC AND PLUMBING INSULATION PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. Installation of insulation of piping, equipment, ductwork as herein indicated 1 3 QUALITY ASSURANCE A Acceptable Manufacturers 1 Fiberglass Insulation a Pittsburg-Corning Fiberglass b Schuller c E O Wood d Certain Teed e Knauf 2 Urethane Insulation Thermacor 3 Elastomeric Insulation Armstrong (Armaflex) 4 Foamglas — Pittsburgh-Corning 5 Mastics a Benjamin Foster b Insul-Coustic c Chicago Mastic d Childers Products 6 High Temperature Bonding Cements Ryder Thermocote 7 PVC Fittings Zeston, Inc 1 4 GENERAL. A. All materials shall be applied by workmen skilled in this trade Mechanical fasteners shall be used whenever possible to assure permanent construction Unsightly work shall be cause for rejection B Materials will be applied only after all surfaces have been tested and cleaned C All material shall be finished with surfaces having a maximum flame spread rating of 25 under ASTM E84 City of Pearland Bailey WTP Improvements - HVAC and Plumbing Insulation Project No 7295A 15251-1 October 2.1, 2021 D Non-compressible insulation material shall be installed at hangers of cold piping to eliminate through metal conductance E Sizing, paint, pipe shield or saddle, and internal duct insulation shall be provided under other sections of Division 15 F Insulation of cold surfaces shall be vapor sealed G Minimum thickness of insulation shall be as listed However, sufficient insulation shall be provided to eliminate condensation on the cold surfaces and to maintain a maximum exterior insulation surface of 125°F (OSHA Standard) on the hot surfaces H Insulation shall be applied to all parts of a system which contains hot or cold water, air, or liquids The piping systems include all valves, fittings, devices, etc Do not omit insulation on a valve or a device when that valve or device is part of a system specified to be insulated PART 2 PRODUCTS 2 1 PIPE INSULATION A. Domestic Hot and Cold Water Piping 1 Pittsburg-Corning Fiberglas 25ASJ/SSL or approved equal, one piece pipe insulation (3 lb/cu ft density) with all service jacket a Insulation thickness shall be as follows 1/2" Pipe - 1/2" Thick 3/4" - 1-1/2" Pipe - 1" Thick 2" and Larger Pipe - 1-1/2" Thick b Use pre-formed PVC fitting covers with fiberglass inserts Fiberglass shall be same density as pipe insulation c Where insulation is exposed to weather, use J-M Flame-Safe ML, or approved equal, Metal-Jacketed Fiberglass pipe insulation d Armstrong AP Armaflex, Flexible Elastomeric Insulation e Insulation thickness shall be as follows 1/2" Pipe - 1/2" Thick 3/4" - 1-1/2" Pipe - 3/4" Thick f Seal all butt joints and longitudinal seams with 520 adhesive Miter joints where insulation cannot be slipped on g Where insulation is exposed to weather, coat insulation with two coats of Armstrong WB finish City of Pearland Bailey WTP Improvements HVAC and Plumbing Insulation Project No 7295A 15251-2 October 21, 2021 B Drain Lines All sections of condensate drain lines from air conditioning equipment, P-traps and first 10'-0" ,of horizontal drain line at floor drains receiving air conditioner drainage where such traps are above ceiling or finished floors 1 Armstrong "AP Armaflex", or approved equal, flexible elastomeric pipe insulation Insulation shall be 1/2" thick C Refrigerant Suction Piping 1 Armstrong "AP Armaflex", or approved equal, flexible elastomeric pipe insulation Insulation shall be 3/4" thick 2 Where insulation is exposed to weather, paint entire surface with 2 coats UL Classified, Elastomeric finish, WB finish 2 2 DUCTWORK SYSTEMS A All ductwork as 'a default minimum for insulation to be used if no specific requirement or condition is listed below shall meet the requirements of the latest edition of the International Energy Conservation Code and ASHRAE 90 1 B All un-lined supply, return air and outside air duct systems located in spaces above ceilings not used as return air plenum, in attics below a roof, and in non-conditioned spaces shall be insulated with 2" thick fiberglass flexible ductwrap with vapor barrier equal to CertainTeed 100 with FSK or vinyl facing (Duct systems with less than 1" thick liner are to be considered as un-lined ) C All lined (minimum '1" thick liner) supply, return air and outside air duct systems located in spaces above ceilings not used as return air plenum, in attics below a roof, and in non-conditioned spaces shall be insulated with 1-1/2" thick fiberglass flexible ductwrap with vapor barrier equal to CertainTeed 100 with FSK or vinyl facing D All un-lined supply and outside air ducts located in spaces above ceilings (which are not below a roof) which are used as return air plenums shall be insulated with 1-1/8" thick fiberglass flexible ductwrap with vapor barrier equal to CertainTeed 100 with FSK or vinyl facing (Duct systems with less than 1" thick liner are to be considered un-lined ) E All lined (minimum 1" thick liner) supply, lined outside air, lined return air and un-lined return air ducts located above ceilings (which are not below a roof), which are used as return air plenums (except where building codes supersede), do not require external insulation F Ductwork systems subject to physical damage, where installed outdoors, where so required by codes or where so specified elsewhere shall be as follows 1 Rigid fiberglass, minimum 3 lb density with sealed vapor barrier covering City of Pearland Bailey WTP Improvements HVAC and Plumbing Insulation Project No 7295A 15251-3 October 21, 2021 2 3 EQUIPMENT A. Items of Equipment Items of factory built mechanical equipment such as water heaters, air handlers, etc , are to be furnished factory insulated 2 4 ADHESIVES A A water based, polymeric, UL classified lagging adhesive for applying canvas and glass cloth, Foster 30-36 or Childers CP-50 B A fast setting, rubber based, UL classified, vapor barrier lap and attachment adhesive, Foster 85-15 or Childers CP-85 C Same adhesive, except non-flammable when wet, Foster 85-20 or Childers CP-82 D A rubber based, UL classified, fast setting contact adhesive for adhering flexible elastomeric insulation, Armstrong 520, or equal 2 5 DUCT SEALANTS A A fast setting, rubber based, UL classified, high velocity duct sealer; Foster 32-14, 3M EC-800, or equal B Same sealer, except non-flammable when wet, Foster 30-02, or equal PART 3 EXECUTION 31 APPLICATION A Equipment Insulation shall be cut to fit the contour of the equipment and secured by means of bands, stick clips, weld pins and lugs or adhesives as required for each individual piece of equipment B Piping Insulation shall be butted together and adhered in place with a contact cement Where possible tubing shall be slipped on without slitting Where insulation terminates, it shall be neatly beveled and finished C Ductwork. 1 Fiberglass board insulation shall be applied to duct with mechanical fasteners such as stick clips or weld pins spaced as required to install full pieces of board insulation (approximately 12" centers on bottom) Joints and seams in vapor barrier facing shall be covered with 3" wide matching tape or with vapor barrier mastic reinforced with 3" glass mesh reinforcement Where duct standing seams exceed the insulation thickness, an additional layer of board will be required 2 Flexible fiberglass insulation shall be wrapped around ducts and secured with outward clinching staples Ducts 24" wide and larger shall have the insulation additionally secured with stick clips on 18" centers or with 4" wide bands of adhesive applied on 18" centers Insulation shall be lapped a minimum of 4" and all seams and City of Pearland Bailey WTP Improvements HVAC and Plumbing Insulation Project No 7295A 15251-4 October 21, 2021 penetrations shall be sealed with an approved mastic reinforced with 3" glass mesh reinforcement Where insulation terminates, all raw glass shall be sealed to duct 3 Flexible elastomeric insulation shall be adhered to clean, oil-free surface by compression fit method and full coverage of 520 adhesive Seal butt joints with same adhesive Apply same thickness on standing metal duct seams as installed on the duct surface END OF SECTION City of Pearland Bailey WTP Improvements HVAC and Plumbing Insulation Project No 7295A 15251-5 October 21, 2021 SECTION 15295 ECCENTRIC PLUG VALVES PART 1 GENERAL 1 1 SECTION INCLUDES A Eccentric plug valves 1 2 REFERENCES A ANSI B16 '1 — Cast Iron Pipe Flanges and Flanged Fittings B ASTM A126 — Gray Iron Castings for Valves, Flanges, and Pipe Fittings C ASTM A276 — Stainless and Resisting Steel Bars and Shapes D ASTM A436 — Austenitic Gray Iron Castings E ASTM A536 — Ductile Iron Castings F AWWA C540 — Standard for Rubber Seated Butterfly Valves 1 3 RELATED SPECIFICATIONS A. Section 01300 — Submittals B Section 15201 — Valve and Gate Actuators C Section 15116 — Motorized Operators 1 4 SUBMITTALS A Provide the following in accordance with Section 01300 — Submittals 1 Product and dimensional information 2 Manufacturer's installation, operation, and maintenance instructions PART 2 PRODUCTS 21 MANUFACTURERS A. DeZurik. B Approved equal 2 2 MATERIALS Materials of construction shall be as follows A Body City of Pearland Bailey WTP Improvements Eccentric Plug Valves Project No 7295A 15295 - 1 October 21, 2021 1 Cast iron, ASTM A126, Class B B Plug 1 Cast iron, ASTM A126, Class B, or cast iron, ASTM A436 (Ni-resist), or ductile iron, ASTM A536 C Plug facing 1 Neoprene or Buna-N D Body seats 1 3 inches and larger a Stainless steel, ASTM A276, type 304 or nickel E Packing 1 Buna V-flex or TFE 2 3 MANUFACTURE A. General Valves shall be straight flow, non-lubricated, resilient plug-type suitable for drip-tight, bi-directional shutoff at the specified valve design pressure Port areas for the valve shall be at least 70% of the adjacent full pipe area Valve body seats consisting of nickel for valves 3 inches and larger shall be constructed of a welded-in overlay of not less than 90% pure nickel Upper and lower journal bearings shall be replaceable, sleeve-type,, corrosion resistant, and permanently lubricated Packing shall be self-adjusting chevron- type replaceable without disassembling the valve Unless otherwise specified, valves shall, as a minimum, conform to the following pressure ratings Size, inches Design pressure psig 12 and smaller 175 B End Connections MJ for buried valves and flanged for exposed valves C Manual Actuators Manual valve actuators shall be per Specification Section 15201 D Motorized Actuators Motorized operators shall be per Specification Section 15116 City of Pearland Bailey WTP Improvements Eccentric Plug Valves Project No 7295A 15295 - 2 October 21, 2021 PART 3 EXECUTION 31 GENERAL. Unless otherwise specified, valves shall be provided with the seat downstream away from flow 3 2 TESTING Operate valves three (3) times from fully open to fully closed while under pressure to demonstrate proper valve operation 3 '3 LEAKAGE A Valve shall have zero leakage during operation or hydrostatic pressure testing of adjacent piping END OF SECTION City of Pearland Bailey WTP Improvements Eccentric Plug Valves Project No 7295A 15295 - 3 October 21, 2021 SECTION 15341 PLUMBING CHEMCIAL WASTE DRAINAGE PIPING SYSTEMS PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. The extent of chemical waste drainage piping systems is indicated on the drawings and in schedules, and by the requirements of this section 1 3 QUALITY ASSURANCE A Manufacturers of drainage piping shall have been in business a minimum of five years regularly engaged in the manufacture of products for chemical waste drainage piping systems, of the types and sizes required and hereinafter specified B Piping materials shall comply with all applicable codes, of the latest edition, unless otherwise shown 1 4 JOB CONDITIONS A The Contractor must examine the job conditions under which the work in this section is to be executed Contractor shall notify the Architect/Engineer in writing of unsatisfactory conditions Do not proceed with the work until unsatisfactory conditions have been corrected PART 2 PRODUCTS 21 GENERAL. A. Provide the required piping materials for each system indicated including pipe, tube, fittings, hangers, supports, anchors, valves, and accessories 2 2 PIPING MATERIALS A Plastic Piping 1 Provide acid resistant, chlorinated polyvinyl chloride drainage piping, of the size indicated, complying with ASTM D1785, "Standard Specification for Polyvinyl Chloride (PVC) and Chlorinated Polyvinyl Chloride (CPVC) Plastic Pipe, Schedules 40, 80, and 120" City of Pearland Plumbing Chemical Waste Bailey WTP Improvements Drainage Piping System Project No 7295A 15341-1 October 21, 2021 2 3 JOINTS A Fusion joints, mechanical joints, sealants and caulking for piping joints to be as recommended by piping manufacturer for applications indicated 2 4 ACID WASTE NEUTRALIZING SUMP• A Provide acid waste neutralizing sump, in size and capacity indicated Sump to be complete with inlet, outlet, vent, waste bell connections with outlet dip pipe, top access hole and bolted cover Sump to be constructed of 1 Acid-proof chemical vitrified stoneware B Fill basin of sump with limestone, size 1 inch minimum and 2 inch maximum C Set sump on 4" thick concrete pad 2 5 SURFACE COVER FOR ACID WASTE SUMP• A Provide concrete pad and cast iron cover for acid waste neutralizing sump B Cast iron cover and frame to be heavy traffic type for 36" diameter and over, and light traffic type for less than 36" diameter PART 3 EXECUTION 3 1 INSTALLATION OF PIPING A. Install materials and accessories in accordance with the manufacturer's written instructions and in the locations indicated Seal piping joints in accordance with manufacturer's recommendations 3 2 INSTALLATION OF NEUTRALIZING SUMPS A Install as indicated and in accordance with approved shop drawings or approved manufacturer's data B Position neutralizing sumps so that they are readily accessible and easy to maintain 3 3 PROTECTION A Provide protection for the chemical waste drainage piping systems work during the remainder of the construction period Do not permit clogging with construction materials and debris and prevent damage from traffic and other construction work 3 4 TESTING AND FLUSHING A Conduct tests in presence of Architect/Engineer 1 Provide pressure test of system upon completion of rough-in work and before fixtures and traps are connected City of Pearland Plumbing Chemical Waste Bailey WTP Improvements Drainage Piping System Project No 7295A 15341-2 October 21, 2021 a Hydrostatically test the piping system in place before backfilling or enclosing b Maintain a minimum test pressure of 15 feet head for period of not less than two (2) hours c Test is acceptable if no leakage or loss of pressure is evident during test period d Detect and repair all leaks e Retest the system until test pressure can be maintained for duration of the test B Flushing After completion and approval of testing, flush drainage system with a minimum of ten (10) gallons of water to assure that lines are not blocked END OF SECTION City of Pearland Plumbing Chemical Waste Bailey WTP Improvements Drainage Piping System Project No 7295A 15341-3 October 21, 2021 SECTION 15371 HVAC REFRIGERANT PIPING PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract. 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A The extent of refrigerant piping work is indicated by drawings and schedules, and by the requirements of this section, and is hereby defined to include liquid and vapor, both suction and discharge, piping of compressible refrigerant B The types of refrigerant piping required include the following 1 Low-pressure liquid piping to evaporator 2 Vapor suction piping from evaporator 1 3 QUALITY ASSURANCE A. ANSI Code Compliance Comply with applicable provisions of ASME B31 5, "Refrigeration Piping", and extend applicable lower pressure limits to pressures below 15 psig B Safety Code Compliance Comply with applicable portions of ANSI B9 1, "Safety Code for Mechanical Refrigeration" 1 4 SUBMITTALS A Product Data, Refrigerant Piping Submit manufacturer's data on refrigerant piping products B Shop Drawings, Refrigerant Piping Submit shop drawings for the required refrigerant piping showing pipe and tube sizes, routing; location, elevations, fittings, accessories and piping connections PART 2 PRODUCTS 2 1 PIPING MATERIALS A. General Comply with the other sections for product requirements of piping materials For each service, provide the piping materials indicated including pipe, tube, fittings, hangers, supports, anchors, valves and accessories Where more than one type is indicated, selection is Installer's option B Materials Provide products complying with ASME B31 5 Code for Refrigeration Piping, where type is not indicated City of Pearland Bailey WTP Improvements HVAC Refrigerant Piping Project No 7295A 15371-1 October 21, 2021 C Refrigerant Piping 1 Tube Copper tube of the size indicated a Wall Thickness Type K b Fittings Wrought copper solder-joint, made with Sil-Fos D Refrigerant Piping ACR (Air Conditioning and Refrigeration) tube, ASTM B280, copper No 122, hard-drawn temper except as otherwise indicated 2 2 REFRIGERANT PIPING PRODUCTS A General Provide factory-fabricated piping products of the size and type indicated Where not otherwise indicated, provide products as determined by the Installer to comply with installation requirements Provide sizes and types matching piping and equipment connections 2 3 PIPING ISOLATION PRODUCTS A. Piping Isolators Provide products complying with the applicable requirements of other sections of the specifications PART 3 EXECUTION 3 1 INSTALLATION OF PIPING SYSTEM A General Comply with the requirements of other sections of these specifications for installation of basic piping materials Install piping products in accordance with`, the manufacturer's written instructions, the applicable requirements of ASME B31 5, and in accordance with recognized industry practices to insure that products serve the intended function 3 2 EQUIPMENT CONNECTIONS A. General Connect refrigerant piping to mechanical equipment in the manner shown and comply with equipment manufacturer's instructions where not otherwise indicated 3 3 FIELD QUALITY CONTROL. A. Refrigerant Piping Leak Test Prior to initial operation, clean and test refrigerant piping in accordance with ASME B31 5, Refrigerant Piping B Repair or replace refrigerant piping as required to eliminate leaks, and retest as specified to demonstrate compliance END OF SECTION City of Pearland Bailey WTP Improvements HVAC Refrigerant Piping Project No 7295A 15371-2 October 21, 2021 SECTION 15401 PLUMBING DOMESTIC WATER PIPING SYSTEMS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. The extent of domestic water piping system work is indicated by drawings and schedules, and by the requirements of this section B The applications for domestic water piping systems include the following 1 Domestic cold water piping 2 Domestic hot water piping 1 3 QUALITY ASSURANCE. A. Install piping to meet requirements of all applicable codes, latest edition B Provide manufacturer's certification that materials meet or exceed minimum requirements as specified. PART 2 PRODUCTS 2 1 PIPE AND PIPE FITTINGS A Water Piping System lines below grade and 3 inches and larger 1 Copper Water Tube and Fittings a Type K b Wrought Copper and Bronze Solder Joint 95 percent tin, 5 percent antimony solder B Water Piping System lines above grade and 2-1/2 inches and smaller• 1 Copper Water Tube and Fittings a Type L b Wrought Copper and Bronze Solder Joint 95 percent tin, 5 percent antimony solder City of Pearland Bailey WTP Improvements Plumbing Domestic Water Piping System Project No 7295A 15401-1 October 21, 2021 C Water Piping System lines in or below slab and 2 inches and smaller• 1 Copper Water Tube and Fittings a Type K, soft b Run continuous without joints or fittings D Water Piping System lines above grade and 3 inches and larger 1 Copper Water Tube and Fittings a Type L b Wrought Copper and Bronze Solder Joint 95 percent tin, 5 percent antimony solder E All metallic pipe in ground shall be cathodically protected PART 3 EXECUTION 3 1 INSTALLATION A. General Install the water supply system concealed above ceiling, in crawl space, in pipe chases, in walls, and underground B Piping System 1 Cover Install horizontal underground piping with not less than 24 inches of cover 2 Pitch Down at not less than 3 inches per 100 feet in direction of main supply risers or to fixture connections to allow drainage of the system 3 Clearances a Maintain following minimum horizontal clearances between lines Pipe 2 inches and smaller 4 inches ii Pipe 2-1/2 inches and larger 12 inches iii Other Services 12 inches b Maintain a minimum 1 inch vertical clearance between lines crossing at an angle greater than 45 degrees 4 Provide a stop valve in each supply at each fixture faucet and other water connected device 5 Install check valves in the hot and cold water branches to mixing type faucets or mixing valves 6 Use Central Plastics ground joint isolating unions where copper pipe connects to iron or steel items City of Pearland Bailey WTP Improvements Plumbing Domestic Water Piping System Project No 7295A 15401-2 October 21., 2021 7 Install system shut-off valves and drain valves in a valve box, where shown on the drawings, extending from grade to valve body, with a minimum of 4 inches cover measured from finish grade to top of valve stem Box shall be concrete, with a cast iron cover and frame Box shall be of sufficient size for installation and maintenance of valves Cover shall have cast-in letters for the word "WATER" Top of box shall be installed flush with final grade C Backflow Preventer 1 Install reduced pressure type backflow preventer assembly of size where shown on drawings 2 Backflow Preventers 2" and smaller shall have stainless steel handles on the shut-off valves 3 Double check type backflow preventer assemblies shall be Conbraco 40-100 series or 4S-100 series 4 Reduced pressure type backflow preventer assemblies shall be Conbraco 40-200 series or 4S-200 series 5 Pressure type vacuum breaker backflow preventer assembly shall be Conbraco freeze resistant Model 4V 3 2 INSPECTION A. Do not enclose or cover the work until it has been inspected, tested and accepted 3 3 TESTING AND FLUSHING A Flushing 1 After piping, risers, and valves are in place and connected, but prior to installation. of equipment and fixtures, thoroughly flush piping system under a full head of, water and drain system a minimum of two (2) times with domestic cold water 2 Maintain flushing for three (3) minutes through furthermost valve 3 After flushing, cap risers B Testing Conduct tests in presence of Architect/Engineer 1 Pressure Test a Hydrostatically test piping system prior to installation of insulation, equipment and fixtures b Maintain a minimum test pressure of 125 psi (8 78 KGF/CM2) without pumping for period of not less than two hours City of Pearland Bailey WTP Improvements Plumbing Domestic Water Piping System Project No 7295A 15401-3 October 21, 2021 c Test is acceptable if no leakage or loss of pressure is evident during test period d Detect and repair leaks e Retest the system until test pressure can be maintained for duration of the test C Chlorination Isolate and sterilize each piping system with a solution containing not less than 50 parts per million available chlorine with retention in each system for a minimum of eight (8) hours, at which time the system shall be flushed and drained until the residual chlorine contact is less than 0 2 parts per million Powdered chloride or liquid slurry shall be used in lieu of gaseous chlorine END OF SECTION City of Pearland Bailey WTP Improvements Plumbing Domestic Water Piping System Project No 7295A 15401-4 October 21, 2021 SECTION 15405 PLUMBING WASTE WATER PIPING SYSTEM PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. The extent of waste water piping work is indicated by drawings and schedules, and by the requirements of this section B The applications for waste water piping include the following 1 House drain piping 2 Vent stacks 3 Soil stacks 4 Combined soil and vent stacks 5 Lateral drain piping to stacks 6 Branch vent piping 7 Piping for drainage from plumbing fixtures 8 Sanitary floor drains 9 Waste-type floor drains 1 3 QUALITY ASSURANCE A. Install piping to meet requirements of all applicable codes, latest edition B Provide manufacturers' certification that materials meet or exceed minimum requirements as specified PART 2 PRODUCTS 2 1 PIPE AND PIPE FITTINGS A Waste Water System,Lines Below Grade 1-1/2 Inches and Larger 1 Polyvinylchloride (PVC) Pipe and Fittings a Drain, waste, vent PVC pipe and socket fittings, solvent cement joint b Sewer, PVC pipe and socket fittings, solvent cement joint c Use CPVC (high temperature) if draining kitchen equipment, or other devices, where the drainage exceeds 140°F City of Pearland Bailey WTP Improvements Plumbing Waste Water Piping System Project No 7295A 15405 -1 October 21, 2021 B Waste Water System Lines Above Grade 1-1/2 Inches and Larger• 1 Cast Iron Soil, Waste and Sanitary Vent Pipe and Fittings a Service weight, bell and spigot, compression joint b Service weight, hubless, stainless steel couplings c Service weight, hubless, cast iron couplings d Couplings shall conform to CISPI Standard 310 and shall be listed by NSF International 2 Polyvinylchloride (PVC) Pipe and Fittings (do not route PVC pipe in return air plenums) a Drain, waste, vent PVC pipe, socket fittings, solvent cement joint b Sewer, PVC pipe, socket fittings, solvent cement joint C Waste Water System Lines Below Grade 4 Inches and Larger Outside, From Five Feet From the Building 1 Polyvinylchloride (PVC) Pipe and Fittings Sewer, PVC pipe, socket fittings, solvent cement D Air Conditioning Unit Condensate Drain Piping 1 Copper Drainage Tube and Fittings Drain, waste, vent copper, Type M hard drawn temper, cast brass drainage fittings, 95/5 solder joint E Cleanouts 1 Underfloor, Chases Josam Series 58500 with recessed plug 2 Exposed Stacks Josam Series 58510 3 In Walls Josam Series 58790 with chrome plated brass cover 4 Toilet Floors Josam Series 58200 adjustable type with polished nikaloy frame and cover 5 Floors, General Josam Series 58200 adjustable type with polished brass frame and cover Where cleanout is located in floors with composition floor covering, provide recessed type cover for floor tile insert 6 Grade Josam Series 58500 with recessed square plug installed in concrete block as detailed,top of block shall be flush with final finished grade 7 Vehicle Traffic Grade Josam Series 58500 with recessed square plug and Trinity Valley No 1684 box and cover City of Pearland Bailey WTP Improvements Plumbing Waste Water Piping System Project No 7295A 15405 -2 October 21, 2021 F At each drain provide cast iron deep seal P-trap G Exposed pipe connections to waste stacks located in toilets and other occupied spaces shall be chrome plated PART 3 EXECUTION 3 1 INSTALLATION A. Pitch 1 Inside building and to a point five (5) feet beyond building Down at a uniform slope of not less than one-fourth (1/4) of an inch per foot or two (2) percent toward the point of disposal 2 Outside Building Down at a uniform slope of not less than one-eighth (1/8) of an inch per foot or one (1) percent toward the point of disposal B Vent Termination Waste water vents shall extend 15 inches above roof Flash waste water vents with a fabricated waterproofing flashing consisting of a base and riser sleeve all made of 4 lb sheet lead Joints and seams of fabricated flashing shall be soldered Flashing base shall extend over the roof 12 inches from the stack Dress the flashing riser over the top of and down a minimum of 2 inches into the vent stack for a rain-tight, leak-proof installation C Equipment Connection Extend piping to sewage ejector and make final connection to equipment.as recommended by manufacturer D Waste water piping below grade shall have a grade cleanout installed at every change in direction 3 2 INSPECTION A. Do not enclose or cover work until it has been inspected, tested and accepted 3 3 TESTING AND FLUSHING A Testing Conduct tests in presence of Architect/Engineer 1 Pressure Test Upon completion of rough-in work and before fixtures and traps are connected a Hydrostatically test the piping system in place before backfilling or enclosing b Maintain a minimum test pressure of 15 feet head for period of not less than two (2) hours c Test is acceptable if no leakage or loss of pressure is evident during test period City of Pearland Bailey WTP Improvements Plumbing Waste Water Piping System Project No 7295A 15405 -3 October 21, 2021 d Detect and repair all leaks e Retest the system until test pressure can be maintained for duration of the test 2 Pressure Test Upon completion of systems and before fixtures are connected a Hydrostatically test the piping system in place by plugging all outlets and filling the systems with domestic cold water to the top of the highest pipes b Maintain the test for a period of not less than four (4) hours without drop in water level c Test is acceptable if no leakage or loss of water is evident during test period d Detect and repair leaks e Retest the system until test level can be maintained for duration of the test B Flushing Flush drains with a minimum of ten (10) gallons of water to assure that lines are not blocked END OF SECTION City of Pearland Bailey WTP Improvements Plumbing Waste Water Piping System Project No 7295A 15405 -4 October 21, 2021 SECTION 15421 PLUMBING FLOOR DRAINS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. The extent of floor drain work is indicated by drawings and schedules, and by the requirements of this section B The types of drains required for the project including the following 1 Waste-type floor drains 2 Sanitary floor drains 1 3 QUALITY ASSURANCE A. Manufacturer Provide products produced by one of the following 1 Josam Mfg Co 2 J R Smith Mfg Co 3 Tyler Pipe Co (Wade) 4 Zurn Industries PART 2 PRODUCTS 2 1 FLOOR DRAINS A. Floor Drains (Toilet Rooms and General) Provide vandal-proof floor drains, in sizes indicated, with flashing collar, construction features as indicated, and constructed of the following materials except as otherwise indicated, Josam 30000-A, Wade W-1100, Zurn Z-41 5B 1 Body• Cast iron 2 Strainer Finish Polished bronze B Lab Room Provide floor trench drain, in sizes indicated with flashing collar, construction as indicated, and constructed of the following materials except as otherwise indicated Josam 4632, Zurn 541, Wade W-1210-TD 1 Body Stainless Steel 2 Strainer Finish Stainless Steel City of Pearland Bailey WTP Improvements Plumbing Floor Drains Project No 7295A 15421-1 October 21, 2021 2 2 FLASHING MATERIALS A. Lead Flashing for Vent Stacks Provide sheet complying with FS QQ-L-201, ' Grade B, formed from common desilverized pig lead, complying with ASTM B 29, weighing 4 0 lbs per sq ft , except as otherwise shown Flashing base extended 12" in all directions from stack. Extend stack 15" above roof PART 3 EXECUTION 3 1 INSPECTION A. Installer must examine the substrate and conditions under which the drains are to be installed, and notify the Contractor in writing of conditions detrimental to the proper completion of the work 3 2 INSTALLATION OF FLOOR DRAINS A. Install floor drains in accordance with the manufacturer's written instructions and in locations indicated B Coordinate flashing work with work of waterproofing and adjoining substrate work C Install floor drains in the low points of the surface areas to be drained Set tops of drains flush with finished floor, except as otherwise shown D Install drain flashing collar or flange so that no leakage occurs between drain and adjoining flooring Maintain integrity of waterproof membranes, where penetrated E Position drains so that they are accessible and easy to maintain F Connect pipe using threaded outlet and making water-tight 3 3 FLASHING INSTALLATION, GENERAL. A Manufacturer's Recommendations Except as otherwise shown or specified, comply with the recommendations and instructions of the manufacturer of the sheet metal being installed B Coat the back side of lead flashings where in contact with concrete and other cementitious substrates, by painting surface in the area of contact with a heavy application of bituminous coating, or by other permanent separation as recommended by the manufacturer of the metal C On vertical surfaces, lap flashing a minimum of 3" D On sloping surfaces, for slopes of not less than 6" in 12", lap unsealed flashings a minimum of 6" City of Pearland Bailey WTP Improvements Plumbing Floor Drains Project No 7295A 15421-2 October 21, 2021 I 3 4 PROTECTION AND TESTING A Protection The Installer of the drains shall advise the Contractor of required protection for the drains during the remainder of the construction period, to avoid clogging with construction materials and debris, and to prevent damage from traffic and construction work. B Testing Test controlled-flow type drains for compliance with the requirements, including those of governing regulations END OF SECTION City of Pearland Bailey WTP Improvements Plumbing Floor Drains Project No 7295A 15421-3 October 21, 2021 SECTION 15451 SAFETY SHOWER AND EYEWASH PART 1 GENERAL 1 1 SECTION INCLUDES A Manufactured and assembled safety shower/eyewash assembly Refer to Drawings for location B Manufactured and assembled, wall-mounted eyewash Refer to Drawings for location 1 2 SAFETY SHOWER EYEWASH Unit shall be a complete assembly consisting of a thermostatic mixing valve (TMV) for tepid water supply, drench-type shower head, pull rod operated shower valve, eye/face washing station, ball valve, and floor stand Valves shall be stay-open type Furnish ANSI sign 1 3 WALL-MOUNTED SAFETY EYEWASH Unit shall be a complete assembly consisting of an integral saline reservoir capable of delivering 15 minutes of flow with a wall mounting bracket Furnish ANSI sign PART 2 PRODUCTS 21 MANUFACTURERS A Haws Model 8317 with 9201 EFE TMV B BLS Industries ES-3-BNH with LAWLER Manufacturing Co Model 91 1 E (unit No 8429) TMV C Honeywell Fendall Pure Flow 1000 D Approved equivalent 2 2 CODE COMPLIANCE A Unit shall comply with Applicable American National Standards Institute (ANSI) and Occupational Safety and Health Administration (OSHA) Requirements PART 3 EXECUTION 3 1 INSTALLATION A. Install piping accessories with thread compound and ensure that all accessories are free of leaks City of Pearland Bailey WTP Improvements Safety Shower and Eyewash Project No 7295A 15451-1 October 21, 2021 B Install unit plumb as shown Floor plate to rest on grout base and use stainless steel concrete anchors C Do not connect unit to building piping until the building piping has been flushed clean D Demonstrate proper operation of unit END OF SECTION City of Pearland Bailey WTP Improvements Safety Shower and Eyewash Project No 7295A 15451-2 October 21, 2021 SECTION 15452 PLUMBING FIXTURES PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract. 2 Other applicable sections of the specifications 1 2 QUALITY ASSURANCE A. Manufacturers' products and materials noted in this section are listed to form a standard of quality and type Manufacturers of products of equal design and function will be acceptable B Acceptable Manufacturers 1 Kohler 2 American Standard 3 Crane 4 Eljer 5 Sloan 6 Josam 7 Bradley 8 Halsey-Taylor 9 Elkay 10 Speakman 11 Haws 12 Zurn PART 2 PRODUCTS 21 GENERAL. A. All fixtures shall be new, of current manufacturer and of the best of their respective kinds They shall be free of blemishes, waves, kiln marks and discoloration All fixture surfaces in contact with walls, floors, etc , shall be ground truly flat B All directly exposed metal associated with fixtures including pipe, traps, bolts, nuts, washers, etc , shall be stainless steel or chrome plated brass Nuts exposed to direct view shall be cap nuts (closed top) type leaving no screw threads exposed 2 2 AIR CHAMBERS A. Each branch supply pipe to a fixture shall have a concealed vertical air chamber to prevent water hammer Air chambers shall be of same diameter as the fixture supply pipe and extend 12" above the fixture runout City of Pearland Bailey WTP Improvements Plumbing Fixtures Project No 7295A 15452-1 October 21, 2021 PART 3 EXECUTION 31 GENERAL. A. Plumbing fixtures shall be grouted at walls and floors to within 1/4" of surface with fine dental plaster Fill top 1/4" of joint with silicon white sealant Polish top of sealant and remove excess from fixture B Contractor shall be responsible for the protection of all fixtures and equipment during construction and shall deliver fixtures to Owner in perfect condition as to appearance and operation at the conclusion of the project The Contractor shall cover fixtures as required for proper protection during construction All fixtures and trim shall be cleaned spotless for the final project examination and shall be clean at time of Owner occupation C Supply piping to all plumbing fixtures, hose bibbs, equipment, etc , shall be anchored with "U" bolts and a steel angle at wall penetrations to prevent pipe movement Copper fittings connecting fixtures to service shall be "flared" type 3 2 FIXTURE SUPPORTS A Contractor shall provide proper support for fixtures and piping Wall hung fixtures not specified to be furnished with carriers shall be supported with angle iron back-ups located inside chase or wall Bolts shall extend through and be welded to the angle and extend through wall to fixture hangers Wall hung lavatories shall have drilled bolt holes through lower skirt and shall be additionally secured by bolts through skirt into the angle iron back-up 3 3 FIXTURE SCHEDULE A. Refer to the drawings for the Plumbing Fixture Schedule END OF SECTION City of Pearland Bailey WTP Improvements Plumbing Fixtures Project No 7295A 15452-2 October 21, 2021 SECTION 15771 HVAC SPLIT SYSTEM HEATING AND COOLING UNITS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A Furnish and install split system heating and cooling units as indicated on the drawings, in schedules, and by the requirements of this section B Units shall have indoor gas furnace or electric heater-blower unit and outdoor condensing units C Units shall be a complete package system with matched indoor and outdoor components, all operating controls including room thermostat Refer to controls sections for detailed temperature control requirements 1 3 QUALITY ASSURANCE A Units shall be as manufactured by one of the following 1 Lennox 2 Carrier 3 Trane PART 2 PRODUCTS 2 1 SPLIT SYSTEM ELECTRIC HEATING AND COOLING UNIT A Unit shall consist of indoor blower unit, electric heating coil, direct expansion cooling coil and air cooled outdoor condensing unit B Indoor blower-coil shall be up flow type with the following features 1 Constructed of heavy gauge metal with factory baked-on enamel finish 2 Adequate internal insulation 3 Statically and dynamically balanced fan Fan shall operate at scheduled capacity without objectionable noise 4 Fan and motor supported with rubber vibration isolators 5 Easily accessible filter rack and 1" thick replaceable filters City of Pearland Bailey WTP Improvements HVAC Split System Heating and Cooling Units Project No 7295A 15771-1 October 21, 2021 C Heating coil shall be in cabinet designed to fit blower unit Coil shall have the following features 1 Nichrome bare wire electric heating section of capacity as scheduled, equipped with fusible links 2 Sections with more than one circuit shall be step started in 40 second increments per circuit 3 Install air flow switch to lock out heater if no airflow 4 Built in fuse or fused disconnect to meet maximum overcurrent protection requirements D Cooling coil plenum shall be add-on type designed with the following features 1 Coil plenum shall fit the furnace discharge opening tightly and be gasketed as required to prevent air leaks without addition of duct tape, etc 2 Plenum shall have adequate internal insulation 3 Cooling coils shall have the capacity as scheduled 4 Insulated drain pans under cooling coils 5 Coils shall have copper tube and aluminum fins E Condensing units to be air cooled type, installed where indicated Each unit shall consist of compressor, condensing coil, fan, piping, valves, controls, control panel, etc , for a complete operating unit F Condensing units shall have the following features 1 Each compressor shall be of hermetic design mounted on internal or external spring type vibration isolators Compressors shall have a five year warranty Warranty shall include parts and labor The compressor motor shall have an internal thermal safety switch located near the motor field windings The compressor shall have forced feed lubrication to the rod and main bearings Compressor shall have crankcase heater Sight glass shall be in the crankcase at the normal oil level 2 Condensing coil of adequate size and construction to give the heat of rejection scheduled at the condensing and ambient temperature scheduled Coils shall have adequate protection by a guard or unit design Coils shall have copper tubes and aluminum fins 3 Unit enclosure shall be constructed of 18 gage galvanized steel with large rigid access panels securely fastened to the unit framework. The air inlet to coils shall be covered with heavy gauge galvanized wire screen Fan discharge shall be equipped with a heavy gauge steel guard The enclosure shall be painted,with baked-on,enamel paint City of Pearland Bailey WTP Improvements HVAC Split System Heating and Cooling Units Project No 7295A 15771-2 October 21, 2021 4 Unit controls shall be mounted in a cabinet to include motor starters with ambient compensated overload and single phase detectors, high and low pressure cutouts, crankcase relay, cycle timer to prohibit unit starting within 10 minutes after stopping from low pressure or other controllers (without manual reset) Three phase units shall have heaters in all three phases 5 The condensing unit shall have necessary controls and devices necessary for continuous cooling system operation to 45°F ambient condition G Condensing unit shall operate from the control thermostat Liquid line solenoid shall open when compressor starts The controls shall be set such that the unit will not go off on "reset action" unless a destructive condition exists H Condensing units shall be interlocked with supply fan motor Furnish wiring diagram with submittal data I Unit shall be furnished complete with all operating and temperature controls, including room thermostat, night setback thermostat, and time clock. Unit control switches shall be located on room thermostat sub-base PART 3 EXECUTION 3 1 INSTALLATION OF UNITS A. Install units in strict accordance with manufacturer's instructions B Start-up and initial adjustments of units shall be done by the manufacturer's authorized service personnel C When equipment other than specified is proposed, the Contractor shall be responsible for the proper design and installation of electrical power to equipment Submit listing of electrical feeder size, conduit size, breaker size, etc , for each item of equipment to the Architect/Engineer for review END OF SECTION City of Pearland Bailey WTP Improvements HVAC Split System Heating and Cooling Units Project No 7295A 15771-3 October 21, 2021 SECTION 15829 HVAC EXHAUST FANS PART 1 GENERAL 1 1 RELATED DOCUMENTS A. Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 QUALITY ASSURANCE A. Fans shall be as manufactured by one of the following 1 Penn 2 Acme 3 Cook 4 Jenn Air 5 Greenheck PART 2 PRODUCTS 2 1 CEILING EXHAUST FANS A. Furnish and install direct drive ceiling mounted exhaust fans equal to Greenheck Type SP Fans shall have capacities as scheduled B Fans shall have acoustically insulated housings and shall have maximum sound level rating as noted C All fans shall bear the AMCA certified rating seal for air capacities and the UL label D Integral backdraft dampers shall be chatterproof E Fans shall have centrifugal wheels with inlet perpendicular to, or remote from, inlet grille F Grille shall be of aerodynamic design of white eggcrate shape and provide a minimum of 85% free open area G Terminal box shall be provided with cord, plug and receptacle inside the housing H Entire fan, motor and wheel assembly shall be removable without disturbing the housing Motor speeds shall not exceed 1 100 rpm and all fan motors shall be suitably grounded and mounted on rubber-in-shear vibration isolators City of Pearland Bailey WTP Improvements HVAC Exhaust Fans Project No 7295A 15829-1 October 21, 2021 J Fans operating with objectionable noise, in the opinion of the Architect/Engineer, shall be removed and replaced at Contractor's expense K Fans shall be controlled by on-off local switch PART 3 EXECUTION 3 1 INSTALLATION A. Fans shall be set on roof, in walls, or in ceiling as indicated They shall be securely mounted B For roofs that are pitched the bases shall match the pitch C Wall mounted fans shall be secured to an all welded steel angle or channel frame around wall opening D All fans with 3 phase motors shall be furnished with non-fused disconnects E All fans 2,000 cfm and greater (or less where required by building code) shall have firestats installed inside intake duct Firestat shall be so connected to shutdown fan if 136°F temperature is detected F When equipment other than specified is proposed, the Contractor shall be responsible for the proper design and installation of electrical power to equipment Submit listing of electrical feeder size, conduit size, breaker size, etc , for each item of equipment to the Architect/Engineer for review END OF SECTION City of Pearland Bailey WTP Improvements HVAC Exhaust Fans Project No 7295A 15829-2 October 21, 2021 SECTION 15841 HVAC LOW VELOCITY METAL DUCTWORK PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 DESCRIPTION OF WORK A. This Contractor shall furnish and install complete systems of ductwork shown, including plenums, casings, splitters, extractors, dampers, etc Unless otherwise indicated or specified, ductwork and plenums shall be constructed of new galvanized prime grade lock forming steel sheets B Extent 1 The extent of low velocity metal ductwork is indicated on the drawings and in the schedules, and by the requirements of this section 2 Low velocity ductwork is hereby defined to include work with velocities not exceeding 2000 fpm and static pressures not exceeding 2" wg C The types of ductwork specified in this section include, but are not necessarily limited to the following 1 Heating supply and return air systems 2 Air conditioning supply and return air systems 3 Fresh air supply systems 4 Mechanical exhaust systems 1 3 QUALITY ASSURANCE A Industry Standards 1 All ducts, plenums, and accessories shall comply with SMACNA (Sheet Metal and Air Conditioning Contractors' National Association) recommendations for fabrication, construction and details, and installation procedures for minimum of 3" static w g pressure class both positive or negative, except as otherwise indicated Supply ducts for VAV air handling unit shall be constructed at a minimum of 6" static w g pressure class 2 Comply with ASHRAE (American Society of Heating, Refrigerating and Air Conditioning Engineers) recommendations, except as otherwise indicated City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-1 October 21, 2021 3 All ductwork shall meet the following SMACNA Seal Class Ductwork shall have transverse joints, longitudinal seams, and wall penetrations sealed to be in accordance with SMACNA Seal Class "A" or ASHRAE Duct Seal Level "A" PART 2 PRODUCTS 2 1 DUCTWORK MATERIALS A 9 Exposed Ductwork Materials Where ductwork is indicated to be exposed to view in occupied spaces, provide materials which are free from visual imperfections including, pitting, seam marks, roller marks, oil canning, stains and discolorations, and other imperfections, including those which would impair painting B Ductwork Metal and Gauges 1 Sheet Metal Except as otherwise indicated, fabricate ductwork from galvanized sheet steel complying with ASTM A 653, G90 zinc coating, mill phosphatized 2 Gauges, Ductwork Fabricate steel ductwork (galvanized and stainless, if any) from the following minimum gauges for diameters and sizes up to the corresponding maximum dimensions indicated without reinforcement Round Duct Rectangular Duct 26 gauge up to 12" diameter 24 gauge up to 10" 24 gauge up to 18" diameter 22 gauge 12" 22 gauge up to 26" diameter 20 gauge 14 20 gauge up to 50" diameter 18 gauge 16" to 18" 18 gauge up to 60" diameter 16 gauge 20" to 24" 16 gauge up to 84" diameter Larger diameter round ductwork Not permitted 3 Gauges, Thicknesses, Weights a Comply with most current edition of SMACNA Duct Construction Standards for low velocity metal ductwork, for steel and aluminum sheets C Seal duct joint airtight with approved UL 181 sealer rated for specified duct pressure class and environment Seal flanged connections with neoprene rubber gaskets The Contractor shall present the Architect's representative with a copy of the SMACNA Manual at start of project D All flat panels of ducts 12" and larger shall be crossbroken or machine beaded E Install flexible ductwork as indicated on the plans Install flexible ductwork ° such that continuous bends do not exceed 90° and bend radius is no less than 3D City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-2 October 21, 2021 1 Low pressure flexible duct shall conform to the Class 1 requirements of the National Fire Protection Association A nominal 1" thickness of fiberglass insulation shall be enclosed in a factory applied and sealed vapor barrier jacket. Insulated flexible duct shall be Thermaflex Type M-KE manufactured by the Flexible Tubing Corp Flexible duct shall be installed per manufacturer's recommendations All joints and connections shall be made with positive locking steel straps Flexible ductwork shall conform to mechanical code 2 Flexible duct connections to air devices requiring 90° bends shall be installed with flex flow elbows by Thermaflex or 5 Gore galvanized elbows 2 2 FABRICATION A. Shop Fabricated Ductwork. 1 Fabricate in 4, 8, 10 or 12-foot lengths, unless otherwise indicated or required to complete runs 2 Pre-assemble work in the shop to the greatest extent possible, so as to minimize field assembly of systems 3 Disassemble systems only to the extent necessary for shipping and handling 4 Match-mark sections for re-assembly and coordinated installation B Fabricate rectangular ductwork with joints, seams and reinforcements as indicated, complying with most current edition of SMACNA Duct Construction Standards for specified duct pressure class C Fabricate round ductwork with girth joints and girth reinforcements as indicated, complying with most current edition of SMACNA Duct Construction Standards for specified duct pressure class 1 Provide girth joints of the following types (type is fabricator's option where more than one type is indicated) a Continuously welded b Flanged c Beaded sleeve 2 Reinforce round ductwork with either angle frames or flanged girth joints (or combination of both) as follows for the corresponding diameter, and space as indicated Up to 36", no reinforcing required Up to 60", 1-1/4" x 1-1/4" x 1/8", 72" o c spacing Over 60", 1-1/2" x 1-1/2" x 1/8", 48" o c spacing City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-3 October 21, 2021 D Duct Fittings 1 Fabricate duct fittings to match adjoining ducts, and to comply with duct requirements as applicable to fittings 2 Except as otherwise indicated, fabricate elbows with center-line radius equal to associated duct width 3 Fabricate o include turning vanes in elbows where shorter radius is necessary 4 Limit ang lar tapers to 15 degrees E Fabricate ductwo k with accessories installed during fabrication to the greatest extent possible F Ductwork with D ct Liner• Fabricate ductwork with duct liner in each section of duct where r-quired Laminate liner to internal surfaces of duct in accordance with MACNA Duct Liner Application Standard G Where internal ac•ustical lining is indicated on the drawings, the duct sizes shown have allo ed for the lining thickness 2 3 MISCELLANEOUS DUCT ORK MATERIALS A. General Provide miscellaneous materials and accessories of the types and sizes indicated a d, where not otherwise indicated, provide type and size required to comely with ductwork 'system requirements including proper connection of duc work and equipment B Duct Liner Flexible acoustical insulating liner, complying with ASTM C1071, Type I for round •ucts and Type II for rectangular ducts and for pre-molded round duct linin•s, complying with NFPA Standard 90-A, one inch (1") thickness unless •therwise indicated See Section 15848, Acoustical Lining C Duct Sealant U 181 rated non-hardening, non-migrating mastic or liquid elastic sealant (t pe applicable for the fabrication/installation detail) as compounded and recommended by the manufacturer specifically for sealing joints and seams i ductwork at specified duct pressure class D Ductwork Suppor Materials 1 Except as otherwise indicated, provide hot-dipped galvanized steel fasteners, anchors, rods, straps, trim and angles for support of ductwork E Duct Liner Adhesive Comply with ASC-A-7001A by The Adhesive and Sealant Council, I c (see SMACNA standards) F Duct Liner Fasteners Comply with SM•ACNA Mechanical Fasteners Standard City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-4 October 21, 2021 G At each duct or plenum connection to any air moving device, provide a flexible connection manufactured by Ventfabric Install flexible connection with sufficient slack to render if flexible 1 For installation not exposed to sunlight on chemicals provide Ventfabric "Ventglass" (30 oz ) 2 For installation exposed to sunlight, provide Ventfabric "Ventlon" (26 oz ) 3 For installation exposed to chemicals, provide Ventfabric "Ventel" (14 oz ) H In each square elbow, provide airfoil pattern double thickness turning vanes Turning vanes shall be constructed in accordance with the SMACNA Manual At each low pressure ductwork branch from a low pressure duct and at each sweeping elbow take-off to a grille or ceiling diffuser, provide a splitter damper consisting of blade on a square operating rod fitted with an adjusting device Unless otherwise indicated on the plans, the adjusting devices located in finished ceilings shall be Ventfabrics, Inc , No 666, with the adjusting device securely fastened to the furring and ceiling and cover shall be painted to match ceiling Where splitters occur above removable ceiling, the damper quadrant shall be above the ceiling against the duct and shall be Ventfabrics, Inc , No 637 J Each individual air supply unit, whether sidewall, floor or ceiling diffuser, shall be fitted with a device to permit the adjustment of the amount of air supplied to the unit independent of all other outlets These devices may take the form of outlet boots with dampers, or of branch ducts with splitter dampers, as installation conditions dictate, but in all cases, each shall be fitted with a means of manual adjustment of the amount of air delivered to the outlet K Provide storm proof louvers where indicated on the plans Louvers shall have an external removable 1/4" mesh galvanized hardware cloth bird screen in metal frame L. Furnish and install fire dampers constructed in accordance with NFPA Class B requirements Fire dampers shall bear UL label rated 1-1/2 hour construction Locations requiring fire dampers shall be as indicated on plans Provide access doors in ductwork and in construction for damper service and inspection M Provide Young 1100, or equal, instrument test ports in each supply duct, in each coil discharge plenum, in mixed air plenum, and in return duct at fan and coil units N The Contractor shall provide locally fabricated air deflection devices at duct taps into fan and coil unit plenums Deflectors shall be constructed and adjusted to assure even air velocity across filter assembly City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-5 October 21, 2021 2 4 DUCTWORK ACCESSORIES A. Provide turning yanes in the size and type indicated with the following additional construlction features 1 Blades 2" galvanized steel for up to and including 18" ducts 2 Construct on Double wall blade 3 Types G:ng-operated with removable hex-key B Provide monitors in the size, type and capability indicated, equipped with galvanized steel b.ffle plates, probes, pilot tubes and gauges when indicated C Provide ventlock .uct access doors in the sizes indicated with gaskets, and with insulation w ere ductwork is indicated to be inulated with the following additional constru tion features 1 Doors Hi ged D Provide housing .ccess doors where indicated with latches, gaskets, locks, frames of size .nd type indicated Provide minimum door size of 20" width x 54" heig t, except where otherwise shown Provide insulated door when door is inst.11ed in insulated housing E Dampers (Supply A it and General Exhaust,Systems Dampers may be factory or contractor fabri ated per SMACNA Duct Construction Standards Metal and Flexible section fo Volume Dampers with the following exceptions J 1 Dampers •hall be prefabricated in a frame to attach to the duct The frame for ectangular dampers shall be minimum 16 gauge galvanized steel struc ural hat channel with reinforced corners 2 Bearings •hall be sleeve type synthetic or oil impregnated bronze, pressed in o the frame 3 Dampers •hall have an external locking manual quadrant On duct systems ith external insulation, the quadrant shall be installed with a standoff bracket to clear the insulation The quadrant shall have a wing nut f.r locking the damper in place and a scale for indicating the position of the damper A handle attached directly to the damper shaft is not acc:ptable 4 The end o the shaft shall be permanently marked to indicate blade position 5 Dampers s all be of the same material as the duct material 6 Blades shall be positively locked to the shafts 7 Round da pers up to 24" shall be single blade butterfly type Frames shall incluse rolled stiffener beads to allow easy sealing of spiral ductwork j.ints City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-6 October 21, 2021 F Provide miscellaneous materials for ductwork accessories, including, hinges, refrigerator latches, sash locks, bolts and wing nuts, gaskets, and pitot tubes as recommended by the ductwork accessories manufacturer for the application indicated PART 3 EXECUTION 3 1 INSPECTION A. Installer/Contractor must examine the areas and conditions under which ductwork and accessories are to be installed and notify the Architect/Engineer in writing of conditions detrimental to the proper and timely completion of the work B Ductwork systems which have not been fabricated in accord with properly drawn, submitted, reviewed and accepted shop drawings (reference Specification Section 15056) and are found to be a size or a configuration that will not allow proper installation in the available space shall be rebuilt and or modified at the Contractor's expense 3 2 INSTALLATION OF DUCTWORK A. General 1 Assemble and install ductwork in accordance with most current edition of SMACNA Duct Construction Standards for specific duct pressure class, which will achieve air tight and noiseless systems, capable of performing each indicated service Install each run with a minimum of joints 2 Align ductwork accurately at connections, within 1/8" misalignment tolerance and with internal surfaces smooth 3 Support ducts rigidly with suitable ties, braces, hangers and anchors of the type which will hold ducts true-to-shape and will prevent buckling 4 Install concrete inserts for support of ductwork in coordination with formwork, as required to avoid delays in the work. 5 Complete fabrication of work at the project as necessary to match shop fabricated work and accommodate installation requirements 6 Where drawings indicated round duct connecting to rectangular duct, conical taps on transitions shall be used 7 Where ductwork is exposed in occupied areas, use angle trapeze and hanger rods Do not use straps B Locations and Runs 1 Locate ductwork runs, except as otherwise indicated, vertically and horizontally and avoid diagonal runs wherever possible City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-7 October 21, 2021 2 Locate runs as indicated by diagrams, details and notations or, if not otherwise indicated, run ductwork in the shortest route which does not obstr ct usable space or block access servicing the building and its equip ent 3 Hold duct. close to walls, overhead construction, columns, and other structural and permanent-enclosure elements of the building 4 Limit cle.rance to 0 5" where furring is shown for enclosure or concealm:nt of ducts, but allow for insulation thickness (if any) 5 Where po.sible, locate insulated ductwork for 1 0" clearance outside of insulat on Wherever possible in finished and occupied spaces, conceal d ctwork from view, by locating in mechanical shafts, hollow wall construction or above suspended ceilings 6 Do not en ase horizontal runs in solid partitions, except as specifically shown 7 Coordinate the layout with suspended ceiling and lighting layouts and similar fini.hed work C Electrical Equipment Spaces: Do not run ductwork through transformer vaults and other electrical equipment spaces and enclosures D Penetrations Thro gh Walls and Partitions 1 Conceal t e space between the construction opening and the duct or duct-plus-insulation,with sheet metal flanges of the same gauge as the duct 2 Overlap th- opening on all sides by at least 1-1/2" 3 At mech.nical rooms, caulk the flange to the wall and stuff compress:d mineral fiber insulation into the space between duct and flange E Coordinate duct i stallations with installation of accessories, dampers, coil frames, equipme t, controls and other associated work of the ductwork system F Support ductwor from building structure as required and, where not otherwise indicat:d, anchor with bolts, concrete inserts, steel expansion anchors, welded s uds, C-clamps or special beam clamps G Support for Vertical Ducts 1 Support .t 12'-0" spacing, by attachment to adjacent vertical structural •urfaces or by direct bearing at floor penetrations and similar locations 2 For ducts p to 24" x 20" size, support with 1-1/2" x 16 gauge straps or formed :ngles City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-8 October 21, 2021 3 For ducts larger than 24" x 20" size, support with steel angle brackets, 1" x 1" x 1/8" for duct sizes up to 36" x 18" 1-1/4" x 1-1/4" x 1/8" for larger sizes ° H Support for Horizontal Ducts 1 Support ducts located against structural walls and other similar adjacent vertical surfaces, at 8'-0" spacing for ducts up to 40" horizontal dimension and 4'-0" spacing for larger ducts a Where width is less than height, support duct with 1-1/2" x 16 gauge straps b Where width is more than height, support duct with shelf-type fabricated angle brackets of the following sizes Up to 18" duct width, 1" x 1" x 1/8" angle brackets Over 18" duct width, 1-1/2" x 1-1/2" x 1/8" angle brackets 2 Hang other horizontal rectangular ducts from overhead structure, at 10'-0" spacing for duct widths up to 60" and 8'-0" spacing for larger ducts a Support ducts directly with 1" x 16 gauge straps for ducts up to 60" width, and with 1-1/2" x 12 gauge straps for ducts up to 96" width, bolted or screwed to ductwork. b Support ducts with trapeze-type hangers with horizontal angle members and vertical support members of the sizes indicated for the corresponding duct sizes (long-side dimension) Up to 30" size, 1" x 1" x 1/8" angle and 1" x 18 gauge strap or 1/4" diameter hanger rods Up to 60" size, 1-1/2" x 1-1/2" x 1/8" angle and 1-1/2" x 16 gauge strap or 3/8" diameter hanger rods Up to 84" size, 2" x 2" x 1/8" angle and 1-1/2" x 14 gauge strap or 1/2" diameter hanger rods Over 84" size, 2" x 2" x 1/4" angle and 5/8" diameter hanger rods, except as otherwise shown Horizontal Round Ducts 1 Hang with encircling strap and strap hanger (of same size), except for sizes over 50" in diameter, install a pair of strap hangers bolted to opposite sides of angle reinforcing rings or flanged joints 2 Support ducts at 10'-0" spacing with hangers as follows for the corresponding duct diameters Up to 30" diameter; 1" x 16 gauge strap hanger City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-9 October 21, 2021 Up to 50" diameter, 1-1/2" x 16 gauge strap hangers Up to 84" diameter, pair of 1-1/2" x 16 gauge strap hangers J Comply with the requirements of other sections of the specifications for installation of ductwork materials Install ductwork products in accordance with the manufa urer's written instructions, with applicable portions of the details of constru tion as shown in SMACNA standards, and in accordance with recognized i dustry practices to ensure that products serve the intended function K Install access do•rs so that the doors open against the system air pressure wherever feasible and their latches are operable from either side except where the duct is too s all to be entered L. All duct penetrati•ns through walls forming air plenums shall have sheet metal flange to seal opining Seal gap between flange and wall with polysulphide sealant M Construct acousti' al lined plenums as detailed on the plans N Ductwork from s owers shall be constructed of 3003-H14 (3S-1/2 hard) aluminum Aluminum ductwork shall be two gauges heavier than scheduled for steel ducts S ope shower exhaust duct to exhaust grilles 0 All horizontal du•twork exhausting warm humid air shall have the seams sealed watertight ith EC800 and imbedded glass fabric tape 3 3 CLEANING AND PROTEC ION A Cleaning 1 Clean duc work internally, unit-by-unit as it is installed, of dust and debris 2 Clean ext•rnal surfaces of foreign substances which might cause corrosive •eterioration of the metal or, where ductwork is to be painted, m ght interfere with painting or cause paint deterioration B Temporary Closur: At ends of ducts which are not connected to equipment or air distribution devices at the time of ductwork installation, provide temporary closure of polyethylene film or other covering which will prevent the entrance of du.t and debris until the time connections are to be completed 3 4 TESTING A. Check installed du twork and accessories for required operation and leakage during the system s operational test Repair or replace faulty ductwork and accessories, as re•uired to obtain proper operation and leakproof performance ND OF SECTION City of Pearland Bailey WTP Improvements HVAC Low Velocity Metal Ductwork Project No 7295A 15841-10 October 21, 2021 SECTION 15867 HVAC AIR DIFFUSERS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents-which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 QUALITY ASSURANCE A. Acceptable Manufacturers 1 Titus 2 Tuttle and Bailey 3 Barber-Colman 4 Carnes 5 Anemostat PART 2 PRODUCTS 2 1 Furnish and install air diffusers as indicated on the drawings and herein specified All units shall be constructed to have a neat, well-made appearance Grille framework shall be rigidly constructed, flange corners shall be mitered and supported for a hairline crack All face bars shall be of heavy gauge metal to adequately resist bending or twisting and fit tightly and closely within the framework. The units shall have a neck to slip inside ductwork for an airtight noiseless connection Units not meeting the above specifications shall be rejected at the jobsite 2 2 It is this Contractor's responsibility to check the architectural drawings to supply the proper air diffusers and adapting framework for the type of construction at each outlet The frame shall be of the same finish as the unit and be of a configuration the manufacturer recommends for the construction involved The outlets shall fit the construction with no additional expense to the Owner All registers and grilles shall have a separate mounting frame in gypsum board walls and ceilings 2 3 The manufacturer furnishing the air diffusers shall verify sizes against cfm requirements for each device to get the intended throw and be without objectionable noise when the device is applied to the system He shall coordinate approved differences from the drawings with the Contractor It shall be the Contractor's responsibility to furnish proper framework, boots and install the devices approved 2 4 All return and discharge air diffusers shall be installed in the same configuration, i e , all return grilles, shall be mounted to have prominent bars horizontal 2 5 Return grilles in corridors and other areas subject to damage shall be constructed with 1/8" thick bar louvers supported on 6" center City of Pearland Bailey WTP Improvements HVAC Air Diffusers Project No 7295A 15867-1 October 21, 2021 2 6 Supply units shall have a olume control device at locations where more than one unit is connected to the same supply duct unless otherwise noted in the schedule PART 3 EXECUTION 3 1 Units located in surfaces having a factory finish shall be painted off-white Units without plating shall be c.ated with rust-proofing primer Plated units shall be covered with a thick coat of plati g for a complete dense coat Check other sections of the General and Mechanical s.ecifications to determine if painting of wall and ceiling units is to be done by another ontractor 3 2 The Contractor shall furni.h the air diffusers as scheduled 3 3 The Contractor shall inst.Il all air diffusers securely, true and plumb All screw holes shall have screws in the END OF SECTION City of Pearland Bailey WTP Improvements HVAC Air Diffusers Project No 7295A 15867-2 October 21, 2021 SECTION 15881 HVAC FILTERS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications 1 2 QUALITY ASSURANCE A Acceptable Manufacturers 1 Farr 2 American Air Filter 3 Cambridge 4 Continental 5 Research Products B Filter and filter media shall be listed by Underwriters' Laboratories as Class 2 PART 2 PRODUCTS 2 1 FILTERS A Throw-Away 1 Material Fiberglass 2 Thickness 1" PART 3 EXECUTION 3 1 Units shall not be operated without filters being in place 3 2 Prepare a typewritten filter size schedule listing all units complete with filter sizes and filter type Schedule shall be framed under glass and hung where directed 3 3 If fans are operated before building is cleaned of construction dirt, the filters shall be cleaned and/or replaced as required END OF SECTION City of Pearland Bailey WTP Improvements HVAC Filters Project No 7295A 15881-1 October 21, 2021 SECTION 15962 HVAC AND PLUMBING TESTS AND INSPECTIONS PART 1 GENERAL 1 1 RELATED DOCUMENTS A Related documents which govern the work specified in this section 1 The Conditions of the Contract 2 Other applicable sections of the specifications PART 2 PRODUCTS Not used PART 3 EXECUTION 3 1 This Contractor shall, at his own expense, adjust, check, repair, and place in service the various mechanical systems herein specified with their respective equipment, accessories, and, piping He shall furnish all labor, materials, equipment and tools necessary to conduct the tests herein specified and those required by the governing authorities All tests shall be made by this Contractor in the presence of the Architect's representative 3 2 No work shall be covered, enclosed or otherwise concealed until properly inspected, tested and approved All leaks which develop during the tests shall be corrected with new material and made as good as required, said test shall be repeated until the work is satisfactory to the Architect's representative in every way 3 3 This Contractor shall pay all costs for fuel, electricity, labor, materials, equipment, etc as required for testing adjusting and balancing of all mechanical systems 3 4 Each separate system with its various components shall be operated by this Subcontractor for a reasonable length of time to demonstrate the performance of all equipment and piping in accordance with the true intent and purpose of the plans and specifications All necessary adjustments shall be made to the satisfaction of the Architect's representative 3 5 The following tests shall be made A. Air Distribution This Contractor shall balance the air flow for the ducted HVAC systems in accordance with the CFM shown on the plans, adjust all volume control dampers, apparatus, etc , take anemometer or velometer readings of grilles and registers The total cubic foot delivery of all outlets plus not more than 10 per cent of these totals shall equal the fan outlet CFM After readings are taken a list of the results shall be turned over to the Architect's representative B Controls All heating and other controls shall be adjusted and placed in operation City of Pearland Bailey WTP Improvements HVAC and Plumbing Tests and Inspections Project No 7295A 15962-1 October 21, 2021 C Sanitary Water Pi ing After all work has been roughed-in all openings shall be plugged and th system filled with water from the lowest point of the house drain to the level f the highest pipe of the system and the entire work allowed to stand for three (3) hours, during which period observations shall be carefully made as to all lea s Hydrostatic head shall not be less than 5'-0" at highest point D Domestic Water iping Water piping shall be tested to a hydrostatic pressure of one hundred fi ty (150) pounds for a period of 24 hours and all imperfect work corrected o the satisfaction of the Architect and the Inspection Authorities Test shall be performed before insulation is applied E Piping shall be pr ssure tested by application of 50 psig air pressure and each joint tested with s ap solution No bubbles will be permitted At Contractor's option system sh II be pressurized to 50 psig and valved off for 24 hours without pressure loss F All pilot burners a d main burners shall be adjusted for proper flame All flame safety controls shall be checked for proper operation END OF SECTION City of Pearland Bailey WTP Improvements HVAC and Plumbing Tests and Inspections Project No 7295A 15962-2 October 21, 2021 SECTION 16000 GENERAL REQUIREMENTS FOR ELECTRICAL WORK PART 1 GENERAL 1 1 SECTION INCLUDES A. General requirements for electrical work This includes quality standards and system testing 1 2 REFERENCES A The 2020 National Electrical Code (NFPA 70) B Local Amendments to the 2020 National Electrical Code C The Life Safety Code (NFPA 101) D Americans With Disabilities Act (Public Law 101-336) E The International Building Code 1 3 SUBMITTALS A. Submittals shall be provided in accordance with Section 01300 The submittals shall be identified by the specified equipment number and specification section B Submit results of the testing services as specified herein 1 4 QUALITY ASSURANCE A. All work shall be furnished, installed, and connected in accordance with the National Electrical Code, these specifications, and the drawings All materials used in this work shall be new and shall bear the inspection label of Underwriter's Laboratories, Inc B Installation shall be supervised by an electrician licensed as a "Master Electrician " C Field work shall be under the continuous supervision of a licensed Journeyman or Master Electrician D The Contractor shall have a full time Master Electrician on staff E Licensing as a "Master" or "Journeyman" electrician shall mean to hold a current certification or license to that effect issued by the State of Texas Additionally, if the local authority having jurisdiction requires a local license, the Contractor shall maintain licensed electricians that meet the requirements of the local authority Submit copies of current licenses or certificates for persons employed on the work Notify Engineer and remove from the work (within 10 days) any persons for whom a license or certificate is suspended, City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-1 October 21, 2021 revoked, or is oth•rwise rendered void by the issuing agency F Contractor's Project Manager or his Assistant shall be familiar with types of electrical construftion required by this project in order to determine that all subcontractor an. vendor's work is in conformance with the plans and specifications G Contractor shall have an established safety-training program in effect for the duration of this p oject and will be required to submit proof of safety training for all employees orking on this project H The drawings and specifications are complementary What is shown on one is binding whethe shown or specified in the other or not Failure to check both the drawing. and the specifications will not be grounds for a change order if additional equipment or material is required to be provided by the Contractor after 'he Engineer reviews, or deficiencies are identified during testing, either in t e Factory or the field 1 5 EQUIPMENT ACCESSIBILITY A. All equipment req iring access for monitoring, controlling other equipment, or servicing shall be .ccessible Motor starters and other control equipment shall be installed at a eight that will allow an operator to view or control the equipment withou stooping or without requiring a platform, stool, or raised floor to view or control the equipment Generally, motor starters, panels, and similar equipmen I shall be installed with the top of the enclosure at approximately 5'-•" above floor level Control stations, and other small enclosures that re.uire normal access, shall be installed with the top of the enclosure at appr.ximately 48-inches above floor level B Equipment that is of considered accessible by the Engineer or Owner shall be relocated by the I ontractor, at the request of the Engineer or Owner, at no additional cost to he Owner C Provide working s.ace in accordance with NEC 110 26 to permit ready and safe operation an. maintenance of equipment 1 6 STORAGE OF MATERIAL'. AND EQUIPMENT Materials and equipment -hall be stored so as to protect the materials and equipment during storage Equiprn:nt and materials to be located outdoors may be stored outdoors if protected aga nst moisture condensation Equipment shall be stored at least 6 inches above grou d Equipment and materials to be located indoors shall be stored indoors Instrume tation shall be stored indoors PART 2 PRODUCTS 2 1 COATING SYSTEM A GENERAL. Where specified, :lectrical equipment in Division 16 shall be painted by the manufacturer as specified below City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-2 October 21, 2021 B FINISH Unless otherwise required to be 316 stainless steel, equipment shall be treated with zinc phosphate, bonderized or otherwise given a rust-preventative treatment. Equipment shall be primed, painted with enamel and baked Minimum dry film thickness shall be 3 mils C COLOR Exterior color shall be ANSI 61, gray Interior shall be painted white Nonmetallic electrical enclosures and equipment shall be the manufacturer's standard gray or beige color 2 2 TERMINAL BLOCKS Unless otherwise specified, terminal blocks shall be screw terminal, heavy duty, rated at 600V AC Minimum capacity for control service is 5 amps Terminals shall be provided with integral marking strips which shall be permanently identified as shown on the shop drawings or required for installation 2 3 MISCELLANEOUS METAL. A. Miscellaneous metal installed in conjunction with electrical or instrumentation work shall be hot-dipped galvanized or 316 stainless steel as specified or indicated on the drawings Painted steel is not acceptable B Materials included in this specification group includes, but is not limited to bars, rods, sheet, plate, channel, or other metal shapes used to, or incorporated in support frames, brackets, mounting plates, etc Unless otherwise specified, steel parts shall be hot-dipped galvanized after fabrication Pre-galvanized material used for fabrication shall have all nicks, dings, or other imperfections in the coating repaired No welding is allowed on pre-galvanized materials. If fabrications require welding after galvanizing, the part or parts shall be regalvanized after welding C Materials used in wet, damp, or corrosive locations, and all locations where chemical are stored or handled, such as a Chemical Building or room, shall be 316 stainless steel D Bolts, nuts, screws, washers, or similar ancillary materials used shall be 316 stainless steel for exterior areas, membrane rooms, indoor wet, damp, or corrosive locations, and all locations where chemicals are stored or handled, such as a Chemical Building or room Carbon steel with galvanized or cadmium-plated finish may be used in dry, indoor areas E All anchor bolts that are installed in floors shall be 316 stainless steel PART 3 EXECUTION 31 GENERAL. A Drawings are generally diagrammatic and show the arrangement and location of fixtures, equipment, and conduit Not all conduit, wire, and cable are shown City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-3 October 21, 2021 on the Engineer's drawings The Electrical Contractor shall provide all that is necessary for a •omplete and functional system The Electrical Contractor shall carefully in estigate the structural and finish conditions affecting his work and arrange his work accordingly B Any discrepancy •etween the Contract Documents and the existing conditions or any provision o any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, the Electrical Contractor shall eport to the Engineer in accordance with the Standard Conditions of the ontract. C Where exact locations are required by equipment for stubbing-up and terminating condu t concealed in floor slabs, the Electrical Subcontractor shall request shop dra ings, equipment location drawings, foundation drawings, and any other dat,, required by him to locate the concealed conduit before the floor slab is you ed Additional penetrations/openings not shown on the drawings shall no! be made without preapproval by the Engineer D Materials, equipment, or labor not indicated, but which can be reasonably inferred to be necessary for a complete installation shall be provided Drawings and S•ecifications do not undertake to indicate every item of material, equipme t, or labor required to produce a complete and properly operating installation E The right by the •wner and Engineer is reserved to make reasonable changes in locations of e•uipment indicated on drawings prior to rough-in without increase in contra t cost F The Contractor sh.Il not reduce the size or number of conduit runs indicated on the drawings ithout the written approval of the Engineer G Locate pull boxes, panelboards, control pushbuttons, terminal cabinets, safety switches, and sue other apparatus that may require periodic maintenance, operation, or insp:ction, so that they are easily accessible If such items are shown on the pl.ns in locations which are found to be inaccessible, the Engineer shall be advised of the situation before work is advanced to the point where extra costs will be involved H All additional circ it connections to panelboards shall be preapproved by the Engineer I Any work installe• contrary to Contract Drawings shall be subject to change as directed by th_ Engineer, and no extra compensation will be allowed for making these cha ges J The location of e•uipment fixture outlets, and similar devices shown on the Drawings are ap•roximate only Do not scale drawings Obtain layout dimensions for e•uipment from Architectural plans unless indicated on electrical plans K Verify the ceiling t pe and clearance prior to ordering lighting fixtures Notify the Engineer of an, discrepancies City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-4 October 21, 2021 L. Review all drawings for door swings, cabinets, counters, and built-in equipment 3 2 EQUIPMENT SEALING A All equipment shall be sealed to prevent entrance of wasps and other insects All mounting holes or other openings remaining after installation of the equipment, such as disconnect switches, terminal boxes, panels, etc shall have the holes permanently closed Small holes may be closed using a clear 100% silicone caulk Larger holes, such as mounting holes shall be permanently sealed using plates or bolts. Materials such as tape shall not be used 3 3 MISCELLANEOUS SUPPORT MATERIAL. A. Install no plastic tywraps or other nonmetallic supports outside All exterior straps installed shall be stainless steel 3 4 PHASE CONNECTIONS Phase connections for equipment shall be A, B, C, counting from front to back, top to bottom, and left to right as viewed from the operating mechanism side Conductors shall be color coded as specified 3 5 TESTING A. GENERAL. Prior to energizing the electrical circuits, the following tests shall be performed Unless otherwise specified, a 1000 volt megohmmeter shall be used for resistance measurements Record and submit test results using form at the back of this Section B INSULATION RESISTANCE MEASUREMENTS Test all energized electrical components including conductors for circuits 120V volts and higher Conductors and devices with less than 50 megohms resistance to ground or between conductors or phases shall be removed and replaced All conductors in a raceway shall be removed if a conductor in that raceway fails the insulation resistance test The conductors shall not be reused C MOTOR TESTS All motors shall have their insulation resistance measured before they are connected Insulation resistance values less than 10 megohms are not acceptable Verify that motors are connected to rotate in the correct direction Verification may be accomplished by momentarily energizing the motor, provided the Contractor confirms that neither the motor nor the driven equipment will be damaged by reverse operation Measure the full load current on each phase with the motor running at maximum operating load City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-5 October 21, 2021 D FUNCTIONAL CH CKOUT Protective device shall be adjusted and operative during the testing period Prior to start-up .f each piece of equipment or system, perform a functional checkout on cont of circuits The checkout shall consist of energizing each control circuit an. operating each control, alarm, or malfunction device, and each interlock in !urn to verify that the specified action occurs This may be performed with the motor connected or disconnected, providing that no harm will be done to th- equipment 3 6 DEMONSTRATION A Test the electrica system to specification requirements and to demonstrate correct installatio and operation of equipment B Before 7-days test, demonstrate the system to the Engineer Show the system to be fully opera uional All alarms, safety's, and communication points to central and locally must operate in both full-automatic and back-up modes C Operate the syst:m continuously for a period of 7 days in full automatic, without failure, to qualify as acceptable "Failure" is considered any problem that requires correction by maintenance personnel, such as high or low water level, any motor .alarm, power failure, phase failure, communication failure, PLC failure, or U"S failure This would exclude conditions not under the control of Contr.ctor, such as evident lightning strikes, 25-year rains, purchased power failure longer than the specified duration of service from UPS Failures du: to uncontrollable situations would allow the 7-day test to continue, as soon as test conditions are restored and the Engineer is notified 3 7 AS-BUILT DRAWINGS At the end of the projec , provide one set of "red-lined" as-built drawings to the Engineer As-built dra ings shall show all addenda, change orders, or other modifications made by th- contractor or directed by the Engineer/Owner Drawings shall be complete and shall be accurate Manholes and other in-ground structures shall be dimensioned fro a known structure Modifications to control schematics shall be marked on the o rawings Final payment will not be made until as-built drawings are accepted by the Engineer ND OF SECTION City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-6 October 21, 2021 MOTOR, CIRCUIT, AND DEVICE ELECTRICAL TEST RESULTS PROJECT OWNER DATE CIRCUIT OR EQUIPMENT ID 1 PHASE 3 PHASE 120 VOLT 208 VOLT 480 VOLT VOLT MEASURED VOLTAGES MEASURED CURRENT PH A--GND A-B PH A AMPS PH B--GND B-C PH B AMPS PH C--GND A-B PH C AMPS MEASURED INSULATION RESISTANCE, MEG OHMS, PHASE TO GROUND @ 1,000 VOLTS PH A PH B PH C MOTOR NAMEPLATE DATA VOLTS pH SF FLA THERMAL OVERLOAD DEVICE MFG CAT/PART NO AMPS SETTING OPERATING CONDITIONS COMMENTS CONTRACTOR'S SIGNATURE INSPECTOR'S SIGNATURE City of Pearland Bailey WTP Improvements General Requirements for Electrical Work Project No 7295A 16000-7 October 21, 2021 SECTION 16110 RACEWAYS AND FITTINGS PART 1 GENERAL 1 1 SECTION INCLUDES A The work shall include furnishing and installing all conduits, wireways, pull and junction boxes and outlet boxes, together with all supporting devices and other accessories required 1 2 SUBMITTALS A. Submit manufacturer's data on all materials, under provisions of Section 01300 PART 2 PRODUCTS 21 CONDUITS A. Galvanized Rigid Steel Conduit (GRC) Rigid, threaded, thick-wall, galvanized inside and outside or galvanized outside with a protective coating inside, UL listed and labeled according to Standard UL6, conforming to ANSI Standard C80 1 B Rigid Aluminum Conduit (RAC) Manufactured of 6063 alloy in temper designation T-1 Fittings shall be of the same alloy Conform to ANSI C80 5 specification and manufactured in accordance with UL6 C PVC-Coated Galvanized Rigid Steel Conduit Hot dip galvanized inside and out with hot galvanized threads 40 mil polyvinyl chloride exterior with 2 mil urethane interior UL listed and labeled according to Standard UL6, conforming to ETL Verified PVC-001 D Electrical Metallic Tubing (EMT) Steel tubing, galvanized outside and provided with a slick corrosion resistant interior coating, UL listed and labeled according to Standard 797, conforming to ANSI Standard C80 3 E Flexible Metal Conduit Spirally wound with hot dip galvanized steel strips (commercial Greenfield), to UL Standard UL 1 and UL listed and labeled F Liquidtight Flexible Metal Conduit• Spirally wound with hot dip galvanized steel strips as for flexible metal conduit, with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight UL listed for grounding G Liquidtight Flexible Metal Conduit (Aluminum) Spirally wound with continuously interlocked aluminum core for flexible metal conduit, with polyvinyl chloride cover extruded over the exterior to make conduit liquidtight UL listed for grounding City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-1 October 21, 2021 H Liquid Tight Non etallic Flexible Conduit Type LFNC-B, listed to UL standard UL1660 Liquidtight Flexible Nonmetallic Conduit shall be flame resistant and approved for the i stailation of electrical conductors I Rigid Nonmetallic onduit. Rigid nonmetallic conduit shall be NEMA TC2, type EPC-40 or EPC-80 PVC high impact, polyvinyl chloride (PVC) Fittings used with PVC conduit shall be PVC solvent weld type Nonmetallic conduits shall be UL listed for th-ir respective applications Minimum size shall be 3/4-inch 1 Exposed or as indicated Schedule 80 2 Buried Schedule 40 2 2 CONDUIT FITTINGS A Couplings, condul ts, and Terminations for GRC Factory made steel threaded condulets and co plings, gasketed, bushing at all boxes and cabinets, with locknuts inside a d outside box or cabinet Fittings shall be cast steel with threaded connecti•ns B Couplings, condul-ts, and Terminations for Rigid Aluminum Conduit Factory made threaded c•ndulets and couplings, bushing at all boxes and cabinets, with locknuts insi.a and outside box or cabinet Made from the same material as conduit Fitt ngs shall be provided with aluminum body with baked aluminum lacquer or epoxy power coating C Couplings, condulets, and terminations for PVC Coated Galvanized Rigid Steel Conduit Factory made condulets and couplings All condulets, couplings, and other fittings •hall be factory fabricated and shall meet the same standards as the PVC Coated Galvanized Rigid Steel Conduit D Condulets for Elec rical Metallic Tubing (EMT) Die cast copper-free aluminum threaded conduit •odies, covers, and gaskets E Couplings and Ter inations for Electrical Metallic Tubing (EMT) Join lengths of EMT with st el compression type couplings and connectors The connectors shall ave insulated throats or a smooth interior so as not to damage the insula ion during pulling operations F Couplings and Terminations for Flexible Metal Conduit. T&B 440 Series couplings at conn-ctions between flexible and rigid conduit, T&B 3110 or 3130 Series nyl•n insulated throat, steel connectors at box or cabinet terminations G Couplings and Ter inations for Liquid Tight Flexible Metal Conduit Adapters at connections be uween flexible and rigid conduit, nylon insulated throat steel connectors at bo or cabinet terminations Applications where Liquidtight Flexible Metal Conduit (Aluminum) is specified shall use aluminum connectors H Couplings and Te minations for Liquid Tight Nonmetallic Flexible Conduit Liquidtight Nonme allic Flexible Conduit Fittings shall be listed for the use with Liquidtight Flexibl: Nonmetallic Conduit and shall be marked LFNC-B (FNMC- B) Liquidtight Fitti gs uses for direct burial applications shall be listed for Wet Locations City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-2 October 21, 2021 Couplings and Terminations for Rigid Nonmetallic Conduit (PVC) PVC shall be solvent weld by male thread adapter, Schedule 40 or Schedule 80 as required Other fittings shall be solvent weld connections 2 3 WIREWAYS A Interior Use UL listed, enamel finished, sizes shown or required, hinged covers, complete with all fittings, couplings, hangers and accessories, Universal Hoffman or equivalent Wireway shall be positioned such that the cover opens downward Wireway shall be positioned such that the cover opens downward B Corrosive Area Use All wireways used in areas where chemicals are used or handled shall be 316 stainless steel C Exterior Use UL Listed, 316 Stainless Steel, sizes indicated or required, removable front cover which is gasketed 2 4 OUTLET BOXES A UL listed of sizes and types specified B Sheet Steel Boxes. Sheet panel not lighter than No 14 gauge, galvanized after fabrication, Raco or Steel City C Cast Metal Boxes Cast iron or cast alloy with threaded hubs, Crouse-Hinds, Appleton, or 0 Z /Gedney 2 5 PULL BOXES AND JUNCTION BOXES A Sheet steel, galvanized inside and outside, with galvanized covers B NEMA 4X 316 Stainless Steel, with hinged, lockable cover, and fast operating clamps C Small Boxes For boxes where the volume required is not over 100 cubic inches, use standard outlet boxes D PVC or fiberglass pull or junction boxes shall be provided with 316 stainless steel screws and hardware All factory provided carbon steel screws or hardware shall be replaced by the contractor E Larger Boxes For boxes where the volume is over 100 cubic inches, use cabinets as specified for panelboard cabinets with covers of same gauge as boxes, secured with corrosion resistant bolts or screws PART 3 EXECUTION 3 1 INSTALLATION OF RACEWAYS A. All wiring of every description shall be run in conduit or electrical metallic tubing unless noted or specified otherwise Conduits may be run exposed in machinery and electrical rooms and unfinished areas All other conduits shall City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-3 October 21, 2021 be run concealed unless otherwise noted All exposed runs shall be installed parallel and plum to the surface of the building or structure in a neat and orderly manner B Types All above grade conduits installed outdoors or in wet or damp locations, or on roofs shall b- GRC conduits C Above grade inte for conduits shall be GRC, RAC, or Schedule 80 PVC as specified In size' up to and including 1-1/2", EMT may be used in dry locations where not subject to mechanical damage EMT may be used in air conditioned spac:s, such as accessible ceilings, dry wall partitions and exposed where 3 feet above the floor EMT shall not be used outside, in concrete, underground, in underfloor spaces, or in locations likely to be damp. D Conduits installed below grade, in slabs, or buried in earth shall be PVC E Where PVC conduits stub up beneath electrical equipment into equipment maintenance pads, install an end bell at the termination of the conduit Conduits stubbed up in maintenance pads with no equipment above shall be terminated with a coupling and flush plug F All conduits install d on or above basins shall be Rigid Aluminum Conduit G In areas where Ri id Aluminum Conduit,is specified,. Liquidtight Flexible Metal Conduit (Aluminu ) shall be used H In areas where Sc edule 80 PVC conduit is specified, Liquidtight Nonmetallic Flexible Conduit s all be used I Liquidtight Nonme allic Flexible Conduit shall not be used outdoors J All conduits installed in corrosive areas or areas which store and/or meter chemicals, such .s a Chemical Building or room, shall be Rigid Aluminum Conduit or PVC S hedule 80 Conduits installed in Chemical handling areas outdoors shall be 'igid Aluminum Conduit Conduits in areas where sodium hydroxide, of any oncentration, is used or stored shall be Schedule 80 PVC K Rigid Aluminum C induit or PVC Coated Rigid Steel Conduit may be required for specific areas other than those specified herein as indicated on the drawings L. Installer certification, before installation, is required for PVC-Coated galvanized rigid steel conduit M Conduits that are field cut and threaded shall have the end reamed and thoroughly de-burr-d prior to installation All conduits shall be terminated in a hub or shall be pro ided with a threaded conduit bushing Where indicated or required, the cond it bushing shall be grounding type N Sizes Size and ins all raceways so that conductors may be drawn in without injury or excessive strain Make field bends with approved bending devices Do not install be ds or offsets in which conduit is crushed, deformed or otherwise injured '.izes of conduits shown on the drawings are minimum sizes City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-4 October 21, 2021 to be installed Size conduits per applicable electrical code O Connections Use lengths of flexible metal conduit, not less than 12" long at final connections to all motors, controls, and other devices subject to movement because of vibration or mechanical adjustment Use flexible metal conduit also at connections to recessed lighting fixtures, and elsewhere as required In damp or wet locations, and where installed outdoors, use liquidtight flexible metal conduit Do not install liquidtight flexible metal conduit to other devices or between panelboards .or enclosures unless specifically shown on the drawings or approved by the Engineer P In corrosive areas, or areas which store and/or meter chemicals, install non- metallic liquid tight flexible metal conduit Q Around Heat Producing Equipment Wherever possible, avoid installing raceways directly above or in close proximity to heaters and other like objects operating at high temperatures R Damp or Wet Locations In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways S Joining Rigid Conduits Join with threaded couplings Ream out all conduit ends after threading Secure rigid conduits at panel boxes, junction boxes, pull boxes, switchboards, support boxes, or sheet metal outlet boxes by galvanized locknuts, inside and outside, with insulating bushing inside Unthreaded set screw type couplings or connectors are not acceptable in rigid conduit systems No running threads shall be used in conduit systems T Install blank knock out plugs in all unused openings in boxes, enclosures; or panels All knock out plugs and other coverings shall match the material of the boxes, enclosures, or panels U Penetrations Wherever raceways pass through floors, walls, partitions, etc , carefully fill all space between the outside of the raceway and the building material to prevent passage of air, water, smoke and fumes Filling materials shall be fire resistive and in general, similar to the basic building materials through which the raceway passes 3 2 SEALING CONDUITS A. Damp or Wet Locations In damp or wet locations make every effort to avoid installing raceways in a manner which will create moisture traps Where they must be so installed, seal both ends of raceways with an approved sealing compound to prevent "breathing" and moisture condensation within the raceways B Protection of Raceways Seal ends of all raceways with blank discs ("pennies"), push pennies or other approved closers during construction Do not pull any conductors into raceways until all plastering and concrete finishing in the vicinity is completed Swab out all raceways before pulling in City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-5 October 21, 2021 conductors 3 3 INSTALLATION OF PVC CONDUIT A Transition from below grade PVC to above grade rigid steel or PVC coated rigid steel shall be before conduit rises out of ground On conduits larger than 2 inches, use rigid steel elbow Tape wrap the portion of rigid steel or PVC coated rigid steel conduit in the ground as specified in Section 16115 For areas inside buildings, or other designated areas, that are designated or noted to be provided with PVC coated rigid steel conduit, do not use tape wrap but use PVC coated rigid steel conduit. B PVC conduit shall, not be installed above grade in outdoor areas unless specifically indicated on the drawings 3 4 CONDUIT TAGGING A Unless the conduit purpose is obvious, all conduits shall be provided with a conduit tag at each end The tag shall be stamped stainless steel or aluminum and shall be attached with stainless steel tie wire Conduits that terminate at a box shall be identified inside the box B The conduit tag shall identify the opposite end of the conduit 3 5 SPARE OR EMPTY CONDUITS A Provide in every spare or empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring Lines shall be free from splices and shall have ample exposed length at each end, or coiled in a box B All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds C All spare conduits, not terminated in an enclosure, shall be terminated using a conduit cap or plug All spare conduits terminated in an enclosure or condulet shall be sealed using duct seal 3 6 CONDUIT SUPPORTS A Support material installed outdoors or in wet or damp locations shall be 316 stainless steel, malleable iron, or hot-dipped galvanized Support material installed indoors in dry locations may be electro-plate galvanized, unless indicated or noted otherwise B Support material shall be cut smooth and square Use band saw or chop saw Hacksaws shall not be used to cut support material C Support material for conduits installed in indoor corrosive areas or areas which store and/or meter chemicals, such as a Chemical Building or room, shall be 316 stainless steel or fiberglass D All anchor bolts shall be 316 stainless steel City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-6 October 21, 2021 E All supports that come in contact with the floor, roof, or where water may stand or accumulate, whether indoors or outdoors, shall be 316 stainless steel All support bases installed outdoors shall be 316 stainless steel F Support Spacing Use minimum spacing as directed by National Electrical Code, but space hangers more closely where required by conditions G Vertical Conduit Risers Support vertical conduits at each floor by means of riser clamps or U-bolts, clamping them to a steel channel bridging the opening in the floor H Individual Conduits Support conduits running vertically or horizontally with galvanized malleable iron one hole clamps with backing plates and spacers Use no perforated strap iron as hanger material Supports provided with PVC Coated GRC conduit shall be corrosion resistant. Galvanized steel supports will not be acceptable J All galvanized material cut during installation shall have the cut ends painted with a zinc rich paint 3 7 INSTALLATION OF OUTLET BOXES A. Usage Provide at each outlet or device of whatever character a metal outlet box in which conduits shall terminate B Boxes Recessed in Construction Sheet steel boxes C For Lighting Fixture Outlets 4" octagonal by 1-1/2" minimum depth with 3/8" fixture stud porcelain bases which are surface mounted, wall mounted or suspended D For Wall Switches, Receptacles and Communications Use Use 4" x 4" size with proper square cornered tile wall cover, plaster cover, or finishing plate, except where construction will not permit or the device requires a larger box E Wall Mounted Telephone Outlet Boxes 4-11/16" square by 2-1/8" deep, unless otherwise noted or unless wall construction requires a smaller box F Boxes for Exposed Work. Cast metal boxes G Boxes for Outdoors Cast metal boxes with gasketed covers 3 8 INSTALLATION OF PULL AND JUNCTION BOXES A. Pull or junction boxes installed in indoor corrosive areas or areas which store and/or meter chemicals, such as a Chemical Building or room, shall be 316 stainless steel, PVC, or fiberglass B Sizing Size all pull and junction boxes in accordance with NEC, using larger sizes than required by code where job conditions so indicate City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-7 October 21, 2021 C Mounting Fasten all boxes securely to the building construction, independent of conduit systems On concealed conduit systems where boxes are not otherwise accessible, set box covers flush with finished surfaces for access D Identification of Pull and Junction Boxes. Each pull and junction box shall be labeled with indelible ink to indicate the wiring contained inside the box The label shall indicate the panel and circuit number of the wiring contained The cover plates of boxes serving emergency circuits shall be painted red Boxes servicing other systems shall be indicated by name END OF SECTION City of Pearland Bailey WTP Improvements Raceways and Fittings Project No 7295A 16110-8 October 21, 2021 SECTION 16115 UNDERGROUND ELECTRICAL DUCT AND CONDUIT PART 1 GENERAL 1 1 SECTION INCLUDES A Underground electrical duct and direct burial conduit, together with all other accessories required. 1 2 SUBMITTALS A Submit manufacturer's data on all materials, under provisions of Section 01300 PART 2 GENERAL 2 1 UNDERGROUND DUCTS A. Schedule 40, heavy wall, high impact rigid virgin polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and UL listed, Carlon or equivalent. 2 2 CONDUITS A Underground PVC Conduit Schedule 40, heavy wall, high impact rigid virgin PRECAST polyvinyl chloride (PVC) conduit and fittings, conforming to NEMA Publications TC2 and TC3 and UL listed for direct burial use, Carlon or equivalent B Rigid Steel Conduit• As specified under Raceways and Fittings, Section 16110 C Rigid Aluminum Conduit As specified under Raceways and Fittings, Section 16110 D PVC-Coated Galvanized Rigid Steel Conduit As specified under Raceways and Fittings, Section 16110 2 3 BURIED CABLE MARKING TAPE A Buried cable marking tape shall meet the following requirements 1 5 mil thick 2 Six inches wide 3 Detectable Aluminum core 4 Permanently printed A.P W A uniform color coded 5 Red — "CAUTION BURIED ELECTRIC LINE BELOW " City of Pearland Bailey WTP Improvements Underground Electrical Duct and Conduit, Project No 7295A 16115-1 October 21, 2021 PART 3 GENERAL 31 GENERAL. A After the affected electrical work has been installed, tested, and approved, backfill all excavations with suitable material Include the cutting, of all sidewalks, streets, and other pavement and repairing the openings in them to return the surface to its original condition 3 2 EXCAVATIONS A Perform all excavations of every description of whatever substances encountered and to the depths required for installation of the work under this Division B During excavation, stockpile material suitable for backfilling in an orderly manner a sufficient distance from the banks of the trenches to prevent slides or cave-ins Remove all excavated material not required or suitable for backfill, or waste as directed Control grading to prevent surface water from flowing into excavations and remove any accumulated water by pumping C Use open cut grading and make trenches of the necessary width for proper installation of the lines with banks as nearly vertical as possible D Grade the bottom of trenches accurately to provide uniform bearing and support for conduit or duct on undisturbed soil at every point along its entire length E Except at locations where excavation of rock from the bottoms of trenches is required, take care not to excavate below the depths required Where rock excavation is required, remove the rock to a minimum overdepth of 4 inches below the trench depths specified Backfill the overdepth rock excavation and excess trench excavation to the proper level with sand prior to the installation of conduit or ducts Whenever wet or otherwise unstable soil that is incapable of properly supporting conduits or ducts is encountered in the trench bottom, remove such soil to a depth required and backfill the trench to trench bottom grade with sand or other suitable material 3 3 BACKFILLING A. Carefully backfill trenches with earth, sandy clay, sand and gravel, or other approved material free from large clods of earth or stone, deposited in thoroughly and carefully compacted 6-inch layers Do not use blasted rock, broken concrete or pavement, or large boulders as backfill material Settling the backfill with water will be permissible and will be required when so directed Re-open any trenches improperly filled or where settlement occurs to the depth required for proper compaction the refill, mound over and smooth off B Backfill open trenches across roadways or other areas to be paved as specified above except that the entire depth of trench shall be backfilled in 6-inch layers, each layer moistened and compacted to a density of not less than 95 percent Standard Proctor in such manner as to permit the rolling and compaction of City of Pearland Bailey WTP Improvements Underground Electrical Duct and Conduit Project No 7295A 16115-2 October 21, 2021 the filled trench together with the adjoining earth to provide the required bearing valve and permit paving of the area immediately after backfilling is completed Along all other portions of the trenches, grade the ground to a reasonable uniformity and leave the mounding over the trenches in a uniform and neat condition C All trenches that settle shall be refilled by the contractor 3 4 UNDERGROUND DUCT INSTALLATION, A. Use PVC electrical ducts, installed with concrete encasement, with a minimum of 3" of concrete between ducts and earth, and with 2 inches of concrete between adjacent ducts Provide minimum 30 inches of cover from the top of conduits to finished grade, or as indicated on the drawings Install with uniform slope for drainage, with no low pockets to collect water B Where ducts cross beneath roadways, or other locations as indicated on the drawings, reinforce the duct with rebar as indicated on the drawings C After the concrete is poured, cover the entire surface of the concrete with a red dye The red dye shall be provided with a uniform cover and shall be worked into the concrete a minimum of 2-3 inches D Build up duct banks completely in the trench before placing concrete, using factory-fabricated plastic conduit spacers in staggered spacings, and securing the entire assembly with heavy twine or cord to ensure rigidity during pouring Do not use metal for this purpose Assemble conduits with staggered adjacent couplings so that no two couplings will lie in the same transverse plane,, in a vertical direction Use solvent cement as directed by the duct manufacturer in making up all joints E Fabricate duct runs with standard factory-made fittings, elbows and accessories Make all changes of direction, horizontal or vertical with long sweep bands having a minimum radius of 25 feet, except that manufactured bends at or near the ends of the runs may be used on short runs of 100 feet or less Make long sweep bends with one or more curved or straight sections of duct Manufactured bends, where permitted, shall have a minimum radius of 10 times the nominal duct diameter Where manufactured ducts of greater than a 30 degree angle are required, use rigid hot dipped galvanized steel conduit bends During construction, protect partially completed duct lines from entrance of dirt and debris by means of suitable factory-made duct plugs After completion of installation, seal all ends of spare ducts with factory-made duct plugs F Where ducts enter in or under buildings, or turn up through equipment pads, change from PVC duct to rigid galvanized steel conduit below grade outside the structure, using suitable factory adapters At the point of change of materials, extend the concrete envelope to enclose at least 2 feet of steel conduit Wrap all steel conduits and fittings buried in earth as specified elsewhere herein City of Pearland Bailey WTP Improvements Underground Electrical Duct and Conduit Project No 7295A 16115-3 October 21, 2021 G Install the concrete envelope for a given duct run in one pour where possible Use concrete of 3000 psi compressive strength In pouring concrete, do not allow heavy masses of concrete to fall on ducts Direct flow of concrete down sides of assembly to bottom, forcing it to flow to center of bank and then to rise up in middle, filling all spaces uniformly Spade concrete liberally and carefully with a long, flat slicing bar between vertical rows to eliminate voids Weight or brace .the duct bank assembly if necessary, to prevent the assembly from floating Because of the fact that PVC conduits may expand considerably during construction, each run and its concrete envelope shall be installed starting at one end and processing toward the other with any necessary adjustments to length being made at the end toward which the work is progressing H After ducts are installed, complete with envelope, and before pulling any cable, pull a mandrel through every duct to check for alignment and clear passage Use an iron-shod mandrel with a diameter of 1/4 inch less than the nominal size of the duct and a length equal to the duct diameter Mandrel shall have a leather or rubber gasket slightly larger than the duct hole After testing the ducts with the mandrel, pull a stiff-bristled brush through each duct until it is clear of all particles of earth, sand or gravel, then install duct plugs immediately 3 5 UNDERGROUND PVC CONDUIT INSTALLATION A Install at least 18 inches below finished grade unless indicated otherwise Assemble and install raceways in accordance with manufacturer's instructions Make joints with couplings and solvent cement Fabricate bends of 30 degrees or more with factory-made elbows, or make field bends with proper heating equipment Bends showing signs of overheating or flattening are unacceptable Ream ends of all conduits before joining B "Snake" PVC conduit in trench, from side to side, with a complete cycle every 40 feet to allow for expansion and contraction Maintain this configuration during backfilling C Where conduit turns up out of earth, or floor slabs, change from PVC to rigid galvanized steel conduit below grade and outside of such structures Make similar change from PVC to rigid galvanized steel conduit at connections to underground pull or junction boxes Wrap all steel conduits and fittings buried in earth as specified elsewhere herein D Do not extend any PVC conduit above grade E Install 6 inch wide detectable electrical warning tape above conduits 3 6 UNDERGROUND RIGID STEEL CONDUIT INSTALLATION A All rigid galvanized steel conduit exposed to earth shall be wrapped with 3M Company 0 020 inch thick No 51 "Scotchrap" vinyl plastic tape, half lapped to give double thickness wrap Remove all oil, grease and dirt from conduit with a suitable solvent, and clean and dry conduit before wrapping If conduit is pre-wrapped in the shop and then cut and joined on the job, wrap all joints on the job, overlapping pipe wrapping 3" on both sides of joints City of Pearland Bailey WTP Improvements Underground Electrical Duct and Conduit Project No 7295A 16115-4 October 21, 2021 B All PVC coated rigid steel conduit connected to below grade PVC conduit shall be wrapped with 3M Company 0 020 inch thick No 51 "Scotchrap" vinyl plastic tape, half lapped to give double thickness wrap, between the PVC coating and the PVC conduit to cover any steel conduit exposed Remove all oil, grease and dirt from metal with a suitable solvent, and clean and dry conduit before wrapping C Provide PVC coated rigid steel conduits for penetrations through concrete as specified 3 7 EXISTING UNDERGROUND CONDUITS Existing underground conduits shall be removed in their entirety or abandoned in place, as indicated on the drawings or directed by the Engineer 3 8 SPARE OR EMPTY CONDUITS A. Provide in every spare or empty raceway, not containing conductors to be installed by this Contractor, a suitable pull line to facilitate future installation of wiring Lines shall be free from splices and shall have ample exposed length at each end B All lines shall be nylon or polyethylene cord with a tensile strength not less than 200 pounds C Identify each end of each line with a stainless steel tag bearing complete information as to the purpose of the raceway and the location of its other end D All spare conduits, not terminated in an enclosure, shall be terminated using a conduit cap or plug. 3. 9 MANHOLES A Manholes 1 Precast manholes a Grout or seal all joints, per manufacturer's instructions b Provide a premolded joint compound between the precast lid and joints between any sections Ram Nek, Kent Seal, or Engineer approved equal 2 Covers and frames. Paint with two coats of asphalt paint before setting 3 Support cables on walls by cable racks a Provide a minimum of two (2) racks, install symmetrically on each wall of manholes Provide additional cable racks, as required, so that both ends of cable splices will be supported horizontally City of Pearland Bailey WTP Improvements Underground Electrical Duct and Conduit Project No 7295A 16115-5 October 21, 2021 b Equip cable racks with adjustable hooks Quantity of cable hooks as required by the number of conductors to be supported 4 In each manhole, drive ground rod into the earth with approximately 6 inch exposed above finished floor a Drill opening in floor for ground rod b Connect all metallic components to ground rod by means of #8 AWG minimum size wire with approved grounding clamps 5 Install manhole as indicated on the drawings 6 Unless otherwise detailed on the Drawings a In unpaved areas, install so that the top of cover is 1 inch above finished grade b In paved areas, install so that cover is flush with finished grade c Where existing grades are higher than finished grades, install sufficient number of courses of curved segmented concrete block between top of manhole and manhole frame to temporarily elevate manhole cover to existing grade level After final grade is achieved, modify blocks as required to achieve the specified top of cover If necessary, provide fill material and grade area 7 After installation is complete, backfill and compact soil around manholes and manholes 8 Manhole size a As indicated on the Drawings or as required for the number and size of conduits entering END OF SECTION City of Pearland Bailey WTP Improvements Underground Electrical Duct and Conduit Project No 7295A 16115-6 October 21, 2021 SECTION 16120 CONDUCTORS PART 1 GENERAL 1 1 SECTION INCLUDES A Conductors,together with all splices, connections, and identification, including pulling devices 1 2 SUBMITTALS A. Submit manufacturer's data on all materials, under provisions of Section 01300 B Submit manufacturer's recommended VFD cable termination guide PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable 1 Building wire, power and control cable a Alphawire b General Cable c Okonite Company d Southwire Company 2 Multi-conductor 600 Volt Power Cable a General Cable b Okonite Company 3 Control Cable a Alphawire b General Cable c Okonite Company 4 Instrumentation cable a Alphawire Belden Inc c General Cable 5 Shielded 600 Volt VFD cable a Belden Inc b General Cable City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-1 October 21, 2021 c Okonite Company d Priority Wire and Cable (Prysmian) e Southwire Company 6 Fiber optic cable a Superior Essex 2 2 CONDUCTORS (600 VOLTS AND UNDER) A Type Soft drawn, annealed copper, UL listed, rated at 600 volts, continuous without weld, splice or joint, uniform cross-section, free from flaws, scale and other imperfections, Okonite, Triangle, or Simplex No 8 and larger shall be stranded, No 10 and smaller shall be solid B Insulation Branch circuits shall have type THHN/THWN or XHHW insulation unless the type is specifically designated or specified Service feeders shall be type THHN/THWN or XHHW Feeder circuits shall be Type THHN/THWN or XHHW C All conductors installed underground or in areas where exposed to damp or wet locations shall be rated THWN or XHHW D Circuits Subjected to High Temperatures Type XHHW 90 C conductors for wiring in proximity to boilers, and for motors and devices subject to high temperature because of high ambient temperature or convection or radiant heat E Lighting Fixture Conductors Type and size approved by the NEC for the purpose 2 3 MULTI-CONDUCTOR POWER CABLE A References UL 1277, UL 1581, ICEA S-61-402 (NEMA WC5), ICEA T-29- 520, IEEE 383 B Multiconductor cable, 3 or 4 conductor as required C Bare stranded copper equipment grounding conductor sized in accordance with NEC Table 250 122 D Conductor No 12 AWG minimum, 7 or 1,9 strands, concentric-lay, tin-plated copper Maximum operating temperature 90°C E UL listed for use in cable trays F Conductor Insulation Type XHHW G Shield None H Cable assembly jacket Black flame retardant chlorinated polyethylene compound or Solonon, applied over tape wrapped cable core, rated 600 volts City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-2 October 21, 2021 I Factory Tests Insulted conductors shall conform to the UL requirements for Type XHHW Assembly jacket shall meet the requirements of UL 1277 Cable shall conform to the flame test requirements of IEEE 383 and UL 1277 for Type TC power tray cable J Conductor color coding for shall conform to ICEA Method 1, Table E-2 2 4 CONTROL CABLE A Reference UL 83, UL 1277, ICEA S-61-402 (NEMA WC5) B Multi-conductor cable C Conductor• No 14 AWG minimum, 7 or 19 strands, concentric-lay, tin-plated copper Maximum operating temperature 90°C D UL listed for use in cable trays E Conductor Insulation Type THHN/THWN F Shield None G Cable assembly jacket Black flame retardant PVC UL 1277, Table 10 17, applied over tape wrapped cable core, rated 600 volts H Conductor color coding shall conform to ICEA Method 1, Table E-2 I Factory Tests Insulated conductors shall conform to the requirements of UL 83 for Type THHN/THWN Assembly jacket shall meet the requirements of UL 1277 Cable shall conform to the flame test requirements of UL 1277 for Type TC power and control tray cable 2, 5 INSTRUMENT CABLE A. Reference UL 2250, UL 1277 B The assembly shall be rated 600 volts, 90°C C The assembly shall be UL listed as sunlight resistant, for cable tray use, and shall meet the requirements for types CL2 and CL3 cable D Conductor No 16 AWG minimum, 7 strand, concentric-lay, tin-plated copper E Insulation Polyvinyl chloride Not less than 15 mils average thickness (13 mils minimum thickness), UL 62, Type TFFN F Lay Twisted pair or triad with 1-1/2 to 2-1/2 inch lay G Shield Each pair or triad and cable assemble shall have combination aluminum- polyester helically applied tape and 7 strand AWG minimum size, tinned copper drain wire, shield applied to achieve 100 percent cover over insulated conductor Shield tape on pair and/or triad assemblies shall be applied in such a way as to give total shield isolation from all other pair or triad shields. City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-3 October 21, 2021 H Cable assembly Black flame retardant polyvinyl chloride, U,L 1277 applied over tape wrapped cable core Conductor Identification Single pair• One conductor black, one conductor white Single triad One conductor black, one conductor white, and one conductor red J Factory Tests Insulated conductors shall conform to the requirements of UL 62 for Type TFFN Assembly jacket shall conform to the requirements of UL 1277 Cable shall meet the vertical-tray flame test requirements of UL 1277 2 6 SHIELDED 600 VOLT VFD CABLE A Provide shielded, multi-conductor VFD cable for all motor leads from VFD to motors B Shielded VFD Cable 1 Conductor shall be tin-plated copper, stranded with 600 V rated insulation 2 Surface mark with manufacturer's name or trademark, conductor size, insulation type and UL label 3 Cables No 1 AWG and less a Conform to NEMA/ICEA WC 70/S-95-658 and UL 44 and UL 1277 for type RHW-2 or XHHW-2 insulation with an overall PVC jacket b Shielding 85 percent tinned copper braid, full size tinned copper drain wire and 100 percent foil shield c Number of conductors 3 phase and 1 full size ground 4 Cables No 2 through 750 MCM' a Conform to NEMA/ICEA WC 70/S-95-658 and UL 44 type XHHW-2 insulation b Shielding Continuous corrugated copper-free aluminum sheath covered with a PVC jacket or 5 mil copper tape, longitudinally applied with a minimum overlap of 15 percent c Number of conductors 3 phase and 3 equally spaced ground conductors 5 Individual conductor color coding a ICEA S-58-679, Method 4 b See PART 3 of this Specification Section for additional requirements City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-4 October 21, 2021 6 When installed exposed outdoors, UL listed and marked as sunlight resistant 7 For continuously corrugated cable, use manufacturer approved fittings 8 Conform to NFPA 70, Type TC and IEEE 1202 or CSA FT-4 2 7 FIBER OPTIC CABLE A. Fiber optic cable shall be dry block, tight buffer, multimode, OFNR, 0M2 minimum, 12 Strand fiber optic cable Superior Essex part number W3012AGyy B Fibers within the cable shall be color-coded so that each fiber may be individually identified The color sequence suggested is as follows blue, orange, green, brown, slate, white, red, black, yellow and violet Dashed versions of the same colors may be used to continue the sequence, depending on the cable structure and fiber count C Systems Integrator shall furnish breakout kit for termination of loose tube fiber 2 8 JOINTS AND SPLICES A. Stranded Copper Conductors UL approved tin-plated, copper compression connectors, Thomas & Betts, Panduit, or Burndy All connectors shall be of proper sizes to match conductor sizes All compression connectors shall be applied with properly sized dies and tools Split-bolt connectors or other mechanical connectors are not acceptable B Solid Copper Conductors UL approved electrical spring connectors of "Scotchlock", Ideal, T&B, or approved equivalent All connectors shall be of proper sizes to match conductor sizes Split bolt connectors are not acceptable 2 9 COLOR CODING A. Use standardized color-coding of conductors throughout All color coding shall be continuous for the entire length of the conductors, and shall be permanent and readily distinguished after installation In cases where they specified colors of insulated wire and cable are unavailable, such conductors shall be color-coded, as specified above, by means of Brady, or plastic tape at all pull boxes, support boxes, outlet boxes, panelboards, and other terminal and splicing points Heat shrink sleeves for tight fit B For No 6 AWG and smaller conductors, color coding shall be provided by using conductors with continuous color imbedded in the insulation For all conductors larger than No 6, Scotch 35 marking tape, or equivalent may be used to color code the cable Where marking tape is used, the cable shall be identified at every accessible location Provide a minimum of 2 inches of tape at each location C Neutral conductors shall be white or natural gray Grounding conductors shall be green or green with one or more yellow stripes City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-5 October 21, 2021 D Conductors shall be black, red and white for lines 1, 2 and neutral respectively in the 240/120 volt system E Phase conductors shall be brown, orange, and yellow for phases A, B, and C respectively in the 480 volt system F Phase conductors shall be black, red, and blue for phases A, B, and C respectively in the 208 volt system G Phase conductors shall be black, orange, and blue for phases A, B, and C respectively in the 120/240 volt, 3-phase, 4-wire system Identify the "high leg" with orange H Color coding,for multi conductor control circuits shall conform to ICEA Method, 1, Table E-2 PART 3 EXECUTION 31 CONTINUITY A All conductors shall be continuous between points of termination B Splices between points of termination in power, control, and instrumentation conductors are not acceptable unless specifically approved C Splices in boxes permissible in 120-volt lighting and receptacle circuits only 3 2 JOINTS AND SPLICES A Do not splice control or instrument cables Instrument or control cables shall only be terminated at devices or on terminal blocks Conductors may be terminated without compression connector on terminal blocks with appropriate mechanical type terminals Conductors terminated at terminal blocks with screw terminals shall be terminated with insulated, tin-plated copper locking fork terminals B Terminations at 600 volt motors shall use properly sized tin-plated, copper compression connectors on each motor lead and incoming power supply Connectors shall be bolted together with zinc plated bolt, nut, flat washer, and lock washer The connection shall be made using the 3M Series 5300 Motor Lead Splicing Kit, installed in accordance with the manufacturer's instructions C For terminations at motors lower than 600 volts, Scotchfil shall be applied to round out the connection and the entire connection shall be wrapped with Scotch 88 D Only receptacle and lighting circuits will be allowed to be spliced Make joints and splices in solid copper conductors only where necessary and only at outlet boxes and pull boxes All joints shall be mechanically and electrically secure E Ground the drain wire of shielded instrumentation cables at one (1) end only Grounding location shall be at the load (e g control panel), not at the source (e g , field mounted instrument) City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-6 October 21, 2021 F Cut conductor off square, trim insulation back the correct distance and prepare the conductor strands for termination as specified Apply the proper lug or splice connector, making certain that the conductor strands are inserted full length of the barrel 3 3 WIRE PULLING A Provide suitable installation equipment for pulling conductors into raceways or conduits Use ropes of polyethylene, nylon or other suitable material to pull in conductors Attach pulling lines to conductors by means of woven basket grips or by pulling eyes attached directly to conductors Grips and pulling eyes shall be Kellems or equivalent. All conductors to be installed in a single conduit shall be pulled in together Pull no conductors into conduits until all, work of a nature which may cause injury to conductors is completed Use cable pulling compound where necessary B Cable Lubricants All cable lubricants shall be UL,listed, and shall be certified by their manufacturer to be non-injurious to the insulation on which they are used 3 4 WIRE INSTALLATION (600 VOLTS AND UNDER) A. Feeders Run all feeders their entire length in continuous pieces without joints or splices, insofar as practicable Make joints in branch circuits only where circuits divide as shown on drawings Such joints shall consist of one through circuit to which shall be spliced the tap circuit B All circuits smaller than #2AWG, installed in manholes or pullboxes, shall be multi-conductor type C Branch Circuits Not more than one power or lighting circuit shall be installed in a single conduit, except that one 3-wire circuit or one 4-wire circuit consisting of 2 different phase wires and a common neutral or 3 different phase wires and a common neutral may be installed in a single conduit This provision shall not prohibit the installation in a single conduit of all conductors of a circuit with three and four-way switching D Sizes No wire shall be smaller than No 12 except for control circuits E Home runs on 120 volt, 20 ampere Lighting Branch lighting outlet exceeding 75 feet, use No 10 conductors, otherwise use No 12 conductors Power and Lighting circuits of different system voltages (eg 208Y/120 and 480Y/ 277 volts) shall not occupy the same conduit F Wire and cable shall not be pulled tight against bushings nor pressed heavily against enclosures G Bundling Conductors Bundle all conductors in panelboards, cabinets and the like using nylon straps made for the purpose Bundle conductors larger than No 10 in individual circuits Bundle smaller conductors in larger groups Straps shall be Panduit, Thomas and Betts, or equivalent City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-7 October 21, 2021 H Except as required for sealing conduits in classified areas, after wire and cable have been installed and connected, conduit ends shall be sealed with a non- hardening sealing compound (Duxseal or equal); forced into conduits to a minimum depth equal to the conduit diameter This shall apply for all conduits, including spares, entering any structures or electrical enclosures from underground, or from wet/corrosive areas Seal conduit at both ends of the conduit 3 5 CABLE IDENTIFICATION A. Identity Tags Non-ferrous, stamped to clearly identify each circuit Securely fasten tags to all cables, feeders and power circuits in pull boxes, lighting, power and distribution panelboards, motor control centers, control panels, etc 3 6 FIBER OPTIC CABLE A. Fiber Optic Cable 1 Unless indicated otherwise, install all fiber optic cable in conduit 2 Optical fibers shall not be spliced 3 Where exposed to contact with electric conductors, the noncurrent carrying metallic members (if applicable) of optical fiber cables entering buildings shall be grounded as close to the point of entrance as practicable in accordance with NFPA 70 4 Install cables in accordance with the requirements of NFPA 70 B Fiber optic cable shall be provided and installed by the Electrical Contractor and terminated and tested by the Systems Integrator 3 7 TERMINATING VFD CABLES A VFD cables shall be terminated at the motor and at the VFD in accordance with the manufacturer's instruction B Terminate VFD cable shield at the drive end and at the motor end using a Shield Termination Kit that properly grounds the cable shield Submit kit for review END OF SECTION City of Pearland Bailey WTP Improvements Conductors Project No 7295A 16120-8 October 21, 2021 SECTION 16140 WIRING DEVICES PART 1 GENERAL 1 1 SECTION INCLUDES A Material and installation requirements for• 1 Light switches 2 Occupancy sensing switch 3 Dimmer switch 4 Receptacles 5 Multi-outlet assembly 6 Device wall plates and cover plates B Suitable outlet boxes, with the wiring devices indicated All shall be properly connected to conductors so as to be operable 1 2 QUALITY ASSURANCE A Referenced Standards 1 National Electrical Manufacturers Association (NEMA) a 250, Enclosures for Electrical Equipment (1000 Volts Maximum) b WD 1, Wiring Devices c WD 6, Wiring Devices - Dimensional Requirements 2 Underwriters Laboratories, Inc (UL) a 20, General Use Snap Switches b 498, Attachment Plugs and Receptacles c 514A, Metallic Outlet Boxes d 894, Safety Switches for Use in Hazardous (Classified) Locations e 943, Ground-Fault Circuit-Interrupters 1 3 SUBMITTALS A Submit manufacturer's data on all materials, under provisions of Section 01300 City of Pearland Bailey WTP Improvements Wiring Devices Project No 7295A 16140-1 October 21, 2021 PART 2 PRODUCTS 21 MATERIALS A. Acceptable Manufacturers The catalog numbers listed herein are generally of Hubbell manufacture Equivalent devices of Arrow-Hart, Pass and Seymour, or Leviton are acceptable, or engineer approved equal B Classification All wiring devices shall be "Specification Grade", and shall be UL listed C Colors All devices shall have an ivory finish, unless otherwise indicated 2 2 WALL TOGGLE SWITCHES A. Wall switches shall be rated 20 amperes B Provide the following 120/277 volt switches Device Hubbell Catalog No. Single pole wall switch 1221 Three-way wall switch 1223 Four-way wall switch 1224 2 3 DIMMING SWITCHES A. Low voltage dimmer switches shall be provided for control of the LED fixtures as indicated on the drawings B 120 volt, low voltage type, 3-way dimmers C 800 W D Dimming from the switch shall be uniform across the entire dimming function of the switch E Acuity sPODM switchpod, or approved equal 2 4 OCCUPANCY SENSING WALL SWITCH A Self-contained, low profile, soft-click push button control system that replaces a standard toggle switch Latching air gap relay switching mechanism, compatible with LED loads B Detection of changes in the infrared energy The sensor to respond only to those signals caused by human motion C Temperature compensated, dual element sensor and a multi-element Fresnel lens D System voltage 120 Vac or 277 VAC City of Pearland Bailey WTP Improvements Wiring Devices Project No 7295A 16140-2 October 21, 2021 E No minimum load F Wall switches shall be completely programmed as requested by the Owner G Acuity WSX-PDT, or approved equal 2 5 RECEPTACLES A. Receptacle, 20-ampere, 125-volt, 2-pole, 3-wire grounding duplex Hubbell No 5362 B Receptacle, 20-ampere, 125=volt, 2-pole, 3-wire Grounding Duplex with Self- contained Ground Fault Circuit Interrupter Hubbell No GF 5362, NEMA 5-20R C Recessed outlets shall be Hubbell RR201 CHW, white, NEMA 5-20R D Other receptacles as indicated on the drawings 2 6 DEVICE PLATES A Provide coverplates for all wiring devices, telephone, signal outlets and other kindred devices B Device plates in offices and similar finished areas shall be shall be white, nylon, single or multiple gang as required C Device plates in unfinished areas, equipment rooms, shops, machinery rooms, and other similar areas shall be stainless steel 0 04 inch, thick brushed, Type 302 Provide stainless steel screws D Corrosive Areas 1 Type 302 stainless steel screws, with stainless steel screws, or PVC 2 Coverplate a Gasketed, PVC coated malleable iron or copper free aluminum with stainless steel screws utilizing rocker, front mounted toggle or pull type switch b Single or multiple gang as required 2 7 OTHER DEVICES A. Weatherproof Receptacles Receptacles indicated to be installed outdoors or in wet locations shall be installed in an FD box with a weatherproof while in use cover that meets the requirements of NEC Article 406 9(B)(2)(a) Cover shall be cast metal equal to Intermatic, Incorporated Simplex or duplex, vertical or horizontal as indicated or required B Switches indicated to be installed outdoors shall be provided with a malleable iron FD box with a Crouse Hinds DS-185 cover C Telephone Outlets Provide RJ-11 wall jacks as indicated White City of Pearland Bailey WTP Improvements Wiring Devices Project No 7295A 16140-3 October 21, 2021 PART 3 EXECUTION 3 1 CIRCUIT IDENTIFICATION A At each wiring device, identify the panelboard and circuit number from which served Use machine-printed, pressure-sensitive, abrasion-resistant label tape on face of plate and durable wire markers or tags within outlet boxes B At each wiring device, install a label on the inside of the coverplate which shall identify the panel and circuit number to which the device is finally connected The labels shall be made on the job with indentation-type Dynamo adhesive tape Attach the label to the plate with contact cement or other suitable adhesive material In lieu of a label,the panel and circuit number may be neatly marked on the inside of the coverplate with an indelible pencil. 3 2 INSTALLATION A. Receptacles shall, be wired complete, including branch circuits from panelboards B Increase size of receptacle boxes as required to accommodate larger devices, such as ground fault circuit interrupter receptacles,, etc C Install wiring devices and accessories as indicated, in accordance with the manufacturer's written instructions, applicable requirements of the NEC and in accordance with industry practices D Coordinate with other Work, including painting, electrical boxes and wiring installations, as required to interface installation of wiring devices with other Work E Install wiring devices in electrical boxes that are free from building materials, dirt, and debris F Install wiring devices and tighten connectors and terminals after wiring work is completed Install wall plates after painting work is completed Provide blank plates for empty outlets G Protect installed components from damage Replace damaged items prior to final acceptance 3 3 FIELD QUALITY CONTROL. A. Prior to energizing circuits, test wiring for electrical continuity and for short- circuits Ensure proper polarity of connections is maintained Subsequent to energizing, test wiring devices and demonstrate compliance with requirements, operating each operable device at least six times B Test each ground fault interrupter receptacle to ensure proper operation Receptacles tripping above the UL maximum current level shall be replaced City of Pearland Bailey WTP Improvements Wiring Devices Project No 7295A 16140-4 October 21, 2021 3 4 MOUNTING HEIGHTS A. Where mounting heights are indicated on the drawings, the device shall be installed with the centerline of the device at the indicated height B In general, devices which are shown to be installed at counters or other millwork shall be installed above the counter or millwork, unless noted Wall switches shall be installed on the strike side of the door as finally hung C Unless otherwise noted on the drawings, install device at the following heights. Device Mounting Height Wall Switch 48" Receptacle 18" Telephone Outlet 18" Exposed receptacles 36" END OF SECTION City of Pearland Bailey WTP Improvements Wiring Devices Project No 7295A 16140-5 October 21, 2021 SECTION 16150 MOTOR AND EQUIPMENT CONTROLS AND WIRING PART 1 GENERAL 1 1 SECTION INCLUDES A. Material, equipment and service necessary for and incidental to motor and equipment wiring and control 1 .2 SUBMITTALS A Submit manufacturer's data and drawings on all equipment items, under provisions of Section 01300 PART 2 PRODUCTS 21 SUPPLY A. All motors will, unless otherwise noted, be furnished under other Divisions of the Specifications Where motors are mounted integrally with items of equipment, they will be erected in place with such equipment ready for electrical connection B Obtain all motor controls from a single manufacturer 2 2 MOTOR STARTERS A All motor starters (controllers) and control equipment shall be furnished, and installed under this Division of the Specifications B Units shall be of Allen-Bradley, Eaton, or Square D manufacturer with the proper enclosures C Provide enclosures suitable for the environmental conditions at the controller location Enclosures shall be NEMA '1 in indoor areas and NEMA Type 4X 316 stainless steel in outdoor areas, except as otherwise indicated D Provisions shall be provided for padlocking the enclosure door E Provide pushbutton stations, pilot lights and HAND-OFF-AUTOMATIC switches as shown Provide auxiliary contacts on starters to accomplish interlocks and control as specified or as noted Equip each starter unit with a control power transformer, as indicated, with 120 volt secondary, a secondary fuse in one leg and the other secondary leg grounded Provide a panel- mounted elapsed-time meter, non-resettable type, with display in hours and tenths. Transformers not required for 120-volt starters F Coordinate the features of each motor controller with .the ratings and characteristics of the supply circuit, the motor, the required control sequence, the duty cycle of the motor, drive, and load, and the pilot device, and control circuit affecting controller functions Provide each motor with suitable City of Pearland Bailey WTP Improvements Motor and Equipment Controls and Wiring Project No 7295A 16150-1 October 21, 2021 controller or device complete with manual or magnetic control, as required, of standard NEMA sizes Provide controllers that are horsepower rated to suit the motor controlled G Arrange control circuits for manual, auto, and other signal inputs from mechanical control panels, and arrange control power to de-energize control circuits whenever operating power supply to particular equipment is disconnected I-1 Motor starters shall be combination type, motor circuit protector or fused disconnect switch as indicated on the drawings 2 3 MAGNETIC MOTOR STARTERS A Contacts shall open each ungrounded connection to the motor B Solid state type overload relays with inverse-time current characteristics shall be provided Provide, sensors in each phase matched to the nameplate full- load current of the specific motor to which connected with appropriate adjustment for duty cycle Current transformers shall be provided where necessary to bring the current to a useable value Provide auxiliary contacts as indicated on the drawings C Main line contacts shall be silver-coated, double-break type, with arc barriers of heat resistant insulation compound between breaker contacts Two auxiliary convertible contacts, unless otherwise specified or required, shall be provided All parts shall be readily accessible from the front for ease of maintenance or repair D Starter shall be front wired with conductors no small than No 12 AWG for power wiring and No 14 AWG for control wiring All terminals shall be legibly marked, and connections to terminals made with solderless connectors A wiring, diagram of starter, with all terminals identified, shall be provided and attached to the inside of starter door Provide terminal block and wiring as required E Provide starters designed to prevent freezing of contacts upon coil failure The starter shall be provided with capabilities to install auxiliary contacts without removing starter from its enclosure 2 4 MANUAL MOTOR CONTROLLERS A. Provide quick-make, quick-break toggle action B Enclosures shall be surface or flush mounted, as specified Flush mount in office and similar finished areas The starter shall be so assembled that the "ON" position of the operating toggle switch is to the top of the enclosure Enclosures shall be NEMA 1 in indoor areas and NEMA Type 4 in outdoor areas C Operating mechanism shall be mechanically trip free, requiring a reset operation before the starter can be reset Contacts shall be silver plated Non- current carrying parts shall be mounted on a molded porcelain, Bakelite or City of Pearland Bailey WTP Improvements Motor and Equipment Controls and Wiring Project No 7295A 16150-2 October 21, 2021 composition base Starter operating handle shall be capable of being padlocked in the "OFF" position D Where pilot lights are specified they shall be of the type specified herein E Overload relays shall be on the melting alloy, or other approved type Overloads shall not be required for non-motor loads such as heaters F Terminals for connections shall be easily accessible from the front, and shall have large heads, capable of accommodating a wire size of current carrying capacity equal to the current rating of the starter 2 5 AUXILIARY CONTROL DEVICES A All devices shall be mounted on the front of the enclosure No devices shall be mounted on the sides of the enclosure Devices mounted on the enclosure shall have the same NEMA rating as the enclosure B Each auxiliary device shall be provided with a nameplate Nameplate shall be lamacoid, black with white letters to designate the purpose of the device, or shall be a factory provided nameplate provided with the device Nameplates attached directly to the compartment shall be fastened with #6 stainless steel pan-head screws C Pushbuttons shall be of the heavy-duty oiltight type, mounted on the front of the starter enclosure D Selector switches shall be of heavy duty, oiltight type, mounted on the starter cover E The operator button shall be molded Bakelite and solid in color throughout the material Painted buttons are not acceptable A suitable and clearly legible nameplate shall be provided for each button to designate its function F All contact blocks shall be made of molded, high arc resistant material and shall have a minimum of one normally open, and one normally closed contact, with a continuous current rating of 10 amperes, 600 volts All terminals shall be readily accessible, contact blocks shall be easily changed, or be arranged for the addition of contacts G Pilot lights shall be an integral part of control station when indicated Indicating lights shall be LED type, push to test, rated for the enclosure Contractor shall install pushbuttons and selector switches not factory mounted H Provide adjustable 1-60 second "on" time delay relay set for 15 seconds, unless noted, to allow motors 10 HP and larger to stop prior to restarting All plug-in control relays shall be provided with a pilot light and manual operator J Current Sensors Rated to suit application City of Pearland Bailey WTP Improvements Motor and Equipment Controls and Wiring Project No 7295A 16150-3 October 21, 2021 PART 3 EXECUTION 3 1 EQUIPMENT WIRING A. Connect complete for operation all items of electrical devices or equipment that requires electrical connections furnished under this contract B Where disconnect switches or circuit breakers are not provided integral with control equipment for motors and other electrical appurtenances, provide and install all disconnect switches required by the National Electrical Code and/or as.indicated 3 2 TEMPERATURE CONTROLS A. Completely connect for operation all items for temperature controls which require electrical connections, furnishing all wiring, conduit and labor 3 3 SCHEMATIC A In each magnetic starter, provide schematic wiring diagram secured to the inside of the door Wiring diagram shall not be a standard manufacturers wiring diagram f.or the particular starter provided but shall be specific to the application and shall indicate all control devices Also, provide a label indicating motor horsepower 3 4 INSTALLATION A Install independently mounted motor control devices in accordance with the manufacturers written instructions B Manual motor starters shall be flush mounted in finished areas C Locate controllers as indicated and within sight of the motors Ensure front clearance is maintained in accordance with the NEC END OF SECTION City of Pearland Bailey WTP Improvements' Motor and Equipment Controls and Wiring Project No 7295A 16150-4 October 21, 2021 SECTION 16170 CIRCUIT AND MOTOR DISCONNECTS PART 1 GENERAL 1 1 SECTION INCLUDES A. This Section specifies circuit and motor disconnect switches for general use 1 2 SUBMITTALS A. Provide complete catalog data and drawings on all items of equipment, under provisions of Section 01300 Include all submittal data in the operation and maintenance manuals PART 2 PRODUCTS 2 1 DISCONNECT SWITCHES A. Unless otherwise noted or required, all disconnect switches shall be UL listed and shall meet the latest edition of NEMA Standard KS1 for Type HD heavy duty switches Unless indicated otherwise on the drawings, switches shall be unf used, quick make, quick break, in NEMA 4X 316 stainless steel enclosures if installed outdoors, or in wet locations, elsewhere in NEMA 1 general purpose enclosures unless special enclosures are required All motor circuit switches shall be horsepower rated B Switches installed in indoor corrosive areas or areas which store and/or meter chemicals, such as a Chemical Building or room, shall be NEMA 4X 316 stainless steel C Switches shall be of Eaton, Siemens, or Square D manufacture D Switches shall be provided with an equipment or service grounding kit Provide 'a neutral assembly as required for the installation E Where space does not permit use of the above specified switches, such as within weatherproof fan housing, etc , use suitable horsepower rated tumbler switches as unfused disconnects. F Additional disconnect switches may be identified on the drawings If so identified, provide the type called for on the drawings PART 3 EXECUTION Not used END OF SECTION City of Pearland Bailey WTP Improvements Circuit and Motor Disconnects Project No 7295A 16170-1 October 21, 2021 SECTION 16195 ELECTRICAL IDENTIFICATION PART 1 GENERAL 1 '1 SECTION INCLUDES A This Section specifies furnishing and installing identification signs on all electrical devices PART 2 PRODUCTS 21 NAMEPLATES A Identify electrical equipment by attaching engraved nameplates constructed from laminated phenolic plastic, at least 1/16"thick, 2-ply, with black surfaces and white core Engraving shall be condensed gothic, appropriately spaced Nomenclature on the label shall include the name of the item or equipment served'utilizing the equipment names shown on the drawings B Nameplate lettering size shall be as follows 1 Yz" Minimum Height Letters Service Disconnects a Secondary feeder breakers in distribution equipment with designation as required by the load served b Special equipment housed in cabinets, as indicated on the drawings, or outside of door c Panelboards, switchboards, as designated on the drawings, on outside of door 2 1/4" Minimum Height Letters a Disconnects and starters for motors or fixed appliances b Items listed in the "Equipment Schedule" on drawings 3 1/8" Minimum Height Letters a Engraved black filled letters on devices plates for switches, dimmer controls, and receptacles where item controlled is not, visible from switch, or as indicated on the drawings b Lighting control relays c Remote lighting control equipment City of Pearland Bailey WTP Improvements Electrical Identification Project No 7295A 16'195-1 October 21, 2021 PART 3 EXECUTION 31 EQUIPMENT A Install nameplates on electrical equipment Equipment to be labeled shall include but not be limited to the following 1 Panelboards 2 Dry-type transformers 3 2 CONTROL DEVICES A Install nameplates on all electrical control devices to indicate the device served Label electrical control devices regardless of proximity to the equipment served Electrical control devices to be labeled shall include but not be limited to the following 1 Contactors 2 Motor starters 3 Relay panels 4 Toggle switches used to control fans or other equipment 5 Toggle switches used for local disconnects 6 Disconnect switches 3 3 ATTACHMENT A. Nameplates attached to the exterior of the enclosure shall be attached with self-tapping screws Devices attached to the back side of panel fronts and on the interior of panels shall be attached with adhesive Adhesive shall be waterproof and heat resisting up to 250 degrees Fahrenheit END OF SECTION City of Pearland Bailey WTP Improvements Electrical Identification Project No 7295A 16195-2 October 21, 2021 SECTION 16400 ELECTRICAL SERVICES PART 1 GENERAL 1 1 SECTION INCLUDES A. The complete electrical service from the power company service ,point to the service entrance equipment, including all electric utility required modifications, whether primary or secondary This shall include all secondary conductors, metering equipment, or other equipment that might be required for the electric utility to extend or provide electric service to the Magnolia Pump Station B The complete electrical service from the power company service point to the service entrance equipment, including all electric utility required modifications, whether primary or secondary This shall include all secondary conductors, metering equipment, or other equipment that might be required for the electric utility to extend or provide electric service to the Bailey Water Treatment Plant Lift Station C All costs associated with providing electrical service to the modified facilities shall be included in the contractor's bid price, whether due to equipment or services provided by the electric utility or the Contractor Contractor shall coordinate with the local electric utility to determine all costs and requirements associated with providing service to the new facilities Failure by the Contractor to fully investigate all aspects of the requirements for electrical service prior to submitting a bid shall not be grounds for a change order D The electric utility is Centerpoint Energy and the local contact is Kasey Mitchell, (281) 595-6071 1 2 SUBMITTALS A. Submit for review catalog data and drawings for all equipment proposed for use under this Section, under provisions of Section 01300 B Submit reports of load balancing between phases 1 3 NEW SERVICES A. Contractor shall arrange and pay for the installation of new electrical services as indicated or specified This shall include making contact with the electric utility representative All outages required during the project construction shall be coordinated by the contractor Electrical metering equipment shall be provided and installed by the electrical utility Meter bases and all other equipment indicated on the drawings or required by the electric utility shall be provided and installed by the contractor City of Pearland Bailey WTP Improvements Electrical Services Project No 7295A 16400-1 October 21, 2021 PART 2 PRODUCTS 2 1 UNDERGROUND DUCTS A As specified in Section 16115 2 2 UNDERGROUND PLASTIC CONDUIT A As specified in Section 16115 2 3 METERING A All metering for Power Company billing will be done by metering equipment furnished and installed by the Power Company B Contractor shall .provide meter bases, enclosures, and other equipment as required by the electric utility C All meter bases and metering enclosures shall be 316 stainless steel Any disconnect switches required by the electric utility shall be 316 stainless steel 2 4 SYSTEMS OF WIRING A Electrical Service 1 Magnolia Pump Station Combined 480/277 volts, 3-phase, 4 wire, 60 Hz service for power 2 Bailey Water Treatment Plant Combined 480/277 volts, 3-phase, 4 wire, 60 Hz service for power 3 Bailey Water Treatment Plant Lift Station Combined 208/120 volts, 3- phase, 4 wire, 60 Hz service for power B Power Feeders 208 volts or 480 volts, 3-phase, 3 or 4-wire as indicated C Lighting, Receptacle, and Appliance Load Feeders 208/120 volts, 3-phase, 4- wire D Branch Circuits 2, 3, or 4-wire as is most convenient for the contractor, or as required to properly serve the load 2 5 LOAD BALANCING A The contractor shall balance electrical loads between the various phases When the facilities are under use at their heaviest loading periods, tests shall be run on the "hot" conductors in each feeder to a panel and any unbalances shall be corrected to a point that no conductor load shall be more than 5 percent high or low (maximum unbalance of 10 percent) in amperes Submit reports of load balancing City of Pearland Bailey WTP Improvements Electrical Services Project No 7295A 16400-2 October 21, 2021 PART 3 EXECUTION 3 1 EXCAVATION AND BACKFILLING, A. As specified under RACEWAYS AND FITTINGS 3 2 UNDERGROUND DUCTS INSTALLATION A Install as specified under UNDERGROUND ELECTRICAL DUCTS 3 3 UNDERGROUND PLASTIC CONDUIT INSTALLATION A. Install as specified under UNDERGROUND ELECTRICAL DUCTS END OF SECTION City of Pearland Bailey WTP Improvements Electrical Services Project No 7295A 16400-3 October 21, 2021 SECTION 16405 ARC-FLASH HAZARD ANALYSIS/SHORT CIRCUIT/COORDINATION STUDY PART 1 GENERAL 1 1 SCOPE A. The contractor shall furnish short-circuit and protective device coordination studies as prepared by a Registered Professional Electrical Engineer B The contractor shall furnish an Arc-Flash Hazard Analysis Study per the requirements set forth in the latest edition of NFPA 70E - Standard for Electrical Safety in the Workplace The arc-flash hazard analysis shall be performed according to the latest edition of IEEE Standard 1584, the IEEE Guide for Performing Arc-Flash Calculations 1 2 RELATED SECTIONS A. Drawings and general provisions of the Contract 1 3 REFERENCES A Institute of Electrical and Electronics Engineers, Inc (IEEE) 1 IEEE 141 — Recommended Practice for Electric Power Distribution and Coordination of Industrial and Commercial Power Systems 2 IEEE 242 — Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems 3 IEEE 399 — Recommended Practice for Industrial and d Commercial Power System Analysis 4 IEEE 241 — Recommended Practice for Electric Power Systems in Commercial Buildings 5 IEEE 1015 — Recommended Practice for Applying Low-Voltage Circuit Breakers Used in Industrial and Commercial Power Systems 6 IEEE 1584 - Guide for Performing Arc-Flash Hazard Calculations B American national Standards Institute (ANSI) 1 ANSI C57 12 00 — Standard General Requirements for Liquid- Immersed Distribution, Power, and Regulating Transformers 2 ANSI C37 13 — Standard for Low Voltage AC Power Circuit Breakers Used in Enclosures 3 ANSI C37 010 — Standard Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-1 October 21, 2021 4 ANSI C 37 41 — Standard Design Tests for High Voltage Fuses, Distribution Enclosed Single-Pole Air Switches, Fuse Disconnecting Switches and Accessories C The National Fire Protection Association (NFPA) 1 NFPA 70 National Electrical Code, latest edition 2 NFPA 70E — Standard for Electrical Safety in the Workplace 1 4 SUBMITTALS FOR REVIEW/APPROVAL. A. The studies shall be submitted prior to receiving final approval of the distribution equipment shop drawings and/or prior to release of equipment drawings for manufacturing If formal completion of the study may cause delays in equipment, shipments, approval from the Engineer may be obtained for a preliminary submittal of data to ensure that the selection of device ratings and characteristics will be satisfactory to properly select the distribution equipment The formal study shall be provided to verify preliminary findings B Provide a final report that bears the stamp of the Registered Professional Electrical Engineer who is in responsible charge of the study 1 5 SUBMITTAL FOR CONSTRUCTION A. The results of the protective device coordination and arc-flash hazard analysis study shall be summarized in a final report One bound copy of the complete final report shall be submitted. An electronic PDF copy of the final report shall also be provided B The report shall include the following sections 1 Executive Summary including Introduction, Scope of Work and Results/Recommendations 2 Short-Circuit Methodology Analysis Results and Recommendations 3 Short-Circuit Device Evaluation Table 4 Protective Device Coordination Methodology Analysis Results and Recommendations 5 Protective Device Settings Table 6 Time-Current Coordination Graphs and Recommendations 7 Arc-Flash Hazard Methodology Analysis Results and Recommendations including the details of the incident energy and flash protection boundary calculations, along with Arc-Flash boundary distances, working distances, Incident Energy levels and Personal Protection Equipment levels City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-2 October 21, 2021 8 Arc-Flash Labeling section showing types of labels to be provided Section shall contain descriptive information as well as typical label images 9 One-line system diagram that shall be computer generated and shall clearly identify individual equipment buses,, bus numbers used in the short-circuit analysis, cable and bus connections between the equipment, calculated maximum short-circuit current at each bus location, device numbers used in the time-current coordination analysis, and other information pertinent to the computer analysis 1 6 QUALIFICATIONS A The short-circuit, protective device coordination and arc-flash hazard analysis studies shall be conducted under the responsible charge and approval of a Registered or Licensed Professional Electrical Engineer skilled in performing and interpreting the power system studies B The Registered or Licensed Professional Electrical Engineer shall be an employee of the equipment manufacturer or an.approved engineering firm C The Registered or Licensed Professional Electrical Engineer shall have a minimum of five (5) years of experience in performing power system studies D The engineering firm shall have a minimum of five (5) years' experience in performing power system studies 1 7 COMPUTER ANALYSIS SOFTWARE The studies shall be performed using ETAP, with Arc-Flash Module, as produced by Operation Technology, Inc , SKM Systems Analysis Power Tools software programs, or approved equal PART 2 PRODUCTS 2 1 STUDIES A. The contractor shall furnish an Arc-Flash Hazard Analysis Study per NFPA 70E Standard for Electrical Safety in. the Workplace, reference Article 130 3 and Annex D This study shall also include short-circuit and protective device coordination studies 2 2 DATA. A Contractor shall furnish all data as required for the power system studies The Engineer performing the short-circuit, protective device coordination, and arc- flash hazard analysis studies shall furnish the Contractor with a listing of required data immediately after award of the contract The Contractor shall expedite collection of the data to assure completion of the studies as required for final approval of the distribution equipment shop drawings and/or prior to the release of the equipment for manufacturing City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 729.5A 16405-3 October 21, 2021 B Source contribution may include present and future motors and generators C Load data utilized may include existing and proposed loads obtained from Contract Documents provided by Owner, or Contractor D If applicable, include fault contribution of existing motors in the study The Contractor shall obtain required existing equipment data, if necessary, to satisfy the study requirements 2 3 SHORT-CIRCUIT ANALYSIS A Transformer design impedances shall be used when test impedances are not available B Provide the following 1 Calculation methods and assumptions 2 Selected base per unit quantities 3 One-line diagram of the system being evaluated that clearly identifies individual equipment buses, bus numbers used in the short-circuit analysis, cable and bus connections between the equipment, calculated maximum short-circuit current at each bus location and other information pertinent to the computer analysis 4 The study shall include input circuit data including electric utility system characteristics, source impedance data, conductor lengths, number of conductors per phase, conductor impedance values, insulation types, transformer impedances and X/R ratios, motor contributions, and other circuit information as related to the short- circuit calculations 5 Tabulations of calculated quantities including short-circuit currents, X/R ratios, equipment short-circuit interrupting or withstand current ratings and notes regarding adequacy or inadequacy of the equipment rating 6 Results, conclusions, and recommendations A comprehensive discussion section evaluating the adequacy or inadequacy of the equipment must be provided and include recommendations as appropriate for improvements to the system C For solidly-grounded systems, provide a bolted line-to-ground fault current study for applicable buses as determined by the engineer performing the study D Protective Device Evaluation 1 Evaluate equipment and protective devices and compare to short circuit ratings 2 Adequacy of switchgear, motor control centers, and panelboard bus bars to withstand short-circuit stresses City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-4 October 21, 2021 3 The Contractor shall notify Owner in writing, of any circuit protective devices improperly rated for the calculated available fault current 2 4 PROTECTIVE DEVICE TIME-CURRENT COORDINATION ANALYSIS A. Protective device coordination time-current curves (TCC) shall be displayed on log-log scale graphs B Include on each TCC graph, a complete title with descriptive device names C Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which the device is exposed D Identify the device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended E Plot the following characteristics on the TCC graphs, where applicable 1 Electric utility's overcurrent protective device 2 Medium voltage equipment overcurrent relays 3 Medium and low voltage fuses including manufacturer's minimum melt, total clearing, tolerance, and damage bands 4 Low voltage equipment circuit breaker trip devices, including manufacturer's tolerance bands 5 Transformer full-load current, magnetizing inrush current, and ANSI through-fault protection curves 6 Medium voltage conductor damage curves 7 Ground fault protective devices, as applicable 8 Pertinent motor starting characteristics and motor damage points, where applicable Pertinent generator short-circuit decrement curve and generator damage point '9 The largest feeder circuit breaker in each motor control center and applicable panelboard F Provide adequate time margins between device characteristics such that selective operation is provided, while providing proper protection G Provide the following 1 A One-line diagram shall be provided which clearly identifies individual equipment buses, bus numbers, device identification numbers and the maximum available short-circuit current at each bus when '.known. 2 A sufficient number of log-log plots shall be provided to indicate the degree of system protection and coordination by displaying the time- City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-5 October 21, 2021 current characteristics of series connected overcurrent devices and other pertinent system parameters 3 Computer printouts shall accompany the log-log plots and shall contain descriptions for each of the devices shown, settings of the adjustable devices, and device identification numbers to aid in locating the devices on the log-log, plots and the system one-line diagram 4 The study shall include a separate, tabular printout containing the recommended settings of all located,, and the device number corresponding to the device on the system one-line diagram a A discussion section which evaluates the degree of system protection and service continuity with overcurrent devices, along with recommendations as required for addressing system protection or device coordination deficiencies b The Contractor shall notify Owner in writing of any significant deficiencies in protection and/or coordination Provide recommendations for improvements 2 5 ARC-FLASH HAZARD ANALYSIS A. The arc-flash hazard analysis shall be performed according to the IEEE 1584 equations that are presented in'NFPA70E2009, Annex D The arc-flash hazard analysis shall be performed in conjunction with the short-circuit analysis and the protective device time-current coordination analysis B The flash protection boundary and the incident energy shall be calculated at significant locations in the electrical distribution system (switchboards, switchgear, motor-control centers, panelboards, busway and splitters) where work could be performed on energized parts C Circuits 240 volts or less fed by single transformer rated less than 125 kVA may be omitted from the computer model and will be assumed, to have a hazard risk category "0" per NFPA 70E D Working distances shall be based on IEEE 1584 The calculated arc-flash protection boundary shall be determined, using those working distances E When appropriate, the short circuit calculations and the clearing times of the phase overcurrent devices shall be retrieved from the short-circuit and coordination study model Ground overcurrent relays should not be taken into consideration when determining the clearing time when performing incident energy calculations F The short-circuit calculations and the corresponding incident energy calculations for multiple system,scenarios shall be compared and the greatest incident energy shall be uniquely reported for each equipment location in a single table Calculations shall be performed to represent the maximum and minimum contributions of fault current magnitude for normal and emergency operating conditions The minimum calculation will assume that the utility contribution, is at a minimum Conversely, the maximum calculation will City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-6 October 21, 2021 assume a maximum contribution from the utility Calculations shall take into consideration the parallel operation of synchronous generators with the electric utility, where applicable as well as any standby generator applications. 1 The Arc-Flash Hazard Analysis shall be performed utilizing mutually agreed upon facility operational conditions, and the final report shall describe, when applicable, how these conditions differ from worst case bolted fault conditions G The incident energy calculations shall consider the accumulation of energy over time when performing arc-flash calculations on buses with multiple sources Iterative calculations must take into account the changing current contributions, as the sources are interrupted or decremented with time Fault contribution from motors should be decremented as follows 1 Fault contribution from induction motors should not be considered beyond 5 cycles H For each piece of ANSI rated equipment with an enclosed main device, two calculations shall be made A calculation shall be made for the main cubicle, sides, or rear, and shall be based on a device located upstream of the equipment to clear the arcing fault A second calculation shall be made for the front cubicles and shall be based on the equipment's main device to clear the arcing fault. For all other non-ANSI rated equipment, only one calculation shall be required and it shall be based on a device located upstream of the equipment to clear the arcing fault When performing incident energy calculations on the line side of a main breaker (as required per above), the line side and load side contributions shall be included in the fault calculation J Mis-coordination shall be checked amongst all devices within the branch containing the immediate protective device upstream of the calculation location and the calculation should utilize the fastest device to compute the incident energy for the corresponding location K Arc-Flash calculations shall be based on actual overcurrent protective device clearing time A maximum clearing time of 2. seconds shall be used based on IEEE 1584 section B 1 2 Where it is not physically possible to move outside of the flash protection boundary in less than 2 seconds during an arc-flash event, a maximum clearing time based on the specific location shall be utilized L. Provide the following 1 Results of the Arc-Flash Hazard Analysis shall be submitted in tabular form, and shall include device or bus name, bolted fault and arcing fault current levels, flash protection boundary distances, working distances, personal protective equipment classes and AFIE (Arc-Flash Incident Energy) levels 2 The Arc-Flash Hazard Analysis shall report incident energy values based on recommended-device settings for equipment within the scope of the study City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-7 October 21, 2021 3 The Arc-Flash Hazard Analysis may include recommendations to reduce AFIE levels and enhance worker safety PART 3 EXECUTION 3 1 FIELD ADJUSTMENT A. Contractor or equipment manufacturer shall adjust relay and protective device settings according to the recommended settings table provided by the coordination study B Contractor or equipment manufacturer shall make minor modifications to equipment as required to accomplish conformance with short circuit and protective device coordination studies C Contractor shall notify Owner in writing of any required major equipment modifications 3 2 ARC-FLASH LABELS A Contractor shall provide a 4 0 in x 4 0 in Brady thermal transfer type label of high adhesion polyester for each work location analyzed B The labels shall be designed according to the following standards 1 UL969 — Standard for Marking and Labeling Systems 2 ANSI Z535 4 — Product Safety Signs and Labels 3 NFPA 70 (National Electric Code) — Article 110 16 C The label shall include the following,information 1 System Voltage 2 Flash protection boundary 3 Personal Protective Equipment category 4 Arc-Flash Incident energy value (cal/cm2) 5 Limited, restricted, and prohibited Approach Boundaries 6 Study report number and issue date D Labels shall be printed by a thermal transfer type printer, with no field markings E Arc-flash labels shall be provided for equipment as identified in the study and the respective equipment access areas per the following 1 Floor Standing Equipment Labels shall be provided on the front of each individual section Equipment requiring rear and/or side access shall have labels provided on each individual section access area Equipment lineups containing sections with multiple incident energy and flash protection boundaries shall be labeled as identified in the Arc-Flash Analysis table City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 16405-8 October 21, 2021 2 Wall Mounted Equipment — Labels shall be provided on the front cover or a nearby adjacent surface, depending upon equipment configuration 3 General Use Safety labels shall be installed on equipment in coordination with the Arc-Flash labels The General Use Safety labels shall warn of general electrical hazards associated with shock, arc- flash, and explosions, and instruct workers to turn off power prior to work. F Labels shall be field installed by Contractor or equipment manufacturer The technician providing the installation shall have completed an 8-Hour instructor led Electrical Safety Training Course with includes NFPA 70E material including the selection of personal protective equipment END OF SECTION City of Pearland Arc-Flash Hazard Analysis/Short Bailey WTP Improvements Circuit/Coordination Study Project No 7295A 1,6405-9 October 21, 2021 SECTION 16406 SHORT CIRCUIT AND COORDINATION STUDY PART 1 GENERAL 1 1 SCOPE A The contractor shall furnish short-circuit and protective device coordination studies as prepared by a Registered Professional Electrical Engineer 1 2 RELATED SECTIONS A Drawings and general provisions of the Contract 1 3 REFERENCES A. Institute of Electrical and Electronics Engineers, Inc (IEEE) 1 IEEE 141 — Recommended Practice for Electric Power Distribution and Coordination of Industrial and Commercial Power Systems 2 IEEE 242 — Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems 3 IEEE 399 — Recommended Practice for Industrial and Commercial Power System Analysis 4 IEEE 241 — Recommended Practice for Electric Power Systems in Commercial Buildings 5 IEEE 1015 — Recommended Practice for Applying Low-Voltage Circuit Breakers.Used in Industrial and Commercial Power Systems B American national Standards Institute (ANSI) 1 ANSI C57 12 00 — Standard General Requirements for Liquid- Immersed Distribution, Power, and Regulating Transformers 2 ANSI C37 13 — Standard for Low Voltage AC Power Circuit Breakers Used in Enclosures 3 ANSI C37 010 — Standard Application Guide for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis 4 ANSI C 37 41 — Standard Design Tests for High Voltage Fuses, Distribution Enclosed Single-Pole Air Switches, Fuse Disconnecting Switches and Accessories C The National Fire Protection Association (NFPA) 1' NFPA 70 National Electrical Code, latest edition City of Pearland Bailey WTP Improvements Short-Circuit and Coordination Study Project No 7295A 16406-1 October 21, 2021 1 4 SUBMITTALS FOR REVIEW/APPROVAL. The study shall be submitted prior to receiving final approval of the Automatic Transfer Switch shop drawings and/or prior to release of equipment drawings for manufacturing If formal completion of the study may cause delays in equipment shipments, approval from the Engineer may be obtained for a preliminary submittal of data to ensure that the selection of device ratings and characteristics will be satisfactory to properly select the distribution equipment The formal study shall be provided to verify preliminary findings 1 5 SUBMITTAL FOR CONSTRUCTION A. The results of the protective device coordination study shall be summarized in a final report The final report shall bear the stamp of the Registered Professional Electrical Engineer who is responsible charge of the study B An electronic PDF copy of the final report shall also be provided C The report shall include the following sections 1 Executive Summary including Introduction, Scope of Work and Results/Recommendations 2 Short-Circuit Methodology Analysis Results and Recommendations 3 Short-Circuit Device Evaluation Table 4 Protective Device Coordination Methodology Analysis Results and Recommendations 5 Protective Device Settings Table 6 Time-Current Coordination Graphs and Recommendations 7 One-line system diagram that shall be computer generated and shall clearly identify individual equipment buses, bus numbers used in the short-circuit analysis, cable and bus connections between the equipment, calculated maximum short-circuit current at each bus location, device numbers used in the time-current coordination analysis, and other information pertinent to the computer analysis 1 6 QUALIFICATIONS A The short-circuit protective device coordination study shall be conducted under the responsible charge and approval of a Registered Professional Electrical Engineer skilled in performing and interpreting the power system studies B The Registered Professional Electrical Engineer shall be an employee of the equipment manufacturer or an approved engineering firm C The Registered Professional Electrical Engineer shall have a minimum of five (5) years of experience in performing power system studies City of Pearland Bailey WTP Improvements Short-Circuit,and Coordination Study Project No 7295A 16406-2 October 21, 2021 D The engineering firm shall have a minimum of five (5) years' experience in performing power system studies 1 7 COMPUTER ANALYSIS SOFTWARE The studies shall be performed using ETAP, as produced by Operation Technology, Inc , SKM Systems Analysis Power Tools software programs, or approved equal PART 2 PRODUCTS 21 STUDIES The contractor shall furnish a short-circuit and, protective device coordination study 2 2 DATA. A Contractor shall obtain all data as required for the power system studies The Engineer performing the short-circuit protective device study shall furnish the Contractor with a listing of required data immediately after award of the contract The Contractor shall expedite collection of the data to assure completion of the studies as required for final approval of the distribution equipment shop drawings and/or prior to the release of the equipment for manufacturing B Source combination may include present and future motors C Load data utilized may include existing and proposed loads obtained from Contract Documents provided by Owner, or Contractor D If applicable, include fault contribution of existing motors in the study The Contractor shall obtain required existing equipment data, if necessary, to satisfy the study requirements 2 3 SHORT-CIRCUIT ANALYSIS A The existing transformer impedance shall be used B Provide the following 1 Calculation methods and assumptions 2 Selected base per unit quantities 3 One-line diagram of the system being evaluated that clearly identifies individual equipment buses, bus numbers used in the short-circuit analysis, cable and bus connections between the equipment, calculated maximum short-circuit current at each bus location and other information pertinent to the computer analysis 4 The study shall include input circuit data including electric utility system characteristics, source impedance data, conductor lengths, number of conductors per phase, conductor impedance values, insulation types, transformer impedances and X/R ratios, motor City of Pearland Bailey WTP Improvements Short-Circuit and Coordination Study Project No 7295A 16406-3 October 21, 2021 contributions, and other circuit information as related to the short- circuit calculations 5 Tabulations of calculated quantities including short-circuit currents, X/R ratios, equipment short-circuit interrupting or withstand current ratings and notes regarding adequacy or inadequacy of the equipment rating 6 Results, conclusions, and recommendations A comprehensive discussion section evaluating the adequacy or inadequacy of the equipment shall be provided and include recommendations as appropriate for improvements to the system C For solidly-grounded systems, provide a bolted line-to-ground fault current study for applicable buses as determined by the engineer performing the study D Protective Device Evaluation 1 Evaluate equipment and protective devices and compare to short circuit ratings 2 Adequacy of switchgear, motor control centers, and panelboard bus bars to withstand short-circuit stresses 3 The Contractor shall notify Owner in writing, of any circuit protective devices improperly rated for the calculated available fault current 2 4 PROTECTIVE DEVICE TIME-CURRENT COORDINATION ANALYSIS A. Protective device coordination time-current curves (TCC) shall be displayed,on log-log scale graphs B Include on each TCC graph, a complete title with descriptive device names C Terminate device characteristic curves at a point reflecting maximum symmetrical or asymmetrical fault current to which the device is exposed D Identify the device associated with each curve by manufacturer type, function, and, if applicable, tap, time delay, and instantaneous settings recommended E Plot the following characteristics on the TCC graphs, where applicable 1 Electric utility's overcurrent protective device 2 Medium voltage equipment overcurrent relays 3 Medium and low voltage fuses including manufacturer's minimum melt, total clearing, tolerance, and damage bands 4 Low voltage equipment circuit breaker trip devices, including manufacturer's tolerance bands City of Pearland Bailey WTP Improvements Short-Circuit and Coordination Study Project No 7295A 16406-4 October 21, 2021 5 Transformer full-load current, magnetizing inrush current, and ANSI through-fault protection curves 6 Ground fault protective devices, as applicable 7 Pertinent motor starting characteristics and motor damage points, where applicable Pertinent generator short-circuit decrement curve and generator damage point 8 The largest feeder circuit breaker in each motor control center and applicable panelboard F Provide adequate time margins between device characteristics such that selective operation is provided, while providing proper protection G Provide the following 1 A one-line diagram shall be provided which clearly identifies individual equipment buses, bus numbers, device identification numbers and the maximum available short-circuit current at each bus when known 2 A sufficient number of log-log plots shall be provided to indicate the degree of system protection and coordination by displaying the time- current characteristics of series connected overcurrent devices and other pertinent system parameters 3 Computer printouts shall accompany the log-log plots and shall contain descriptions for each of the devices shown, settings of the adjustable devices, and device identification numbers to aid in locating the devices on the log-log plots and the system one-line diagram 4 The study shall include a separate, tabular printout containing the recommended settings of all located, and the device number corresponding to the device on the system one-line diagram a A discussion section which evaluates the degree of system. protection and service continuity with overcurrent devices, along with recommendations as required for addressing system protection or device coordination deficiencies b The Contractor shall notify Owner in writing of any significant deficiencies in protection and/or coordination Provide recommendations for improvements PART 3 EXECUTION 3 1 FIELD ADJUSTMENT A Contractor or equipment manufacturer shall adjust relay and protective device settings according to the recommended settings table provided by the coordination study City of Pearland Bailey WTP Improvements Short-Circuit and Coordination Study Project No 7295A 16406-5 October 21, 2021 B Contractor or equipment manufacturer shall make minor modifications to equipment as required to accomplish conformance with short circuit and protective device coordination studies C Contractor shall notify Owner in writing of any required major equipment modifications END OF SECTION City of Pearland Bailey WTP Improvements Short-Circuit and Coordination Study Project No 7295A 16406-6 October 21 2021 SECTION 16450 GROUNDING PART 1 GENERAL 1 1 SECTION INCLUDES A. Grounding systems as specified and in accordance with the National Electrical Code 1 2 SUBMITTALS A. Submit manufacturer's data on all products, under provisions of Section 01300 1 3 QUALITY ASSURANCE A Comply with applicable sections of Article 250 of the NEC and local amendments B Provide products specified in the Section that are listed and labeled by a nationally recognized testing laboratory C Install products that comply with UL 467, "Grounding and Bonding Equipment " PART 2 PRODUCTS 2 1 GROUNDING AND BONDING PRODUCTS A Install types indicated and of sizes and ratings to comply with NEC Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications shall govern B Material Copper Aluminum material is not acceptable for use in any location 2 2 WIRE AND CABLE CONDUCTORS A. Equipment Grounding Conductor Green insulated Minimum size No 12 AWG, unless otherwise indicated on the drawings B Ground Grid or Grounding Electrode Conductor Class B, concentric stranded 1 Bare Copper conductors Conform to the following a Solid Conductors ASTM B-3 b Stranded Conductors ASTM B-8 2 3 MISCELLANEOUS CONDUCTORS A Ground Bus Bare annealed copper bars of rectangular cross section City of Pearland Bailey WTP Improvements Grounding Project No 7295A 16450-1 October 21, 2021 B Braided Bonding Jumpers Copper tape, braided No 30 gage bare copper wire, terminated with copper ferrules C Bonding Strap Conductor/Connectors Soft copper, 0 05 inch thick and 2 inches wide, except as indicated 2,4 CONNECTOR PRODUCTS A Listed and' labeled as grounding connectors for the materials used B Connector Material Copper or bronze C Pressure Connectors High conductivity plated units D Bolted Clamps Heavy duty units listed for the application E Exothermic Welded Connections Provided in kit form and selected for the specific types, sized, and combinations of conductors and other items to be connected 2 5 GROUNDING ELECTRODES A Copper clad steel 5/8"X8' or %"X10' with high-strength steel core and electrolytic-grade copper outer sheath, molten welded to core B Wherever the ground rod crosses the ground grid it shall be connected 2 '6 GROUNDING BUS BARS A. Grounding bus bars shall be tin-plated copper bus bar, 12" long, 4" wide, A" thick Erico TMGBA12L15PT, or equal B Install bus bars near the base of the plywood as indicated on the drawings The bus bar shall be grounded to the building ground grid All equipment shall be grounded to the bus bar with copper ground conductor PART 3 EXECUTION 3 1 SERVICE AND EQUIPMENT GROUNDING A Provide adequate and permanent service neutral and equipment grounding in accordance with the National Electrical Code, and subject to the following additional requirements B Connect the service ground and equipment ground to a common point within the metallic enclosure containing the main service disconnecting means From the common point of.connection of the service ground and equipment ground, run in conduit a combined service and equipment grounding conductor without joints or splices to the grounding grid as shown Grounding grid shall be constructed of copperclad steel ground rods with buried grounding conductors as indicated on the drawings City of Pearland Bailey WTP Improvements Grounding Project No 7295A 16450-2 October 21, 2021 C Size grounding conductors in accordance with National Electrical Code Tables 250 66 and 250 122 or as indicated D The building structural steel frame shall be grounded to the building service grounding electrode, using the conductor size specified in National Electrical Code Section 250 66 E Provide additional, connections as may be required by the local authority Contractor shall contact the local authority prior to bidding Any additional connections that may be required by the local authority shall be provided by the Contractor at no increase in the bid price 3 2 GROUNDING RACEWAYS A. Assure the electrical continuity of all metallic raceways systems, pulling up all conduits and/or locknuts wrench tight Where expansion joints or telescoping joints occur, provide bonding jumpers Where flexible metallic conduit is employed, provide a green-insulated grounding jumper installed in the flexible conduit Install a separate green-insulated conductor in each conduit B Provide grounding bushings on all service and feeder raceways terminating within switchboards, motor control centers, panel boards, cabinets, and all other enclosures Provide grounding conductors from such bushings to the frame of the enclosure and to the ground bus or equipment grounding strap Size grounding conductors in accordance with NEC Table 250 122 3 3 EQUIPMENT GROUNDING CONDUCTORS A Provide a separate, green-insulated equipment copper grounding conductor, with insulation of the same rating as phase conductors, for each feeder and for each branch circuit indicated Install the.grounding conductor in the same raceway with the related phase and neutral conductors, and connect the grounding conductor to pull boxes or outlet boxes at intervals of 100 feet or less Where paralleled conductors in separate raceways occur, provide a grounding conductor in each raceway Connect all grounding conductors to bare grounding bars in panel boards, and to ground buses in service equipment to the end that there will be an uninterrupted grounding circuit from the point of a ground fault back to the point of connection of the equipment ground and system neutral Size all of these grounding conductors per NEC Table 250 122 3 4 UNDERGROUND CONNECTIONS A. All underground connections shall be made using exothermic weld connections 3 5 GROUNDING DRY-TYPE TRANSFORMERS A Ground the secondary neutral point and the housing of each dry-type transformer Connect these items together within the transformer housing and run a common grounding conductor from their point of connection to a point of grounding The grounding electrode shall be in order of preference City of Pearland Bailey WTP Improvements Grounding Project No 7295A, 16450-3 October 21, 2021 1 The nearest available effectively grounded structural metal member of the building or ground grid 2 Other electrodes as specified in National Electrical Code Section 250 30 where the above described electrodes are not available END OF SECTION City of Pearland Bailey WTP Improvements Grounding Project No 7295A 16450-4 October 21, 2021 SECTION 16460 DRY-TYPE TRANSFORMERS PART 1 GENERAL 1 1 SECTION INCLUDES A. Dry-type, air-cooled, energy efficient transformers per NEMA TP1, with primary and secondary voltages 600 volts and less and capacity ratings 15 kVA through 750 kVA. B All transformers provided under this project shall meet the efficiency requirements of 10 CFR Part 431 "Energy Conservation Program Energy Conservation Standards for Distribution Transformers, Final Rule," dated April 18, 2013, for transformers manufactured after January 1, 2016 1 2 REFERENCES A. NFPA 70 B NEMA ST20 C UL 1561 D NEMA TP1 E NEMA TP2 F 10 CFR Part 431 13 STANDARDS A Transformer shall be listed by Underwriters Laboratories Conform to the requirements of NFPA 70 C Transformers shall be manufactured and tested in accordance with NEMA ST20 D Transformer losses shall be tested in accordance with NEMA TP2 procedures 1 4 SUBMITTALS A Provide complete catalog data and drawings on all items of equipment, under provisions of Section 01300 B Transformer manufacturer shall provide with submittal a statement that transformers have been designed, manufactured and tested in strict accordance with the NEMA and ANSI standards stated herein City of Pearland Bailey WTP Improvements Dry-Type Transformers Project No 7295A 16460-1 October 21, 2021 1 5 MANUALS Include all submittal data in the Operation and Maintenance Manuals PART 2 PRODUCTS 21 MANUFACTURERS A. Square D B Eaton C Engineer approved equivalent 2 2 RATINGS INFORMATION A All insulating materials shall exceed NEMA ST20 standards and shall be rated for 220°C UL component recognized insulation system B Transformers 15 kVA and larger shall be provided with 150°C temperature rise above 40°C ambient Transformers 25 kVA and larger shall be provided with 4-2-1/2% full capacity taps, 2 above and 2 below rated primary voltage C The maximum temperature on the top of the enclosure shall not exceed 50°C temperature rise above 40°C ambient 2 3 CONSTRUCTION A Transformer coils shall be of the continuous wound construction and shall be impregnated with nonhygroscopic, thermosetting varnish B All cores shall be constructed with low hysterysis and eddy current losses Magnetic flux densities shall be kept well below the saturation point to prevent core overheating Cores for transformers greater than 500 kVA shall be clamped utilizing insulated bolts through the core laminations to ensure proper pressure throughout the length of the core The completed core and coil shall be bolted to the base of the enclosure by means rubber vibration-absorbing mounts There shall be no metal-to-metal contact between the core and coil and the enclosure except for a flexible safety ground strap Sound insulation systems requiring the complete removal, of all fastening devices shall not be acceptable C The core of the transformer shall be visibly grounded to the enclosure by means of a flexible grounding conductor sized in accordance with applicable UL and NEC standards D The transformer enclosure shall be as indicated on the drawing or specified herein If no indications are made on the drawings for enclosure type or style, transformer enclosure shall be ventilated and fabricated of heavy gauge, sheet steel construction The entire enclosure shall be finished utilizing a continuous process consisting of degreasing, cleaning, and phosphatizing, followed by electrostatic deposition of polymer polyester power coating and baking cycle to provide uniform coating of all edges and surfaces The coating shall be UL City of Pearland Bailey WTP Improvements Dry-Type Transformers Project No 7295A 16460-2 October 21, 2021 recognized for outdoor use. The coating color shall be ANSI 49 E Suitable lifting brackets shall be provided F All ventilating openings shall be arranged to prevent accidental access to live parts or the insertion or dropping of foreign objects into such live parts 2 4 DRY-TYPE TRANSFORMERS A. Dry-type transformers shall be of the air cooled-type of ratings shown on drawings B Transformers shall be low loss with minimum efficiencies in accordance with NEMA TP1 when operated at 35% of full load capacity Efficiency shall be tested in accordance with NEMA TP2 SINGLE-PHASE THREE-PHASE kVA EFFICIENCY kVA EFFICIENCY 15 977% 15 970% 25 98 0% 30 97 5% 37 5 98 2% 45 97 7% 50 98 3% 75 98 0% 75 98 5% 112 5 98 2% 100 98 6% 150 98 3% 167 98 7% 225 98 5% 250 98 8% 300 98 6% 333 98 9% 500 98 7% 750 98'8% C Noise levels shall not exceed the following when measured in strict accordance with ANSI C89 1 KVA Decibels 15 to 50 40 51-150 47 151-300 55 301-500 60 501-700 62 D Terminal compartments shall be located at the bottom of transformer housing Install all conductors to and from each transformer in flexible metallic conduit not less than 24 inches long Provide neoprene grommets or neoprene padding to prevent metallic contact between conduit and transformer housing Install copper wire grounding jumpers between conduit and housing F Transformers Three-phase or single-phase as required by rating G Transformers located outdoors shall be provided with weather shields City of Pearland Bailey WTP Improvements Dry-Type Transformers Project No 7295A 16460-3 October 21, 2021 H Transformers shall be wall, floor, or platform mounted as shown or required If platform mounting is indicated, construct the platform of welded or bolted angle iron Support the platform from the building construction with steel rod hangers PART 3 EXECUTION Not used END OF SECTION City of Pearland Bailey WTP Improvements Dry-Type Transformers Project No 7295A 16460-4 October 21, 2021 SECTION 16470 PANEL BOARDS PART 1 GENERAL 1 1 SECTION INCLUDES A. Electrical panel boards for general use 1 2 SUBMITTALS A. Provide complete catalog data and drawings on all items of equipment, under provisions of Division 1 Include all submittal data in the Operation and Maintenance Manuals B Submit shop drawings of each panel board for review before commencing fabrication, drawings shall indicate number, size, interrupting rating and type of circuit protective devices, dimensions, gauges and type of construction of cabinets, size and material of main bus and lugs, and any other pertinent information necessary to determine compliance with the drawings and specifications 1 3 QUALITY CONTROL. A. All panel boards shall be listed by Underwriters' Laboratories, Inc , and the building main panel shall be listed as suitable for "Service Entrance Equipment " B Panel boards shall conform to the requirements of NFPA 70, National Electrical Code PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURERS A. Panel boards manufactured by ABB Square D, or Siemens 2 2 SURGE PROTECTIVE DEVICE Surge protective devices shall be installed as part of the panelboard Refer to Specification Section 16675 2 3 PANEL BOARDS A Panel board Cabinets Furnish and install cabinets to serve the various panel boards, of sizes as required to house the panel boards Provide NEMA rated enclosure as indicated on the drawings B Service Equipment Approval Listed for use as service equipment for panelboards having main service disconnects City of Pearland Bailey WTP Improvements Panel Boards Project No 7295A 16470-1 October 21, 2021 C Panelboards indicated to be provided with a NEMA 4X enclosure shall be provided with a 316 stainless steel enclosure NEMA 4X panelboards located indoors may be provided with a fiberglass reinforced enclosure The enclosure door shall utilize fast operating clamps instead of conventional screw clamps D. Cabinet Construction Rigidly constructed of sheet steel of gauges conforming to Underwriters' Laboratories, Inc , requirements,corners overlapped or welded, edges turned over to receive trim E Cabinet Fronts Cut from single sheet of not less than No 12 gauge cold rolled sheet steel, fastened in place by adjustable trim clamps which will allow plumbing, same size as the cabinet box if surface mounted, size to overlap the box a minimum of 3/4" on all sizes if flush mounted F Each panel board shall be provided with a cover and a hinged door Each door shall be provided with a substantial flush, cylinder tumbler lock and catch On doors more than 48" high, provide a combination three point catch and lock with T-handle Provide each lock with two keys, with all locks keyed alike G Bus Requirements 1 Bus Material Copper 2 Panelboards with buses rated 600 ampere and above shall be provided with silver-plated hard-drawn copper 3 Main and Neutral Lugs. Mechanical 4 Neutral Ampacity and material equal to bus Panelboards shall be provided with insulated neutral bars with grounding screw for field grounding to enclosure 5 Equipment Ground Bus Provide each panel board with a separate equipment grounding bus bar bonded to the panel board cabinet. Where indicated on the drawings, provide panel boards with an isolated grounding bus bar insulated from the panel board cabinet H. Additional requirements for subfeed breakers, lugs, or other accessories as indicated on the drawings Where a circuit protective device is scheduled as a "spare", provide the device complete for operation Where such a device is scheduled as a "space" or "space only", provide proper space and all necessary connectors for future installation of the size of device scheduled Where a breaker or switch is scheduled to serve a "future" load, provide the device complete for operation J Panel boards shall have the number and sizes of bolted-in circuit breakers scheduled on the drawings with main circuit breakers or lugs only on the mains as scheduled K All circuit breakers shall be fully rated for the current interrupting rating as indicated on the drawings, or at a minimum, as follow City of Pearland Bailey WTP Improvements Panel Boards Project No 7295A 16470-2 October 21,,2021 VOLTAGE RATING INTERRUPTING RATING 120/240 Volts 10,000 Amps 277 Volts 42,000 Amps 480 Volts 42,000 Amps L. All circuit breakers shall be quick make, quick break,trip free,thermal magnetic, indicating type unless noted otherwise Provide all multiple pole breakers with common trip and single operating handle, handle ties between breakers are unacceptable Branch circuit breakers shall be fully interchangeable without disturbing adjacent units M Connect all circuit interrupting devices with sequence phasing N_ Where a feeder serves more than one panel, first entering one panel and then proceeding through a side gutter to other panels, install the feeder full size in a continuous piece without joint or splice through the side gutter of the panels to serve the succee'ding panels Make the gutters on that side and on the top at least 4" greater than normal(more if necessary)to accommodate the wiring and make the tap from the feeder to the panels with suitable bolted pressure T-cable top connectors Under no circumstances use feed-through lugs on a panel bus with the current drawn by a panel being carried through the buses of the preceding panel 0 Finish NEMA 4X enclosures shall be 316 stainless steel All other panels shall be provided with galvanized back boxes, all exposed metal, including fronts, primed and finished in gray lacquer P Mount all panel boards in cabinets as specified hereinbefore, arranged for flush or surface mounting as indicated on drawings 2 4 IDENTIFICATION A Provide each panel board with a neatly typewritten directory of circuits Install the directory in a cardholder on the inside of the panel board cabinet Cover directory with transparent sheet plastic B Provide each panel board with a factory engraved nameplate which shall identify the panel board name and voltage PART 3 EXECUTION 3 1 Install panel boards in accordance with manufacturer's instructions and as specified or shown 3 2 Test all elements of panel board with 1000-volt insulation resistance tester before energizing Insulation resistance less than 50 megaohrns is unacceptable END OF SECTION City of Pearland Bailey WTP Improvements Panel Boards Project No 7295A 16470-3 October 21, 2021 SECTION 16481 MOTOR CONTROL CENTERS PART 1 GENERAL 1 1 SECTION INCLUDES A SCOPE This section specifies 600 volt motor control centers (MCC) including all devices 1 2 GENERAL. A Provide Motor Control Centers in accordance with the one-line diagrams and schematics included with the Contract Documents B In all cases where it is physically possible, all, indicating lights, control switches, pushbuttons, and other devices (with the possible exception of the disconnecting means exterior handle) located on the exterior of a starter or VFD door shall not exceed 5'-6" above the base of the motor control center Submit drawings to verify this requirement is being met No exceptions will be allowed, If equipment is supplied that does not meet this requirement, equipment shall be field modified as required to meet this requirement, up to and including complete replacement of the equipment C The drawings and specifications are complementary What is shown on one is binding whether shown or specified in the other or not Failure to check both the drawings and the specifications will not be grounds for a change order if additional equipment or material is required to be provided by the Contractor after the Engineer reviews, or deficiencies are identified during testing, either in the Factory or the field 1 3 REFERENCES A NFPA 70 - 2014 National Electrical Code B ANSI C84 1 - Electric Power Systems and Equipment-Voltage Ratings (60Hz ) C UL 50 - Cabinets and Boxes D UL 508 - UL Standard for Safety for Industrial Control Equipment E UL508C- UL Standard for Safety for Power Conversion Equipment F UL 845— UL Standard for Safety for Motor Control Centers G NEMA ABI - Molded Case Circuit Breakers and Molded Case Switches H NEMA ICS 1 - Industrial Control and Systems General Requirements City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-1' October 21, 2021 NEMA ICS 2 3 - Instruction for Handling, Operation and Maintenance of Motor Control Centers J NEMA,ICS 18 - Motor Control Centers K NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) 1 4 QUALITY ASSURANCE A The drawings indicate maximum dimensions for MCCs, including clearance between MCC and adjacent surfaces and equipment, based on the types and models indicated MCCs of other manufacturers having equal performance characteristics and complying with the indicated maximum dimensions may be considered B Inspect the MCC upon receipt for damage, defects, and conformance to approved drawings Shipping damage shall be reported to the shipper and the manufacturer prior to acceptance by the Contractor Damage or discrepancies shall be the responsibility of the Contractor C The MCC and all equipment shall be manufactured, by one supplier in an ISO 9001 certified facility D Quality Assurance documentation shall be submitted with shipment of the equipment to verify successful completion of the above tests 1 5 UNDERWRITERS LABORATORIES, INC , APPROVAL. A The complete motor control center shall be listed and labeled by the Underwriters Laboratories, Inc , (UL) 1 6 SUBMITTALS A Submit the following 1 Dimensions and weight and overall anchoring points 2 Installation instructions 3 Manufacturer's data on all components 4 Front elevation including dimensions for the MCC front view, top and bottom conduit entry locations 5 Electrical one-line and three-line diagrams including all devices and their current ratings 6 Unit schedule for each MCC which shall include starter or drive output horsepower or electrical load rating, disconnect ratings, and nameplate legends for each starter, circuit breaker,,AC drive controller or any other starter or bucket City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-2 October 21, 2021 7 Ratings, including short-time and short circuit ratings, and horizontal and vertical bus ampacities 8 'Elementary,. connection, and interconnection diagrams for all equipment furnished Elementary wiring diagrams shall included all power and control components, and documentation of any non-default settings programmed at the factory 9 Time-current curves for all protection devices 10 Manufacturer's- certification that, the following items are capable of withstanding the specified short circuit condition a Bus bar bracing b Feeder tap units c Starts units B Each MCC shall be identified as indicated on the drawings Each schematic shall be identified for the specific piece of equipment being served 1 7 DELIVERY STORAGE, AND HANDLING A Deliver MCC's in shipping splits in lengths that will facilitate installation and not require special equipment for handling B Store so condensation will not occur on or in MCCs Provide temporary heaters as required to prevent condensation of as otherwise recommended by the manufacturer C Handle MCCs in accordance with NECA ICS 2 3, "Instructions for Handling; Installation, Operation, and maintenance of Motor Control Centers " Use factory installed lifting provisions 1 .8 CLASSIFICATION A. Provide factory assembled, NEMA Class IA, Type B Motor Control Centers, as defined in NEMA ICS 2, consisting of sections as indicated Each motor control center shall conform to the voltage, current rating, arrangement, one- line diagram, and schematics as may be indicated on the drawings or specified herein PART 2 PRODUCTS 21 MANUFACTURERS A Motor control manufacturer shall be Square D, Allen Bradley, Eaton, or approved equal B All motor control centers and other equipment specified under this section shall be manufactured and provided by the same manufacture Multiple manufactures of motor control equipment will not be allowed City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-3 October 21, 2021 2 2 STRUCTURE AND CONSTRUCTION A STRUCTURE 1 Motor control center sections shall be 20 inches deep, 20" minimum width, with a height of 90 inches, or as indicated on the drawings or required for the main breaker, starter, or VFD provided 2 The individual unit compartments shall be a minimum of 12 inches high Compartments with small breakers may be 6 inches high There shall be 72 inches available for stacking starter units 3 Provide a full-height vertical wireway, 20-square inch minimum for each vertical motor control center section The wireway shall contain full height hinged/removable doors Provide horizontal wireways top and bottom, extending the length of motor control centers 4 Bottom channel sills shall be mounted front and rear of the vertical sections extending the full length of the motor control center lineup A removable lifting angle shall be mounted on top and shall extend the width of the motor control center lineup 5 Mount components on draw-out assembly, properly guided by tracks or guide rails Each unit shall be capable of being locked in the plug- in position or in a withdrawn and disconnected position Units over 3 space units high may be bolt-in type Provide door interlocks to prevent opening door unless unit is turned off, and to prevent energizing a control unit with its door open Provide suitable screwdriver-operated "defeater" mechanism to allow bypassing of interlock mechanism 6 Each vertical section shall be designed and fabricated so additional sections may be.added B CONSTRUCTION 1 Unless otherwise indicated, the enclosure for motor control centers located in interior locations shall be NEMA 1, gasketed The enclosure for motor control centers located outdoors or in areas where the motor control center may be subject to water spray shall be NEMA 3R 2 Starter units, size 4 and smaller, and feeder tap units less than 225 amperes shall be draw-out plug-in construction with hardened, plated copper free-floating stabs, steel spring backups The door shall have interference tabs which prevent door closure if unit is improperly installed Units shall be latched in position to assure proper bus contact The unit disconnect device shall be interlocked to prevent removal or reinsertion of a unit when the disconnect is in the "ON" or "TRIPPED" positions Unit compartments shall have pan-type doors with the quarter turn hold-down latches and neoprene gaskets 3 Fusible switch or circuit breaker disconnect operators shall be capable of accommodating three padlocks for lock in the "OPEN" position City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-4 October 21, 2021 4 Hardware for mounting future starter and feeder tap units shall be provided at compartments specified as "FUTURE " 5 Individual motor starter units, feeder beaker units, transformers, lighting panels; distribution panels, and control device compartments shall be isolated from each other by metal barriers 6 Each vertical section shall have a vertical wiring trough for power and control wiring, and wiring troughs, one top and bottom which are continuous through the entire control center 7 Main incoming lines shall be bottom entry Motor starters and other devices shall be designed for top or bottom feed C The short-circuit current rating for each vertical section shall be not be less than the MCC bus bracing 2 3 FINISH AND COLOR Exterior color shall be manufacturer's standard Gray color Interior shall be painted white 2 4 BUSING Bus shall be tin-plated copper with bolted connections between vertical and horizontal bus bars Buses shall be hard-drawn 98-percent conductivity copper, Grade EC Flat bars Access for tightening these connections shall be from the front, without the need for tools on the rear of the connection Insulated horizontal and vertical bus barriers shall be provided Barriers shall be fabricated from high-strength, glass.filled polyester resin Unless otherwise specified, the bus shall be braced to withstand a full current of 42,000 amperes, RMS, symmetrical A HORIZONTAL BUS Unless otherwise specified or indicated on the drawings, the main horizontal bus shall be rated a minimum 600 amperes continuous B VERTICAL BUS Unless otherwise specified or required for the specific application, the vertical bus shall be rated a minimum 300 amperes continuous C NEUTRAL BUS Not required D GROUND BUS Provide minimum 1/4-inch by 2-inch ground bus the full length of the motor control center Locate ground bus at the bottom of the motor control center Provide a lug to terminate a bare 4/0 AWG copper ground conductors at each end of the ground bus City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-5 October 21, 2021 E Isolation of Buses The main bus shall be isolated from the horizontal wiring trough by a removable steel barrier Permanent insulation on or in front of vertical buses except at control unit connection points shall prevent front contact with the buses while control units are removed 2 5 FUNCTIONAL FEATURES A. Terminals Suitable solderless terminal blocks or lugs shall be provided for connection of all incoming and outgoing circuits Terminal blocks shall be provided for control cables shown by the one-line diagrams and schematics on the drawings No field wiring shall be connected to internal devices B Combination Starter• All combination starter units shall,be wired in accordance with the schematics shown on the drawings 1 The combination starter (consisting of contactor, overload relays, circuit breaker, control transformer, control relays, lights, etc ) shall act as a motor controller, disconnecting means and branch circuit overcurrent protection The protection shall be provided for motors operating within the range of 90 to 110 percent of the MCC-rated voltage Unless otherwise indicated, the motors shall be full voltage across the line started and shall be squirrel cage induction motors Horsepower shall be as indicated on the drawings 2 The Contractor shall be responsible for a completely coordinated breaker, starter, and overload relay assembly C Relays and Timers Auxiliary relays and timers, if shown on the drawings, shall have coils for continuous duty in 40°C ambient and 10 ampere, 120 volt, AC contacts D Nameplates Each compartment shall have a lamicoid nameplate, black with white letters to designate the purpose of the compartment The nameplates shall be fastened to the door with #6 stainless steel pan-head screws 2 6 WIRING A. GENERAL. All wiring shall be rated 600 volts All starter units shall have terminal blocks for control wiring Provide elementary and connection diagrams for each starter unit and an interconnection diagram for the entire motor control center B POWER WIRE Power wire shall be copper 90°C "MTW" insulated, sized to suit load, minimum power wire size shall be No 12 AWG, tin plated copper stranded C CONTROL WIRE Control wire shall be minimum No 16 AWG,, tin plated stranded copper wire,, rated 90°C, and UL-listed for panel wiring City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-6 October 21, 2021 D TERMINATIONS 1 Control wiring shall be lugged with ring-tongue or locking spade controls 2 Each wire termination shall be provided with a machine printed, plastic sleeve wire marker 2 7 FEEDER A GENERAL. Use thermal-magnet circuit breakers for feeder taps Circuit breakers shall be as specified for feeder branch circuit protection B CIRCUIT BREAKERS (THERMAL MAGNETIC) Thermal-magnetic circuit breakers shall be molded case equipped with toggle- type handle, quick-make, quick-break over center switching mechanism that is trip-free so that breaker cannot be held closed against short circuits and abnormal currents The tripped position shall be clearly indicated by breaker handle maintaining a position between "ON" and "OFF " All poles shall open, close, and trip simultaneously Minimum short circuit capacity shall not be less than the rating of the MCC 2 8 TRANSIENT VOLTAGE SURGE SUPPRESSORS (TVSS) A. Transient voltage surge suppressor shall be provided as indicated on the drawings The TVSS shall be installed in the motor control center and shall provide minimum 240 kA of surge capacity per phase B The TVSS shall be provided with a surge counter, dry contacts, and an audible alarm with silence switch 2 9 MOTOR STARTERS, GENERAL. A. Coordinate the features of each motor starter with the ratings and characteristics of the supply circuit, the motor, the required control sequence, the duty cycle of the motor, drive, and load, and the pilot device, and control circuit affecting controller functions Provide each motor with suitable starter contactor or device complete with magnetic control of standard NEMA sizes Provide controllers that are horsepower rated to suit the motor controlled B Contacts shall open each ungrounded connection to the motor C Solid state type overload relays with inverse-time current characteristics shall be provided Provide with sensors in each phase matched to the nameplate full-load current of the specific motor to which connected with appropriate adjustment for duty cycle As indicated on the drawings, provide current, transformers City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-7 October 21, 2021 D Main line contacts shall be silver-coated, double-break type, with arc barriers of heat resistant insulation compound between breaker contacts Two auxiliary convertible contacts, unless otherwise specified or required, shall be provided All parts shall be readily accessible from the front for ease of maintenance or repair E Provide starters designed to prevent freezing of contacts upon coil failure The starter shall be provided with capabilities to install auxiliary contacts without removing starter from its enclosure F Arrange control circuits for manual, auto, and other signal inputs from control panels, and arrange control power to de-energize control circuits whenever operating power supply to particular equipment is disconnected G Where indicated, provide elapsed time meters Meters shall be a five-figure, non-resettable hour meter rated 120 volts AC The meter shall be mounted on the unit compartment door H Provide pushbutton stations, pilot lights and HAND-OFF-AUTOMATIC switches as indicated Provide auxiliary contacts on starters to accomplish interlocks and control as specified or as indicated Equip each starter unit with a control power transformer with two primary fuses, a 120 volt secondary, a secondary fuse in one leg and the other secondary leg grounded Starter shall be front wired with conductors no smaller than No 12 AWG for power wiring and No 14 AWG for control wiring All terminals shall be legibly marked, and connections to terminals made with solderless connectors A wiring diagram of starter, with all terminals identified, shall be provided and attached to the inside of starter door Schematic shall be specific to the motor controlled Standard manufacturer schematic will not be acceptable unless starter is designated as spare Provide terminal block and wiring as required J Phase Failure Protection 1 Provide an individual three-phase, phase failure-phase reversal undervoltage monitoring relay for each three-phase motor that is not provided with an adjustable frequency drive, 2 Arrange to open motor starter contacts at 10% voltage unbalance and automatically reset when voltage returns to normal with an adjustable time delay set at one second on drop out to prevent nuisance tripping on momentary voltage dips Provide with red indicating light with "Phase Failure/Phase Reversal" nameplate Capable of detecting regenerated voltage Provide a contact for remote indication 2 10 SOLID STATE REDUCED VOLTAGE MOTOR STARTER (SOFT START) A. The soft start shall be provided complete with 1 Magnetic only circuit breaker Short circuit withstand rating shall be based on the motor horsepower as defined in UL 508 City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-8 October 21, 2021 B The solid-state reducedvoltage starter shall be an integrated unit with, power SCRs, logic board, paralleling bypass contactor, and electronic overload relay Each solid state motor starter shall be selected based on severe duty application D The motor shall be automatically protected from solid state component failure by one of the following means, as indicated on the drawings 1 Shunt trip coil to trip disconnect in the event of a controller fault condition including a shorted thyristor 2 Isolation contactor that opens when the motor is stopped or when the controller detects a fault condition including a shorted thyristor E The soft start shall utilize a thyristor (SCR) bridge consisting of at least two SCRs per phase to control the starting and stopping of industry standard motors F The soft start shall provide torque control for linear acceleration without external feedbck in-dependent of motor load or type of application The gating of the thyristors shall be controlled in such a manner to ensure smooth and stable acceleration ramp G The soft start shall be controlled by a microprocessor that continuously monitors the current and controls the phasing the SCRs Analog control algorithms shall not be allowed H All soft start power ratings shall utilize the same control module I A shorting contactor shall be supplied Protective features and deceleration control options integral to the soft start shall be available even when the shorting contactor is employed J The soft start shall be provided with a secondary surge arrester K MOTOR DATA 1 The soft start shall be designed to operate a NEMA design B motor as indicated on the drawings L. RATINGS 1 The soft start shall be designed to operate in an ambient temperature 0° and 50°C, derate the current by 1 2% per °C above 40°C 2 Storage temperature range shall be -25°C to 70°C 3 Maximum relative humidity shall be 93% at 40°C, non-condensing 4 The soft start shall be designed to operate in altitudes up to 3300 ft. For higher altitudes, derate by 0 5% for each additional 330 ft City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-9 October 21, 2021 5 The soft start shall be capable of operation between -15% and +10% of nominal voltage rating 6 The soft start shall automatically adapt for operation at 50 or 60 Hz Frequency tolerance shall.be ±5% when starting and between +5% and -15% during steady state operation 7 The soft start shall be capable of supplying 200% of rated full load current for 30 seconds at maximum ambient temperature 8 The SCRs shall have a minimum P I.V rating of 1400 Vac Lower rated SCRs with protection by MOVs are not acceptable M ADJUSTMENTS AND CONFIGURATIONS 1 All dialogue functions, display units, remote functions, terminal blocks, configuration switches and adjustment potentiometers shall be accessible on the front of the control module Exposure to control circuit boards or electrical power devices during routine adjustments is prohibited 2 Digital indication shall provide, as a minimum, the following conditions a Soft start status - ready, starting/stopping, run Motor status - current, torque, thermal state, power factor c Fault status - Motor thermal overload, starter thermal fault, phase fault, frequency fault, supply fault, locked rotor fault, motor underload, max start time exceeded, external fault, serial link fault, phase inversion, internal failure, overcurrent 3 The starter shall be preset to the following for adjustment-free operation a Torque acceleration ramp of 10 seconds b Current limitation to 200% of the motor full load current rating c Class 10 overload protection d Motor current preset per NEC and UL tables for standard hp motors 4 A digital keypad shall be utilized configure the following operation parameters as required a Motor full load amps adjustable from 50 to 130% of the controller's rating b Current limitation on starting adjustable from 1 5 to 7 times rated motor current City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-10 October 21, 2021 c Torque ramp adjustable from 1 to 60 seconds. Initial torque adjustable from 10 to 100% of nominal motor torque e Torque limit adjustable from 10 to 200% of nominal motor torque f Maximum start time adjustable from 10 to 999 seconds Voltage boost adjustable from 50 to 100% of the nominal supply voltage h Selection of freewheel, soft stop or braking Adjustable soft stop torque ramp time from 1 to 60 seconds j Threshold to change to freewheel following a soft stop from 0 to 100% of the nominal motor torque k Braking torque level adjustable from 0 to 100% effectiveness Selection of Class 2, 10, 10A, 15, 20, 25 or 30 motor thermal overload protection 5 A digital keypad shall be utilized configure the following controller parameters as required a Selectable automatic reset operation b Cancellation of the torque control loop for multi-motor installations. c Adjustment of the stator loss estimation for specialty motors d Assignment of controller inputs and outputs e Activation of phase reversal protection f Reset of motor thermal state g Return to factory settings h Activation of test mode for use with low power motors Indication of elapsed time in hours of starting, running and stopping 6 Output relays shall provide the following status indications- a One form A and one form B minimum for indication of fault City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-11 October 21, 2021 b One form A and one form B for indication of control of an input, isolation contactor c_ One form A and one form B minimum for indication of control of an output isolation contactor if provided d One form A for indication that torque ramp is complete and current is below 130% motor FLA (End of start) 7 Additional inputs and outputs shall be available to provide the following status indications a One logic input for force to freewheel, indication of external fault, force to local control, control of cascading motors, or external motor overload reset b One form C and a logic output for indication of motor thermal overload pre-alarm or presence of motor current and one logic output to indicate overcurrent alarm c One analog output shall be available for 4 to 20 milliamp indication of motor current, torque, thermal state, or power factor 8 Relay and I/O' functions listed above shall be isolated with respect to common N PROTECTION 1 A microprocessor controlled thermal protection system shall be included which shall continuously calculate the temperature-rise of the motor and soft start and provide a User adjustable overload protection b An overload pre-alarm which indicates by relay contact that the motor has exceeded its rated temperature rise by 100% This function shall be annunciation only c A thermal fault condition which stops the motor if the temperature-rise exceeds 120% of the motor thermal capability d An analog electronic circuit,with a time-constant adjustable to the motor's thermal cooling time-constant ensuring the memorization of the thermal state even after power supply disconnection or shorting out of the power semiconductors. 2 The soft start shall provide phase loss, phase reversal, underload, stall, and jam protection Provide form A contact for remote indication City of Pearland Bailey.WTP Improvements Motor Control Centers Project No 7295A 16481-12 October 21, 2021 3 The integral protective features shall be active even if an external shorting contractor is used to bypass the SCRs during steady state operation 4 Provide automatic fault reset 0 CONTROL OPTIONS 1 The soft start's control circuit shall be fed from the line supply and be completely independent of the power circuit and separate from the control logic 2 The peripheral soft start control circuitry shall be operated at 120 VAC 60 Hz from a control power transformer included within the enclosure 3 Operator devices shall be door mounted and shall be as indicated on the drawings 4 All operator devices shall be remote-mounted using supplied 120 VAC control logic Clearly labeled terminals shall be provided for field installation P SHORTING CONTACTOR 1 A microprocessor shall control the operation of the shorting contactor via an output relay 2 The shorting contactor shall close, shorting the thyristors after the motor current is below 130% of motor FLA and voltage is below nominal voltage (indicating ramp complete), and open on a stop command to allow a deceleration ramp 3 Overload protection integral to the soft start shall continue to protect. the motor when shorting is utilized Q. Starter shall be provided with a Form C normally open (NO), normally closed (NC) contact that shall change state when a fault condition exists Contacts shall be rated 60 VA (resistive load) and 20 VA. (inductive load) In addition, an LED display on the device keypad shall indicate type of fault (Overtemperature, Phase Loss, Jam, Stall, Phase Reversal and Overload ) 2 11 AUXILIARY CONTROL DEVICES A. Pushbutton stations shall be of the heavy-duty oil type, NEMA Type 1 A lockout attachment, with provisions for padlocking, shall be furnished on stop button, to render the control inoperative with the lockout in place B Selector switches shall be of the heavy duty, oil tight type, mounted on the starter cover C Each auxiliary device shall be provided with a lamacoid nameplate, black with white letters to designate the purpose of the device The nameplates shall be fastened to the door with #6 stainless steel pan-head screws City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-13 October 21, 2021 D The operator button shall be molded Bakelite and solid in color throughout the material Painted buttons are not acceptable A suitable and clearly legible nameplate shall be provided for each button to designate its function E All contact blocks shall be made of molded, high arc resistant material and shall have a minimum of one normally open and one normally closed contact, with a continuous current rating of 10 amperes, 600 volts All terminals shall be readily accessible Contact blocks shall be easily changed and shall be arranged for the addition of contacts F Pilot lights shall be an integral part of control station when indicated Indicating lights shall be of the LED type, push to test. Contractor shall install pushbuttons and selector switches not factory mounted G Provide adjustable 1-60 second "on" time delay relay set for 30 seconds, unless noted, to allow motors 10 HP and larger to stop prior to restarting H All plug-in control relays shall be provided with a pilot light and manual operator Current Sensors Rated to suit application PART 3 EXECUTION 3 1 INSTALLATION A. Install MCCs in accordance with NEMA ICS 2 3, "Instructions for the Handling, Installation, Operation, and Maintenance of MCCs" and with the manufacturers written installation instructions B Anchor each motor control center assembly to channel sills arranged and sized in accordance with the manufacturer's recommendations Attach a tack welding or bolting Level and grout sills flush with the motor control center- mounting surface 3 2 CONCRETE BASES A. Motor control centers shall be installed on 3-inch high concrete pads as indicated on the drawings B Form concrete equipment bases using framing lumber with form release compounds Locate as indicated and construct 1 inch larger in all directions than the supported unit The pad shall be constructed with a 3/4" chamfer on top edges C Install reinforcing bars, and place anchor bolts and sleeves using manufacturers installation template D Place concrete and allow curing before installation of equipment E Remove temporary lifting eyes, channels, brackets, and temporary blocking of moving parts form MCC units and components after MCC is set City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-14 October 21, 2021 F Contractor shall coordinate floor openings required for conduits entering in the bottom of the MCC 3 3 FIELD QUALITY CONTROL. A. Comply with applicable requirements of the International Electrical Testing Association (INETA) Standard, "Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems " B Perform the following preparations for tests 1 Test the insulation resistance of MCC buses, components, and of connecting supply, feeder, and control circuits For components with solid-state devices or other sensitive components, perform tests in accordance with the manufacturer's instructions 2 Make continuity tests of circuits 3 Provide the manufacturer's instructions for installation and testing of the MCC to the testing personnel 4 Check anchoring of MCC, external clearance, and alignment and fit of components, including internal elements 5 Perform operational tests and exercise of mechanical components and other operable devices in accordance with the manufacturer's instruction manual 6 Check tightness,of bolted electrical connections with calibrated torque wrench Refer the manufacturer's instructions for proper torque values 7 Perform visual and mechanical inspection and related work for motor control and protective devices 8 Verify ratings and settings of overload relays, motor circuit protectors, and overcurrent protective devices C Quality Control Testing Program Assure MCC installation meets the specified requirements, is operational within the specified tolerances, and provides the appropriate protection for the systems and equipment 1 Test and inspect the MCCs in accordance with the manufacturer's recommendations and these specifications 2 Provide a manufacturer's factory certified technician to supervise the installation of adjustable frequency drives 3 Schedule tests and provide notifications to the Owner at least 1 week in advance of the test commencement City of Pearland Bailey WTP Improvements Motor Control Centers Project. No 7295A 16481-15 October 21, 2021 4 Prepare written reports of test results and observations Report defective materials and workmanship Include complete records of adjustments and corrective action taken 5 Check phasing of supply source to the bus. 3 4 GROUNDING A All conduits entering the MCC shall be individually bonded to the MCC ground bus The size of bonding conductor shall be equal to the equipment-grounding conductor in the conduit B Bond the MCC ground bus as indicated on the drawings- 3 5 CLEANING A Each MCC shall be thoroughly cleaned inside and out to the satisfaction of the Owner/Engineer 3 6 TRAINING A Provide 8 hours of on-site training by a manufacturer for Owner personnel Training shall be performed at the job site using the actual equipment installed Training shall include the operations and maintenance manuals and shall consist of classroom training and actual hands on training 3 7 DEMONSTRATION A. A schematic wiring diagram of each solid state or magnetic starter or'VFD unit shall be provided and attached to the inside of starter door The wiring diagram shall be specific to the equipment served by the starter Manufacturer's standard wiring diagram will not be acceptable except where the starter is designated as a spare B AU output alarm contacts not indicated to be used for SCADA or control shall be paralleled to provide a single remote alarm END OF SECTION City of Pearland Bailey WTP Improvements Motor Control Centers Project No 7295A 16481-16 October 21, 2021 SECTION 16491 AUTOMATIC TRANSFER SWITCH PART 1 GENERAL 1 1 SECTION INCLUDES A. Automatic transfer switch (ATS), 240-volt, 3-phase for standby power service at the Sewage Lift Station B The automatic transfer switch shall be open transition C Provide engine exerciser as specified herein D The automatic transfer switch supplier shall be provided by the packaged engine-generator supplier, in accordance with Section 16620, to ensure one source of responsibility 1 2 STANDARDS The automatic transfer switches and controls shall conform to the requirements of the following A. IEC 60947-6-1 Low-voltage Switchgear and Control gear, Multifunction equipment, Automatic Transfer Switching Equipment B NFPA'70 - National Electrical Code C NFPA '1 10 - Emergency and Standby Power Systems D IEEE Standard 446 - IEEE Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications E NEMA Standard ICS10 (formerly ICS2-447) - AC Automatic Transfer Switches F UL 508 Industrial Control Equipment G UL 1008 - Standard for Transfer Switch Equipment 1 3 SUBMITTALS A. Submit in accordance with 01300 1 4 SERVICE REPRESENTATION The ATS manufacturer shall maintain a national service organization of company- employed personnel located throughout the contiguous. United States The service center's personnel shall be factory trained and on call 24 hours a day, 365 days a year ATS manufacturer shall utilize technicians that are dedicated solely to switchgear and ATS maintenance and repair ATS technicians shall arrive onsite in vehicle dedicated to repair and parts replacement of electrical switchgear and transfer City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-1 October '21, 2021 switches PART 2 PRODUCTS 2 1 ACCEPTABLE MANUFACTURER A The listed manufacturer below shall actually manufacture the transfer switches for this project Companies that simply purchase switches and/or components or "rebrand" other manufacturers products are specifically prohibited The engine generator set supplier shall provide specified automatic transfer switch to ensure one source of responsibility B Manufacturers 1 ASCO 2 Russell 3 Approved equivalent. 2 2 TRANSFER SWITCH EQUIPMENT A Each automatic transfer switch shall consist of an inherently double throw power transfer switch mechanism and a microprocessor controller to provide automatic operation All automatic transfer switches and controllers shall be the products of the same manufacturer B Automatic transfer switch shall be 3-pole with solid neutral and ground bar, or as indicated on the drawings C All transfer switch sizes shall use only one type of main operator for ease of maintenance and commonality of parts D Ampacity shall be as indicated on the drawings E Each complete factory-assembled automatic transfer system shall have the following features electronic control designed for surge voltage isolation with voltage sensors on all phases of both sources, linear operator, permanently attached manual handles, positive mechanical and electrical interlocking, and mechanically-held contacts F Designs utilizing components of molded-case circuit breakers, contactors, or parts thereof, which are not intended for continuous duty, repetitive switching or transfer between two active power sources will not be acceptable G Inspection of all contacts shall be possible from the front of the switch without disassembly of operating linkages and without disconnection of power conductors Switches rated 800 amps and higher shall have front removable and replaceable contacts All stationary and moveable contacts shall be replaceable without removing power conductors and/or bus bars H The switch shall be positively locked and unaffected by momentary outages, so that contact pressure is maintained at a constant value and contact temperature rise is minimized for maximum reliability and operating life City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-2 October 21, 2021 The ATS shall be UL listed in accordance with UL 1008 and be labeled in accordance with that standard's 0 025 and 0 05 second, time based ratings ATS which are not tested and labeled with time based ratings and have series, or specific breaker ratings only, are not acceptable J Provide transfer switch according to the following, 1 Transfer switch shall be rated to carry 100 percent of rated current continuously in the enclosure Circuit breaker-type transfer switches are not acceptable 2 Transfer switches shall be continuously rated in ambient temperatures of -40 to +50 degrees C, relative humidity up to 95 percent (non- condensing),, and,altitudes up to 10,000 feet 3 Transfer switch equipment shall, have a withstand and close-on rating (WCR) in RMS symmetrical amperes of 42,000A RMS symmetrical minimum 4 Construction Transfer switches shall be double-throw, electrically and mechanically interlocked, and mechanically-held in both positions 5 Transfer switches shall be equipped with manual operators for use only under de-energized.conditions 6 Main switch contacts shall be high-pressure silver alloy Contact assemblies shall have arc chutes for positive arc extinguishment Arc chutes shall have insulating covers to prevent interphase flashover 7 Provide two sets of Form C auxiliary contacts on both sides, operated by transfer switch positions, rated 10 amp 250 VAC 2 3 ENCLOSURE A Enclosure shall be NEMA 4X, stainless steel, unless otherwise indicated B All standard and optional door-mounted switches and pilot lights shall, be 16- mm industrial grade type or equivalent for easy viewing & replacement Door controls shall be provided on a separate removable plate 2 4 AUTOMATIC CONTROLS Control shall be solid-state and designed for a high level of immunity to power line surges and transients, demonstrated by test to IEEE Standard 587 The control, shall have optically isolated logic inputs, high isolation transformers of AC inputs, and relays on all outputs A. Solid-state under-voltage sensors shall simultaneously monitor phases of both sources Pick-up and drop-out settings shall be adjustable Voltage sensors shall allow for adjustment to sense partial loss of voltage on any phase Voltage sensor shall have field calibration of actual supply voltage to nominal system voltage City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-3 October 21, 2021 B Automatic controls shall signal the engine-generator set to start upon signal from normal source sensors Solid-state time-delay start, adjustable from 0 to 15 seconds (factory-set at 2 seconds) shall avoid nuisance start-up Battery voltage starting contacts shall be gold, dry-type contacts factory-wired to a field wiring terminal block The start signal shall prevent dry cranking of the engine by requiring the generator set to reach proper output, and run for the duration of the cool down setting, regardless of whether the normal source restores before the load is transferred C The switch shall transfer when the emergency source reaches the set point voltage and frequency Provide a solid-state time delay on transfer, adjustable from 0 to 120 seconds D The switch shall retransfer the load to the normal source after a time delay retransfer, adjustable from 0 to 30 minutes Retransfer time delay shall be immediately bypassed if the emergency power source fails E Controls shall signal the engine-generator set to stop after a time delay, adjustable from 0 to 10 minutes, beginning on return to the normal source F Power for transfer operation shall be from the source to which the load is being transferred G Generator Remote Start Circuit The integrity of the generator remote start circuit shall be monitored for broken, disconnected, or shorted wires Loss of integrity shall start the generator H The control shall include latching diagnostic indicators to pinpoint the last successful step in the sequence of control functions, and to indicate the present status of the control functions in real time, as follows 1 Source 1 OK 2 Start Gen Set 3 Source 2 OK 4 Transfer Timing 5 Transfer Complete 6 Retransfer Timing 7 Retransfer Complete. 8 Timing for Stop The control shall include provisions for remote transfer inhibit and area protection J Front Panel Devices Provide devices mounted on cabinet from consisting of 1 A key-operated selectors switch to provide the following positions and functions a Test--Simulates normal power loss to control for testing of generator set Controls shall provide for a test with or without load transfer b Normal--Normal operating position City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-4 October 21, 2021 c Retransfer--Momentary position to override retransfer time delay and cause immediate return to normal source, if available K The controller shall be connected to the transfer switch by an interconnecting wiring harness The harness shall include a keyed disconnect plug to enable the controller to be disconnected from the transfer switch for routine maintenance Sensing and control logic shall be provided on multi-layer printed circuit boards Interfacing relays shall be industrial grade plug-in type with dust covers The panel shall be enclosed with a protective cover and be mounted separately from the transfer switch unit for safety and ease of maintenance The protective cover shall include a built-in pocket for storage of the operator's manuals The control panel shall be at minimum 4 lines, 20 character and shall give user clear indication of the status of the transfer switch Control panel shall track and store the last 99 events L. The controller shall meet or exceed the requirements for Electromagnetic Compatibility (EMC) as follows. 1 EN 55011 1991 Emission standard - Group 1, Class A. 2 EN 50082-2 1995 Generic immunity standard, from which a EN 61000-4-2 1995 Electrostatic discharge (ESD) immunity b ENV 50140 1993 Radiated Electro-Magnetic field immunity c EN 61000-4-4 1995 Electrical fast transient(EFT) immunity d EN 61000-4-5 1995 Surge transient immunity e EN 61000-4-6 1996 Conducted Radio-Frequency field immunity 2 5 TIME DELAYS A. An adjustable time delay of 0 to 6 seconds shall be provided to override momentary normal source outages and delay all transfer and engine starting signals Capability shall be provided to extend this time delay to 60 minutes by providing an external 24 VDC power supply B A time delay shall be provided on transfer to emergency, adjustable from 0 to 60 minutes, for controlled timing of transfer of loads to emergency Two time delay modes (which are independently adjustable) shall be provided on re-transfer to normal One time delay shall be for actual normal power failures and the other for the test mode function The time delays shall be adjustable from 0 to 60 minutes Time delay shall be automatically bypassed if the emergency source fails and the normal source is acceptable City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-5 October 21, 2021 D A time delay shall be provided on shut, down of engine generator for cool down, adjustable from, 0 to 60 minutes E A time delay activated output signal shall also be provided to drive an external relay(s) for selective load disconnect control The controller shall have the ability to activate an adjustable 0 to 5 minute time delay in any of the following modes 1 Prior to transfer only 2 Prior to and after transfer 3 Normal to emergency only 4 Emergency to normal only 5 Normal to emergency and emergency to normal 6 All transfer conditions or only when both sources are available F All time delays shall be adjustable in 1 second increments, except the extended parallel time, which shall be adjustable in 01 second increments G All time delays shall be adjustable by using the LCD display and keypad or with a remote device connected to the serial communications port 2 6 ACCESSORY ITEMS A. Transfer switches shall be equipped with accessories as follows 1 Provide a solid-state engine exerciser to set the day, time, week and duration of generator set exercise/test period Provide a with/without load exercise period selection At the end of the specified duration, the transfer switch shall transfer the load back to normal and run the generator for the specified cool down period A 10-year life battery that supplies power to the real time clock in the event of a power loss will maintain all time and date information 2 Exercise clock 3 Programmed transition 4 Over Voltage and Over/Under frequency sensing for normal source and emergency source 5 Ground bar PART 3 EXECUTION 3 1 INSTALLATION A. Installation shall comply with NEC and City of Pearland requirements Install equipment, in accordance with manufacturer's instruction and instructions included in the listing or labeling of UL listed products B Prior to equipment's being energized, a factory representative shall inspect installation and issue to Owner and Engineer a certificate of proper installation City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-6 October 21, 2021 3 2 FACTORY TESTS A Provide a factory-certified record of the production testing 1 The complete ATS shall be factory tested to ensure proper operation of the individual components and correct overall sequence of operation and to ensure that the operating transfer time, voltage, frequency and time delay settings are in compliance with the specification requirements 2 The ATS manufacturer shall be certified to ISO 9001 International Quality Standard and the manufacturer shall have third party certification verifying quality assurance in design/development, production, installation, and servicing in accordance with ISO 9001 3 Factory tests shall include a complete functional test of transfer switch controls, including calibration of the voltage sensors 3 3 FIELD TEST A Responsible party under Specification Section 16620 shall demonstrate transfer switch operation with field tests of engine-generator system END OF SECTION City of Pearland Bailey WTP Improvements Automatic Transfer Switch Project No 7295A 16491-7 October 21, 2021 SECTION 16620 PACKAGED ENGINE GENERATOR SYSTEM PART 1 GENERAL 1 1 SECTION INCLUDES A Complete and operable standby engine generating systems, including devices and equipment specified herein, indicated on the drawings, and provided in the locations indicated on the drawings Equipment shall be new, factory- tested, and delivered ready for installation If necessary, standard equipment or systems shall be modified to provide the specified features B The generator shall consist of a natural gas powered gasoline engine, a synchronous AC. alternator, and system controls with all necessary accessories for a complete operating system including, but not limited to, the items as specified herein C The engine generator set short circuit current response shall be adequate for first cycle tripping of circuit breakers or fuses, and the motor generator set shall be capable of developing the scheduled KW and KVA for motor starting with a maximum voltage dip of 25% and 15% frequency drop, while complying with the performance requirements specified herein D The packaged engine-generator supplier shall provide the automatic transfer switch, in accordance with Section 16491, at the Sewage Lift Station to ensure one source of responsibility At the Bailey Ground Water Treatment Plant, the existing automatic transfer switch shall be reused as indicated on the drawings 1 2 SCOPE OF WORK A Furnish and install a complete Packaged Natural Gas Fueled Engine Generating System as specified herein and indicated on the drawings The system shall be a package of new equipment consisting,of, but not limited to,the following 1 A natural gas engine driven electric generating set to provide standby power 2 An engine mounted start-stop control system with necessary relays for remote start/stop control from a remote location 3 Mounted accessories as specified 4 Solid state, fully automatic, battery charger 5 Gas train and gas connection 6 Critical grade muffler and flexible exhaust connections 7 Jacket-Water Heater 8 Main Output Circuit Breaker 9 Starting batteries, cables, and battery racks 10 Pad type vibration isolators. 11 Outdoor weatherproof enclosure with sound attenuation B Provide initial start-up services, conduct field acceptance testing, and warranty service City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-1 October 21, 2021 1 3 SUBMITTALS A Submit in accordance with Section 01300 B Submit the following 1 Specification and data sheets 2 Manufacturer's certification of prototype testing 3 Manufacturer's published warranty documents 4 Documentation that the generator provided by the Contractor is adequate to start and run the required loads as specified herein 5 Shop Drawings showing plan and elevation views with certified overall and interconnection point dimensions ,6 Interconnection wiring diagrams showing external connections required, with field wiring terminals marked in a consistent point-to- point manner 7 Manufacturer's installation instructions 8 Natural gas supply and pressure requirements 9 Natural gas supply equipment including pressure regulator, valves, and piping 10 Operation and maintenance materials for the overall system as well as all individual components 1 4 QUALITY ASSURANCE A. The system shall be built, tested and shipped by the manufacturer of the Packaged Engine Generating System, who has been engaged in the production of engine-alternator sets and associated controls for a minimum of 5 years, so there is one source of supply and responsibility 1 5 CODES AND STANDARDS A The generator set installation and on-site testing shall conform to the requirements of the following codes and standards, as applicable 1 ANSI S1 13-1971 - Measurement of Sound Pressure Levels in Air 2 EN61000-6-4, Electromagnetic Compatibility — Generic Immunity Requirements 3 EN5501 1, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment 4 FCC Part 15, Subpart. B City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-2 October 21, 2021 5 IEC8528 part 4 Control Systems for Generator Sets 6 International Plumbing Code 7 IEEE446 — Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications 8 NEMA MG1 9 NFPA 30 — Flammable and Combustible Liquids 10 NFPA 37 — Standard for the Installation and Use of Stationary Combustion Engines and Gas Turbines 11 NFPA 70 — National Electrical Code 12 NFPA 110, Level 2 13 UL2200 14 Environmental Protection Agency (EPA) nonroad emissions regulations 1 6 WARRANTY A Provide warranty directly to the Owner for standby power generator system against defects in materials and workmanship for a two-year period from the start-up date and per the manufacturer's Base Coverage Limited Warranty Warranty shall include labor This will not relieve the Contractor for his warranty B Provide the supplier's name, address,, and phone number to Owner Supplier shall have '24-hour availability and factory-trained service technicians authorized to do warranty service on all warrantable products C The warranty shall be provided by the system manufacturer Multiple warranties for individual components (engine,, alternator, etc ) will not be acceptable Satisfactory warranty documents shall be provided with the shop drawing submittal data PART 2 PRODUCTS 21 MANUFACTURER A The single party identified for overall responsibility below shall assume full, single-party responsibility for the complete engine-generator-transfer switch system This party shall provide all engineering, manufacturing, installation, checkout, maintenance, training, and other work necessary for a complete and operable system B Specific Suppliers 1 AKSA City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-3 October 21, 2021 2 Caterpillar 3 Cummins 4 Generac 5 Kohler 6 Taylor Power Systems 7 Pre-approved equal 2 2 RATINGS Provide generators at each location meeting the following requirements A. Bailey Ground Water Treatment Plant 1 Generator set rating a 500 kW b 625 kVA at 0 8 PF c Standby rating 2 System voltage a 480/277 Volts AC, WYE b Three-phase, c Four-wire d 60 hertz B Sewage Lift Station 1 Generator set rating a 40 kW b 50kVAat08PF c Standby rating 2 System voltage a 208/120 Volts AC, WYE b Three-phase c Four-wire d 60 hertz 3 Performance The generator shall be capable of starting and operating three 5 hp submersible motors with 5 kW of auxiliary load 4 At the Sewage Lift Station, the generator size specified shall be verified by the Contractor The Contractor shall verify that the generator size specified will start and operate the specified motors, with the auxiliary load in service, prior to submitting a bid If the specified unit will not successfully operate the motor with the auxiliary load, the Contractor shall increase the size of the generator If the generator kW rating is required to be increased after the bid is City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-4 October 21, 2021 submitted, the Contractor shall increase the generator kW at no increase in bid price 2 3 SITE CONDITIONS A Altitude 46 ft. B Temperatures up to 115 degrees F 2 4 ENGINE-GENERATOR SET A. Type Outdoor-housed type, natural gas-fueled, turbocharged, four-cycle, operating speed of no more than 1800-rpm, liquid-cooled with a frame mounted radiator, and fan and coolant pump It shall have adequate horsepower to achieve rated kW output with at an operating speed of 1800 RPM, with low reactance brushless generator and automatic voltage regulator B Unit shall be appropriate for use with natural gas fuel C Generator shall have overcurrent and overload protection in accordance with NEC Article 445 12 This protection shall, be a main circuit breaker D Prototype Tests and Evaluation Prototype tests shall have been done on a complete and function unit, component-level type tests will not substitute for this requirement E Performance 1 Voltage regulation shall be ± 0 5 percent for any constant load between no load and rated load 2 Frequency regulation shall be isochronous from steady state no load to stated state rated load 3 The engine-generator set shall be capable of single step load pick up of 100 percent nameplate kW and power factor, less applicable derating factors, with the engine-generator set at operating temperature 4 The generator set shall be capable of sustaining a minimum of 90 percent of rated no-load voltage with specified kVA load at near zero power factor applied to the generator set 5 Maximum transient voltage dip shall not exceed 6 percent and maximum frequency dip shall not exceed 2 percent, below rated; on application of the single largest surge load step F Controls for automatically starting and stopping the engine shall be furnished and incorporated in the generator control panel The automatic controls shall consist of the following City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-5 October 21, 2021 1 Crank control to provide approximately 5 intermittent crank and rest periods The crank and rest periods shall be adjustable from 10 to 24 seconds and the overall crank period shall be adjustable from 60 seconds to approximately 120 seconds before lockout Crank control shall be the static type 2 An over-crank light shall be provided to indicate when the engine fails to start due to any engine malfunction Cranking cycle shall be terminated immediately when the engine starts by means of a speed sensing switch Automatic start-stop controls shall include safety shutdown provisions for high jacket water temperature, low oil pressure, and overspeed Included with a shutdown control shall be an indicating light for signaling the cause of the shutdown The system shall be arranged so that any malfunction will lock out automatic controls until the operator resets them after correction of the trouble 3 Reset switches shall serve as an "off" position of the 3-position switch which shall be provided and further described 4 A time delay shall be incorporated in the low oil pressure safety circuit to prevent premature shutdown of the engine before reaching operating speed 5 The signal for starting and stopping the engine shall be sensed through an auxiliary contact located in the automatic load transfer switches G AC Alternator The AC alternator shall be brushless with brushless exciter, synchronous, four pole, revolving field, drip-proof construction, single prelubricated sealed bearing, air-cooled by a direct drive centrifugal blower fan, and directly connected to the engine with flexible drive disc(s) 1 Insulation system components shall meet NEMA MG1 temperature limits for Class H insulation system Actual temperature rise measured by resistance method at full load shall not,exceed 130° Centigrade 2 The AC alternator shall be engine-driven single bearing type, 2/3 pitched, permanent magnet (PMG) exciter, and synchronous The AC. alternator shall be connected to the engine flywheel by means of a flexible type coupling 3 The brushless permanent magnet generator (PMG) shall provide excitation power for immunity from voltage distortion caused by non- linear loads The PMG shall sustain excitation power for optimum motor starting and to sustain short circuit current at approximately 300 percent of rated current for not more than 10 seconds H The automatic voltage regulator shall be temperature-compensated, solid-state design The voltage regulator shall be equipped with three-phase RMS sensing The regulator shall control buildup of AC generator voltage to provide a linear rise and limit overshoot The regulator shall include a torque-matching characteristic, which shall reduce output voltage in proportion to frequency below a threshold of 58-59 HZ The torque-matching characteristic shall use City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-6 October 21, 2021 differential rate of frequency change compensation to use the maximum available engine torque and provide optimal transient load response Regulators which use a straight-line fixed volts per hertz characteristic are not acceptable An electronic governor shall provide automatic isochronous frequency regulation adjustable from no load to full load, J The engine shall be turbocharged or naturally aspirated as required for the horsepower required to meet the load requirements for a standby rated system 1 Frame-mounted close-loop radiator system rated for full load operation in 122 degrees F (50 degrees C) ambient as measured at the generator air inlet. Radiators shall be provided with a duct adaptor flange The cooling system shall be filled with 50/50 ethylene glycol/water mixture by the equipment supplier Rotating parts shall be guarded against accidental contact in accordance with regulations The system shall properly cool the engine with up to 0 5" H2O static pressure on the fan 2 A critical grade exhaust silencer shall be furnished, as specified herein 3 Provide catalytic converter as required to meet emissions requirements 4 An electronic isochronous governor capable of 2% steady-state frequency regulation 5 A '12 Cr 24 volt positive engagement solenoid shift-starting motor capable of a single 30-second crank period without overheating 6 A 45-ampere minimum automatic battery charging alternator with solid-state voltage regulation 7 Oil dipstick 8 Coolant level indicator and switch 9 Positive displacement, mechanical,, full pressure, lubrication oil pump. Full flow lubrication oil filters with replaceable spin-on canister elements and dipstick oil level indicator 10 Replaceable dry element air cleaner with air restriction indicator 11 Certified by the Environmental Protection Agency (EPA) to conform to the latest Tier requirements for nonroad emissions regulations and any TCEQ air quality requirements at the time of installation K Base The engine-generator set shall be mounted on a heavy duty steel base to maintain alignment between components The base shall incorporate a battery tray with hold-down clamps within the rails Provide vibration isolators between the engine and the steel base to reduce vibration, City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-7 October 21, 2021 L. Main Circuit Breaker 480 or 240 VAC, 3-pole, molded case, thermal-magnetic type, sized per NEC, as indicated on the drawings and for the voltage specified herein and indicated on the drawings Breaker shall be lockable off per NEC 1 1'0 25 2 5 Generator Set Auxiliary Equipment and Accessories A. Starting and Control Batteries Starting batteries, lead acid-type, 12 or 24 volt DC, sized as required to deliver the manufacturer's recommended cold cranking amps, 770 CCA minimum, required at 0 degrees Fahrenheit, per SAE Standard J-537, shall be supplied with battery cables, connectors, and a battery disconnect switch B Automatic float and equalize battery charger (6-ampere) with 1% constant voltage regulation from no load to full load over 10% AC input line variation, current limited during engine cranking and short circuit conditions, temperature compensated for ambient from -40 centigrade to 70 degree centigrade, 5% accurate voltmeter and ammeter, fused, reverse polarity and transient protected Generator Remote Start Circuit The generator shall include monitoring for start status and start circuit integrity performed by the engine-generator control logic when the engine is off or running Three-wire circuits from the transfer switch shall require two inputs and a common at the engine-generator Each input at the engine-generator shall monitor a single contact at each transfer switch for a change in logical state (position) Input 1 (In 1) monitors the NC contact and Input 2 (In 2) monitors the NO contact Transfer switch controllers close the NO contact and open the NC contact to signal an engine start The logical state of the NO and NC contacts at the transfer switch should always be in opposition to each other (closed-open or open-closed) because of the Form C single-pole double-throw construction As a result, if both engine-generator control logic inputs sense identical logical states (open- open or closed-closed), a loss of circuit integrity will be detected due to broken, disconnected or shorted wires and an engine start shall be initiated A signal shall be sent to the SCADA system D Auxiliary Power Panel On generators larger than 80 kW, provide an auxiliary power panel to power the block heater, battery charger, receptacle, and lighting Provide separate circuit breakers for each On generators 80 kW and smaller, provide separate power connections for each of the items listed E Convenience receptacle, 125 volt, 20 ampere, specification grade F LED enclosure light, minimum two, 4000K Provide a specification grade switch for the light fixtures G Block heater The block heater shall be thermostatically controlled and shall be adjustable from 40°F to 100°F H Skid and isolation vibrators I. All accessories required for natural gas operation, including gas connection City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-8 October 21, 2021 J Remote emergency stop control Stop control shall be lockable off per NEC 110 25 and include a mechanical reset per NEC 445 2 6 ENGINE GENERATOR CONTROL. A The control console shall be mounted on vibration isolators, and shall have DC controls, AC controls, and panel lighting The top of the control console shall not be more than 6' - 0" AFF B Provide digital microprocessor controller Software to be non-proprietary Programmable logic to allow for custom programming of various inputs, outputs, alarms and pre-alarms Lithium battery backup for real time clock. Lamp test button, alarm silence button, LCD display C Provide thermostatically controlled, low surface temperature space heaters to prevent condensation D Genset protection 1 Under voltage 2 Over voltage 3 Reverse power 4 Over frequency 5 Under frequency 6 Loss of excitation 7 Phase imbalance 8 Generator overcurrent E Engine Protection 1 Low oil pressure 2 High coolant temperature 3 Low coolant level 4 Over speed 5 Over crank 6 Engine sender unit failure 7 Fuel leak / fuel sender failure 8 Emergency stop 9 Battery charger failure 10 Battery over voltage, 11 Weak battery 12 Engine kW overload 13 Maintenance interval timer F DC ENGINE CONTROLS (2-wire, 24-volt system) including Run-Stop-Remote Switch, Remote Start-Stop Terminals, Oil Pressure Gauge, Coolant Temperature Gauge, Charge Rate. G Genset Metering — Digital generator metering for voltage, current, frequency, real power (watts), apparent power (VA), and power factor Digital engine metering for oil pressure, coolant temperature, RPM, battery voltage, fuel level, engine runtime City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-9 October 21, 2021 H Controller shall have capability to communicate by Modbus, Ethernet, and RS- 485 All alarms shall be available over the communications network If controller does not provide Ethernet communication protocol, provide a converter to convert the protocol to Ethernet 10/100 Power converter from generator voltage Provide isolated, Form C type, dry contacts for remote indication of alarms Provide a minimum of 7 output contacts 1 Generator Overcrank. 2 Generator Running 3 Generator Fail To Start. 4 Generator Low Oil Level 5 Generator High Water Temperature 6 Low fuel pressure 7 Generator remote start circuit integrity failure 2 7 ENCLOSURE Provide an outdoor, sound attenuated, weatherproof enclosure as specified below A The enclosure shall meet the following criteria 1 Rigidity wind test equal to 100 MPH (ASCE 7-05, Exposure C ) 2 Roof load equal to 40 lbs per sq ft 3 Rain test equal to 4" per hour B Maximum full load, 100%, sound level shall be measured at 7 meters from the enclosure, as follows 1 Sewage Lift Station — 65 dBA 2 Bailey Ground Water Treatment Plant 76 dBA C Housing shall be ventilated with adequate space provided for access to filters and strainers and for other servicing Sufficient clearance shall be provided between the housing and the unit on both sides and generator end to prevent outside precipitation from getting on the instrument panels and generator during operation of the unit. Insect screens shall be provided over all ventilation openings Housing door shall have a lockset or shall have padlocking provisions All penetrations into the enclosure shall be sealed or screened D Number of doors on the enclosure shall be as required so that all normal maintenance operations, such as lube oil change, filter change, belt adjustment and replacements, hose replacements, access to the control panels, etc , may be accomplished without disassembly of any enclosure components Access doors shall be fabricated of the same material as the enclosure walls and shall be reinforced for rigidity Handles shall be key lockable, all doors keyed alike, and hinges and hardware shall be stainless steel E The entire engine generator set shall have all exposed metal surfaces primed with a rust inhibiting primer and multiple finish coats of the manufacturer's standard machinery enamel finish City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-10 October 21, 2021 F Air handling shall be sized and designed by the manufacturer for 0 5" static pressure drop through the enclosure Intake openings shall be screened to prevent the entrance of insects and rodents The system shall include a cooling and combustion air inlet silencer system, and equipment enclosure section, and a cooling air discharge silencer section G Lube oil and coolant drains shall be extended to the exterior of the enclosure and terminated with drain valves and capped with pipe nipples on flanged connectors mounted in the skid The lube oil drain and the coolant drain shall be provided with individual skid installed nipples Combining the two drains into a single nipple is not acceptable. H Radiator access shall be through a hinged, lockable cover on the top of the enclosure Cooling fan and charging alternator shall be fully guarded to prevent injury Internally mounted critical grade silencer, companion flanges, and flexible stainless steel exhaust fitting properly sized shall be, furnished Enclosure manufacturer shall internally mount the exhaust silencer and maintain the weather resistant integrity and aesthetic appearance of the system Externally mounted silencers will not be permitted If the silencer is installed in a compartment separate from the sound enclosure, provide a stainless steel silencer The exhaust silencer shall be of chambered construction, provide maximum degree silencing and shall be sized to assure proper operation without excessive back pressure when installed in the exhaust, system. The exhaust silencer shall be supplied with a condensation drain and flexible exhaust tubing as required J Acoustical foam shall be provided between all supports and inside doors and sound baffles on air intake and air discharge K Lifting points on the base frame shall be suitable for lifting combined weight on the base tank, generator set, and enclosure A tested and certified single point lifting facility to aid in generator placement 2 8 NATURAL GAS SUPPLY A. All accessories required for natural gas operation, including shutoff valve, dry fuel strainer, solenoid valve, pressure regulator, and exhaust condensation trap shall be provided for a complete and operational system B Gas pressure supplied shall be compatible with design pressure required for the specific engine provided at the specific location The contractor shall coordinate with the gas utility, CenterPoint Energy, to provide the proper gas pressure to the site The Owner will pay for the gas service up to the utility meter, but the Contractor shall provide all coordination with the installation of the gas service The Contractor shall provide all required piping,, supports, valves, regulators, and other devices required from the utility meter to the engine for a complete and operational system, and as required by the. City of Pearland City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-11 October 21, 2021 C Perform‘natural gas line pressure testing in accordance with NFPA 54 in the presence of the Owner's representative and provide documentation to the Engineer before introducing natural gas into the system Contractor shall contact Engineer at least 48 hours prior to commencement of testing 2 9 TRANSFER SWITCH EQUIPMENT A Provide automatic transfer switch as specified in Section 16491 PART 3 EXECUTION 3 1 INSTALLATION A. Installation shall comply with NEC and National Fire Code Install equipment in accordance with manufacturer's instructions and instructions included in the listing or labeling of UL listed products B Secure the generator to the concrete pad a minimum of four locations Connections shall be made using minimum 1/2" stainless strap with 1/2"X7" stainless steel anchor bolts, or in accordance with the manufactures published instructions C Make all auxiliary power connections required for the proper operation of all auxiliary devices provided in the Packaged Engine Generator System, whether specified or not 3 2 FACTORY TESTS A. The entire generator system shall be assembled on the factory test bed and shall be submitted to the full factory standard test to demonstrate automatic operation, start time, full capacity acceptance, regulation, motor stating capability and function of all system safeties B The reporting form for the factory test shall be submitted to the Engineer for review with the shop drawing submittal and the Engineer shall be notified a minimum of one week prior to the factory test so that an Owner's representative can witness the test C The performance tests of the generating set series shall be in accordance with procedures certified by an independent testing laboratory The manufacturer shall have successfully tested a prototype of the generating set series offered which shall include 1 Maximum power level 2 Maximum motor starting capacity 3 Fuel consumption 4 Voltage and frequency regulation 3 3 ON-SITE ACCEPTANCE TEST A. The complete installation shall be tested for specification compliance following completion of the work. Testing shall be conducted by representatives of the manufacturer The Engineer shall be notified in advance and shall have the City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295,A 16620-12 October 21, 2021 option to witness the tests Installation acceptance tests to be conducted on- site shall include a "cold start" test, a two-hour full-load test, and a one-step rated load pickup test in accordance with NFPA 110 Provide a resistive load bank and make temporary connections for full load test, if necessary B As an option, the manufacture may provide the "cold start" test, a two-hour full-load test, and a one-step rated load pickup test in the manufacturer's facility If the Contractor elects to do this, representatives of the manufacturer shall still provide complete on-site startup services and a complete on site test 3 4 TRAINING A. The manufacturer's startup representative shall provide a minimum of (8) hours of training to the Owner's Engineer This training shall include system operation and maintenance. 3 5 CERTIFICATION A The supplier of the engine-generator set shall provide a notarized letter certifying compliance with all the requirements of this specification The certification shall identify, by serial number, the equipment involved No exceptions to the specifications shall be included in the certification B The letter of certification shall so state that the standby power system shall be capable of meeting the following minimum criteria 1 The engine-generator system shall supply power for the loads specified 2 The engine-generator system starting and running KW's and KVA's shall be equal to, or greater than, the starting and running KW's and KVA's of all equipment to be powered simultaneously by the engine- generator system 3 6 GROUNDING AND BONDING A. The generator unit is not a separately derived system per NEC Article 250 30, and the generator neutral shall not be bonded and grounded at the unit. The equipment grounding conductor shall be bonded to the generator housing and to the ATS ground bar END OF SECTION City of Pearland Bailey WTP Improvements Packaged Engine Generator System Project No 7295A 16620-13 October 21, 2021 SECTION 16675 TRANSIENT VOLTAGE SURGE SUPPRESSION PART 1 GENERAL 1 1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section 1 2 SUMMARY A Section includes field-mounted SPDs for low-voltage (<1000 V) power distribution and control equipment 1 3 DEFINITIONS A. VPR Voltage Protection Rating B SPD Surge Protective Device(s) C 1(n) Nominal Discharge Current 1 4 SUBMITTALS A Product Data For each type of product indicated Include rated capacities, operating weights, electrical characteristics, furnished specialties, and accessories. B Qualification Data For qualified testing agency C Product Certificates For SPDs from manufacturer Operation and Maintenance Data For SPDs to include operation, and maintenance manuals E Warranties Sample of special warranties 1 5 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories Listed and labeled as defined in NFPA 70, by a testing agency, and marked for intended location and application B The unit shall be UL 1449 Listed and CUL Approved as a Surge Protective Device and UL 1283 Listed as an Electromagnetic Interference Filter C Comply with IEEE C62 41 2 and test devices according to IEEE C62 45 D Comply with NFPA 70 City of Pearland Bailey WTP Improvements Transient Voltage Surge Suppressors Project No 7295A 16675-1 October 21„ 2021 E PROJECT CONDITIONS 1 Service Conditions Rate SPDs for continuous operation under the following conditions unless otherwise indicated a Maximum Continuous Operating Voltage (MCOV) of not less than 115% for 277/480V and 125% for 120/208V nominal RMS operating system voltage b Operating Temperature 30 to 150 deg F c Humidity 0 to 95 percent, non-condensing d Altitude Less than 12,000 feet above sea level 1 6 COORDINATION Coordinate location of field-mounted SPDs to allow adequate clearances for maintenance 1 7 WARRANTY Special Warranty Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fails in materials or workmanship within specified warranty period Warranty Period 10 years from date of Substantial Completion 1 8 EXTRA MATERIALS A Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents B Replaceable Protection Modules one of each size and type installed PART 2 PRODUCTS 21 MANUFACTURER A Square D B Eaton C Approved Equal 2 2 SERVICE ENTRANCE SUPPRESSORS A Surge Protective Devices shall be 1 ANSI/UL 1449 Listed 2 Modular design (with field-replaceable modules) City of Pearland Bailey WTP Improvements Transient Voltage Surge Suppressors Project No 7295A 16675-2 October 21, 2021 3 Fuses, rated at 200-kA interrupting capacity 4 Minimum ANSI/UL 1449-2006 withstand (In) rating to be 20kA per mode 5 Tested with the ANSI/IEEE Category CHigh exposure waveform (20kV- 1 2/50µs, 10kA-8/20µs) 6 Pulse life test Capable of protecting against and surviving 20,000 ANSI/IEEE Category CHigh transients without failure or degradation of clamping voltage by more than 10% 7 Bolted compression lugs for internal wiring 8 Coordinated thermal and surge current fusing 9 Redundant suppression circuits 10 Replaceable modules, 1 per phase minimum 11 LED indicator lights for power and protection status 12 Audible alarm, with silencing switch, to indicate when protection has failed 13 Form-C contacts rated at 2 A and 24-V ac minimum, one normally open and one normally closed, for remote monitoring of protection status Contacts shall reverse on failure of any surge diversion module or on opening of any current-limiting device Coordinate with building power monitoring and control system 14 Six-digit transient-event counter set to totalize transient surges B Peak Single-Impulse Surge Current Ratings to be selected by environment Category/Type Application Per Phase Per Mode C Type 2 Service Entrance 240 kA 120 kA B Type 2 High Exposure Locations 160 kA 80 A (Distribution Equipment) C The ASNI/UL 1449 voltage protection rating (VPR) in grounded wye circuits, the SPDs shall not exceed the following- Modes 208Y/120 480Y/277 600Y/347 L-N,L-G, N-G 800 1200 1500 L-L 1200 2000 2500 City of Pearland Bailey WTP Improvements Transient Voltage Surge Suppressors Project No 7295A 16675-3 October 21, 2021 D The ANSI/UL 1449 VPR for 240/120 V, 3-wire or 4-wire circuits with high leg shall not exceed the following Modes 240/120 L-N,L-G, N-G 1200/800 2 3 PANELBOARD SUPPRESSORS A. Surge Protective Devices shall be 1 ANSI/UL 1449 Listed 2 Modular design (with field-replaceable modules) 3 Fuses, rated at 200-kA interrupting capacity 4 Minimum ANSI/UL 1449-2006 withstand (In) rating to be 20kA per mode 5 Tested with the ANSI/IEEE Category CHigh exposure waveform (20kV- 1 2/50µs, 10kA-8/20µs) 6 Pulse life test Capable of protecting against and surviving 20,000 ANSI/IEEE Category CHigh transients without,failure or degradation of clamping voltage by more than 10% 7 Bolted compression lugs for internal wiring 8 Coordinated thermal and surge current fusing 9 Redundant suppression circuits 10 Replaceable modules, 1 per phase minimum 11 LED indicator lights for power and protection status 12 Audible alarm, with silencing switch, to indicate when protection has failed 13 Form-C contacts rated at 2 A and 24-V ac minimum, one normally open and one normally closed, for remote monitoring of protection status Contacts shall reverse on failure of any surge diversion module or on opening of any current-limiting device Coordinate with building power monitoring and control system 14 Six-digit transient-event counter set to totalize transient surges City of Pearland Bailey WTP Improvements Transient Voltage Surge Suppressors Project No 7295A 16675-4 October 21, 2021 B Peak Single-Impulse Surge Current Rating Category/Type Application Per Phase Per Mode B Type 2 High Exposure Locations 160 kA 80 kA (Distribution Equipment) B Type 2 Branch Locations 120 kA 60 A C The ASNI/UL 1449 voltage protection rating (VPR) in grounded wye circuits, the SPDs shall not exceed the following Modes 208Y/120 480Y/277 600Y/347 L-N,L-G, N-G 800 1200 1500 L-L 1200 2000 2500 D The ANSI /UL 1449 VPR for 240/120 V, 3-wire or 4-wire circuits with high leg shall not exceed the following Modes 240/120 L-N,L-G, N-G 1200/800 2 4 ENCLOSURES A Indoor Enclosures NEMA 250, Type 1 B Outdoor Enclosures NEMA 250 Type 4X PART 3 EXECUTION 3 1 INSTALLATION A Install SPDs at the service entrance on the load side, with ground lead bonded to service entrance ground B Install SPDs for panelboards and auxiliary panels with conductors or buses between suppressor and points of attachment as short and straight as possible Do not exceed manufacturer's recommended lead length Do not bond neutral and ground C Provide a 60 Amp circuit breaker as a dedicated disconnecting means for SPD unless otherwise indicated D The SPDs ground shall be connected to the power system ground 3 2 FIELD QUALITY CONTROL. A Ensure that interiors are free of foreign materials and dirt B Check and test switches, pushbuttons, meters for proper operation City of Pearland Bailey WTP Improvements Transient Voltage Surge Suppressors Project No 7295A 16675-5 October 21, 2021 C Check and test indicating lights for proper operation and color D Perform manufacturers on site field test procedures 3 3 STARTUP SERVICE A Do not'perform insulation resistance (MEGGER) tests of the distribution wiring equipment with the SPDs installed Disconnect all wires, including neutral, before conducting insulation resistance tests, and reconnect immediately after the testing is over B Test the unit status by pressing the buttons below the Phase LED on the diagnostic panel The LED will turn from Green, to Red while the button is pressed The LED will return to Green, upon release of the Phase button END OF SECTION City of Pearland Bailey WTP Improvements Transient Voltage Surge Suppressors Project No 7295A 16675-6 October 21, 2021 APPENDIX A WesTech Aeralater Proposal 7 1473 �• ,) 1' �L : ° '�'° '` te'-..Zt.- .+ .r. '' -' I 'w' Ts:. r4 1 `r FA t1 .-y .,,,. `.•.ice yy,, ' '47:_t�J� - ,.. (,�tr., „,,,,i_,'i41,--- �L.-jj-,SI ��i-'; M,i` r-cr �' ;��-' . - -.h �'��N`,, 141 /' �+ i A,_� .' Y,�..9 I ,, i , *, , .51!ram lA .!.i': �.'"' `� • r{_—� "_�C� "' 'y-e '` 'a V 's ` r .., „, 11- Ar,,,i,-..— - . 1'A 41:3 Ili Y erJ r a.a u um•arc ''r , - y illi, � • py�• 7' ,.y 'R 7 w , Bailey WTP Improvements Pearland,Texas Engineer Contact eHT Don Tyson dtyson@westech-inc.com Representative Rene Carson rcarson@westech-inc.com David Silverthorn Newman Regency Group Plano,Texas (972)769-1993 dsilverthorn@newmanregency.com ,,,c..r„ WES1rECI-11® Proposal Number 1830585 kCc Monday, November 01, 2021 `` _SGS: asi, 'A,,-4 , -i, » .,: , *,.. ' ^& - a.'yt,' r;xY,..a .camst.erfieta .., . �.4 ieZa,+a_ i #x.c: +' sih, i` b �it':w ..., ,:3& , Table of Contents Technical Proposal Item A—(3) 17'-3"AERALATER units Item B—(2) 14'-9"AERALATER units-This section includes all field service and the control panel Clarifications and Exceptions Commercial Proposal Bidder's Contact Information Pricing Payment Terms Schedule Freight Warranty WE SilreC F4 Proposal 1830585_Rev6 2 Technical Proposal Item A—AERALATER® Type II Package Filtration System, Model AL1I4W Design Criteria I Application Iron oxidation and filtration Well Dedication Bailey Well Unit Flow * 601-700 gpm Number of Units 3 Number of Filter Cells/Unit 4 Unit Size 17ft-3indiameter Aerator Blower Style Induced draft Aerator Blower Capacity 2,269 scfm @ 3/8"static pressure }Detention Duration >30 minutes Filter Area 232.6 ftZ per filter Hydraulic Load <3 0 gpm/ftZ(<4.0 gpm/ft2 with one cell backwashing) Flow Control Influent Modulating Valve Backwash Method Water wash Backwash Water Source Filtered Water from In-Service Cells I Backwash Water Loading Rate 12-15 gpm/ftZ* Backwash Water Flow Rate 698 gpm *The design backwash rate listed is based on a temperature of 25°C.The actual backwash water rate must be adjusted 2%up or down for each degree Celsius difference above or below from design temperature;i.e.,above 25°C increase by 2%,below 25°C decrease by 2%. Features and Benefits The AERALATERe system is a completely self-contained treatment plant that combines aeration, detention and filtration in a single unitized package.The system is utilized for iron, manganese, and arsenic removal It will also reduce radon,VOC, odor, H2S and other dissolved gases.The AERALATER unit is a flexible treatment plant able to accommodate different media, backwash methods, materials of construction, and discharge locations. • Compact design minimizing building size and land requirements lowers capital cost • MULTICELL® design allows the unit to be self-backwashing—eliminating a backwash supply pump and storage tank • Low installation cost-units less than 400 gpm come fully assembled, larger units are shipped in major sections • Low operating cost-aeration section provides oxygen to oxidize iron and removes carbon dioxide to minimize chemical feed requirements • Operational simplicity requiring minimal operator attention • Flexible-various configurations,automatic controls, and MULTIWASH®are available • Aluminum construction option provides corrosion resistant design WE-SIVEC H� Proposal 1830585_Rev6 3 i induced Drat tBlower Moisture Separator Target Nozzles r Gravity Distribution Tray ihy ^2' PVC Slats 'c' Static Mixer Ohemical Feed Lines — "kW' i d` o 4; 1 f . s= f‘ , Float-OperatedInlet 1 °' rn oarng vane 1 MULTIWASIV Overdrain ry "- r I ' 4 41111411..?‘ -" inlet A Detention rank/Filter £"$ --. t "'-._, Transfer Header y. ti 4 Backwash . ,-,I,... ;'' Filtration Media Waste Header y 'i Outlet Air Wash Header - I` L Common Underdrain , C Backwash Waste Standard TYPE II AERALATER®system with MULTI WASH®backwash depicted.May not entirely reflect unit quoted. WE St FEC H° Proposal 1830585_Rev6 4 p i I Tankage Scope of Supply Item Size Notes , Unit Quantity Three _ Over'all Systemm 17 ft 3 in Dianieter x^'27 ft L_ _ High __ , Aeration Section 5 ft-6 in Square Aluminum Construction with internal coating Detention Section 17 ft-3 in Diameter Painted Steel Construction 1 Filtration Section 17 ft—3 in Diameter Painted Steel Construction LTank Inlet Nozzle 10 in Diameter Flanged 1 Detention Outlet Nozzle_ 10 in Diameter Flanged [Filter Inlet Nozzle � 12 in Diameter Flanged , * _ I Filter Outlet Nozzle 10 in Diameter Flanged I Drain 2 in Diameter Flanged,for detention tank and filter 1 Fabrications Scope of Supply I Feature Quantity 'Notes , Weir Board 3 Painted Steel,guides and grooves for weir board are not by WesTech _ Filter Front Piping 3 lots Sch 40 Steel pipe. Pipe sections shipped loose for field fitting ] by Contractor Interior detention Steel rungs as needed,shipped loose to be field welded by the tank ladders 3 sets contractor to the detention tank interior after detention section assemblyF External Ladder to 3 Galvanized Steel manway with fall protection system painted 1 detention manway safety yellow $ Drain Assembly 3 lots Piping and fittings,size 2 in Fabricated items are shipped loose for field assembly and installation by contractor Aeration Section Scope of Supply [ Feature Quantity Notes _ 1 Units 3 Aluminum construction with internal coating Air intake 2/unit Includes screen 1 Media Access 1/unit Hinged and bolted side Water DistributorL-- 1/unit Distribution tray with velocity breaker box, air stacks, and �_ target nozzles „ , Media 12 rows Round PVC slats on 2 in vertical centers !Air Exhaust Connection. 1/unit Moisture separator in the cover 1 Connection Piping 1 Lot Includes piping,fittings and flange bolts Aerator is shipped loose for field bolting to detention section. WE STEC El° Proposal 1830585_Rev6 5 Detention Section Scope of Supply Feature. Quantity Size Notes Units 3 Collector Pan 1/unit Stainless steel static mixer included PVC chemical feed piping included Chemical Feed Connection 3/unit %in Diameter Located above detention outlet nozzle `Manway 1/unit 24 in Diameter Located on top plate Manway 1/unit 14 in x 18 in Lower side shell -brain Coupling 1/unit 2 in Diameter TM Shipped in the fewest number of pieces practical for field assembly and welding by the contractor Field drilling of the mounting holes will be required to install the aerator Filtration Section Scope of Supply Feature Quanta Size Notes Plate Underdrain 3 17 ft-3 in Shop-installed plastic media retaining nozzles Diameter Dividing Partition 4/unit Manway 4/unit 14 in x 18 in Located on top cover of filter [Manway . 4/unit 18 in x 24 in For underdrain access located on the side-shell Drain Coupling 1/unit 2 in Diameter rOverdrain ' 1/cell Pipe style collector Shipped in two complete halves for field assembly—includes transfer section for field welding to connect the two underdrain halves. An estimated 550 lineal feet of welding will be required by the contractor for the complete assembly of EACH 17 ft—3 in diameter AERALATER unit. VE'STEC H Proposal 1830585_Rev6 6 Surface Preparation and Painting Scope Location Notes Aerator Interior 'Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6 near white blast, painted with one shop stripe coat of Tnemec Series 91H20 Hydrozinc primer applied with brush to all weld and hard to reach areas, followed by one shop coat of Tnemec Series 91H20 Hydrozinc primer(DFT 2.5-3.5 mils)followed by one coat of Tenemec series 20 PotaPox(intermediate coat; DFT 4.0-6.0 mils)and Tnemec series 141 Epoxoline finish (10.0-12.0 mils) Total DFT minimum 16.5 mils. Detention and filter sections. Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting; Sandblasted to SSPC-SP10 near white blast,painted with one shop stripe coat of Tnemec Series 91H20 Hydrozinc primer applied with brush to all weld and hard.to reach areas,followed by one shop coat.of Tnemec Series 91H20 Hydrozinc primer(DFT 2.5—3.5 mils) The filter section only will Tank Interior then have one coat of Tenemec series 20 PotaPox(intermediate coat; DFT 4 0-6.0 mils) and Tnemec series 141 Epoxoline finish (DFT 10 0—12.0 mils)above and below the underdrain: Interior filter finish will have a minimum dry film thickness of 12 mils. Filter will be shipped with minimum DFT 16.5 mils.The detention tank y pieces will be shipped primed only with 2 inch masked edges in preparation for field,assembly Detention finish by others after field assembly Detention and filter sections:Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6/NACE 3 near white blast,shop Tank Exterior stripe coat applied with brush to all weld and hard to reach areas painted with Tnemec Series 90-97 Tneme-Zinc primer(DFT of 2.5-3.5 mils) applied with brush to all weld and hard to reach areas,followed by one shop coat of Tnemec Series 90-97 Tneme-Zinc primer(2.5-3.5 DFT) Field finish to be applied by others. Piping Prepared per paint manufacturers recommendations, painted with one coat.of 90-97 Tneme-Zinc primer on exterior only Field finish to be applied by others. _. Tank Bottom Tank will be shipped bare metal on bottom.The tank shall be set in coal tar or asphaltic base mastic compound applied to concrete base pad (By others.) Field weld seams will be shipped with hold back for protection Induced Draft Blower Scope of Supply LQuantity Volume Pressure Type Motor , 4(one spare) 2,269 scfm 3/8 in SP Induced Draft %Z hp,230 V, 60 Hz,3 ph,TENV Feature .Notes Housing Aluminum with stainless steel trim and rainhood Exhaust Screen Aluminum and stainless steel -- — _ Hardware Type 18-8 stainless steel, included *Aeration blower assembly to be installed by contractor Media Scope of Supply LType Quantity Depth Effective Size, U.C. Packaging Lo-d.A* 1830 ft3 30 in 0 6-0.8 mm <1.6 Supersacks *Includes approximately 5%excess for skimming. WESTECHCD Proposal 1830585_Rev6 7 Valves Scope of Supply Item Quantity Size Type Operator Type 1 Unit Inlet* 3 10 in Modulating Electric Cell Inlet 12 8 in Open/Close Butterfly Electric 1 Backwash Waste 12 12 in Open/Close Butterfly Electric 1 Backwash Rate Set 3 12 in Manual Butterfly Chainwheell ,- Drain 6 2 in Manual Butterfly Lever Sample Cocks 6 %in Manual Lever *Actuators will be equipped with limit stops. Unit inlet valve actuators equipped with position feedback. All butterfly valves are Bray wafer style with stainless steel bearings,stainless steel disc, EPDM seat and shaft seal Manually controlled butterfly valves have lever or gear operated handwheel actuators. Automatic butterfly valves have double acting,weatherproof electric actuators manufactured by Bray Instrumentation Scope of Supply i Description Quantity Type. _ Output Manufacturer Level Control 3 Pressure Transmitter_ Analog Rosemount 2051T Loss-of Head Gauge 3 3%%in gauge Visual WesTech Loss of Head Switches 6 Vacuum Discrete Mercoid (mercury free) Influent Flow Meters 3 10" Magmeter Analog Rosemount 8750W-1 LEstimated Shipping Weight/Unit 42,000 lbs i Estimated Shipping Weight/Heaviest Piece 13,000 lbs Effluent Pump Scope of Supply ),Quantity ' Capacity Efficiency NEMA Motor i 3 673 gpm 77% 5 hp,460 V, 60 Hz,3 ph, @ 21.2 ft TDH 1150 RPM, Inverter duty Features - Notes Size 6x5x10 VFDcapability Inverter Ready motors � � j Casing Cast Iron 1 Wear Rings , 316SS Foundation Base Mounted on Steel Bent-Form Baseplate Coating Manufacturer's Standard —__' Notes Pumps manufactured by Carver r WESTEC H® Proposal 1830585_Rev6 8 i VFD Scope of Supply Quantity Electrical i 3 4.0 KW,5.5 HP,380-480 VAC,3 ph, IP21,Type 1 eatures Notes Enclosure NEMA 1 r Digital Inputs 6 � �y_ I Digital Outputs 2 Analog inputs 2 1 Analog outputs 1 Rela s 2 . l Display Graphic with backlight ! Keypad Removable, HOA_ buttons included , m _ 1 Serial Communications Not included j Ethernet Port ' Included I Notes. VFDs manufactured by Danfoss.VFDs will not be housed in the filter control panel WESTEC lir Proposal 1830585_Rev6 9 I) Item B —AERALATER® Type II Package Filtration System, Model AL1I4W Design Criteria I Application Iron oxidation and filtration ) Well dedication Magnolia Well Flow per Unit 401-510 gpm Number of Units 2 ENumber of,Filter Cells/Unit 4 Unit Size 14 ft—9 in diameter A erator Blower Style Induced draft Aerator Blower Capacity 1519 scfm @ 3/8"static pressure Detention-Duration , >30 minutes Filter Area 169.9 ft2total Hydraulic Load _ <3.0 gpm/ft2(<4 0 gpm/ft2 with one cell in backwash) Flow Control Influent Modulating Valves F Backwash Method Water wash Backwash Water Source Filtered Water from In-Service Cells 1 Backwash Water Loading Rate _ 12-15 gpm/ft2* , Backwash Water Flow Rate 510 gpm* *The design backwash rate listed is based on a temperature of 25°C.The actual backwash water rate must be adjusted 2%up or down for each degree Celsius difference above or below from design temperature;i.e.,above 25°C increase by 2%,below 25°C decrease by 2%. j Tankage Scope of Supply . I Item Size Notes • Unit quantity Two 1 Overall System 14 ft—9 in Diameter x 27 ft ______._._ High W - • Aeration Section 5 ft Square Aluminum Construction with internal coating I Detention Section 14 ft—9 in Diameter Painted Steel Construction Filtration Section 14 ft—9 in Diameter Painted Steel Construction Tank Inlet Nozzle 8 in Diameter Flanged ] Detention Outlet Nozzle 10 in Diameter Flanged Filter Inlet Nozzle 10 in Diameter Flanged Filter Outlet Nozzle 8 in Diameter Flanged I I'Drain 2 in Diameter Screwed,for detention tank and filter' WE SITE C 149 Proposal 1830585_Rev6 10 Fabrications Scope of Supply LFeature Quantity Notes # Weir Board 2 Painted steel construction,guides and grooves for weir board are not by WesTech Sch.40 Steel pipe Pipe sections shipped loose for field 6 Filter Front Piping 2 lots 1 fitting by Contractor i Detention tank Steel rungs as needed,shipped loose to be field welded by internal ladders 2 sets the contractor to the detention tank interior after detention section assembly External ladder to. 3 Galvanized steel ladder with fall protection system painted 1 detention manway safety yellow 1 Drain Assembly 2 lots Piping and fittings,size 2 in Fabricated items are shipped loose for field assembly and installation by contractor Aeration Section Scope of Supply I Feature Quantity Notes E Units 2 Aluminum construction with internal coating Air intake 2/unit, Includes screen �_ I Media Access 1/unit Hinged and bolted side Water Distributor 1/unit Distribution tray with velocity breaker box, air stacks, and I target nozzles i Media 12 rows Round PVC slats on 2 in vertical centers Air Exhaust Connection 1/unit Moisture separator in the cover j Connection Piping 3 Lots Includes piping,fittings and flange bolts Aerator is shipped loose for field bolting to detention section. Detention Section Scope of Supply IFeature Quantity Size Notes Units 2 Collector Pan 1/unit M Stainless steel static mixer included PVC chemical feed piping included Chemical Feed Connection 3/unit %in Diameter Located above detention outlet nozzle Manway 1/unit 24 in Diameter Located on top plate Manway 1/unit 14 in x 18 in Lower side shell Drain Coupling 1/unit 2 in Diameter Shipped in the fewest number of pieces practical for field assembly and welding by the contractor Field drilling of the mounting holes will be required to install the aerator WE SIM C I i Proposal 1830585_Rev6 11 Filtration Section Scope of Supply Feature Quantity Size, Notes Units 2 Plate Underdrain 2 14 ft—9 in Shop-installed plastic media retaining nozzles Diameter Dividing Partition 4/unit Manway 4/unit 14 in x 18 in Located on top cover of filter Manway 4/unit 18 in x 24 in For underdrain access located on the side-shell Drain Coupling 1/unit 2 in Diameter _ , Overdrain 1/cell Pipe style collector Shipped in two complete halves for field assembly—includes section for field welding to connect the two underdrain halves. An estimated 500 lineal feet of welding will be required by the contractor for complete assembly of EACH 14 ft—9 in AERALATER unit. WE STEC.-u° Proposal 1830585_Rev6 12 i I Surface Preparation and Painting Scope LLocation Notes ..... �_ Aerator Interior Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6 near white blast,painted with one shop stripe coat of Tnemec Series 91H20 Hydrozinc primer applied with brush to all weld and hard to reach areas, followed by one shop coat of Tnemec Series 91H20 Hydrozinc primer(DFT 2.5-3.5 mils)followed by one coat of Tenemec series 20 PotaPox(intermediate coat; DFT 4 0-6.0 mils) and Tnemec series 141 Epoxoline finish (10.0-12.0 mils) Total DFT minimum 16.5 mils. Detention and filter sections. Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP10 near white blast, painted with one shop stripe coat of Tnemec Series 91H20 Hydrozinc primer applied with brush to all weld and hard to reach areas,followed by one shop coat of Tnemec Series 91H20 Hydrozinc primer(DFT 2.5—3.5 mils) The filter section interior Tank Interior only will then have one coat of Tenemec series 20 PotaPox(intermediate coat; gg DFT 4.0-6.0 mils)and Tnemec series 141 Epoxoline finish (DFT 10 0—12.0 mils) above and below the underdrain. Interior filter finish will have a minimum dry film thickness of 12 mils. Filter will be shipped with minimum.DFT 16.5 mils.The detention tank pieces will be shipped primed only with 2 inch masked edges in preparation for field assembly Detention finish by others after field assembly j Detention and filter sections: Degreased per SSPC-SP1 Solvent wipe cleaning prior to sandblasting;Sandblasted to SSPC-SP6/NACE 3 near white blast,shop Tank Exterior stripe coat applied with brush to all weld and hard to reach areas painted with Tnemec Series 90-97 Tneme-Zinc primer(DFT of 2.5-3.5 mils) applied with brush to all weld and hard to reach areas,followed by one shop coat of Tnemec Series 90-97 Tneme-Zinc primer(2.5-3.5 DFT) Field finish to be applied by others. i Prepared per paint manufacturers recommendations, painted with one coat of I Piping 90-97 Tneme-Zinc primer on exterior only Field finish to be applied by others. J Tank Bottom Tank will be shipped bare metal on bottom.The tank shall be set in coal tar or asphaltic base mastic compound applied to concrete base pad (By others.) Field weld seams will be shipped with hold back for protection. Induced Draft Blower Scope of Supply 1 Quantity Volume Pressure Type Motor 3 (one spare) 1519 scfm 3/8 in SP Induced Draft %2 hp,230 V,60 Hz,3 ph,TENV Feature Notes Housing Aluminum with stainless steel trim and rainhood Exhaust Screen Aluminum and stainless steel . Hardware Type 18-8 stainless steel, included *Aeration blower assembly to be installed by contractor Media Scope of Supply Type Quantity Depth Effective Size U C. Packaging Lo-d.A* 892 ft3 30 in 0.6-0.8 mm <1.6 Supersacks *Includes 5%excess for skimming. WE.STEC H° Proposal 1830585_Rev6 13 I Valves Scope of Supply Itm. , _� Quantity Size Type Operator Type Unit Inlet* 2 8 in Modulating Electric I Cell Inlet 8 8 in . , Open/Close Butterfly Electric Backwash Waste 8 10 in Open/Close Butterfly Electric EBackwash Rate:Set 2 10 in Manual Butterfly Chainwheel i Drain 4 2 in Manual Butterfly Lever Sample Cocks , 4 1/2 in Manual Lever *Actuators will be equipped with limit stops. Unit inlet valve actuators equipped with position feedback. All butterfly valves are Bray wafer style with stainless steel bearings,stainless steel disc, EPDM seat and shaft seal. Manually controlled butterfly valves have lever or gear operated handwheel actuators. Automatic butterfly valves have double acting,weatherproof electric actuators manufactured by Bray Filter Control Panel Scope of Supply I Quantity Number of Units Controlled Operational Modes _ 1 5 Manual,Semi-Automatic,Automatic Includes pump down feature I Feature Description Notes Housing NEMA 12, painted steel Wall-mounted inside a temperature controlled building PLC _w Allen Bradley CompactLogix 5380 OIT Allen Bradley PanelviewPlus 7 Will graphically represent all buttons, lights,switches, etc. face Ethernet LSCADA Inter __. UPS 30 minutes DIN rail mounted Modem For remote programming and troubleshooting Panel Door Single Equipped with handle,lock and key Pilot Lights Push to test LED I Three(3) 20 amp, 120 V, 60 Hz, 1 phase electrical circuits supplied to Filter Control Panel by the installing Contractor Contractor shall be responsible for landing all field instrumentation to the filter control terminals. Instrumentation Scope of Supply i Description Quantity Type Output Manufacturer 1 Level Control 2 Pressure Transmitter Analog Rosemount 2051T [loss of Head Gauge • 2 3%2 in gauge Visual . WesTech ., Loss of Head Switches 4 Vacuum Discrete Mercoid (mercury free) Influent Flow Meters 2 8" Magmeter Analog Rosemount 8750W Weights LEstimated Shipping Weight/Unit - 32,000 lbs Estimated Shipping Weight/Heaviest Piece 10,000 lbs °WESIECI-I Proposal 1830585_Rev6 14 I I Effluent Pump Scope of Supply Quantity Capacity Efficiency NEMA Motor 3 (one spare) 502 gpm 69% 5 hp,460 V, 60 Hz,3 ph, @ 20 1 ft TDH 1150 RPM, Inverter duty Features Notes 1 Size 5x4x11 I VFD capability Inverter Ready motors _ 71 Casing Cast Iron 1.Wear Rings , 316SS _ � ._� . Foundation Base Mounted on Steel Bent-Form Baseplate €.Coating Manufacturer's Standard 1 Notes Pumps manufactured by Carver Motor starters not by WesTech VFD Scope of Supply uantit Electrical i 2 4.0 KW,.5.5 HP,380-480 VAC,3 ph, IP21,Type 1 1 Features Notes , j Enclosure NEMA 12 Digital Inputs 6 Digital Outputs 2 _ [Analog inputs 2 Analog outputs 1 [:Relays _ 2 Display Graphic with backlight Keypad Removable, HOA buttons included Serial Communications Not included j Ethernet Port Included Notes VFDs manufactured by Danfoss.VFDs will not housed in the filter control panel WesTech Trips to the Site i Total Trips Total Days`Includes 1 2 Instruction of welding and field erection for one tank.Additional tanks not under WesTech's supervision _ _ __ 1 3 Inspect all 5 assembled AERALATERs and Contractor coatings. Media I- . M installation can begin _ 1 3 Verify electrician's terminations within the filter control panel, instrumentation start up,SCADA integration 1 3 Coating of media—AERALATERs to be able to perform.backwashes . j 1 3 Startup and training of operations personnel *Days promised are 8 hour working days. Note•Any item not listed above to be furnished by others. WESTECH® Proposal1830585TRev6 15 Clarifications and Exceptions General Clarifications Terms&Conditions:This proposal, including all terms and conditions contained herein,shall become part of any resulting contract or purchase order Changes to any terms and conditions, including but not limited to submittal and shipment days, payment terms, and escalation clause shall be negotiated at order placement,otherwise the proposal terms and conditions contained herein shall apply Paint: All field surface preparation,field paint,touch-up,and repair to shop painted surfaces are not by WesTech Escalation If during the performance of the contract,the price of labor, material,freight,and other costs significantly increase,through no fault of WesTech,the price shall be equitably adjusted and subject to escalation. A significant price increase shall mean any price increase from proposal date to material procurement greater than 2.5%from stated prices. Delays and costs associated with a Force Majeure event shall also be equitably adjusted and subject to a change in price and/or schedule. Escalation to be based on cost increases, (without additional profit, overhead or margin)and shall include labor, material,freight,and other costs to WesTech that occur in the specified time period. Any revisions or changes requested by the customer will be priced on a case-by-case basis.Such price increases shall be documented through third party sources. Carbon material escalation will be based on the US Midwest Domestic Index,current flats and longs indexes, in effect at the time of bid. Stainless material escalation will be based the Argus Metals Stainless Steel ex works US base price plus surcharge for flat and bar(per design specified alloy),in effect at the time of bid. USA Tariffs and Current Trade Laws:All prices are based on current USA and North America tariffs and trade laws/agreements at time of bid Any changes in costs due to USA Tariffs and trade laws/ agreements will be passed through to the purchaser at cost. AERALATER® Clarifications • Availability of equipment components specified may dictate substitutions of equal quality at the discretion of WesTech • All hardware is crated and shipped to the jobsite for assembly by the contractor • Sun shields should be provided by the contractor for protection of field instruments with LED displays. Items not furnished by WesTech • Unloading of equipment from delivering carrier, protected storage of equipment, installation, supervision of installation • All underground and interconnecting piping, piping and fittings(not specifically listed), pipe supports,wall inserts or sleeves, Dresser or flexible couplings, hangers,valves (not specifically listed), air release piping and valves,sampling lines and sinks,small pressure water supply piping,field work of piping(i e.,drilling and tapping for instrumentation) and flow meters • Walkways, handrails,stairways and ladders,air ducts and roof flashing • Finish paint and intermediate field coats,cathodic protection systems • All chemical feeders,feed lines,chemicals, labor and procedures for the disinfection of equipment, laboratory test equipment WE.STEC"' Proposal 1830585_Rev6 16 • Structural design,supply and installation of concrete pads,foundations, rebar,anchors, concrete,grout,sealant and sumps • Motor control center, motor starters, disconnects,electrical wiring and conduit, connection of electrical wiring to terminals within WesTech's control panels,telemetering equipment,sun shields • All pumps,operating and start-up lubricants not specifically listed • Any equipment and services not listed in this proposal Exceptions Not applicable WE "I E I-I Proposal 1830585_Rev6 17 Commercial Proposal Proposal Name Bailey WTP Improvements Proposal Number 1830585 Monday, November 01, 2021 1B�i :;derCo• ntactlnformaton k.... �.. Company Name WesTech Engineering, LLC. Primary Contact Name Don Tyson. Phone 801 265 1000 Email .dtyson@westech-inc.com Address. Number/Street 3665 S West Temple Address. City,State,Zip Salt:Lake City, UT 8411,5, �rirmPric'iig `g � . F •,�, .- •. ' •• Currency US Dollars 'Scope of SJAaply _,.1 A (3) 17'-3"AERALATERTM, Model AL114W j . $1,639,802 B (2) 14'-9"AERALATERTM, Model AL114W with controls • $1,215,661, Taxes (sales, use,VAT, IVA, IGV, duties, import fees, etc.) Not-included Prices are valid for a period not to exceed 30 days from date of proposal. 1 Additional'Field Service j Daily Rate(Applicable Only to Field Service Not Included in Scope) _ r o _ $1,200 Pricing does not include field service unless noted in scope of supply,but is available at the daily rate plus expenses. The greatef a two week notice or visa procurement time is required prior to departure date.Our field service policy can be provided upon request for more details. 3Payrnen*t Terns °, r Purchase Order Acceptance and Contract Execution . 10% Submittals Provided by WesTech 15% Release for Fabrication L 35% Notification of Ready to Ship I _ ^ 40% All payments are net 30 days.Partial shipments are allowed.An approved Letter of Credit is required if Incoterms CIF CFR,DAP CIP,or CPT are applicable.Payment is required in full for all other Incoterms prior to international shipment.Other terms per WesTech proforma invoice.Please note that the advising bank must be named as:Wells Fargo Bank,International Department,9000 Flair Drive,3rd Floor El Monte,California 91731,USA. F4 aSc"hhedulR Submittals,after Purchase Order Acceptance and Contract Execution i '6 to-8 weeks Ready to Ship,after Receipt of Final Submittal Approval ; 18 to:20.weeks Estimated Weeks to Ready to Ship 24 to 28 weeks*M *Customer submittal approval is typically required to proceed with equipment fabrication and is not accounted for in the schedule above.Project schedule will be extended to account for time associated with receipt of customer submittal approval. 5�retght` n Domestic �' FOB Shipping Point-Full Freight Allowed to Jobsite(FSP-FFA)_ From Final Destination Number of Trucks or Containers WesTech,Shops_ a—� Pear,land,TX WEsTECH Proposal 1830585_Rev6 18 One-Year Warranty WesTech equipment is backed by WesTech's reputation as a quality manufacturer,and by many years of experience in the design of reliable equipment. Equipment manufactured or sold by WesTech Engineering, LLC,once paid for in full, is backed by the following warranty• For the benefit of the original user,WesTech warrants all new equipment manufactured by WesTech Engineering, LLC.to be free from defects in material and workmanship,and will replace or repair, F 0 B. its factories or other location designated by it, any part or parts returned to it which WesTech's examination shall show to have failed under normal use and service by the original user within one(1) year following initial start-up,or eighteen (18) months from shipment to the purchaser,whichever occurs first. Such repair or replacement shall be free of charge for all items except for those items such as resin,filter media and the like that are consumable and normally replaced during maintenance,with respect to which, repair or replacement shall be subject to a pro-rata charge based upon WesTech's estimate of the percentage of normal service life realized from the part.WesTech's obligation under this warranty is conditioned upon its receiving prompt notice of claimed defects,which shall in no event be later than thirty(30) days following expiration of the warranty period,and is limited to repair or replacement as aforesaid This warranty is expressly made by WesTech and accepted by purchaser in lieu of all other warranties, including warranties of merchantability and fitness for particular purpose,whether written,oral, express,implied,or statutory WesTech neither assumes nor authorizes any other person to assume for it any other liability with respect to its equipment.WesTech shall not be liable for normal wear and tear,corrosion,or any contingent,incidental,or consequential damage or expense due to partial or complete inoperability of its equipment for any reason whatsoever This warranty shall not apply to equipment or parts thereof which have been altered or repaired outside of a WesTech factory,or damaged by improper installation,application,or maintenance,or subjected to misuse,abuse, neglect, accident, or incomplete adherence to all manufacturer's requirements, including, but not limited to, Operations&Maintenance Manual guidelines&procedures: This warranty applies only to equipment made or sold by WesTech Engineering, LLC. WesTech Engineering, LLC. makes no warranty with respect to parts,accessories,or components purchased by the customer from others.The warranties which apply to such items are those offered by their respective manufacturers. We STEC H Proposal 1830585_Rev6 19 APPENDIX B Prime Controls SCADA System, Operating Platform, and Remote Terminal Unit Proposal CONTROLS 1725 LAKEPOINTE DRIVE • LEWISVILLE, TX 75057 PHONE 972-221-4849 • FAX 972-420-4842 July 9, 2021 To Enprotec/Hibbs&Todd, Inc. (eHT) 402 Cedar Street Abilene,Texas 79601 Attn Michael Wray, PE Cc: Robert Upton, PE Ref• Pearland Bailey Water Treatment Plant Improvements Instrumentation and Controls Work Prime Controls Quote No 20210709JDF PRIME CONTROLS PROPOSAL Prime Controls is pleased to offer this proposal for the Instrumentation and Controls work associated with the referenced Bailey WTP Improvements project as described hereafter Our Scope of Work includes associated products and services specified to be provided in the following bid specifications. SPECIFICATION DESCRIPTION 13100 Control Panels 13320 SCADA System 13320-A SCADA System Control Strategies 13321 Instrumentation and Sensing Devices 13322 Communication Devices 13323 Programmable Logic Control (PLC) and Remote Terminal Unit(RTU) 13324 Human Machine Interface The offering is complete with the exception of those items specifically excluded within the "Exclusions" section of this proposal Prime Controls Proposal Page 1 of 7 PRIME =COOLS A. CONTROL PANELS AND MAJOR PRODUCTS Material shall be furnished per plans and specifications. Major products and control panels to be furnished by Prime Controls include the following: ITEM QTY DESCRIPTION SPEC. REF DWG REF Base Bid Item Fully Assembled Main WTP PLC Panel including but not limited to the following major components: • NEMA 4X 304SS Panel and backpanel • Allen Bradley CompactLogix 5380 Process and I/O Modules • Cisco IE-4000 Managed Ethernet Switch 13100 1. 1 • Fiber Optic Patch Panel 13323 06Y-02 • Fiber Optic Patch Cables • Redundant 24VDC Power Supply and Redundancy Module • Terminal blocks,fuse blocks,ground blocks,wiring, relays,wire duct,etc. • Ethernet Patch Cables 2. 1 Fiber Optic Patch Panel for Existing RTU-002 Cabinet NA 06Y-02 3. 2 SCADA HMI Industrial Panel PCs 13320 06Y-02 4. 2 Ultrasonic level transmitter and transducer 13321.2 4.A 06Y-03 (LIT/LE-01.102, LT/LE-05.101) 06Y-10 Pressure Gauges(PI-01.201, PI-01.301, PI-03.051, 06Y-03 5. 9 P1-03-052, P1-03-153, P1-03-203, P1-03.253,P1-03.303, 13321.2 6 06Y-04 PI-03.353) 06Y-05 6. 2 Pressure Transmitters(PIT-01.202, PIT-01.302) 13321.2 7 06Y-03 7 2 Pressure Gauges with Threaded Diaphragm Seals 13321.2 6 06Y-04 (PI-03.051, PI-03.052) Radar level transmitters(LT/LE-04.101, LT/LE-04.151, 06Y-07 8. 5 LT/LE-04.501,LT/LE-04.701, LT/LE-04.801) 13321.2.4 B 06Y-08 06Y-09 9 1 16" Magnetic Flowmeter(FIT/FE-03.450) 13321.2.8 06Y-06 Chlorine Analyzers(AE-04.900,910,920,930,940,950,960) 10. 7 13321.2.9 06Y-10 and reagents as required 11. 4 Chlorine Analyzer Transmitters 13321.2.9 06Y-10 Ammonia Monochloramine Analyzer(AE/AIT-04.970)and 12. 1 13321.2.10 06Y-10 reagents as required 13. Lot 12 Strand Multimode Fiber Optic Cable NA 06Y-02 14. Lot Sunshields, stands, brackets for provided instruments 13321 NA 15. 2 Fluidmesh Radios and PoE Power Supplies NA NA 16. 2 Ethernet Surge Protectors NA NA Prime Controls Proposal Page 2 of 7 PRIME =COA►TROLS ITEM QTY DESCRIPTION SPEC. REF DWG REF Allowance Item 1—HMI/SCADA Licenses Bailey WTP 1. Lot • VTScada 1K- Development Runtime 13320 06Y-02 • VTScada 1K-Alarm Notification • VTScada 1K-Thin Client-5 Pack 2. Lot Magnolia WTP 13320 06Y-02 • VTScada 1K- Runtime ITEM QTY DESCRIPTION SPEC. REF DWG REF Allowance Item 2—Existing RTU Replacement Fully Assembled RTU-001 and RTU-002 backpanels including but not limited to the following major components: • Backpanel • Allen Bradley CompactLogix 5380 Process and I/O Modules • Cisco IE-4000 Managed Ethernet Switch (Reuse 3. 2 Existing) 13100 06Y-02 • Fiber Optic Patch Panel 13323 • Fiber Optic Patch Cables • Redundant 24VDC Power Supply and Redundancy_ Module • Terminal blocks,fuse blocks,ground blocks,wiring, relays,wire duct, etc. • Ethernet Patch Cables Prime Controls Proposal Page 3 of 7 PRIME =CONTROLS B. SERVICES Services to be provided by Prime Controls include the following major items: ITEM SERVICES Base Bid Item 1. System Responsibility per Specifications 2. Submittals per Specifications 3. PLC/HMI/SCADA System Software Development and Programming per Specifications 4. PLC Panel Design and Fabrication 5. Coordination with equipment vendors to integrate PLCs into the Main WTP PLC. 6. For Items Supplied by Prime Controls: a Installation of Instrumentation, including Stands and Brackets (See Exclusions) b. Final Electrical Terminations to Control Panels and Field Instrumentation 7 Final Fiber Optic Cable Terminations,Testing,and Certification 8. Final Ethernet Cable Termination and Testing 9 Installation of the Fluidmesh Radios at the offsite Lift Station and Bailey WTP 10. Field Calibration,Check-Out and Start-Up Services 11. Factory and Site Acceptance Testing per Specifications 12. Training Services per Specifications 13. Operations and Maintenance Documentation per Specifications 14. Warranty Services per Specifications ITEM SERVICES Allowance Item No. 1—VTSCADA HMI Software Platform 1. Procurement and initial installation of VTSCADA Licenses at Magnolia and Bailey WTP ITEM SERVICES Allowance Item No.2—Existing RTU Replacement 1. System Responsibility per Specifications 2. Submittals per Specifications 3. PLC System Software Development and Programming for RTU Panels 4. PLC Panel Design and Fabrication Demolition of existing RTU-001 and RTU-002 Backpanels. The existing enclosure will be reused and 5' left in place The existing Cisco-IE 4000 switches shall be re-used if in good working condition 6. Physical installation of RTU-001 and RTU-002 Backpanels 7 Factory and Site Acceptance Testing per Specifications 8. Operations and Maintenance Documentation per Specifications 9 Warranty Services per Specifications Prime Controls Proposal Page 4 of 7 PRIME =colvTBors C. PROPOSAL EXCLUSIONS. The following items are not included in our pricing and shall be the responsibility of others: ITEM EXCLUSION Furnishing and installation of all electrical conduit, raceway, duct banks,wire, etc. required to 1' connect instruments and associated panels. Furnishing and installation of all electrical power and specialty panels/products including 2. switchgear, MCCs, distribution panels,AFD's/VFD's, disconnects, heat tracing, power monitor devices, etc. 3. Physical installation of all required Fiber Optic cable (connectors and fiber optic accessories to be provided by Prime Controls) Physical installation of all required Ethernet cables. (connectors and testing to be provided by Prime 4' Controls) 5 Furnishing and installation of any Miscellaneous Control Panels which are not specifically listed in Section A, above such as LCPs,VCP, local control stations, etc. 6. Physical installation of all Control Panels and related Enclosures. 7 Mechanical installation of all in-line devices (flow meters,valves,etc.) 8. Furnishing and installation of mechanical piping saddles/mating flanges/process taps and isolating valves required to connect field instrumentation 9 Disposal of removed or demolished material Such material will be turned over to the owner for salvage or disposal 10. Installation of Radio Towers including concrete footings/pads, etc. 11. Concrete housekeeping/equipment pads. 12. All "Civil"work including building and vessel modifications,asphalt demolition, patching,concrete foundations, piers, etc. 13. Furnishing of Aeralater PLC Panels and Field Instruments (To be provided by Aeralater Manufacturer/Supplier) 14. Furnishing of Chemical Feed PLC Panels and Field Instruments (To be provided by Chemical Pump Manufacturer/Supplier) 15. Furnishing of Waste Handling Lift Station Control Panel, Float Switches, Radar Level Transmitter, and Flowmeter (To be provided by Lift Station Pump Supplier) 16. Furnishing of fiber optic patch panel, patch cables for LAS Chemical Feed Pump Local Control Panel (To be provided by Chemical Pump Manufacturer/Supplier) 17 Replacement of Two (2) Existing RTUs at Magnolia and Bailey WTP (To be provided under Allowance Items) 18. Travel and lodging expenses for Owner and Engineer Witnessed Factory Testing Prime Controls Proposal Page 5 of 7 PRIME Cr�CONTROLS D. PROPOSAL CLARIFICATIONS ITEM CLARIFICATION 1. Pricing does not include Sales Taxes or Bonding costs. Pricing is based on the assumption that,once Prime Controls receives an order or Notice to 2. Proceed,the project will proceed without interruption Should any interruptions occur due to Force Majeure, Prime Controls reserves the right to adjust pricing accordingly Pricing as listed below in Allowance Item No 1 includes one year of SupportPlus which includes 3. technical support and software upgrades from VTScada Future Annual SupportPlus is calculated at 15% per annum of the combined license components.This rate will not increase as long as SupportPlus is maintained 4. Panel drawing and submittal lead time is approximately 6-8 weeks upon receipt of purchase order or Contract. Panel fabrication lead time is approximately 8 weeks after approval of panel drawings. Lead time is 5. subject to change based on the availability and delivery of equipment due to lack of production or delays in shipping of electronic components such as PLC material, Ethernet equipment, relays, etc. 6. Pricing is subject to changed based on final drawings and specifications. Prime Controls Proposal Page 6 of 7 PRIME =CONTROLS E. PROPOSAL PRICING Bid Base Bid Pricing Item 1 Instrumentation and Controls System $296,976 00 TOTAL BASE BID AMOUNT $296,976.00 F ALLOWANCE ITEM PRICING Item Allowance Items Pricing 1 VTSCADA HMI Licenses $18,334 00 2 Replacement of Two (2) Existing RTUs at Magnolia and Bailey WTP $109,989 00 TOTAL AMOUNT $128,323.00 We sincerely appreciate this opportunity and look forward to being of service for this work. Thanks again and please feel free to call if there are any questions. Sincerely, Prime Controls, LP 9ado �cd Business Development Manager 281-253-2126 j ford@prime-controls.com Prime Controls Proposal Page 7 of 7 APPENDIX C Convergint Security System Proposal CO- -* •‘• , 'ft,, ,,,•••- ..., ! ... .... ..v. , ,-,. • . 'Al • / nt Mobile 832-524-6024 T E C •• • E S michael.huffman@convergint.com Making a Daily Difference Security Proposal May 26, 2021 City of Pearland Bailey Water Treatment Plant Project Name' Bailey Water Treatment Plant , Quotation MH03347319P Video Surveillance System & Attention John Knight RFP#• Access Control Scope of Work Convergint Technologies scope of work includes furnishing, installing, programming, and commissioning the materials listed as outlined below and with regards to the data listed in the clarifications and exclusion sections of this proposal Project Overview Video Surveillance System Provide and install two Outdoor Multi-sensor cameras,and one single sensor camera to view and record all areas around the tanks and electrical room. Cameras will be tied into citywide system. Access Control System Provide and install one standard card reader/long range tag reader tag system at front gate and one standard card reader at electrical room Reference drawings for device locations. System Description and Scope of work (Please refer to equipment bill of materials within this proposal for detailed information) Convergint will furnish and install the following equipment. List of Materials Line Qty Part Description Unit Price Extended Price 1 Omnia Contract R170502 UNITED STATES• CANADA• ASIA PACIFIC• EUROPE .. — -- — - I Line Qty Part Description Unit Price Extended Price 2 Video Surveillance Systems 3 List Price 4 Camera IP Licenses 5 3.00 XPCODL XProtect Corporate Device License $309.59 $928.77 6 3.00 YXPCODL One year Care Plus for XProtect Corporate $56.46 $169.38 Device License 7 Outdoor-Multi-sensor cameras AXIS P3719-PLE Network Camera is a compact 15-megapixel camera with four varifocal lenses(4 x Quad HD)enabling 8 2.00 01500-001 overview and detailed surveillance.With $1,547.35 $3,094 70 one IP address and one network cable,the four-cameras-in-one unit provides a flexible,cost-effecti 9 2.00 01513 001 T94NO1D PENDANT KIT FORP3717-PLE IP $86.11 $172.22 CAM,1.5" NPSTHREAD,WALL MOUNT 10 2.00 5504 821 T91D61 WALL MOUNT,AL WH W/1.5" NPS $81.48 $162.96 THREAD FOR FIXED DOMEPENDANT KITS 11 2.00 5017 641 T91A64 CORNER BRACKETFOR Q6032-E $76.63 $153.26 PTZ+P55340 12 Outdoor-Singe Sensor Camera 13 1.00 01593 001 AXIS P3245-LVE DOME CAMERA,VFLENS, $676.41 $676.41 1080P,WDR,FORENSICZIPSTREAM, IK10 T94TO1D PENDANT KIT FOR P32- 14 1.00 5505-871 VECEIL/WALL MT,T91A67 POLE MT,1.5"NPS $47 41 $47 41 THREAD PIPE 15 1.00 5504 821 T91D61 WALL MOUNT,AL WH W/1.5" NPS $81.48 $81.48 THREAD FOR FIXED DOMEPENDANT KITS 16 Cabling 17 1.00 775600-110DB 24-4P Unshielded Solid C6 Blk Jkt Direct- $354.12 $354.12 Burial 18 Access Control System 19 List Price 20 Control Boards _ Page.2 of 5 Y „mot Line Qty Part Description Unit Price Extended Price SynergisTM Cloud Link with 2GB of RAM, 21 1.00 SY CLOUDLINK 16GB Flash,image installed with SynergisT"access control firmware,four RS-485 ports, $1,067.85 $1,067.85 Po E. Mercury Intelligent Controller, Linux 22 1.00 SY-LP1502 Based,8In/40ut/2Rd(Software $1,406.78 $1,406.78 Connections included) Mercury MR52 2-reader interface module 23 1.00 SY-MR52-S3 Series 3(8 inputs,6 relays,PCB only, $650.00 $650.00 software connections included) 24 1.00 ACM4 ACC PWR CNTRLR BD,4FUSED TRIG $50.00 $50.00 25 1.00 PD4 POWER DISTRIBUTION UNIT $22.65 $22.65 26 Card readers RDR,RP40, MULTICLASS,SE E, LF STD,HF STD/SIO/SEOS/MA,WIEG, PIG, BLK,LED 27 2.00 920PMNNEKMA003 RED,FLSH GRN,BZR ON,OPT TAMP,OPEN $241.20 $482.40 COLL,CSN 32-BIT MSB, EM4102 32-BIT, IPM OFF,MOBILE-READY 28 Door shunt motions 29 1.00 DS160 PIR REQUEST TO EXIT SENSOR WITH SOUNDER GRAY $72.07 $72.07 30 Cabling 31 1.00 4461111WBT 4 Element Composite Cable Non-Plenum BlkJkt Water-Block-Tape $1,140.05 $1,140.05 32 Open Market Parts 33 Panel Enclosures 34 1.00 CON24241ORC 24X24X10-Panel Enclosure $222.86 $222.86 35 Power Supply 36 1.00 AQS2410 Supervised PS 24VDC 10A $281.21 $281.21 37 Mortise Locks and Electronic Transfer Hinge 38 1.00 OT-827100003 FSC-8271-24V-LNL-LH-10B $874.27 $874.27 39 1.00 OL-T4A378641 4 WIRE POWER TRANSFER HINGE $189.98 $189.98 40 1.00 TSB-C Power Transfer cable $35.71 $35.71 Page_3 of 5- _ , s .m_ i_ i L___ = w _ _ ^* ;,- - Line Qty Part Description Unit Price Extended Price 41 Long Range Reader at gate 42 1.00 AH-LR2000BU LONG RANGE READER-BEIGE $1,514.18 $1,514.18 43 1.00 PS123a Power Supply $46.15 $46.15 44 Winsheild Tags 45 100.00 AH-WSUHF LR-2000 UHF WNDSHLD TGS,ADH MN $8.50 $850.00 46 Dual Card reader pedestal 47 1.00 PM-729CDSP 72" DL PDSTL,PAD MNT,STL,BLK $367.12 $367.12 48 1.00 PM-SQU02787 Omni Directional Head(Point device any $177.13 $177.13 direction) 49 2.00 PM-CSABP0505 BFFR PLATE,TYP CRD RDR-STYLE $62.84 $125.68 50 1.00 PM-LBOLTKIT L-BOLT MOUTING KIT $88.56 $88.56 51 1.00 PM-STDANCHKT STUD-ANCHOR MOUTING KIT $85.70 $85.70 ) 52 Door sensors 53 1.00 GRI-4400 SW SET, IND WIDE GAP ALUM SPST $28.11 $28.11 54 All labor is priced in accordance with Omnia Contract R170502 Summary Equipment Total $15,619.17 Installation Total $12,430.35 Sales Tax $0.00 Total Investment $28,049.52 Clarifications 1 All work proposed herein,shall be performed during normal business hours Monday through Friday 8:00 am -5:00 pm .. w► T Page.4 of 5 .,-- •w _ m.. _. 2. All underground conduit from front gate to electrical room to be installed by others. All conduit from electrical room to new building to be installed by others 3 Convergint will install a new dual card reader pedestal at the gate 4 Convergint will adhere to project schedule under general contractors schedule. 5 Convergint has included new electrified mortise lock to be installed in the electrical room 6 Customer to provide static IP addresses and network connections at panel locations. 7 All pricing is in accordance with Omnia Cooperative Purchasing Program —Contract 8170502. All terms and conditions are in accordance with Omnia Contract 8. Proposal does not include sales tax unless otherwise noted Performance Items Items Included Electrified Door Locking Hardware Freight(prepaid) Installation of Conduit, Boxes and Fittings Installation of Network Cabling to IP Cameras Installation of Wire and Cable Material (listed in the BOM) Mounting/Termination of Proposed Devices One-Year Warranty on Labor One-Year Warranty on Parts Owner to Provide Static IP Addresses Project Management System is Design-Build System Programming Testing of all Proposed Devices Page 5 of 5 _ N -- ..-.ra.�. - Co NO - � -��..nt r ,� Mobile 832-524-6024 T E C ! E $ michael huffman@convergint.com Making a Daily Difference Security Proposal May 26, 2021 City of Pearland Magnolia Water Well Project Name* Magnolia Water Quotation MH03361072P Video Surveillance System & Attention John Knight RFP#• Access Control Scope of Work Convergint Technologies scope of work includes furnishing, installing, programming, and commissioning the materials listed as outlined below and with regards to the data listed in the clarifications and exclusion sections of this proposal Project Overview Video Surveillance System Provide and install two Outdoor Multi-sensor cameras,and one single sensor camera to view and record all areas around the tanks and electrical room. Cameras will be tied into citywide system Access Control System Provide and install one long range tag reader tag system at front gate Add Genetec Cloud link to existing access control system and update software to work with new system. Reference drawings for device locations. System Description and Scope of work (Please refer to equipment bill of materials within this proposal for detailed information) Convergint will furnish and install the following equipment. List of Materials Line Qty Part Description Unit Price Extended Price 1 Omnia Contract R170502 UNITED STATES• CANADA• ASIA PACIFIC• EUROPE ,.�, :.:__ yYb�^" rye; ' � t 1 Line Qty Part Description Unit Price Extended Price 2 Video Surveillance Systems 3 List Price 4 Camera IP Licenses 5 3.00 XPCODL XProtect Corporate Device License $309.59 $928.77 6 3.00 YXPCODL One year Care Plus for XProtect Corporate $56.46 $169.38 Device License 7 Outdoor-Multi-sensor cameras AXIS P3719-PLE Network Camera is a compact 15-megapixel camera with four varifocal lenses(4 x Quad HD)enabling 8 2.00 01500-001 overview and detailed surveillance.With $1,547.35 $3,094 70 one IP address and one network cable,the four-cameras-in-one unit provides a flexible,cost-effecti _ 9 2.00 01513 001 T94N01D PENDANT KIT FORP3717-PLE IP $86.11 $172.22 CAM,1.5"NPSTHREAD,WALL MOUNT 10 2.00 5504 821 T91D61 WALL MOUNT,AL WH W/1.5"NPS $81.48 $162.96 THREAD FOR FIXED DOMEPENDANT KITS ) 11 1.00 5017 641 T91A64 CORNER BRACKETFOR Q6032-E $76.63 $76.63 PTZ+P55340 12 Outdoor-Singe Sensor Camera 13 1.00 01593 001 AXIS P3245-LVE DOME CAMERA,VFLENS, $676.41 $676.41 1080P,WDR, FORENSICZIPSTREAM, IK10 T94T01D PENDANT KIT FOR P32- 14 1.00 5505-871 VECEIL/WALL MT,T91A67 POLE MT,1.5"NPS $47 41 $47 41 _ THREAD PIPE 15 1.00 5504 821 T91D61 WALL MOUNT,AL WH W/1.5" NPS $81.48 $81.48 THREAD FOR FIXED DOMEPENDANT KITS 16 Cabling 24-4P Unshielded Solid C6 Blk Jkt Direct- 17 1.00 775600-110D6 $354.12 $354.12 Burial 18 Access Control System 19 List Price 20 Control Boards Page 2 of-4 ,,,, _ ..� m _1 k,K yr,.�.... .. Line Qty Part Description Unit Price Extended Price Synergism"Cloud Link with 2GB of RAM, 21 1.00 SY-CLOUDLINK 16GB Flash,image installed with Synergism" access control firmware,four RS-485 ports, $1,067.85 $1,067.85 PoE. Mercury MR52 2-reader interface module 22 1.00 SY-MR52-S3 Series 3(8 inputs,6 relays, PCB only, $650.00 $650.00 software connections included) 23 Cabling 24 1.00 4461111WBT 4 Element Composite Cable Non-Plenum Blk Jkt Water-Block-Tape $1,140.05 $1,140.05 25 Open Market Parts 26 Long Range Reader at gate 27 1.00 AH-LR2000BU LONG RANGE READER-BEIGE $1,514.18 $1,514.18 28 1.00 PS123a Power Supply $46.15 $46.15 29 Winsheild Tags 30 100.00 AH-WSUHF LR-2000 UHF WNDSHLD TGS,ADH MN $8.50 $850.00 31 Dual Card reader pedestal 32 1.00 PM-729CDSP 72" DL PDSTL,PAD MNT,STL,BLK $367.12 $367.12 33 1.00 PM-SQU02787 Omni Directional Head(Point device any $177 13 $177.13 direction) 34 2.00 PM-CSABP0505 BFFR PLATE,TYP CRD RDR-STYLE $62.84 $125.68 35 1.00 PM-LBOLTKIT L-BOLT MOUTING KIT $88.56 $88.56 36 1.00 PM-STDANCHKT STUD-ANCHOR MOUTING KIT $85.70 $85.70 37 All labor is priced in accordance with Omnia Contract R170502 Summary Equipment Total $11,876.50 Installation Total $8,513.89 Sales Tax $0.00 Total Investment $20,390.39 " Page.3 of 4 ", .,.... ,,,:. .. - -_ *" .4". ti Clarifications 1 All work proposed herein, shall be performed during normal business hours Monday through Friday 8:00 am -5:00 pm 2 All underground conduit from front gate to electrical room to be installed by others. A 3 Convergint will install a new dual card reader pedestal at the gate 4 Convergint will adhere to project schedule under general contractors schedule. 5 Convergint has included new electrified mortise lock to be installed in the electrical room 6. Customer to provide static IP addresses and network connections at panel locations. 7 All pricing is in accordance with Omnia Cooperative Purchasing Program —Contract R170502.All terms and conditions are in accordance with Omnia Contract 8. Proposal does not include sales tax unless otherwise noted Performance Items Items Included Freight(prepaid) Installation of Network Cabling to IP Cameras Installation of Wire and Cable Material (listed in the BOM) Mounting/Termination of Proposed Devices One-Year Warranty on Labor One-Year Warranty on Parts Owner to Provide Static IP Addresses Project Management Servers by Others System is Design-Build System Programming Testing of all Proposed Devices Page 4 of 4 - .o .w �. .,, - - - APPENDIX D CenterPoint Energy Natural Gas Utility Proposal CenterPoint Energy Please make payable to: CenterPoint Energy Attn.Business Process P.O.BOX 2883 Houston,Texas 77252-2883 INVOICE Customer info 10/14/21 Name: CITY OF PEARLAND BP# 5002445520 Address 3629 BAILEY RD City• PEARLAND State TX Zip 77584 Phone: 713-705-4490 Fax/Email. KDOKHANI@PEARLANDTX.GOV RE Zones. 50005002 Gas Coordinator. BERNARD NESBITT Phone: 713-944-2312 Description W/O# Qty/Ftg Charge Total 2"PLA SVC/BORE 98052844 10 17 00 170 00 NON-STANDAR MTR @ 2LBS 1 940 00 940 00 879,000 BTU'S - 879 CFH 0 00 0 00 0 00 0 00 0 00 0 00 TOTAL $1,110.00 MAIL PAYMENT TO THE ABOVE ADDRESS. Make all checks payable to CenterPoint Energy Send a copy of this invoice along with the check. Charges good for 30 days from date of invoice. Payment is required prior to release of construction work order If you have any questions concerning this invoice, please contact coordinator at number above. Thank you for using natural gas. S CenterPoint_ payable Please y make a able to: CenterPoint Energy Attn.Business Process P.O.BOX 2883 Ho usto n,Texas 77252-2883 INVOICE Customer info 7/6/21 Name: CITY OF PEARLAND BP# 5002445520 Address 3945 WELLS RD City. PEARLAND State TX Zip 77584 Phone: 713-705-4490 Fax/Email. KDOKHANI@PEARLANDTX.GOV RE. Zones 50005002 Gas Coordinator BERNARD NESBITT Phone: 713-944-2312 Description W/O# Qty/Ftg Charge Total 4" PLA SVC/BORE 210 23 00 4,830 00 NON-STANDAR MTR @ 5LBS 1 3,500 00 3,500 00 6,554,000 BTU'S -6554 CFH 0 00 0 00 0 00 0 00 0 00 0 00 TOTAL $8,330.00 MAIL PAYMENT TO THE ABOVE ADDRESS. Make all checks payable to. CenterPoint Energy Send a copy of this invoice along with the check.Charges good for 30 days from date of invoice. Payment is required prior to release of construction work order If you have any questions concerning this invoice, please contact coordinator at number above. Thank you for using natural gas.