Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 48132
CITY SECRETAnt CONTRACT N0. L/ FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Rolling Hills Water Treatment Plant High Service Pump Station Z Switchgear Replacement City Project#CO2315 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Prepared for AUG 30 2016 The City of Fort Worth wyof FORT Water Department SEGRST Y March 2016 � ,�� OFFICIAL RECORD i nMOiWI E -Au�6Ell CITY SECRETAotY FT. WORTH TX C P&Y LKC - ES AAACE I HE WALLACE GROUP A CP Y COPAPAN FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF QRolling Hills Water Treatment Plant High Service Pump Station 2 Switchgear Replacement City Project#CO2315 Betsy Price David Cooke Mayor City Manager John Robert Carman Water Director Prepared for The City of Fort Worth Water Department March 2016 .......... TIM- TH`YN AN -ELL i e146 C P&Y LKC - ES AMCE 1 HE WALLACE GROUP d :_P ,y )MPANY Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement Project DMSIONS 01, 25, 26 EXCEPT 2 SECTIONS 26 1`2 19, 26 13 22 ,04 OF T 1t 0 �7MOTH Y E. CAMPBELL i //, 0 81011......��s DIVISION 23 DIVISIONS 02,08, 09,Section 05 50 13 af D AOL, RICARDO J. AZCARATE ............................ , 0 818 co 0 F SECTIONS 26 12 19, 26 13 22 DMSION 03, Sections 05 12 00, 05 50 00 OF O®d q4 ° rr- 8001 ............ . .PUNEET GUPTA i .WOUTERS...115692 ;4° 701/CENSE • �'e � �fitS/oHn� E�,e° TEM.• G � �• `® ON 03/28/2016 s p�Zz- 20/x, FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00- 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 00 45 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5813 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents ADDENDUM CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Division 02-Existing Conditions 0241 15 Paving Removal 0241 19 Selective Demolition Division 03-Concrete 03 01 30 Concrete Repair and Modification 03 1000 Concrete Formwork 03 1500 Concrete Joints and Embedded Items 03 20 00 Concrete Reinforcement 03 30 00 Cast-In-Place Concrete 03 60 00 Grout Division 05-Metals 05 1200 Structural Steel 05 50 00 Miscellaneous Metal Fabrications 05 50 13 Aluminum Service Platforms Division 08-Openings 08 33 23 Overhead Coiling Doors 0841 13 Aluminum-Framed Entrances and Storefronts 08 80 00 Glazing Division 09-Finishes 09 91 23 Painting Division 23—Heating Ventilation and Air Conditioning 23 00 00 HVAC-General Conditions Division 25—Integrated Automation 25 00 00 Instrumentation General Provisions 25 06 13 Input/output List 25 13 13 Programmable Logic Controller(PLC)Requirements Division 26-Electrical 26 00 00 Electrical General Provisions 26 01 26 Acceptance Testing and Calibration 2605 10 Demolition for Electrical Systems 2605 13 Medium Voltage Cables 2605 19 Conductors-600V and Below 26 05 26 Groundins 26 05 29 Hangers and Supports for Electrical Systems 26 05 33 Raceways 26 05 33.16 Boxes 26 05 36 Cable Trays 26 05 43 Underground Duct Banks 26 05 44 Electrical Manholes 26 05 50 Electrical Motor 150 HP and Less 26 05 53 Identifications 26 05 73 Power System Studies ADDENDUM 3 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Q2608 01 Utilities 26 09 14 Power Meteriu and Protective Relays 2609 16 Common Control Panel Requirements for Equipment 26 12 17 Energy Efficient Lighting and Distribution Transformers, Medium Voltage Primary 3 26 12 19 Pad-Mounted Transformers 26 1321 Medium Voltage Switch ear 2 26 1322 Medium Voltage Sealed Deadfront Distribution Switchgear 26 1839 Medium Voltage Motor Control Center(MCC) 2624 16 Panelboards- Distribution and Branch Circuit 2624 19 Low Voltage Motor Control Centers 26 27 26 Wiring Devices 2628 16 Miscellaneous Equipment 2635 33 Power Factor Correction Capacitors 2643 13 Surge Protective Devices 26 50 00 Lijzhtin g Division 32—Exterior Improvements A 32 01 17-D520 Asphalt Pavement Trench Repair—Arterial & Industrial Streets Standard Detail Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj ectpoi nt.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Constructi on%2ODocuments/Speci fications ADivision 03-Concrete 0334 16 Concrete Base Material for Trench Repair Division 32- Exterior Improvements 2 32 12 16 Asphalt Paving Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-0 1 60 00 Product Requirements END OF SECTION ADDENDUM 3 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 8!2!2016 DATE: Tuesday,August 2, 2016 REFERENCE NO.: C-27848 LOG NAME: 60ROLLING HILLS WTP HSPS SWITCHGEAR-CONSTRUCTION SUBJECT: Authorize Execution of a Contract with Texsun Electrical Contractors, Inc., in the Amount of$5,500,600.00 for the Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement and Electrical Improvements Project,Provide for Project Costs and Contingencies for a Total Construction Cost in the Amount of$5,800,000.00(COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize execution of a contract with Texsun Electrical Contractors, Inc., in the Amount of$5,500,600.00 for the Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement and Electrical Improvements Project. DISCUSSION• On December 2,2014(Mayor and Council Communication(M&C)C-27097),the City Council authorized an Engineering Agreement with CP&Y, Inc.,to prepare plans and specifications for the Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement and Electrical Improvements Project. On June 14,2016(M&C C-27766),the City Council authorized additional funding in the amount of$99,000.00 for additional Staff time and engineering contingencies. The project was advertised for bid on April 7,2016 and April 14,2016 in the Fort Worth Star-Telegram, On MU 12,2016 the following bids were received: Bidder Base Bid Base Bid+ Contract Alternates Time Texsun 545 Electrical $5,197,600.00 $5500600.00 calendar Contractors , , days ACME Electric $5,988,600.00 $6,322,600.00 Company WHF Electrical $5,415,200.00 $5,621,150.00 Contractors The contract is being awarded on the basis of Base Bid plus two Alternates. The total contract time, for the Base Bid including both Alternates, amounts to 545 calendar days. In addition to the contract cost,the amount of$199,400.00 is required for project contingencies and$100,000.00 is provided for inspection,testing, project management and Staff time. Construction is anticipated to commence in August 2016,with a contract time of 545 calendar days,the project is estimated to be complete by Summer 2018. This project will have no impact on the Water Department's operating budget when complete. M/WBE OFFICE: Texsun Electrical Contractors,Inc., is in compliance with City's BDE Ordinance by committing to six percent MBE participation. The City's MBE goal on this project is six percent. The project is located in COUNCIL DISTRICT 8,Mapsco 92S. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that the appropriation is available as directed by M&C G-18375 in the Water/Sewer DPN Fund for the Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement and Electrical Improvements Project. Appropriations for this project by fund will consist of the following: FUND Existing Future Project Appropriations Appropriations Total* Water Capital $ 528,960.00 $0.00 $528,960.00 Projects Fund 59601 Water/Sewer DPN Fund 56005 $6,0009000.00 $0.00 $6,000,000.00 Project Total $6,528,960.00 $0.00 $6,528,960.00 *Numbers rounded for presentation purposes. FUND IDENTIFIERS(FIDs): Tg Fund Department Account Project program Activity Budget Reference$t Amount ID ID Year (Chartfield 2) FROM Department Project Budget Reference# Fund ID Account ID ProgramActivity Year (Chartfield Amount 2) 56005 0600430 5740010 CO2315 C05180 2016 $59500,600.00 CERTIFICATIONS: Submitted for City Manager'l Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Farida Godcrya (8214) ATTACHMENTS 1. Q2315-Rolling Hills WTP Compliance Memo pdf (CFW Intemal) 2. CO2315 funds inquirv.docx (CFW Intemal) 3. D00082- Revised Po, ,, 1275 or Texsun.fdf (Public) 4. Rol IinizHills(HSPS)SwitchGearReplc2.ndf (Public) 5. SAM searchResults for Texsun.pdf (CFw mtemal) City of Fort Worth Rolling t[ills WTP Electrical Improvements CITY OF FORT WORTH Rolling Hills Water Treatment Plant Electrical Improvements City Project No. CO2315 ADDENDUM NO. 1 April 12,2016 The Contract documents for the Rolling Hills Water Treatment Plant Electrical Improvements Project,for which proposals are to be submitted to the City of Fort Worth,Texas,are hereby clarified and modified by this Addendum No. 1. Bidders must acknowledge receipt of this Addendum on the Bid Form, Section 00 41 00, in Paragraph 7. Bid Submittal. M A.IIOACH >n� d �+ PROJECT MANUAL REVISIONS L , A�1 DIVISION 26 ELECTRICAL �X\ V a) Include the following specifications to the project manual: 26 00 00 Electrical General Provisions 2601 26 Acceptance Testing and Calibration 2605 10 Demolition for Electrical Systems 2605 13 Medium Voltage Cables 26 05 19 Conductors -600V and Below 26 05 26 Grounding 2605 29 Hangers and Supports for Electrical Systems 2605 33 Raceways 26 05 33.16 Boxes 26 05 36 Cable Trays 26 05 43 Underground Duct Banks 26 05 44 Electrical Manholes 2605 50 Electrical Motor 150 HP and Less 26 05 53 Identifications 2605 73 Power System Studies 2608 01 Utilities 2609 16 Common Control Panel Requirements for Equipment 26 12 17 Energy Efficient Lighting and Distribution Transformers, '.Medium Voltage Primary 26 12 19 Pad-Mounted Transformers 26 13 2l Medium Voltage Pad Mount Sectionalizing Switchgear 26 1322 Medium Voltage Switchgear 26 18 39 Medium Voltage Motor Control Center(MCC) ADDENDUM No. I I April 12.2016 2624 16 Panelboards- Distribution and Branch Circuit 26 24 19 Low Voltage Motor Control Centers 26 27 26 Wiring Devices 26 28 16 Miscellaneous Equipment 26 35 33 Power Factor Correction Capacitors 2643 13 Surge Protective Devices 26 50 00 Lighting ACCEPTANCE: The undersigned does hereby agree to the additional,stipulations,and terms outlined in Addendum No. 1 to the plans and specifications for the Rolling Hills Water Treatment Plant Electrical Improvements Project,City of Fort Worth Project No.CO2315. SCHEDULED BID DATE: May 12,2016 DATE ADDENDUM ISSUED: April 12,2016 RECEIPT ACKNOWLEDGED: By: 1 Title: Company: ADDENDUM No. 1 2 April 12,2016 CITY OF FORT WORTH Rolling Hills Water Treatment Plant HIGH Service Pump Station Switchgear Replacement Project City Project No. CO2315 ADDENDUM NO. 2 May 6,2016 The Contract documents for the Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement Project, for which proposals are to be submitted to the City of Fort Worth,Texas,are hereby clarified and modified by this Addendum No. 2. Bidders must acknowledge receipt of this Addendum on the Bid Form, Section 00 41 00, in Paragraph 7. Bid Submittal. PROJECT MANUAL jJYISIONS 1. DOCUMENTWIDE a. All references to"Rolling Hills Water Treatment Plant Electrical Improvements" shall be changed to"Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement Project" b. All references to"Rolling Hills WTP Electrical Improvements" shall be changed to " Rolling Hills WIT HSPS Switchgear Replacement Project' 2. SC TM,QQ„ 0 00—TABLE OF CONTENTS a. Page 00 00 00—2, Division 3 —Concrete, Add specification section"03 34 16 Concrete Base Material for Trench Repair" b. Page 00 00 00—3, Add heading"Division 32 —Exterior Improvements", under that, specification section"32 12 16 Asphalt Paving",and under that, "32 01 17-D520 Asphalt Pavement Trench Repair—Arterial & Industrial Streets" c. Page 00 00 00—3, Specification section 03 34 16—Concrete Base Material for Trench Repair is included by reference. d. Page 00 00 00—3, Specification section 32 12 16-Asphalt Paving is included by reference. e. Page 00 00 00—3, Appendix, delete"GC. 6.24 Nondiscrimination" 3. SECTION 00 21 13 — INSTRUCTIONS TO BIDDERS a. Page 00 21 13 - 10—Paragraph 1.17 G. Revise to read as follows: "A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 150 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City." 4. SECTION 00 42 43 —PROPOSAL FORM a. Replace the Section in its entirety with the revised version attached to this Addendum 2. ADD[:NDt1M No. 2 1 May 6,2010 SECTION 01 7123— 1 CONSTRUCTION S'TAK('eta AND SU Rif Elf Ili b. Page 01 7123—2, Paragraph 1.9 A.]. Revise to read as follows: "Construction staking will be performed by the Gity Contraolor" 5. SECTION 09 9123—PAINTING a. Page 09 9123 —6, Paragraph 3.5 F. Replace text with"Mechanical and Electrical Work: Mechanical ductwork and Electrical raceways and cable trays shall NOT be painted. b. Page 09 9123—6, Paragraph 3.5 G. Delete this paragraph in its entirety. c. Page 09 9123—6, Paragraph 3.5 H.This paragraph becomes 3.5 G. 6. SECTION 25 00 00—INSTRUMENTATION GENERAL PROVISIONS a. Page 25 00 00— 11,add the following: "2.09 Discharge Line Pressure Transmitter Provide Rosemont Pressure Transmitter 3051TG Gauge Pressure rage of 0-300 PSI. Pressure Transmitter shall include the following: 1. Flange material shall be 316 SS. 2. Housing material shall be 316 SS. 3. Output shall be 4-20 mA. 2.10 Differential Pressure Flow Transmitter Provide Rosemont Pressure Transmitter 3051 CD Pressure range of 0-150"pressure. Pressure Transmitter shall include the following: 1. 'Flange material shall be 316 SS. 2. Housing material shall be 316 SS. 3. Output shall be 4-20 mA." 7. SECTIQN 26,1122—ML12111M,VOLTAGE SWITCHGEAR a. Replace the Section in its entirety with the revised version entitled SECTION 26 13 22 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR attached to this Addendum 2. 8. SECTION 26 06 1 P j jT/O 1TPUT LIST a. Append Specification Section 26 06 13 with the Input/Output lists attached to this Addendum 2. i. PLC 1 Existing Configuration ii. PLC 1 Modified Configuration iii. PS PLC Proposed Configuration iv. PS PLC Proposed Configuration(Continued) 9. STAN12AM DETAIL.32 01 17-D52Q—ASPHALT PAVEMENT TRENCH B PAI ARTS,RlAL INDUSTRIAL STREETS a. Add standard detail 32 01 17-D520—ASPHALT PAVEMENT TRENCH REPAIR— ARTERIAL& INDUSTRIAL STREETS attached to this Addendum 2. ADDENDUM No.2 2 May 6,2016 b. CFW Standard Specification Sections 03 34 13 and 32 12 16 are included by reference and more details on the pavement repair may be found in those specifications. PROJECT DRAWING EVI IONS 10. St1EET E-3 a. To Note 12,add "ROADWAY TRENCH REPAIR SHALL BE AS DETAILED BY CITY OF FORT WORTH DETAIL 32—01 17-13520, ASPHALT PAVEMENT TRENCH REPAIR—AR FERIAL & INDUSTRIAL STREETS". GENERAL 1 l. Special Pre-qualification of Contractors: 'The following contractors have been specially pre-qualified to submit bids on this project: • Acme Electric Company • Texsun Electric • WHF Electrical Contractors 12. 0l1F.STl0NSlAN5_y►`LRS a. QWtigft,.Section 26 05 13 2.0LF(Medium Voltage Cables)calls for cable installed in cable tray system to be armored power cable. Does the incoming feeder from the Oncor Substation to the 4160V MCC as show on Sheet FP-16 need to be armored cable since only about 20 feet will be in the cable tray system and the remaining cable will be installed in the existing duct bank to the substation? Answer It is intended that only the cables from the MCC to the pump motors will be armored cable. "Phis will keep the cable trays cleaner and help protect the cables. "The cables in the duct bank will not be armored cables. �tl�chrrletL�� 00 00 00 Table of Contents 00 42 43 Bidders Application Input/Output Lists attachment for Specification Section 26 06 13 Input Output Lists Section 26 13 22 Medium Voltage Sealed Deadfront Distribution Switch-ear 16 D520 -Asphalt Pavement Trench Repair- Arterial & Industrial Streets rhl AWAAL! � a RiOACH r End of Addendum 2 ADDENDUM Nu. 2 3 May 6,2016 CITY OF FORT WORTH Rolling Hills Water Treatment Plant HIGH Service Pump Station Switchgear Replacement Project City Project No. CO2315 ADDENDUM NO. 3 May 10,2016 The Contract documents for the Rolling Hills Water"Treatment Plant High Service Pump Station Switchgear Replacement Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Addendum No. 3. Bidders must acknowledge receipt of this Addendum on the Bid Form. Section 00 41 00, in Paragraph 7. Bid Submittal. PROJECT MANUAL REVISIONS 1. SECTION 00 00 00—TABLE OF CONTENT S a. Page 00 00 00 —3, Division 26 —Add specification section "26 09 14 Power Metering and Protective Relays" b. Page 00 00 00—3, Division 26—Add specification section "26 13 21 Medium Voltage Switchgear" 2. SF,CTION 0042 43 —PROPOSAL. FORM a. Replace the Section in its entirety with the revised version attached to this Addendum 3. Bid Item 3, description and specification reference changed. 3. SECTION 26 0914 POWER METERING AND PROTECTIVE RELAYS a. Add Specification entitled SECTION 26 09 14 POWT.R METERING AND PROTECTIVE RELAYS attached to this Addendum 3. 4. SECTION 26 13 21 — MEDIUM VOLTAGE, PAD MOUNT SECTIONALIZING SWI1''CHGEAR a. Replace the Section in its entirety with the revised version entitled SECTION 26 13 21 MEDIUM VOLTAGE SWITCI IGEAR attached to this Addendum 3. PROJECT DRAWING REVISIONS 5. SHF,ET EP-1 a. Add the following to Note By Symbol 3: "Provide Type D fixture in location of existing fixture and connect to existing circuit." 6. SHEET EP-19 a. Change Fixture Designation to Type C. 7, SHEET EP-20 a. Clarification - Flow transmitter and pressure transmitter cables for all four pressure zones may,be combined into a single conduit. Provide one 2" spare conduit. A1)DENDUM No. 3 1 May 10.20 16 S. SHEET EP-23 a. Add the following: • "Panel H4 is to be 100A Phase,3 Wire with 22KAIC • The following Circuits are to be provided: • Main Circuit Breaker 100A, 3 Pole Breaker • H4 1,3,5—20A, 3 Pole breaker for MOV S-1 Actuator • H4 2,4,6—20A 3Pole breaker for MOV S-2 Actuator • 144 7,9,11 —20A 3Pole breaker for MOV E-2 Actuator • H4 8,10,12—20A 3Pole breaker for MOV E-1 Actuator • H4 13,15,17—20A 3Pole breaker Spare • H4 14,16,18—20A 3 Pole Breaker Spare" 9. SHEET EP-23 a. Add the following: "Provide 3 CT's and 2 PT's for each incoming service. Provide Power Monitoring Relay for each incoming service with Ethernet." b. Change"Surface Wash Pump 1"to"Wash Water Pump 1 Discharge Valve Actuator" c. Change"Surface Wash Pump 2"to"Wash Water Pump 2 Discharge Valve Actuator" d. Clarification -Existing wiring may be reused for the following loads: • Chilled Water Pump • Hot Water Pump • Street Lights • Chilled Water Generator • Multi-zone Fan • Lobby Fan • Drain Pump Station E 10. SHEET EP-29 a. Add Lighting Fixture Schedule: "Fixture Type A—4' strip LED,minimum 5,000 lumens, multi-volt, 3500K CCT Lithonia ZLID L48 500OLM MVOLT 35K 80CRI WH Fixture type B—High Bay LED Fixture multi-volt,minimum of 12,000 lumens 4000K CCT, Narrow Distribution, White finish, non-dimming,Hubbell 14BL-60L-U for surface mount Fixture type C-2'x4' LED replacement fixture Replace ballast and provide LED lamps in existing fixture Fixture type D—LED Wall Pack 97 w,multi-volt minimum 10,000 lumens,4000K CCT Hubbell WG14-225L-4K-U-L" ADDENDUM No.3 2 May 10,2016 GENERAL 1 I. ADDENDUM 2, ITEM 10 a. Change "E-3"to "ES-3" 12. QUESTIONS/ANSWERS a. Question: On Drawing EP-23 circuits MCC 1-19P and MCC 1- 20P are shown feeding Surface Wash Pump l and Surface Wash Pump2, yet on Drawing EP-9 it looks like these circuits are feeding MOVs for WWI and WW2. Which is correct? Answer: EP-9 is correct. b. Question: Do circuits need to be added for either the Surface Wash Pumps or the MOVs for WWI and WW2? Answer: No additional circuits are required for the Surface Wash Pumps. c. Question: Is there a panel schedule in the drawings for Panel H4? Answer: Yes, see Addendum 3. d. Question: Is there a light fixture schedule in the drawings? Answer: Yes, see Addendum 3. e. Question: There is a panel schedule for existing Panel AD3, is this for information or does this require new conduit or wire to each circuit? Answer: Panel AD-3 is for reference f. uestion: Can bids for this project be delayed by one week? Answer: The bid time and date remain unchanged. g. Question: Drawing EP-20 shows FIT-102-1, PIT-104-1, FIT-102-2, PIT-104-2, FIT-102-3, PIT-104-3, FIT-102-4 and PIT-104-4 with a Note 2 by each instrument. Note 2 states refer to I E-5. There is not a Drawing E-5. Where are these instruments located, and are new duct banks, conduits or wire required? Answer: Flow meters and pressure transmitters for S-I and E-I are located in vaults approximately 15' north of High Service Pump Station. New vaults are being added under a separate contract. Flow meter and pressure transmitter for F,-2 are located approximately 130' north of the High Service Pump Station's northeast corner(across the road) Flow meter and pressure transmitter for S2 are located 200' northeast of the High Service Pump Station's northeast corner. A new duct bank is required with two conduits and a hand hole near each of the vaults. Analog cables for flow and pressure transmitters will be combined into a single conduit, and the remaining conduit will be a spare. h. uestion: Drawing EP-23 shows existing equipment with Notes 4, 5, 6, 7 and 8. Does this equipment require new wire, conduit or are they to be just reconnected? Answer: See clarification in Addendum 3. ADDENDUM No. 3 3 May 10.2016 Attachments: 00 00 00 Table of Contents Section 26 09 14 Power Metering and Protective Relays Section 26 13 21 Medium Voltage Switchgear r7' �rst+Imar..noMt�r�p,x, '{�+✓�aoaec+rrws� d End of Addendum 3 ADDENDUM No.3 4 May 10,2016 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS 1.01 RECEIPT OF BIDS A. Sealed bids for the construction of Rolling Hills Water Treatment Plant High Service QPump Station Switchgear Replacement Project, Project No. 02315 will be received by 2 the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST,Thursday, May 12, 2016, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. 1.02 GENERAL DESCRIPTION OF WORK A. The major work will consist of the (approximate) following: 1. Electrical, architectural, and structural modifications and demolition associated with the High Service Pump Station. 2. Electrical modification and demolition associated with distribution to the Administration Building and chemical facilities. 3. Additive alternate bid items include Lime Building electrical improvements and load testing the monorails and bridge cranes. 1.03 PREQUALIFICATION A. The improvements included in this project must be performed by a contractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 1.04 DOCUMENT EXAMINATION AND PROCUREMENTS A. The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing1 and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . Copies of the Bidding and Contract Documents are available only through the City's Buzzsaw website. ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 4,2016 City Project No.CO2315 001113-2 INVITATION TO BIDDERS Page 2 of 2 1.05 PREBID CONFERENCE A. A non-mandatory prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: April 27, 2016 TIME: 9:00 AM PLACE: Rolling Hills Water Treatment Plant 2500 Southeast Loop 820 Fort Worth, Texas 76140 LOCATION: Administration Building Conference Room 1.06 CITY'S RIGHT TO ACCEPT OR REJECT BIDS A. City reserves the right to waive irregularities and to accept or reject bids. 1.07 FUNDING A. Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from user fees and dedicated by Resolution of the City of Fort Worth City Council to the work under this INVITATION TO BIDDERS. 1.08 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Paul A. Roach, P.E., CP&Y Email: PRoach@cpyi.com Phone: 817-354-0189 AND/OR Attn: Farida Goderya, P.E., City of Fort Worth Email: Farida.Goden aOfortworthtexas.gov Phone: 817-392-8214 1.09 ADVERTISEMENT DATES April 7, 2016 April 14, 2016 1.10 OTHER REQUIREMENTS END OF SECTION ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 4,2016 City Project No.CO2315 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1.01 DEFINED TERMS A. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. B. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 1.02 COPIES OF BIDDING DOCUMENTS A. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. B. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 1.03 PREQUALIFICATION OF BIDDERS (PRIME CONTRACTORS AND SUBCONTRACTORS) A. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 1. Paving — Requirements document located at; https://projectpgint.buzzsaw.com/fortworthgov/Resources/`02%20- %20Construction%2ODocu ments/Contractor%2OPM ua l ification/TPW%2OPavi ng% 20Contractor%2OPregualification%2OProgram/PREOUALIFICATION%20REQUIREM ENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 2. Roadway and Pedestrian Lighting — Requirements document located at; https://projectpgi nt.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Contractor%20P=ualification/TPW%2OPavi nq% 20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REOUIREM ENTS%20FOR 0/020PAVING 0/02000NTRACTORS.PDF?public 3. Water and Sanitary Sewer— Requirements document located at; ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 httl2s•//projectpgint buzzsaw.com/fortworthciov/Resources/02%20- %20Con struction%2ODocu ments/Contractor%2OP req u a l ification/Water%2Oa nd%2 OSa n ita ry%2OSewer%2OContractor%2OPrequa l ifica ti on%20 Prog ra m/WSS%2Ol?m ual%20requirements.doc?public B. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 1.06. C. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. D. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. E. Special qualifications required for this project include the following: Electrical Construction Associated with the High Service Pump Station and Electrical Construction Associated with the Electrical Site Improvements. 1. Special prequalification reguirements apply to this project. This one-time special project-specific process will further pregualify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent. It is the bidder's responsibility to submit documentation for those items listed below, to the designated representative of the Fort Worth Water Department per Paragraph 1.06, at least thirteen (13) calendar clays prior to the date of bid opening. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least seven 7) calendar days prior to the date of opening bids. 2. Special prequalification documentation shall include the following_ a. COVER LETTER. The cover letter provided by the prospective bidder with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. b. EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to.the date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done. 3. PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5)years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' proiects. 4. ADDITIONAL CONTRACTOR QUALIFICATION REQUIREMENTS. Additional requirements are located in Section 26 00 00, Paragraph 1.06. 1.04 EXAMINATION OF BIDDING AND CONTRACT DOCUMENTS, OTHER RELATED DATA, AND SITE A. Before submitting a Bid, each Bidder shall: 1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 6. Perform independent research, investigations,tests, borings,and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. B. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 2. Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 3. Copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the"technical data"contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. C. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. D. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 1.05 AVAILABILITY OF LANDS FOR WORK, ETC. A. 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 and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. B. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. C. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 1.06 INTERPRETATIONS AND ADDENDA A. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: Attn: Paul Roach, P.E., CP&Y Email: proach @cpyi.com Phone: 817-354-0189 ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Farida Goderxa, P.E., Water Department Fax: 817-392-8195 Email: Farida.Gode[yaC@fortworthtexas.gov Phone: 817-392-8214 B. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. C. Addenda or clarifications may be posted via Buzzsaw at https://projectpgint.buzzsaw.com/fortworthaov/Advertised%2OBids?public D. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 1.07 BID SECURITY A. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. B. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 1.08 CONTRACT TIMES A. The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 1.09 LIQUIDATED DAMAGES A. Provisions for liquidated damages are set forth in the Agreement. ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1.10 SUBSTITUTE AND "OR-EQUAL" ITEMS A. The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.058. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 1.11 SUBCONTRACTORS, SUPPLIERS AND OTHERS A. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12- 2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary.The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non-responsive. B. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 1.12 BID FORM A. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. B. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. C. Bids by corporations shall be executed in the corporate name by the president or a vice- president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 D. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. E. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. F. Bids by individuals shall show the Bidder's name and official address. G. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. H. All names shall be typed or printed in ink below the signature. I. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 1. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. K. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 1.13 SUBMISSION OF BIDS A. Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 1.14 MODIFICATION AND WITHDRAWAL OF BIDS A. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. B. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1.15 OPENING OF BIDS A. Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 1.16 BIDS TO REMAIN SUBJECT TO ACCEPTANCE A. All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 1.17 EVALUATION OF BIDS AND AWARD OF CONTRACT A. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. B. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. C. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 D. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. E. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. F. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. G A contract is not awarded until formal City Council authorization. If the Contract is to be awarded,City will award the Contract within 150 98 days after the day of the Bid opening 2 unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. PART 2 A. Failure or refusal to comply with the requirements may result in rejection of Bid. B. Owner will award the contract to the lowest responsive and responsible bidder. The owner has established a budget for this project. It is the owner's intent to award the base bid items and as many of the alternate bid items as that budget will allow. The owner reserves the right to award the base bid items alone or the base bid items plus any combination of the alternate bid items in the maximum bid amount that can be awarded within the funding capacity of the owner. 2.02 SIGNING OF AGREEMENT A. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO23I5 0035 13 BID FORM Page IofI SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you")to a City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement(the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf http:lfwww.ethics.state.tx.us/forms/CIS.odf ❑ CIQ Form is on file with City Secretary 11 CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary V( CIS Form is being provided to the City Secretary BIDDER: Texsun Electrical Contractors Inc Doug Moul r 4646 Mansfield Highway Signature: Fort Worth, Texas 76119 Title. Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00 00 43 1300 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B.23, 84th Leg., Regular session. OFFICEUSEONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer t10A Ap k gable 2 Office Held flo+ AppiNici,,ble. 3 Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code 1exsun E1e0c*%c41 Conkco�c. ais, Tn�. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. E1ecAi �CO1 C.011�1-0c.Ao'r S List gifts accepted by the local government officer and any family member,if aggregate value of the gifts accepted from vendor named In item 3 exceeds$100 during the 12-month period described by Section 176.003(a)(2)(B). (lone. Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) a AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member(as defined by Section 176.001(2), Local Government Code) of this local government officer. t also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(8), Local Government Code. .. HOWE PAGE I �' Nototy Public,State of Texas Comm.Expires 06-03.2018 Signature of Local GoWment Officer ,tKi,� Nofoty 1D 129268529 Sworn to and subscribed before me,by the said [)Ma l ouI A(?r this the �day of .20A10--to certify which,witness my hand and seal of office. U sli`tt re of officer administering oath Printed name a4fficer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/3012015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A"local government officer'"is defined as a member of the governing body of a local governmental entity;a director,superintendent, administrator,president,or other person designated as the executive officer of a local governmental entity;or an agent of a local governmental entity who exercises discretion in the planning,recommending,selecting,or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m.on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003,Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3.Name of vendor described by Sections 176.001(7)and 176.003(a),Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code,if the vendor:a) has an 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),Local Government Code;b)has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B),Local Government Code;or c)has a family relationship with the local government officer as defined by Section 176.001(2-a),Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in Item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A),Local Government Code,and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a),Local Government Code. 5. List gifts accepted,If the aggregate value of the gifts accepted from vendor named in item 3 exceeds$100. List gifts accepted during the 12-month period(described by Section 176.003(a)(2)(B),Local Government Code)by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed$100 in value. 6.Affidavit. Signature of local government officer. Local Goverrumnt Code 6176.001(2-a): 'Family relationship"means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity,as those terme are defined by Subchapter B,Chapter 573,Government Code. LacM GoYenytertt Code ft (a) A load government officer shall file a conflicts disclosure statement with respect to-a,Vendor if: . a (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. Form provided by Texas Ethics Commission www.ethics.stale.tx.us Revised 11130/2015 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23,114th 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 Cade. A vendor commits an offense if The vendor knowingly violates Section 176.006,Local Government Code.An offense under this section is a misdemeanor. Name of vendor who has a business relationship with local governmental entity. -rex5v n E lec.iv�cal COrNcac.�or 5, XnC. 2 Check 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 tiled questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information Is being disclosed. Putts C Officer 4 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 govemment officer or a family member of the officer receiving or likely to receive taxable income, other than investment income,from the vendor? QYes © 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? 1 Yes r---A No -!J 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. 8 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts El as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 ig re of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2p15 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LCG176.htm.For easy reference,below are some of the sections cited on this form. Local t;iovermmnt Code 11 176.001(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 Qoyemment Code A 176,I)MA)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor it: saw (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 (1) 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 that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (1) 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. I Local Government Code A 176A06(a)and(r1) (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. m Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Rollin Hills Water Treatment Plant Elecktcal Improvements City Project No.: CO2315 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5.Bidder has not solicited or induced any Individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b."fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial,non- competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2015,0821 00 41 0000 43 13_00 42 43 00 43 37 00 46 12_00 35 1381d Proposal Workbook 00 41 00 BID FORM Page 2 of 3 3. Prequallfication The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Electrical Consftcdon associated with the High Service Pump Station b. j,:iectrira Construction associated with the Elec�Site Improvements 4. Time of Completion 4.1. The work for Bid Item 1 shah be subdwddv complete for within 270 days after the date when the the Contract 11ma commences to run as provided in Pamraph 2.03 p(the Gerwid Conditions. 4.2. The Work will be complete for Final Acceptance within 545 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and(or achievement of Milestones)within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 00 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of interest Affidavit,Section 00 35 13 'If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1- Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6,2, It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_&d Proposal Workbook 00 41 00 BID FORM Page 3 of 3 The City reserves the right to award the base bid Items alone or the base bid Items plus any combination of the alternate bid items in the maximum bid amount that can be awarded wihn the funding cepadty of the City. Total Base Bid $5,197,600.00 Additive Aitemate"A" $300,000.00 Additive Aftemate'B" $3,000.00 Totem Base Bid+Aftemate"A" $5,497,600.00 Total Base Bid+Alternate"8" $5,200,600.00 Total Base Bid+Altemate"A"and"B" $5,500,600.00 7. Bid Submittal This Bid is submitted on 5/12/2016 by the entity named below. Respectful ubm Receipt is acknowledged of the following Addenda: Initial By; Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Doi9 Moulde lAddendum No 4: (Printed Name) Title: Vice President Company: Texsun Electrical Contractors Inc Corporate Seal: Address: 4646 Mansfield Highway Fort Worth,Texas 76119 State of Incorporation: Texas Email: doug @texsun80.com Phone: 817-53&4802 I END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revieed 20150821 00 4100 00 43 1 J_00 42 43 00 43 37 00 45 12 00 3'J 13 Bid Proposal Workbook 004243 BUD PROPOSAL Puse 1 of t SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid QmdlWon No• Section No. Measure Quantity Unit Plitt Bid Value Electrical MadificaW ns associated vAth the site 11710myonents-All demoltlion and modification of the electrical distrbudton to the chemical faclIfts and the Division 25 1 Admittratlon BulWkto. Incktde all s uctural pads and La 1 assock0d alte work. Exclude the eaulament cast for Division 26 the cad mtwnted switches 1 through 4 laid Item 31 $1,199,000.00 Pump Station-AU demoNtion and electrical Division 25 2 mociftatione of the ek0ical system for the High Division 26 LS 1 Service Pump Station .$2y956 500.00 Pad MDLMl--- Switchea-Egubment Cost for the 3 Medium Voltage Sealed Deadfront DWrbutlon 261322 1 4 $761,500.00 i4llaceNaneous Improvements-All demolltlon and lladdatlons associated with the architectural and Division 4 structural mod1kadons at the Hall Servke Pump LS 1 Station_ Include eatdpment pads and for atectrical ecukonent. $128,000.00 HVAQ Modifications associated with the W Service Pump Malian-All demotitlon and modlHcatlons 5 am ckited with the drawinas H-1 throuah H-7. Division 23 J� 1 $115,000.00 Allovvattce for the removal and replacement of 6 tetmMatkm boxes for nine(9)motors.Work Is to be N Pre-bid ped4rmed by a thlyd-aarty catltractor selected by the CRY $37,600.00 $37,600.00 Total Base Bid $5 197 600.00 Additive Alternate Bid"A" Division 02: improvements associated with the Lime Bulldina Qlvislon 25: Division 300 000.00 Total Additive Alternate Bid"A" $3001000.00 Additive Alternate Bid'B" Total Additive Altercate Bid"B" Total Base Bid $5 197 800.00 Total Base Bid+Total Additive Alternate"A"Bid $5,497,9W.00 To4al Base Bid+Total Additive Alternate"B"Bid Total Base Bid+Total Additive Alternates"A"and"B" Bid END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMPNTS Porn Revised 20130120 00 41 00_00 43 13_00 42 4300 43 37._00 45 12 00 35 L3 Bid Proposal Workbook•Addendum 71QJ GRUwTq,yE* GREAT AMERICAN INSURANCE COMPANY OF NEW YORK INSURANCE GRUUF NEW YORK BID BOND Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicabre. CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and principal place of business): Texsun Electrical Contractors, Inc. Great American Insurance Company of New 4646 Mansfield Hwy York Fort Worth, TX 76119 2435 N. Central Expressway, Ste. 600 Richardson, TX 75061 OWNER: (Name,legal status and address) City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 BOND AMOUNT: $ Five (58r) Percent of Amount Bid PROJECT: (Name,location or address, and Project number, if any) Rolling Hills Water Treatment Plant High Service Pump Station Switchgear Replacement Project, CO 2315 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either(1)enters into a contract with the Owner in.accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a Surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void,otherwise to remain in full force and effect. The Su"hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty (W)days In the aggrogate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirements shall be deemed Incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this loth day of May 2016 . Texsun Electrical Contractors, Inc. (Wtness) Pn 6 S 1,0 41 N T— (Title) Ra GRF IERt 'AN iNSURAN ' CO NY OIRNFw YORK (Sure!) (Seal) MeMSS)A. GonzalegU (Atf0"WY4n ) John W. Schuler The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310-2010 Edition GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHiO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWO No.0 14946 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below Its true and lawful attomey-h-fact,for it and In Its name,place and shad to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obflgatkxhs in the nature th~,provided that the liability of the said Company on any such bond.undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JOHN W.SCHULER STEVE DOBSON BOTH OF BOTH AUSTIN,TEXAS $100,000,000.00 This Power of Attorney revokes all previous powers issued on behalf of the attorneys)-in-fact named above. IN WITNESS WHEREOF,the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of FEBRUARY , 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK A,wftan!Secretary Dtvurand Smfar Vice pf"dou DAVID 0.KITCHIN(B77-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 17TH day of FEBRUARY 2015 before me personally appeared DAVID C.KITCHIN,tome known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. ,DER MARIE E OF A14N? a In'fAflY PI�LKti STATE OF ONO lyCWAjrl Nom&&-hq This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED: That the Divisional President the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents,or any one of them,be and hereby is authorized, from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14,2009 have not been revoked and are now in full force and effect. Signed and sealed this 10-day of SBA6 • A.rristan Secrelwry S1186K(01 M 5) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section S. A. Nonresident bidders in the State of State Here or Blank, our principal place of business, are required to be WO A94— percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here of Blank, our principal place of business, are not required to underbid resident bidders. B. The principal place of business Of our company or our parent company or majority owner is in the State of Texas'W BIDDER: Texsun Electrical Contractors Inc By: Doug Moulder 4646 Mansfield Highway Fort Worth, Texas kJ (Signature) 76119 T tle. Vice President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 0000 43 1300 42 4300 43 3700 45 12 00 25 13_Bid°roposal Workbook 0045 11- 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS PART 1 SUMMARY. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. A. Complete set of audited or reviewed financial statements. 1. Classified Balance Sheet 2. Income Statement 3. Statement of Cash Flows 4. Statement of Retained Earnings 5. Notes to the Financial Statements, if any B. Certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). C. Completed Bidder Prequalification Application. 1. The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. 2. The firm's e-mail address and fax number. 3. The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. D. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification.These resumes should include the size and scope of the work performed. E. Other information as requested by the City. PART 2 PREQUALIFICATION REQUIREMENTS A. Financial Statements. Financial statement submission must be provided in accordance with the following: CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 0045 11-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1. The City requires that the original Financial Statement or a certified copy be submitted for consideration. 2. To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. 3. The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. 4. Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. 5. The City will not recognize any certified public accountant as independent who is not, in fact, independent. 6. The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: a. Express an unqualified opinion. b. Express a qualified opinion on the statements taken as a whole. 7. The City reserves the right to require a new statement at any time. 8. The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. 9. The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets—current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequaliflcation purposes. 10. In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. B. Bidder Prequalification Application. A Bidder Prequalifcation Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. 1. In those schedules where there is nothing to report, the notation of"None"or"N/A" should be inserted. 2. A minimum of five (5) references of related work must be provided. 3. Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO23I S 0045 11-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 PART 3 ELIGIBILITY TO BID A. The City shall be the sole judge as to a contractor's prequalification. B. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. C. The City will issue a letter as to the status of the prequalification approval. D. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 3,2016 City Project No.CO2315 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequal,fication Ex iration Date Electrical Construction associated with the High Texsun ENCtncM Contractors f tc Service Pump Station Electrical Construction 413012017 associated with the Electrical Te*aun Electrical Ca t ectors Inc Site Improvements #REF! +Camoany Norte Hate of space Date e space #REF! Comp"Name Here or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Texsun Electrical Contractors Inc By oug ulder 4646 Mansfield Highway Fort Worth,Texas (Signature) 76119 Title: Vice President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 0000 43 1300 42 4300 43 3700 45 11200 35 13 Rid Proposal Workbook 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02315. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Texsun Electrical Contractors Inc By: Doug Moulder 12 Company lease Print) 13 14 4646 Mansfield Hwy Signature: 15 Address 16 17 Fort Worth, TX 76119 Title: Vice President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 Doug Moulder ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of Vice President for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 17 day of 32 August ,20161 33 34 �pC I 35 36 Notary Public in and for the ay of Texas 37 � HOLLIE PAGE tq;�•`�;'s_Notary Public.State of Texas 3g END OF SECTIO °'' Comm.Expires 06-03-2018 %:;E ```.`�� Notary ID 128288.5+2° oc �. anna 39 CITY OF FORT:`.FORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 004540-1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 4S 40 MINORITY BUSINESS ENTERPRISE SPECIFICATIONS 1.01 APPLICATION OF POLICY A. If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. 1.02 POLICY STATEMENT A. It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 1.03 MBE PROJECT GOALS A. The City's MBE goal on this project is 6% of the total bid value of the contract(Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 1.04 COMPLIANCE TO BID SPECIFICATIONS A. On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. 1.05 SUBMITTAL OF REQUIRED DOCUMENTATION A. The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed co py will not be accepted. 1. Subcontractor Utilization received no later than 2:00 p.m., on the second City Form, if goal is met or exceeded: business day after the bid opening date, exclusive of the bid opening date. CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised February 4,2016 004540_.-2 Minority Business Enterprise SpeafKations Pa e2of2 2. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization business day after the bid opening date, exclusive of the Form, if participation is less than bid opening date. stated goal: 3. Good Faith Effort and received no later than 2:00 p.m., on the second City Subcontractor Utilization business day after the bid opening date, exclusive of the Fond if no MBE participation: bid opening date. 4. Prime Contractor Waiver received no later than 2:00 p.m., on the second City Form, if you will perform all business day after the bid opening date, exclusive of the contracting/supplier work: bid opening date. 5. Joint Venture Form, if goal is received no later than 2:00 p.m., on the second City met or exceeded. business day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. ANY QUESTIONS, PLEASE CONTACT THE M/WBE OFFICE AT (817) 212-2674. END OF SECTION CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised February 4,2016 005243-1 Agreement Page I of SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on August 2, 2016 is made by and between the City of Fort Worth, a Texas home rule municipality,act; by and through its duly authorized City Manager, ("City"), and Texsun Electrical Contractors, authorized to do business in Texas, acting by and through its duly authorized representative,("Contractor"). City 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 the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Rolling Hills Water Treatment Plant Huh Service Pump Station Switch ear Replacement Project 2 CSI j+Project Number: CO2315 Article 3.CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 545 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated dages for delay(but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. ADDENDUM$02 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJFCT Revised February 4,2016 City Project No.CO2315 00 52 43-2 Agreement Page 2 of Article 4. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Five Million Five Hundred Thousand Six Hundred Dollars($5,500,600.00). Article 5.CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents(project speciic) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. ADDENDUM 42 CITY OF FORT WORTH ROLLING HILLS W'1 P inGII SERVICE PUMP S"fATION STANDARD CONSTRUCTION SITCIFICATION DOCUNIFN I'S SWITC11GFAR REPLACEMENT PROJECT Revised February 1.2016 City Project No.CO2315 i 005243-3 Agreement Page 3 of 4 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act,omission or negligence of the city. This indemnity provision is intended to include,without limitation,indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors,licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7.MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.41 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. ADDENDUM H2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 4,2016 City Project No.CO2315 005243-4 Agreement Page 4 of 4 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City,a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties("Effective Date"). Contractorf V 4ft-1 B w, 0WA - ----K--- rz//, City of Fort Worth - Jay Chapa B Assistant City Manager (Signature) 19 _ / F��� Date 14g!f tu J11011 7 Attest: O (Printed Name) City Secretary ,,y ,n (Seat) Title: � / // AddressY Alf �s / Date: 0 L y o l 1. Ci /State/Zi 7(� ` Appro.Vqe d a's to orm aandLegality: Date Douglas . Black Assistant City Attorney APPROVAL RECOMMENDED: Jo Robert Carman D/RECTOR, Water Department OFFICIAL RECORD CITY SECRETARY FT WORTH, TX ADDENDUM#2 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 4,2016 City Project No.CO2315 006113-I PERFORMANCE BOND Page I of 3 Bond No. 9829099 SECTION 00 61 13 PERFORMANCE BOND TILE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we. Texsun Electrical Contractors known as "Principal"herein and Great American Insurance Company of New York a corporate surety(sureties, if more than one)duly authorized to do business in the State of Texas, known as "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of"Texas, known as"City"herein, in the penal sum of,Five Million Five Hundred Thousand Six Hundred&00"0(%liars (S 5 5nn.6nn 00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the_Z day of 20_[i, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories defined by law,in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Rolling Water Treatment Plant Treatment Plant Electrical Improvements, City Project No. 02315 NOW,THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perforn the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void,otherwise to remain in full force and effect. CITY OF FOR"i WORi'If Rolling Hills WTP Flectncal Improvements STANDARD CONS I Rli(TION SP1{C'IFI(_A MN DOCUiv FN I S City Project No.:02315 Revised February 4,2016 0061 13-2 PERFORMANCE BOND Page 2 of 3 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. This bond is made and executed in compliance with 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 statue. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of August ,20-1f)_. PRINCIPAL: Texsun_ ctri al Contractors BY: 4a'S _ ur e ATTES 49 1 (Principalf Secretary Name and Title Address: 4646 Mansfield Fin _ -F-t__Worth, TX 76119 Witness as to Principal SURETY: r7reatAmerican_lns_u.r_anoe-Co.mp ny of New York BY: r Signature I John W. Schuler, Attorney-in-fact Name and Title Address: 2435 N. Central Expressway, Ste. 600 R'chard n, Ty 7-51081 Witness as to Surety Telephone Number: 0-365-6065 CITY OF FORT WORTH Roiling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised February 4,2016 006113-3 PERFORMANCE BOND Page 3 of 3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. C1TY OF FORT WORTII Rolling tills WTP Electrical hnprovemenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised February 4,2016 0061 14-1 PAYMENT BOND Page I of 2 SECTION 00 61 14 Bond No. 9829099 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY 'THESE PRESENTS: COUNTY OF TARRANT § That we, Texsun Electrical Contractors known as "Principal" herein, and Great American Insurance Company of New York a corporate surety(sureties),duly authorized to do business in the State of Texas,known as"Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of'Texas, known as"City"herein,in the penal sum of Five Million Five Hundred Thousand Six Hundred & 00/100's Dollars (S 5.500 6nQ 00_____J, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the Z day of 20�,which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Rolling I-lilts Water Treatment Plant Electrical Improvements, City Proiect No. 02315. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Govemment Code, as amended, and all liabilities on this bond shall be detennined in accordance with the provisions of said statute. CITY OF FORT WORTH Rolling Hills WTP Electrical lmprovernenu STANDARD CONSTRUCTION SPEC1FlCA HON DOCUMENTS City Project No..02315 Revised February 4,2016 0061 14-2 PAYMENT BOND Page 2 oft IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of August ,2016 PRINCIPAL: Texsun Electrical Contractors ATTEST: BY: Si atu (Principal) Secretary i ame an Title Address: 4646 Mansfield Hwy Ft. Worh. TX 76119 Witness as to Principal SURETY: Great American Insurance Company of New York ATTEST: BY: Signa re John W. Schuler, Attorney-in-fact (Surety) Secretary Name and Title Address: 2435 N. Central Expressway, Ste. 600 1 ' m Richardson TX 75091 fitness as to Surety M/ �U Telephone Number: 800-365-6065, Note: If signed by an officer of the Surety,there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised February 4,2016 0061 19-1 MAINTENANCE BOND Pagel of3 SECTION 00 61 19 Bond No. 9829099 MAINT NANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE,PRESENTS: COUNTY That we Texsun Electrical Contractors known as "Principal"herein and Great American Insurance Compariv of New York ,a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"herein(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as"City"herein, in the sum of Five Million Five Hundred Thousand Six Hundred&00/100's Dollars (S 5,500 600.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas,for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 2 day of , 20�, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order(collectively herein, the"Work") as provided for in said contract and designated as Rolling Hills Water Treatment Plant Electrical Improvements,City Project No. 02315; and WHEREAS,Principal binds itself to use such materials and to so construct the Work in accordance with the plans,specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2)years after the date of Final Acceptance of the Work by the City("Maintenance Period"); and WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTI I Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFIC'A"PION DOCUMENTS City Project No.:02315 Revised February 4,2016 0061 19-2 KI NTENANCE BOND Page 2 of3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 'Carrant County,Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER,that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTII Rolling Hills WIT Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No._02315 Revised February 4,2010 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 1 ath day of August ,2016_ PRINCIPAL: un Electrical n r ctors BY: SigrWure ATTEST: (Principal)Secretary NS me and Title Address: 4646 Mansfield Hwy qA&� Witness as to Principal SURETY: Great American Insurance Company of New York _A�BY: Sig lure r John W. Schuler, Attorney-in-fact ATTEST- Name and Title Address: 2435 N. Central Expressway, Ste. 600 (Surety)Secretary Mr-h;ardsop, TX 75081 Wlyytness as too Surer,Y Telephone Number: 800-365-6065 *Note: If 6igned by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised February 4,2016 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office:301 E 4TH STREET • CINCINNATI,OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than TWO No.0 14946 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK,a corporation organized and existing under and by virtue of the laws of the State of New York,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond,undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JOHN W.SCHULER STEVE DOBSON BOTH OF BOTH AUSTIN,TEXAS $100,000,000.00 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREATAMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 17TH day of FEBRUARY 1 2015 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK Assistant Secretary IItvisiona!Senior ice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 17TH day of FEBRUARY 2015 ,before me personally appeared DAVID C.KITCHIN,tome known, being duly sworn,deposes and says that he resides in Cincinnati,Ohio,that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York,the Company described in and which executed the above instrument; that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. #'. JENNIFER MARK RIPPY NOTARY PUBLIC,STATE OF OW ly CAI1Mt1�l1011 Explle�6,20-19 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14,2009. RESOLVED. That the Divisional President,the several Divisional Senior Vice Presidents,Divisional Vice Presidents and Divisional Assistant Vice Presidents,or any one of them,be and hereby is authorized, from time to time,to appoint one or more Attorneys-in-Fact to execute on behalf of the Company,as surety,any and all bonds,undertakings and contracts of suretyship,or other written obligations in the nature thereof,•to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER:That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contract of suretyship,or other written obligation in the nature thereof,such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I,STEPHEN C.BERAHA,Assistant Secretary of Great American Insurance Company of New York,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 01-Da of NuSv I SEAL Assistant Secretary S1185K(01/15) r+ Act CERTIFICATE OF LIABILITY INSURANCE DATE(MMMDNYYY) 8/10/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy((es)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" T Theresa Mazur, CIC CISR ACSR Central Insurance Acjency PHONE No Ell: A (512)451-6551 IC I FAX,N (512)454-0183 6000 N. Lamar Blvd 'MAIL ADDRESS:tmazur@centralins.com INSURERS AFFORDING COVERAGE NAIC M Austin TX 78752 INSURERA.United Fire & Casualty Company 13021 INSURED INSURER B:Texas Mutual Insurance Company 22945 TEXSUN ELECTRICAL CONTRACTORS INC INSURER C: 4646 MANSFIELD HIGHWAY INSURER D: INSURER E: FORT WORTH TX 76119 1 INSURER F: COVERAGES CERTIFICATE NUMBER:16/17 WC Pckg REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER M /YYYY LIMITS R COMMERCIAL GENERAL LIABILITY 1,000,000 EACH OCCURRENCE $ A CLAIMS-MADE ❑$ OCCUR PREM I E curr n $ DAMAGE TO R NTED 100,000 PREMISES 85311769 10/1/2015 10/1/2016 MED EXP(Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY J RECOT- � F�]LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: XLEAD $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 a accident A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 85311769 10/1/2015 10/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident Uninsured motorist combined $ 1,000,000 X UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAS CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTtON$ 10,000 85311769 10/1/2015 10/1/2016 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS' X LIABILITY YIN STATUTE I ER ANY PROPRIETOR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? ❑ N/A B (Mandatory in NH) 0001222218 3/24/2016 3/24/2017 E.L.DISEASE-EA EMPLOYE $ 1,000,000 M S descr be under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Project: Rolling Hills Water Treatment Plant Electrical Improvements City Project 1102315 The General Liability and Auto policies include an automatic Additional Insured endorsement. The General Liability, Auto, and Workers Compensation policies include an automatic Waiver of Subrogation endorsement. These features are provided to the certificate holder when there is a written contract between the named insured and the certificate holder that requires such status. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Throckmorton ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Scott Raper/044 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025 tit uni i STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents................................................................................................................ 7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 1 1 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5—Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16 5.03 Certificates of Insurance............................................................................................................. 16 5.04 Contractor's Insurance................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6—Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2.2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative....................................................................... ... ............................. . ....30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders...................................... ..............................................................4......................36 8.06 Inspections, Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory2,2016 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work ...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 1 1 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 1 1.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination ........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary2.2016 Article l7—Miscellaneous-----------------------------.-------------.62 17.01 Giving Notice..............................................................................................................................6% 17.02 Computation ofTin`ex................................................................................................................6% l7.03 Cumulative Remedies.................................................................................................................82 l7.04 Survival nf Obligations---------.----------.---------.—.------.-6] 17J05Headings......................................................................................................................................63 CITY or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-I GENERAL CONDITIONS Page I of 63 ARTICLE I –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STAN DARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxLwy2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction.. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.Major Item--An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Biddcr with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, keroscnc, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy Z 2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent– The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults,tanks,tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours– Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day–A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terns discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fey 2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoiy2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: I. Contractor's Review of'Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractors Review of'Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification,manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications,other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febngffy Z 2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2.2016 0-07200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnoyZ2016 0072 00-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. if after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuffy Z 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of'Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision February2.2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor.; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source, kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnu3ry2,20I6 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION IXX'UMENTS Revision:Febn y 2.2016 007200-I GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febimy2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Re%ision:February 2,2016 0072 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebrLmy2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2.2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtwy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS Revision:Febakuy2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxfortns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnrByy 2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and. other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (I) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. if City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.I8 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn iy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents)or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenancc or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 00 72 00-I GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.8. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:Febnmry 2,2016 0072 00-1 GENERAL CONDITIONS Page 34 of 63 SPFCIFICAL.L.Y INTENDED TO OPERATE AND JIE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 .Might to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any dircctly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1961 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary 2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. .ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements,Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13,whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnguy2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A. (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION EXKUMENTS Revision:Febnuv2.2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebuayZ2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 1 1.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 1 1.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAFION DOCUMENTS Revision:Febn"y 2,2016 00 7200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel,and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy 2,2016 00 7200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 1 1.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the S ite. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs I1.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: I. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnr8yy2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2),and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.013.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn my 2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 1 1.01.A.6, and 1 1.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2 2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febngury2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 00 7200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor,any Supplier,any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily convect or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work convected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest thercin, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaay2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaiy2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment. Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment. 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuxy 2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph I4.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2.2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retannage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febany Z 2016 00 72 00-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Feftary2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaffy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2.2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may,without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination;and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnuaryZ20I6 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if- 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmry Z 2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2.2016 00730000-1 Supplementary Conditions to General Conditions Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS 1.01 SUPPLEMENTARY CONDITIONS A. These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. 1.02 DEFINED TERMS A. The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. 1.03 MODIFICATIONS AND SUPPLEMENTS A. The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. 1.04 SC-3.03B.2, "RESOLVING DISCREPANCIES" A. Plans govern over Specifications. 1.05 SC-4.01A A. Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. 1.06 SC-4.01A.1., "AVAILABILITY OF LANDS" A. The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of March 28, 2016: 1.07 OUTSTANDING RIGHT-OF-WAY, AND/OR EASEMENTS TO BE ACQUIRED PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None A. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. B. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 8,2016 City Project No.002315 00730000-2 Supplementary Conditions to General Conditions Page 2 of 6 and before proceeding with the Work, notify City in writing associated with the differing easement line locations. 1.08 SC-4.01A.2, "AVAILABILITY OF LANDS" A. Utilities or obstructions to be removed, adjusted, and/or relocated 1. The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of March 28, 2016: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Nagle 2. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. 1.09 SC-4.02A., "SUBSURFACE AND PHYSICAL CONDITIONS" A. The following are reports of explorations and tests of subsurface conditions at the site of the Work: 1. None B. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None 1.10 SC-4.06A., "HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE" A. The following are reports and drawings of existing hazardous environmental conditions known to the City: None 1.11 SC-5.03A., "CERTIFICATES OF INSURANCE" A. The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. 1. City 2. Consultant: CP&Y, Inc. 3. Other: None 1.12 SC-5.04A., "CONTRACTOR'S INSURANCE" A. The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 8,2016 City Project No.CO2315 00730000-3 Supplementary Conditions to General Conditions Page 3 of 6 1.13 5.04A. WORKERS' COMPENSATION, UNDER PARAGRAPH GC-5.04A. A. Statutory limits B. Employer's liability C. $100,000 .......................................................................... each accident/occurrence D. $100,000........................................................................... Disease - each employee E. $500,000 ..................................................................................Disease - policy limit 1.14 SC-5.04B., "CONTRACTOR'S INSURANCE" A. 5.048. Commercial General Liability, under Paragraph GC-5.048. Contractor's Liability Insurance under Paragraph GC-5.048., which shall be on a per project basis covering the Contractor with minimum limits of: 1. $1,000,000...............................................................................each occurrence 2. $2,000,000.................................................................................aggregate limit B. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. C. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 1.15 SC 5.04C., -CONTRACTOR'S INSURANCE" A. 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 1. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 2. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: a. $250,000 ............................................................ Bodily Injury per person / b. $500,000 ..........................................................Bodily Injury per accident/ C. $100,000 ........................................................................ Property Damage 1.16 SC-5.04D., "CONTRACTOR'S INSURANCE" A. The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None B. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 8,2016 City Project No.CO2315 00730000-4 Supplementary Conditions to General Conditions Page 4 of 6 in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "'Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. C. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad Properly: 1. General Aggregate: ................................................$Confirm Limits with Railroad 2. Each Occurrence:...................................................$Confirm Limits with Railroad D. With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. E. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. F. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 8,2016 City Project No.CO2315 00730000-5 Supplementary Conditions to General Conditions Page 5 of 6 1.17 SC-6.04., "PROJECT SCHEDULE" A. Project schedule shall be tier 5 for the project. 1.18 SC-6.07., "WAGE RATES" A. The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Commercial Construction Projects) and 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) 1.19 SC-6.09., "PERMITS AND UTILITIES" 1.20 SC-6.09A., "CONTRACTOR OBTAINED PERMITS AND LICENSES" A. The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Electrical Building Permit 2. Others as required 1.21 SC-6.09B. "CITY OBTAINED PERMITS AND LICENSES" A. The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. The City has initiated the electrical building permit process. 2. The City has initiated the building permit process. 1.22 SC-6.09C. "OUTSTANDING PERMITS AND LICENSES" A. The following is a list of known outstanding permits and/or licenses to be acquired, if any as of March 28, 2016: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 1.23 SC-7.02., "COORDINATION" A. The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority Archer Western Flocculator Im rovements CITY 1.24 SC-8.01, "COMMUNICATIONS TO CONTRACTOR" As req u i red CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 8,2016 City Project No.CO2315 00730000-6 Supplementary Conditions to General Conditions Page 6 of 6 1.25 SC-9.01., "CITY'S PROJECT REPRESENTATIVE" A. The following firm is a consultant to the City responsible for construction management of this Project: CP&Y will be performing the construction chase services. 1.26 SC-13.03C., `TESTS AND INSPECTIONS" None 1.27 SC-16.01C.1,"METHODS AND PROCEDURES" None END OF SECTION CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised February 8,2016 City Project No.CO2315 01 11 00- 1 SUMMARY OF WORK Page 1 of 4 SECTION 01 11 00 SUMMARY OF WORK PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 00 - Bidding Requirements, Contract Forms,and Conditions of the Contract 2. Division 01 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 2. Bid Item 1 —Electrical Modifications Associated with the Site Improvements a. All work associated with the ES drawings with the exception of the purchase only of the pad mounted switches Vista 1, Vista 2, Vista 3 and Vista 4. b. All repairs to the site associated with the work including the installation of the duct banks. Repairs to include but not be limited to roadways, grass, and sidewalks. c. Installation of the pad mounted switches Vista 1, Vista 2, Vista 3 and Vista 4. d. All testing of equipment and conductors identified in the ES drawings. e. Coordinate with Oncor on protection of distribution including remote trip of the incoming sections of Vista 1 and Vista 2. Provide CT signals from Vista 1 and Vista 2 to Oncor for differential protection of Oncor's transformers. f. Work in Bid Item 1 must be substantially completed prior to the Pump Station Modifications identified in Bid Items 2 and 3. 3. Bid Item 2—Electrical Modifications Associated with the High Service Pump Station a. Temporary power to the electrical panels in the Administration Building. b. All modifications to the electrical in the pump station designated on the EP drawings, including but not limited to the following: CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 011100-2 SUMMARY OF WORK Page 2 of 4 c. Demolition of the following: 1) 480V MCC-1 (electronic relays to be delivered to the owner in good condition) 2) Medium voltage switchgear and motor control center. 3) Pump motor E-4. 4) Lighting fixtures(to be delivered to the owner in good condition) 5) Cable trays and supports 6) Conductors and cables associated with the demolition d. Provide 480V MCC-1 e. Provide 4,160V switchgear and motor control center for high service and backwash pumps. f. Provide PLC for the pump station to include remote starting and stopping of the pumps(programming will be provided by the City of Fort Worth for the PLC and for the HMI screens). g. Provide all cable tray,cable tray supports,conductors and cables associated with the pump station improvements,including conductors for future RTD's. h. Provide connection of the PLC to the existing Ethernet network. i. Provide connection of relays to existing Ethernet network. j. Coordinate with Oncor Electric on protection and remote trip of the main circuit breakers. Provide CT signals to Oncor for differential protection of Oncor's transformers. k. Provide LED lighting for the pump station. 1. Provide new thermostats and control for the HVAC equipment including the existing unit heaters. m. Provide line pressure and flow(differential pressure across the existing Venturi flow meters)for the South 1, South 2,East 1 and East 2 zones. 4. Bid Item 3—Pad Mounted Switches—Equipment Cost for the Pad Mounted Switches I through 4 a. Purchase only of the pad mounted switches designated as Vista-1, Vista-2, Vista-3 and Vista-4. b. Installation of the pad mounted switches is to be included in Bid Item 1. 5. Bid Item 4—Miscellaneous Improvements a. Demolition of the terrazzo floor tile in the pump station electrical room. b. All structural work associated with the S drawings including: 1) Equipment pads 2) Loading dock modifications 3) Monorail joint modification c. Addition of drain per sheet C-1. d. Architectural modifications identified in the"A"drawings including: 1) Loading dock modifications 2) Addition of door from the Administration Building lobby to the Pump Station mezzanine 3) Modifications to the rollup door in the pump station 6. Bid Item 5—HVAC Modifications Associated with the Pump Station a. All HVAC modifications associated with the"H"drawings b. Relocation of AC unit in the electrical room basement c. Demolition of pump station wall louvers d. Refurbishing unit heater controls e. Replacement of exhaust fans CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 1100-3 SUMMARY OF WORK Page 3 of 4 f Addition of intake hoods with motorized dampers. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials,and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise,clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery, plants, lawns, fences,culverts,curbing, and all other types of structures or improvements, to all water, sewer, and gas lines,to all conduits, overhead pole lines,or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 011100-4 SUMMARY OF WORK Page 4 of 4 c. Be responsible for all damage or injury to property of any character resulting from any act,omission,neglect,or misconduct in the manner or method or execution of the Work,or at any time due to defective work,material,or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight,and/or at all times to provide site security. c. The cost for all fence work within easements,including removal,temporary closures and replacement,shall be subsidiary to the various items bid in the project proposal,unless a bid item is specifically provided in the proposal. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGFAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 2500- 1 SUBSTITUTION PROCEDURES Page I of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution -General I. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution,including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July I,2011 City Project No.CO2315 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product,the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work,to include building modifications if necessary,making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature _Recommended _Recommended as noted Firm _Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rej ected City Date CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 31 19- 1 PRECONSTRUCTION MEETING Page 1 of 3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting I. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised August 17,2012 City Project No.CO2315 01 31 19-2 PRECONSTRUCTION MEETING Page 2 of 3 f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances,easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWPTCHGEAR REPLACEMENT PROJECT Revised August 17,2012 City Project No.CO2315 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised August 17,2012 City Project No.CO2315 01 31 20-1 PROJECT MEETINGS Page I of 3 SECTION 01 31 20 PROJECT MEETINGS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 013120-2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general,the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others,as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems,conflicts c. Items which impede construction schedule d. Review of off-site fabrication,delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule,during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 31 20-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 -No schedule submittal required by contract. Small, brief duration projects b. Tier 2 -No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule- Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative-Concise narrative of the schedule including schedule changes,expected delays,key schedule issues,critical path items,etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method(CPM)as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative(Project Scheduler)responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders,resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met,or when so directed by the City,make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift,shifts per day,working days per week,the amount of construction equipment,or any combination of the foregoing,sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities,and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City,the City may direct the Contractor to increase the level of effort in manpower(trades),equipment and work schedule(overtime,weekend and holiday work,etc.)to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will,after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled,the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives,and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions,the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. CITY OF FORT WORTH ROLLING HILLS:x'TP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No CO2315 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts,the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors,the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases,the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera(P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City,no further progress schedules are required. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 32 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING I IILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 32 33- 1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July I,2011 City Project No.CO2315 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 3300-1 SUBMITTALS Page 1 of 8 SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule,and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical submittal number would be as follows: 03 30 00-08-Cast-in-place Concrete 03 30 00-08-A Cast-in-place Concrete 03 30 00-08-B Cast-in-place Concrete 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission)of that particular shop drawing 4) Short description of the submittal C. Contractor Certification 1. Review shop drawings,product data and samples,including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing,sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials,dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 '/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 3300-3 SUBMITTALS Page 3 of 8 E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product,with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards,such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes,but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements l) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List,clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) l) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013300-4 SUBMITTALS Page 4 of 8 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections,include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing,sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed,materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials,fabrication,and installations in conformance with approved shop drawings,applicable samples,and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site,or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013300-5 SUBMITTALS Page 5 of 8 2. Hard Copy Distribution(if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data l) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required,to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades,for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013300-6 SUBMITTALS Page 6 of 8 b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments,omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals,will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor,and will be considered"Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013300-7 SUBMITTALS Page 7 of 8 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with"01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required,the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 1.12 WARRANTY [NOT USEDI CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013300-8 SUBMITTALS Page 8 of 8 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 013513- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Ceor,dina4ion with the Texas De...,Ame..t of Tr-afispeA tiaa b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification h Gopr-dinpiflAn with 91---11 i. C..e,r.din tion ,;thin Railroad permits aFeas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 33 12 25—Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Goor-,din tion within Railroad p mit aFeas a. Me Rt 1\ MeasafemMant F r this Item will he by lump b. Payment will he paid F r.,t the lump saffl e bid fef Railroad Coordination. e. The p e bid shell inelu.de• hispeetion 3) Safety tre;..;.,rt 4) Additional insar-anee 6\ Othef .,t ntom e with general Mi etio with Railroad al prepei4y 8 the f;-.. damage ar-ising ,t ef.nd—ler 4A- the eanstr-uetien of the Pr-ajeet CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 z. Railmad Ragmen a. A deesur-ement 1) Measufement for-this ftem will be per-wer4dag day.- b. Payment will be Paid fOF OaGh working day theA Railroad Flagmen aFe pFesent at the Site-. e. The pr-iee bid shall instal e- 1) lee«.linage., for-sehedali g flagmeo 2) Flagqnea 3) 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS 1. "en work in the r-igM ef w"whieh is tmder-the jufisdi6tiea of the Teiias a. Notify the:Pe*m DepaAment of Tr-aaspei4atien prior-to eemme b. T-Fanspeiu&ft B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines(more than 600 volts measured between conductors or between a conductor and the ground)shall be in accordance with Health and Safety Code,Title 9, Subtitle A,Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of S 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company(example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May I through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if. a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage,24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMF.NTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 G. Water Department Coordination 1. During the construction of this project,it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed,obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required,coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor will be prosecuted to the full extent of the law. b) In addition,the Contractor will assume all liabilities and responsibilities as a result of these actions. 14. Publie Ne fif:ea fieR Pr-ie.to Beginning('east....e fien TY basis, bleek in the pr-9jeet area. 1) Prepare flyer-on the.YY�� s ti'fe s e) Name of the f) Name efthe City's City's c A s 2. Pr-epamd fietiae as CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 a. The nefifieation OF Ayer-shall be posted 24 hOUFS pFiE)r-to the tempefafy infe 1) Name of the pfeject 71 City Dre:eet Number- 3) Date of the-inteerrulition of seefvieee 4\ Defied the intefT-aptiaa will take pl.,ee 5) Name of trhre$vn#-aeter's c>feman and phaRe number 6)—a a }° of the City's 'TSPe6ter-srm- he„e-nimher t:fiec-Aien ' tteehed �A sample o the ten}pefa�y-water set�ise-i-PrtefFeptierr�ivcrrrvcccro„-is-accuc„ccras, E hb �rriit B. f r-eview ffiff to being distributed. La. NA interr- ption of water-sef-�,iee ean eeetif until the flyer-has been delivered to ell a9- e t e d r ..:,7,,..t-s A-n d- h..�:.,e��e� Construet:en inspector. permit.I. C-A-Aff-d-in-ation ;1vith United States Arm.),Carps of Engineers(USAGE4 K. Ceer-dination within Railroad Permit Areas a. Flagmen . b. inspersters e. Safety tr d. AdditionAl i,=�stWAAPe e. 1n ert'f:e„te fl. Other empleyees reqUiFed tO ffoteet the fight of way and pfepefty of the Railroad Ce......,ny ffem d ..e ., at of end,'er fieM then nstruetion o the pfejeet. PFOpef utility eleeranee p e.d.,res shell be used in aeeefdanee with the pefmit guidelines. 2. Obtain any sappieffiefital ififOFfflatiOR needed to eamply with the Failfead's menu. Z R—Ailrea d Flagmen Sub...it .-eeipts to City �qr-VffifiecItiOR of war-king days that railroad 44agmen t C ae L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. if wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Dnr. DOE NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01370-1 SCHEDULE OF VALUES Page 1 of 2 SECTION 01 37 00 SCHEDULE OF VALUES PART 1 GENERAL 1.01 SCOPE Contractor shall develop and submit to the Owner for approval a schedule of values for the project. PART 2 PRODUCTS - NOT APPLICABLE PART 3 EXECUTIONS 3.01 SCHEDULE OF VALUES A. Within thirty (30) calendar days following the Effective Date of the Contract, the Contractor shall submit to the Construction Manager in triplicate a tentative schedule of values (a breakdown of each lump sum bid) which in turn shall be used to determine partial payment estimates and may be used to verify costs of credits, change orders, etc. 1. The tentative schedule of values will be reviewed by the Construction Manager to determine whether, in his judgment, the schedule of values is of sufficient detail and if the prices included are "unbalanced" or "front-end loaded", in an effort to inflate the prices of those items of work to be completed in the early stages of the work. 2. The Construction Manager will provide the Contractor with his comments and/or may request additional information from the Contractor to justify certain item quantities and prices therefore. On the basis of the Construction Manager's comments, the Contractor shall revise and resubmit the tentative schedule for further review and/or approval. 3. Once the tentative schedule is accepted by the Construction Manager, it shall become the schedule of values to be used in determining partial payment estimates. Twenty (20) copies of this schedule shall be submitted to the Construction Manager for distribution and his use. 4. No partial payment request (including the first) shall be approved until the schedule of values has been approved by the Construction Manager. B. Each partial payment request by the Contractor shall include the approved schedule of values, modified to indicate the total quantity and price of the work completed to the date of the request. After acceptance of the Schedule of Values Submittal, no modifications will be made to the schedule of values, except as required by approved change orders. C. In so far as possible, total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor and such other sub-items as the Contractor may desire. "Lump sum", "miscellaneous", and other such general entries in the schedule shall be avoided whenever possible. Such items as Bond premiums, insurance, temporary facilities and equipment storage may be listed separately in the schedule of values, provided the costs can be substantiated. Overhead and profit ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 01370-2 SCHEDULE OF VALUES Page 2 of 2 shall not be listed as separate items. Breakdown cost to list major products or operations for each line item which has an installed value of more than $5,000.00. D. The sum of the items listed on the schedule of values shall equal the contract lump sum price. The value for mobilization costs list in the Schedule of Value shall not exceed 3% of the total contract price. No additional payment will be allowed if the quantities shown on the schedule are less than those actually required to accomplish the work, unless the quantities are altered by a change order. 3.02 FORECASTS OF PAYMENTS Within 30 days after the award of the Contract, prepare and submit to the Construction Manager and Owner a chart forecasting the monthly partial payment amounts that are anticipated for this project. During progress of the job, mark this chart to show actual payments to date and revise the forecast of payments as necessary and submit the revised chart to the Construction Manager and Owner monthly. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 01 4523- 1 TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. Contractor is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the Contractor fails,the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance,that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site,or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.C2315 01452342 TESTING AND INSPECTION SERVICES Page 2 of 2 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July I,2011 City Project No.C2315 01 50 00- 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting,operation of equipment,or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting,and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 015713- I STORM WATER POLLUTION PREVENTION Page I of 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 31 25 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than I acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management(iSWM)Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July I,2011 City Project No.CO2315 015713-2 STORM WATER POLLUTION PREVEN"LION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR 150000 a) Sign and post at job site b) Prior to Preconstruction Meeting,send 1 copy to City Department of Transportation and Public Works,Environmental Division,(817)392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements I) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division,(817)392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division,(817)392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00,except as stated herein. a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works,Environmental Division for review B. Modified SWPPP CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,201 1 City Project No.CO2315 01 60 00- 1 PRODUCT REQUIREMENTS Page 1 of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources\02 -Construction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to,that manufacturer's standard product. E. See Section 0l 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY[NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer,item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors,public travel,adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings,or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns,grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 6600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO23 IS 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Gity Contractor. 2. Coordination b. it is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3 Geneml Qt,— h— 1-fin t-he opinion efthe Gil�,,a suffiraient number-ef st&es or-FR&Aings have the City fer-new s4aking with a 25 pefeew fnadwp.The eest for-staking will be dedueted ffem the payment due to the Gentmeter-for-the Pr-ejeet. 2. GeeMinAtiAn intaet. damage b. CeerdinaW with the City prior-to field investigmien to dot-eFmifte whiah 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Gen#acAer-will need te @11SUFe eeerdinatien is maintained with the Givy to 1) All 64ility pp�� 9 Vs 2) Water--b ifws leemienFiz CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO231 S 01 7123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of4 (1) Evef�, 250 liHeaF feet F (3) C tha die p eteetioizi test stations (4) Sam rliHg statiefis (5) Met° bexi-a-/.,.,,.Its (A n sizes) (6) Fire lines- hydr-aHts- (8) Gate valves (10) Air Release-v,alv e (MaRhele;im and pp4*) (11) Blow a9valves (Manheie r-im and valve lid) (14) Casiiig pipe(eaeh end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature,etc. r.) Sanitw�, Sewer (1) Top,.4'.,;,,°el liens and isear-dinates Crs ..:t.,. sewer liRe .,t the foliewing le ,t: (a) EyeFy 250 lifieaF feet (b) Per-izental and .el4ieai points of iR47e,.t:..., ,..t....,, et„ (e) , , c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to enstife eeer-dinatioH is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided 4^F the Centraeter-1 use accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) D,.ayi d° ., s f f the City to ,-:6,the gai danee system and the line and „...,,de.)Fthe ., ,daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED[ CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"1'S SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.('02315 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data plReed-lam the C—i in accordance with this Specification. B. Do net ehange ef:miseate 9WEes efeefftfel date without approval fi;efn the City, 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 7423- 1 CLEANING Page I of 4 SECTION 0174 23 CLEANING PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017423-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 7423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic,adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior(Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt,concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities,and upon approval by City, remove erosion control from site. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017423-4 CLEANING Page 4 of 4 5. Clean signs,lights,signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 7719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection,submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data,if required,in accordance with Section 01 78 23 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning,provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection,the City will notify the Contractor,in writing within 10 business days,of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City,immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City,that the required Work has been completed. Upon receipt of this notice,the City, in the presence of the Contractor,will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised Jufy I,2011 City Project No.CO2315 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions,City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 7823- 1 OPERATION AND MAINTENANCE DATA Page I of 6 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.03 REFERENCES [NOT USED] 1.04 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.05 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.06 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 6 a. Size: 8 1/2 inches x 11 inches b. Paper (i) 40 pound minimum, white, for typed pages (ii) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings (i) Provide reinforced punched binder tab, bind in with text (ii) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. (i) Provide typed description of product, and major component parts of equipment. (ii) Provide indexed tabs. f. Cover (i) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". (ii) List: (a) Title of Project (b) Identity of separate structure as applicable (c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: (i) The name, address and telephone number of the subcontractor or installer (ii) A list of each product required to be included, indexed to content of the volume (iii) Identify area of responsibility of each (iv) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 6 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: (i) Clearly identify specific product or part installed (ii) Clearly identify data applicable to installation (iii) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: (i) Relations of component parts of equipment and systems (ii) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: (i) Proper procedures in event of failure (ii) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products (i) Catalog number, size, composition (ii) Color and texture designations (iii) Information required for reordering special manufactured products b. Instructions for care and maintenance (i) Manufacturer's recommendation for types of cleaning agents and methods (ii) Cautions against cleaning agents and methods which are detrimental to product (iii) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products (i) Applicable standards (ii) Chemical composition (iii) Details of installation CITY OF FORT WORTH ROLLING IIILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 6 b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts (i) Function, normal operating characteristics and limiting conditions (ii) Performance curves, engineering data and tests (iii) Complete nomenclature and commercial number of replaceable parts b. Operating procedures (i) Start-up, break-in, routine and normal operating instructions (ii) Regulation, control, stopping, shut-down and emergency instructions (iii) Summer and winter operating instructions (iv) Special operating instructions c. Maintenance procedures (i) Routine operations (ii) Guide to "trouble shooting" (iii) Disassembly, repair and reassembly (iv) Alignment, adjusting and checking d. Servicing and lubrication schedule (i) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer (i) Predicted life of parts subject to wear (ii) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings (i) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts (i) Function, normal operating characteristics, and limiting conditions (ii) Performance curves, engineering data and tests (iii) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards (i) Electrical service CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO23 IS 01 78 23-5 OPERATION AND MAINTENANCE DATA Page 5 of 6 (ii) Controls (iii) Communications c. As installed color coded wiring diagrams d. Operating procedures (i) Routine and normal operating instructions (ii) Sequences required (iii) Special operating instructions e. Maintenance procedures (i) Routine operations (ii) Guide to "trouble shooting" (iii) Disassembly, repair and reassembly (iv) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 1.07 PREPARE AND INCLUDE ADDITIONAL DATA WHEN THE NEED FOR SUCH DATA BECOMES APPARENT DURING INSTRUCTION OF CITY'S PERSONNEL. 1.08 CLOSEOUT SUBMITTALS [NOT USED] 1.09 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.10 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12 FIELD [SITE] CONDITIONS [NOT USED] 1.13 WARRANTY [NOT USED] PART 2 PRODUCTS [NOT USED] PART 3 EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No CO2315 017823-6 OPERATION AND MAINTENANCE DATA Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 01 78 39- 1 PROJECT RECORD DOCUMENTS Page I of 5 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification 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 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.03 REFERENCES [NOT USED] 1.04 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.05 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.06 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.07 CLOSEOUT SUBMITTALS [NOT USED] 1.08 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.09 QUALITY ASSURANCE A. Accuracy of Records CITY OF FORT WORTH ROLLING HILLS WIT HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents.. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 PRODUCTS 2.01 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.02 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH ROLLING HILLS WT?HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 5 2.03 ACCESSORIES [NOT USED] 2.04 SOURCE QUALITY CONTROL [NOT USED] PART 3 EXECUTION 3.01 INSTALLERS [NOT USED] 3.02 EXAMINATION [NOT USED] 3.03 PREPARATION [NOT USED] 3.04 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. (i) Final physical arrangement is determined by the Contractor, subject to the City's approval. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 (ii) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. (i) Final physical arrangement is determined by the Contractor, subject to the City's approval. (ii) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). (iii) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 3.05 REPAIR/ RESTORATION [NOT USED] 3.06 RE-INSTALLATION [NOT USED] 3.07 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.08 SYSTEM STARTUP [NOT USED] 3.09 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised July 1,2011 City Project No.CO2315 0241 15- 1 PAVING REMOVAL Page I of 6 I SECTION 02 41 15 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0- Bidding Requirements,Contract Forms, and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 32 11 33 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, 35 disposal,tools, equipment, labor and incidentals needed to execute work. For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, 39 disposal,tools, equipment, labor and incidentals needed to execute work. For 40 utility projects,this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. CITY OF FORT VORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SW[TCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.002315 0241 15-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting,removal,salvaging, 2 cleaning,hauling,disposal,tools,equipment,labor and incidentals needed to 3 execute work. For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter:full compensation for saw cutting,removal, 6 hauling,disposal,tools,equipment, labor and incidentals needed to execute 7 work. For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools,equipment,labor and incidentals needed to execute 11 work. 12 f. Wedge Milling:full compensation for all milling,hauling milled material to 13 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling,hauling milled material to 16 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling,hauling milled material to 19 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization:full compensation for all labor,material,equipment, 22 tools and incidentals necessary to pulverize,remove and store the pulverized 23 material, undercut the base,mixing,compaction,haul off,sweep,and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal,hauling,disposal, 26 tools,equipment,labor,and incidentals needed to execute the work.For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans,or for pavements or structures removed for CONTRACTOR'S 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International(ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 0241 I5-3 PAVING REMOVAL_ Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED[ 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade- Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 31 joint, cold joint,expansion joint, edge of paving or gutter lip, remove paving to that 32 joint, edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat, straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3.4.13. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. 38 D. Remove Concrete Curb and Gutter CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.002315 0241 15-4 PAVING REMOVAL Page 4 of 6 1 1. Sawcut: See 3.4.13. 2 2. Minimum limits of removal: 30 inches in length. 3 E. Remove Asphalt Paving 4 1. Sawcut: See 3.4.13. 5 2. Remove pavement without disturbing the base material. 6 3. When shown on the plans or as directed,stockpile materials designated as 7 salvageable at designated sites. 8 4. Prepare stockpile area by removing vegetation and trash and by providing for 9 proper drainage. 10 F. Milling 11 1. General 12 a. Mill surfaces to the depth shown in the plans or as directed. 13 b. Do not damage or disfigure adjacent work or existing surface improvements. 14 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 15 surface to make rough. 16 d. Provide safe temporary transition where vehicles or pedestrians must pass over 17 the milled edges. 18 e. Remove excess material and clean milled surfaces. 19 f. Stockpiling of planed material will not be permitted within the right of way 20 unless approved by the City. 21 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 22 existing brick base. See 3.3.G.for brick paving removal. 23 2. Milling Equipment 24 a. Power operated milling machine capable of removing, in one pass or two 25 passes,the necessary pavement thickness in a five-foot minimum width. 26 b. Self-propelled with sufficient power,traction and stability to maintain accurate 27 depth of cut and slope. 28 c. Equipped with an integral loading and reclaiming means to immediately 29 remove material cut from the surface of the roadway and discharge the cuttings 30 into a truck, all in one operation. 31 d. Equipped with means to control dust created by the cutting action. 32 e. Equipped with a manual system providing for uniformly varying the depth of 33 cut while the machine is in motion making it possible to cut flush to all inlets, 34 manholes,or other obstructions within the paved area. 35 f. Variable Speed in order to leave the specified grid pattern. 36 g. Equipped to minimize air pollution. 37 3. Wedge Milling and Surface Milling 38 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 39 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 40 cut)at a minimum width of 5 feet. 41 b. Surface Mill existing asphalt pavement to the depth specified, 42 c. Provide a milled surface that provides a uniform surface free from gouges, 43 ridges,oil film,and other imperfections of workmanship with a uniform 44 textured appearance. 45 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 46 wedge milling includes the removal of the existing asphalt covering the gutter 47 up to and along the face of curb. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 0241 15-5 PAVING REMOVAL Page 5 of 6 1 e. Perform wedge or surface milling operation in a continuous manner along both 2 sides of the street or as directed. 3 4. Butt Joint Milling 4 a. Mill butt joints into the existing surface, in association with the wedge milling 5 operation. 6 b. Butt joint will provide a full width transition section and a constant depth at the 7 point where the new overlay is terminated. 8 c. Typical locations for butt joints are at all beginning and ending points of streets 9 where paving material is removed. Prior to the milling of the butt joints, 10 consult with the City for proper location and limits of these joints. 11 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 12 valley gutters, bridge decks and culverts and all other items which transverse 13 the street and end the continuity of the asphalt surface. 14 e. Make each butt joint 20 feet long and milled out across the full width of the 15 street section to a tapered depth of 2 inch. 16 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 17 line adjacent to the beginning and ending points or intermediate transverse 18 items. 19 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 20 over the bump. 21 G. Remove Brick Paving 22 1. Remove masonry paving units to the limits specified in the plans or as directed by 23 the City. 24 2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile 25 yard at 3300 Yuma Street or as directed. 26 H. Pavement Pulverization 27 1. Pulverization 28 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 29 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 30 base 2 inches. 31 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 32 2. Cement Application 33 a. Use 3.5% Portland cement. 34 b. See Section 32 11 33. 35 3. Mixing: see Section 32 11 33. 36 4. Compaction: see Section 32 11 33. 37 5. Finishing: see Section 32 11 33. 38 6. Curing: see Section 32 11 33. 39 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 40 stone/gravel: 41 a. Undercut not required 42 b. Pulverize 10 inches deep. 43 c. Remove 2-inch the total pulverized amount. 44 I. Remove speed cushion 45 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 46 pavement. CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 0241 15-6 PAVING REMOVAL Page 6 of 6 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. 13 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SWITCHGEAR REPLACEMENT PROJECT Revised February 2,2016 City Project No.CO2315 0241 19-1 Project No.CO2315 Page 1 of 5 SECTION 02 41 19 SELECTIVE DEMOLITION PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. B. Related Requirements: 1. Section 01 10 00 "Summary" for restrictions on use of the premises, Owner- occupancy requirements, and phasing requirements. 1.03 DEFINITIONS A. Remove: Detach items from existing construction and dispose of them off-site unless indicated to be salvaged or reinstalled. 1.04 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data: For refrigerant recovery technician, if required. B. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on-site operations are uninterrupt- ed. 2. Interruption of utility services. Indicate how long utility services will be interrupt- ed. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of elevator and stairs. 5. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. C. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician respon- sible for recovering refrigerant, stating that all refrigerant that was present was recov- ered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. ROLLING HILLS WTP HIGH SERVICE PUMP STATION sWITCHGEAR REPLACEMENT City Project No.CO2315 0241 19-2 Project No.CO2315 Page 2 of 5 D. Warranties: Documentation indicating that existing warranties are still in effect after completion of selective demolition. 1.06 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by an EPA-approved certifica- tion program. 1.07 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before pro- ceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.08 WARRANTY A. Notify warrantor on completion of selective demolition, and obtain documentation veri- fying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. 1.09 COORDINATION A. Arrange selective demolition schedule so as not to interfere with Owner's operations. PART 2 PRODUCTS " 2.01 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of au- thorities having jurisdiction. B. Standards: Comply with ASSE A10.6 and NFPA 241. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0241 19-3 Project No.CO2315 Page 3 of 5 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. 3.02 PREPARATION A. Refrigerant: Before starting demolition, remove refrigerant from mechanical equip- ment according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.03 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off utility services and mechanical/electrical systems serv- ing areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Con- tractor. 2. Arrange to shut off utilities with utility companies. 3. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 4. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated on Drawings to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material and leave in place. c. Equipment to Be Removed: Disconnect and cap services and remove equip- ment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material and leave in place. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 02 41 19-4 Project No.CO2315 Page 4 of 5 3.04 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demoli- tion of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been re- moved. B. Temporary Shoring: Design, provide, and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or col- lapse of construction and finishes to remain, and to prevent unexpected or uncon- trolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. C. Remove temporary barricades and protections where hazards no longer exist. 3.05 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Com- plete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 5. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 6. Dispose of demolished items and materials promptly. B. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0241 19-5 Project No.CO2315 Page 5of5 C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.06 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Concrete: Demolish in small sections. Using power-driven saw, cut concrete to a depth of at least 3/4 inch at junctures with construction to remain. Dislodge concrete from reinforcement at perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete. Neatly trim openings to dimensions indicated. B. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, and then break up and remove. C. Resilient Floor Coverings: Remove floor coverings and adhesive according to recom- mendations in RFCI's "Recommended Work Practices for the Removal of Resilient Floor Coverings." 3.07 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site and dispose of them in an EPA- approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. 3.08 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selec- tive demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION ROLLING ING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0301 30-1 Project No.CO2315 Page 1 of 6 SECTION 03 0130 CONCRETE REPAIR AND MODIFICATIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to cut, remove, repair or otherwise modify parts of in-place concrete. B. Work under this Section may also be performed as a remedy for improperly or poorly placed concrete, or concrete damaged during construction operations. Such work shall be performed only after receiving written directions from the Engineer. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 5 — Metals 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C78 - Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading) 2. ASTM C109— Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. 3. ASTM C293 - Standard Test Method for Flexural Strength of Concrete (Using Simple Beam With Center-Point Loading). 4. ASTM C321 - Standard Test Method for Bond Strength of Chemical-Resistant Mortars. 5. ASTM C348 - Standard Test Method for Flexural Strength of Hydraulic-Cement Mortars. 6. ASTM C496 - Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 7. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. 8. ASTM C882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. 9. ASTM D638 - Standard Test Method for Tensile Properties of Plastics. 10. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics. 11. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the requirements of the General Conditions and Division 1 - General Requirements. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 01 30-2 Project No.CO2315 Page 2 of 6 B. Submit a Schedule of Demolition which includes the detailed methods of demolition to be used at each location. C. Submit a Plan of Repair for any structure that requires repair which includes the detailed methods of repair to be utilized. D. Submit Manufacturer's technical literature on all product brands proposed for use. The submittal shall include the manufacturer's installation and/or application instructions. E. When substitutions for acceptable brands of materials specified herein are proposed by the Contractor, submit Manufacturer's substitutions for approval prior to delivery to the Site. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. 1.05 QUALITY ASSURANCE A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer. B. No proposed or existing structure shall be repaired or otherwise altered until authorization is given by the Engineer. Notify the Engineer of any defects in the original construction and submit a proposed repair plan for review. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work to protect personnel, to control dust, and to prevent damage to the structures or contents by failing or flying debris. D. Manufacturer qualifications. The manufacturer of the specified products shall have a minimum of 5 years experience in the manufacture of such products, and shall have an ongoing program to provide training and technical support for the Contractor's personnel. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store products as recommended by the Manufacturer. PART 2 PRODUCTS 2.01 GENERAL A. Materials shall comply with these Specifications and any applicable federal, state or local regulations. B. All materials used shall be approved for use in potable water facilities. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 0130-3 Project No. CO2315 Page 3 of 6 2.02 REPAIR CONCRETE A. Use Class A concrete in accordance with Section 03 30 00 for large volume repairs unless otherwise directed. 2.03 REPAIR MORTAR A. Repair mortar shall be a polymer modified prepackaged cementitious repair mortar. B. Use an appropriate product for the specific application in accordance with all Manufacturer's requirements and recommendations. C. Material Properties. 1. Compressive strength (ASTM C109): a. 3800 psi min. at 7 days. b. 4800 psi min. at 28 days. 2. Splitting Tensile strength (ASTM C496): a. 500 psi min. at 28 days. 3. Flexural strength (ASTM C78): a. 1300 psi min. at 28 days. 4. Bond strength (ASTM C882 Modified): a. 2000 psi min. at 28 days. 5. Color to match surrounding material color which is exposed to view. D. Products and Manufacturers: 1. SikaTop 121 Plus as manufactured by Sika Corporation. 2. SikaTop 122 Plus as manufactured by Sika Corporation. 3. SikaTop 123 Plus as manufactured by Sika Corporation. 4. EMACO R310 CI, as manufactured by BASF. 2.04 STRUCTURAL CRACK INJECTION A. Concrete Sealing Epoxy 1. High strength moisture insensitive epoxy system in compliance with ASTM C881, Type IV, Grade 3, Class B & C and with the following properties: a. Tensile properties at 14 days (ASTM D638) (i) Tensile strength: 5,500 psi (ii) Minimum elongation: 2% b. Compressive properties at 28 days (ASTM D695) (i) Compressive strength: 10,000 psi (ii) Modulus of elasticity: 300,000 psi c. Flexural strength: 12,000 psi at 14 days (ASTM D790) d. Compressive strength: 14,000 psi (ASTM D695) e. Bond strength: 2,200 psi after 2 days (ASTM C882) f. Maximum water absorption of 0.1 percent after 24 hours ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 01 30-4 Project No.CO2315 Page 4 of 6 2. The color of the sealing epoxy shall match the existing color of surrounding concrete surfaces if exposed to view. B. Epoxy Injection Resin 1. High modulus, low viscosity epoxy crack injection system in compliance with ASTM C881, Type IV, Grade 1, Class B&C and with the following properties: a. Tensile properties at 14 days (ASTM D638) (i) Tensile strength: 5,500 psi (ii) Minimum elongation: 2% b. Compressive properties at 28 days (ASTM D695) (i) Compressive strength: 10,000 psi (ii) Modulus of elasticity: 300,000 psi c. Flexural strength: 12,000 psi (ASTM D790) d. Bond strength: 2,800 psi after 2 days (ASTM C882) e. Maximum water absorption of 0.15 percent after 24 hours 2.05 WATERPROOFING INJECTION A. Concrete Expansion Joint and Active Crack Sealing 1. SikaFix HH Hydrophilic as manufactured by Sika Corporation. B. Water Infiltration Under Pressure 1. SikaFix HH+ as manufactured by Sika Corporation. PART 3 EXECUTION 3.01 GENERAL A. Apply methods specified in this Section as indicated on the Drawings, as specified, or as directed and/or approved by the Engineer. Finishes, joints, reinforcements, sealants, etc., shall be as specified in their respective Sections of the Specifications. B. All commercial products specified in this Section shall be mixed and applied in strict compliance with the Manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion joint or isolation joint, the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes in concrete for dowels or bolts, drilling shall stop if reinforcing steel is encountered. The hole shall be relocated to avoid reinforcing and the existing hole patched with repair mortar per this Section. Reinforcing shall not be cut. Where possible, reinforcing locations shall be identified prior to drilling using non-destructive methods such as "rebar locators", GPR, etc. so that drilled hole locations may be adjusted to avoid reinforcing interference prior to drilling. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0301 30-5 Project No.CO2315 Page 5 of 6 3.02 CONCRETE REMOVAL A. General 1. Concrete specified to be left in place which is damaged by the Contractor shall be repaired by approved means to the satisfaction of the Engineer at no cost. B. Concrete Removal Equipment 1. Use sawing equipment capable of sawing concrete to the specified depth. 2. Use power driven chipping tools no heavier than a 30 lb. class for bulk concrete removal and no heavier than a 15 lb. class for removal of concrete beneath reinforcing steel or along the edges of the repair area. 3. Hydrodemolition equipment may be used with prior written approval of the Engineer or via an approved Schedule of Demolition. C. Concrete Removal Procedures and Requirements 1. Concrete removal shall be initiated by first saw cutting to a depth of 1 inch (or by line drilling if saw cutting is not feasible) at the given removal limits. Remove concrete to the required depth by chipping or jack-hammering, as appropriate, in areas where concrete is to be taken out. Use the smallest equipment possible to avoid bruising or damaging concrete outside the removal zone and in accordance with this Section. Remove concrete in such a manner that surrounding concrete, existing reinforcing to be left in place and existing in place equipment are not damaged. 2. All existing reinforcing exposed during concrete removal that will be covered with new material shall be undercut, exposing the entire perimeter of the bar, a minimum of 1 inch or 1.5 times the maximum aggregate size of the repair material, whichever is greater. Reinforcing to be left in place shall not be damaged during demolition. 3. Where existing reinforcing is exposed due to saw cutting or core drilling and no new material is to be placed on the cut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/4 inch. Reinforcing shall be drilled and ground to establish minimum cover requirements prior to application of the surface treatment. 3.03 REPAIR PREPARATION A. Surface Preparation 1. Where bonding to existing surfaces, clean and remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by abrasive blasting, grinding, etc. as approved by the Engineer. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete. 2. Where bonding new concrete to existing concrete, the existing surface shall be roughened to a minimum 1/4 inch amplitude or greater if a larger amplitude is required by the repair material manufacturer. ROLLING HILLS:NTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 01 30-6 Project No.CO2315 Page 6 of 6 B. Existing Reinforcing Steel 1. Existing reinforcing which is exposed shall be cleaned by mechanical means to remove all loose material and corrosion products before proceeding with the repair. 3.04 REPAIR EXECUTION A. Install any required formwork in accordance with Section 03 10 00. B. Prior to installing the repair concrete, or mortar, clean the concrete surface and apply mortar or epoxy bonding agents as required for Construction Joints in accordance with Section 03 15 00. Apply a hydrophilic waterstop per Section 03 15 00 for water retaining structures or if called for in Drawings. C. Install repair concrete, mortar or other repair material in accordance with all manufacturer's instructions and Section 03 30 00. In the event of a conflict between the manufacturer's instructions and Section 03 30 00, the more restrictive requirement shall apply. D. Cure the repair in accordance with all manufacturer's instructions and Section 03 30 00. In the event of a conflict between the manufacturer's instructions and Section 03 30 00, the more restrictive requirement shall apply. 3.05 EPDXY CRACK INJECTION A. Flush out cracks and voids with chemical agent or chemical solvent to remove dirt and laitance prior to epoxy injection. B. Provide temporary entry ports spaced to accomplish movement of fluids between ports, complying with Manufacturer's recommendations. Provide seal at concrete surface to prevent epoxy leakage. C. Inject epoxy into prepared ports under appropriate pressure, using equipment appropriate for the particular application. Begin injection at lower entry port and continue until adhesive appears at adjacent entry port; continue from port to port until each crack is filled. D. After epoxy adhesive has set, remove temporary seal and excess adhesive. Grind surfaces smooth. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIrCHGEAR REPLACEMENT City Project No.CO2315 03 10 00-1 Project No.CO2315 Page 1 of 8 SECTION 03 10 00 CONCRETE FORMWORK PART 1 GENERAL 1.01 SCOPE OF WORK A. This section defines requirements for design, construction, erection and removal of concrete formwork. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3 - Concrete. 1.03 REFERENCE STANDARDS A. American Concrete Institute (ACI). 1. ACI 117: Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 301: Specifications for Structural Concrete. 3. ACI 347: Guide to Formwork for Concrete. 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Division 1. B. Submit manufacturer's literature, data and installation instructions for all proprietary materials, manufactured form systems, ties and accessories. C. Submit proposed method of sealing form tie holes; coordinate with details shown. 1.05 STORAGE AND HANDLING OF MATERIALS A. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering, providing for adequate ventilation. Store materials in accordance with all manufacturer's recommendations. B. Form lumber shall be delivered to the job site as far in advance of its use as is practical, and shall be carefully stacked clear of the ground in such a manner as to facilitate air- drying. C. Handle materials to prevent damage in accordance with the manufacturer's recommendations. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 03 10 00-2 Project No.CO2315 Page 2 of 8 1.06 QUALITY ASSURANCE A. Design Criteria for Formwork, Falsework and Shoring 1. The design and engineering of all concrete formwork, including all shoring, bracing and reshoring, shall be the responsibility of the Contractor and shall be performed by an Professional Engineer licensed in the state where the project is located. 2. Design for loads, lateral pressure, and allowable stresses as described in ACI 347. Design for all lateral loads and other applicable requirements of controlling local building codes. 3. Camber formwork to compensate for anticipated deflection during placement of concrete when required to maintain specified tolerances. 4. Design formwork to be readily removed without impact, shock, or damage to concrete surfaces and adjacent materials. 5. Design for fresh concrete as the pressure exerted by a liquid weighing 150 pounds per cubic foot. Additionally, the rate of concrete placement, concrete temperature and all other pertinent factors shall be taken into account. 6. Design for all construction loads imposed during construction. 7. Forms shall have adequate stiffness to maintain mortar-tightness and true final dimensions of member being constructed within specified construction tolerances. 8. Falsework and shoring shall be designed to provide required strength and stiffness to insure safety and that no excessive settlement or deformation occurs. 9. Falsework and shoring shall be supported on an adequate foundation to provide required strength and stiffness to support the superimposed load without settlement. B. Alignment Control &Allowable Tolerances 1. Construct and erect formwork in accordance with ACI 117, ACI 301 and ACI 347. 2. True alignment of walls and other vertical surfaces having straight lines shall be controlled and checked. Forming shall be arranged with provisions for adjusting the horizontal alignment after the form has be filled with concrete. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete is still plastic. PART 2 PRODUCTS 2.01 MATERIALS A. Lumber&Plywood 1. Properly seasoned and of good quality; free from loose or unsound knots, holes, shakes, splits, decay and other imperfections that would affect its strength or adversely affect the finished concrete surface. B. Form Linings 1. Fiberboard: Hardwood finished smooth on one side with minimum thickness of 3/16 inch. ROLLING HILLS WfP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1000-3 Project No.CO2315 Page 3 of 8 2. Plywood: Conforming to APA HDO; exterior exposure waterproof adhesive with minimum thickness of 3/8 inch. C. Form Release Agent: 1. A ready to use water based material formulated to eliminate or reduce surface imperfections free of kerosene, mineral oils, waxes or resins. 2. Release agent shall not discolor or injuriously affect the finished concrete surface, subsequent coatings or concrete curing. D. Coating for Plastic Forms 1. Alkali-resistant gel-coat. 2.02 FABRICATIONS A. Forms 1. General a. Chamfers: Provide a chamfer on all exposed edges by using either wooden or plastic chamfer strips. Chamfer strips shall be a forty-five degree right triangle in section with the two shorter sides measuring 3/4-inch. b. Waterproofed Surfaces: At surfaces to be waterproofed, provide formwork with sufficient anchor pattern to facilitate bond of the membrane waterproofing. 2. Smooth Forms: a. Construct formwork with plywood; tempered, concrete-form hardboard; dressed lumber faced with plywood or fiberboard lining; metal; plastic; or metal-framed plywood-faced panel material acceptable to the Engineer to provide continuous, straight smooth surfaces. Form material will be free of raised grain, torn surfaces, worn edges, patches, dents or other defects. Furnish material in largest practical sizes to minimize the number of joints and, when shown on the drawings, conform to the joint system shown. Form material will have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Smooth forms will be used on all concrete surfaces exposed to view or liquid in the completed structure. 3. Rough Forms: a. Construct forms of dressed or undressed lumber free of knots, splits, or other defects; plywood; metal; or other material acceptable to the Engineer. Material shall have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Rough forms may be used on concrete surfaces that will not be exposed to view or liquid in the completed structure. B. Void/Carton Forms. 1. Use new carton forms of corrugated cardboard. Forms shall be impregnated throughout with paraffin and laminated with water resistant adhesive. Do not use trapezoidal carton forms. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 03 10 00-4 Project No.CO2315 Page 4 of 8 2. Forms of the height indicated on the drawings shall be designed to support the wet concrete plus normal construction loads. 3. Soil retainers shall be composed of materials that are not adversely affected by moisture and as directed in the Drawings. 4. Carton forms provided around the perimeter of drilled shafts shall be installed using pre-manufactured sealed void forms with curved edges. 5. Install carton forms according to the manufacturer's recommendation and maintain in a dry condition prior to concrete placement. Carton forms that have not been maintained in a dry condition shall be replaced before concrete is placed. 6. Acceptable Manufacturers: a. VoidForm Products b. Savway Carton Forms c. Voidco Fiberboard Void Forms C. Metal Forms 1. All specified requirements for "Forms" regarding design, mortar tightness, geometry, bevels, chamfers, bracing, alignment, removal, re-use, oiling, etc. shall apply equally to metal forms. 2. Metal used for forms shall have adequate thickness to remain true to shape. Clamps, pins and other connecting devices shall be designed to hold the forms rigidly together and allow form removal without injury to the concrete. 3. Bolt and rivet heads on exposed surfaces shall be countersunk. 4. Metal forms that do not present a smooth surface free from rust, grease or other foreign materials that discolor concrete shall not be used. D. Slip Forming 1. Slip forming is not permitted. 2.03 FORM ACCESSORIES A. Form Ties 1. Form ties shall be of the removable end, permanently embedded body type and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2. Ties of a type intended to be entirely removed shall be coated with an acceptable lubricant to safeguard against damaging the concrete during such removal.The use of wire ties will not be permitted. 3. Use removable cones of one-inch by one-inch minimum size on the end of the form tie. 4. Grout depressions left in concrete by the cones with non shrink grout after the ends of the cones have been removed. B. Form Sealer 1. Surface sealer that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces when applied to most forms or form liners. A ready-to-use water based material formulated to ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1000-5 Project No.CO2315 Page 5 of 8 reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations. PART 3 EXECUTION 3.01 FORM CONSTRUCTION A. General 1. All formwork, scaffolds and work platforms shall be safe and conform to OSHA Requirements. 2. Construct and maintain formwork, complying with ACI 347 and this Section so that it will maintain correct sizes of members, shape, alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. Provide for openings, offsets, sinkages, keyways, recesses, moldings, anchorages and inserts, as required. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 5. Chamfer strips shall be placed in forms to bevel all edges and corners permanently exposed to view, except the top edges of walls and slabs which are shown to be tooled. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 3/4- inch wide. 6. Form ties shall be employed in such places and at such intervals as to securely hold the forms in position during the placing of concrete, and to withstand the weight and pressure of the wet concrete. 7. Provide temporary openings at the base of column and wall forms and at other points as required to facilitate observation and cleaning immediately before concrete is placed. Temporary opening shall be 2' x 2' in size or as required by Owner's Representative. 8. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. 9. Provide openings below large pipe (over 10" diameter) or large embedments to allow adequate concrete fill and minimize honeycombs and voids. 10. Construct forms with such care as to produce concrete surfaces which will not have unsightly or objectionable form marks in exposed concrete surfaces. Forms shall have all contact surfaces thoroughly cleaned before reuse. B. Forms for Surfaces Exposed to View or Liquids: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in rows. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWTrCHGEAR REPLACEMENT City Project No.CO2315 03 1000-6 Project No.CO2315 Page 6 of 8 3. Form molding shapes, recesses and projections with smooth-finish materials and install in forms with sealed joints to prevent displacement. 4. Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed corners with 3/4-inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep the number of seams to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously placed hardened concrete with form sheathing by approximately 1-inch. Hold forms against hardened concrete to maintain true surfaces, preventing offsets or loss of mortar. C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. D. Surface to Receive Membrane Waterproofing: Provide chamfers for external corners in concrete surfaces that will be covered with membrane waterproofing. Provide a continuous reglet at line of top of membrane waterproofing on vertical surfaces. Coordinate location with waterproofing applicators. 3.02 TOLERANCES A. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in ACI 117, ACI 301 and ACI 347. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed condition until final completion and acceptance of the project. 3.03 ADJUSTMENTS OF FORMWORK A. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms should be fastened in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C. For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. 3.04 PREPARATION OF FORM SURFACES A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter. B. Coat forms for exposed or painted concrete surfaces with form oil or form-release agent before placing reinforcement. Cover form surfaces with coating material used in strict ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1000-7 Project No.CO2315 Page 7 of 8 accordance with the Manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed. Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms, forms for unexposed surfaces may be wet with water immediately before concrete placement in lieu of coating. One exception is that when a possibility of freezing temperatures exists, use of a coating is mandatory. 3.05 REMOVAL OF FORMS A. Forms shall not be removed until the concrete has adequately hardened and set. Clamps or tie rods may be loosened twenty-four (24) hours after the concrete is placed; ties, except for a sufficient number to hold the forms in place, may be removed at that time. B. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. C. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting the weight of the concrete. D. All forms and shoring used to support weight of concrete or any construction loads shall remain in place until concrete has reached the minimum strength specified for removal of forms and shoring. In no case shall forms be removed in less than 4 days. 3.06 REMOVAL STRENGTH A. Control Tests: Suitable strength control tests will be used as evidence that concrete has attained specified strength for removal of formwork or shoring supporting weight of concrete in beams, slabs, and other structural members. 1. Field-Cured Test Cylinders. When field-cured test cylinders reach the specified removal strength, formwork or shoring may be removed from the respective concrete placements. Strength data from field-cured test cylinders shall be furnished by the Contractor. 2. Laboratory-Cured Test Cylinders. When concrete has been cured as specified for cast-in-place concrete for the same time period required by laboratory-cured cylinders to reach specified strength, the formwork or shoring may be removed from respective concrete placements. Determine the length of time that the concrete placement has been cured by totaling the number of days or fraction of days, not necessarily consecutive, during which the air temperature surrounding the concrete is above 50 degrees F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1000-8 Project No.CO2315 Page 8 of 8 B. Compressive Strengths: The minimum concrete compressive strengths for removal of all formwork supporting the weight of concrete shall be 75 percent of the specified minimum 28 day strength of the class of concrete involved. 3.07 RESHORING A. When reshoring is permitted or required, plan operations in advance and secure approval of such operations. While reshoring is under way, keep live load off the new construction. Do not permit concrete beams, slab, column or other structural member to be subjected to combined dead and construction loads in excess of loads permitted for developed concrete strength at the time of reshoring. B. Place reshores as soon as practicable after stripping operations are complete but in no case later than the end of the working day on which stripping occurs. Tighten reshores to carry the required loads without overstressing construction. Leave reshores in place until tests representative of concrete being supported have reached specified strength. C. Floors supporting shores under newly placed concrete shall have their original supporting shores left in place or shall be reshored.The reshores shall be located directly under a shore position above unless other locations are permitted. Extend reshoring over a sufficient number of stories to distribute weight of newly placed concrete, forms and construction live loads in such a manner that design superimposed loads of floors supporting shores are not exceeded. D. Reshoring shall comply with ACI 301 and ACI 347. 3.08 FORM REUSE A. Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean and recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1500-1 Project No.CO2315 Page 1 of 9 SECTION 03 15 00 CONCRETE JOINTS AND EMBEDDED ITEMS PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies requirements for all concrete joints and embedded items for all cast-in-place concrete. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 5 - Metals C. Division 11 - Equipment D. Division 15 - Mechanical E. Coordinate work of this section with all other sections to obtain a proper installation. Review all drawings and specifications for additional requirements for joints and embedded items. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 2. ASTM C881 - Standard Specifications for Epoxy-Resin-Base Bonding Systems for Concrete. 3. ASTM C920 — Standard Specification for Elastomeric Joint Sealants. 4. ASTM C1059 - Standard Specification for Latex Agents for Bonding Fresh To Hardened Concrete. 5. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers —Tension. 6. ASTM D624 - Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 7. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 8. ASTM D1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 9. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 10. ASTM D2240 - Standard Test Method for Rubber Property - Durometer Hardness. 11. ASTM D2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 15 00-2 Project No.CO2315 Page 2 of 9 12. ASTM D6690 - Standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements B. American Concrete Institute (ACI) 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 503.2 - Standard Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi-Component Epoxy Adhesive. C. U.S. Army Corps of Engineers (CRD) 1. CRD-0572 - Corps of Engineers Specifications for Polyvinyl Chloride Waterstops. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the requirements of the General Conditions and Division 1 - General Requirements. B. Shop Drawings. Submit shop drawings showing all concrete joints, proposed sequences for concrete placement and type of concrete specified. C. Product Data. 1. Submit manufacturer's technical literature on all products proposed for review.The submittal shall include the manufacturer's installation and/or application instruction. 2. When substitutions are proposed for acceptable brands of materials specified herein, submit brochures and samples of proposed substitutions to the Engineer for approval before delivery to the project. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for joints in concrete shall be stored and covered to prevent contact with the ground and to avoid contact with weather and direct sunlight. Follow all additional requirements of the manufacturer. PART 2 PRODUCTS 2.01 CONCRETE EXPANSION JOINTS (GENERAL) A. Expansion Joint Sealant 1. Single or multi-component cold-applied polyurethane elastomeric joint sealant conforming to ASTM C920. Sealant must be appropriate for the specific application. Provide joint primer according to Manufacturer's recommendation. 2. Material Properties: a. Ultimate hardness (ASTM D2240, Type A, Shore): 20 to 45. b. Tensile strength (ASTM D412): 200 psi minimum. c. Ultimate elongation (ASTM D412): 400% minimum. d. Tear strength (ASTM D624, die C): 75 psi per inch of thickness, minimum. e. Color: gray. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1500-3 Project No.CO2315 Page 3 of 9 B. Expansion Joint Filler 1. Resilient non-bituminous material conforming to ASTM D1752. Material must be compatible with the joint sealant. C. Joint Accessories 1. Backer Rod a. Extruded closed-cell polyethylene foam rod compatible with the joint sealant. Rod shall be 25% larger than the joint opening. 2. Bond Breaker Tape a. Polyethylene or TFE-fluorocarbon self adhesive tape, compatible with the joint sealant. 2.02 CONCRETE EXPANSION JOINTS (EXTERIOR ROADWAY & PAVEMENTS ONLY) A. Expansion Joint Sealant 1. Hot-poured elastic joint sealant conforming to ASTM D6690. Sealant must be appropriate for concrete pavement. Provide joint primer according to Manufacturer's recommendation. B. Expansion Joint Filler 1. Preformed bituminous type conforming to ASTM D994. Material must be compatible with the joint sealant. 2.03 CONCRETE BONDING AGENT A. Concrete Exposed to Water and/or Chemicals 1. ASTM C881, Type IV. Grade and Class shall be as required for the project application. A field service representative of the Manufacturer shall be available during initial application to instruct the Contractor in the proper use of the product when so requested by the Engineer or the Owner. B. Concrete Not Exposed to Water or Chemicals 1. Acrylic bonding agent conforming to ASTM C1059. 2.04 BOND BREAKER A. 30-pound asphalt saturated felt or polyethylene membrane. 2.05 EXPANSION JOINT DOWELS A. Smooth steel bars shall conform to the requirements of Section 03 20 00. Cut dowels to length at shop or mill before delivery to the site. Dowels must be straight and clean, free of loose flaky rust and loose scale. 2.06 EXPANSION JOINT DOWEL SLEEVES A. Standard weight galvanized pipe conforming to ASTM A53. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1500-4 Project No.CO2315 Page 4 of 9 2.07 WATERSTOPS A. General: All waterstop materials shall be compatible with potable water applications per AWWA and any other industry standards. B. Polyvinyl Chloride Waterstops 1. Material Requirements a. Waterstops shall be extruded from virgin polyvinyl chloride compound and shall conform to the requirements of the Corps of Engineers Specification CRD-0572. Waterstops shall be uniform in dimension, homogenous and free from porosity. No reclaimed or scrap material may be used. b. Tensile strength: 1400 psi minimum c. Ultimate Elongation: 280 percent minimum 2. Construction Joints a. Ribbed type without center bulb b. 6 inch minimum width c. 3/8 inch minimum thickness 3. Expansion Joints a. Dumbbell type with a minimum 3/4-inch inside diameter center bulb. b. 9 inch minimum width c. 3/8 inch minimum thickness C. Hydrophilic Waterstops 1. Hydrophilic waterstop materials shall be bentonite-free and expand by a minimum of 80% of dry volume in the presence of water to form a water-tight joint without damaging the concrete in which it is cast. 2. The material shall absorb water and cause an increase in volume in a completely reversible and repeatable process. The material shall be dimensionally stable after repeated wet-dry cycles with no deterioration in swelling potential. 3. Minimum cross sectional dimensions are 3/16 inch by 3/4 inch. 4. Provide only where specifically indicated in the Project Documents. D. Hydrophilic Sealants 1. Hydrophilic sealant shall be compatible with hydrophilic waterstop and shall firmly adhere to concrete, metal and PVC in a dry or damp condition. When cured, it shall be elastic indefinitely. E. Hydrophilic Injection Resin 1. Hydrophilic injection resin shall be acrylate-ester based with a viscosity of less than 50 cps. The resin shall be water soluble in its uncured state, solvent free and non- water reactive. In its cured state it shall form a solid hydrophilic flexible material resistant to permanent water pressure and compatible with bitumen,joint sealants and concrete. 2.08 EPDXY ANCHORS A. Refer to Section 05051. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1500-5 Project No.CO2315 Page 5 of 9 B. If Section 05051 is not in the Project Documents, provide the following: 1. Provide stainless steel adhesive anchors and hardware complying with ASTM F593, AISI Type 316 headed with stainless steel nuts and washers. 2. Adhesive system shall Hilti HIT-HY200 adhesive, by Hilti. No substitutions will be considered. 3. Embedment depth of the anchor shall provide pullout strength equal to the allowable tensile capacity of the anchor, unless otherwise noted in the Drawings. Reduction in pullout strength due to spacing and edge distances shall be made. 2.09 MISCELLANEOUS EMBEDDED METAL ITEMS A. Miscellaneous embedded metal items shall conform to the requirements Section 05051 or the section of the specifications to which they apply. In the case of conflicting requirements, the most restrictive requirements shall apply. B. Use "Form Saver"or"Threaded Coupler"to avoid drilling holes in the forms. C. Paint aluminum contact surfaces with a zinc rich primer where aluminum items are embedded in concrete. PART 3 EXECUTION 3.01 CONSTRUCTION JOINTS A. General 1. Make construction joints only at locations shown and required on the Contract Drawings, the reviewed shop drawings or as directed or approved by the Engineer. Any additional construction joints or relocation of construction joints shown on the drawings that are proposed by the Contractor must be submitted to the Engineer for review. 2. In addition to construction joints explicitly shown in the Drawings, provide and locate additional construction joints as follows: a. In walls locate vertical construction joints at a maximum spacing of 40 feet. b. In foundation slabs and slabs-on-grade locate construction joints at a spacing of 50 feet maximum. Place concrete in a strip pattern, unless otherwise indicated in the Contract Drawings, to a maximum of 2500 square feet in any one placement. c. In structural slabs and beams locate construction joints at a maximum spacing of 50 feet. Locate construction joints in compliance with ACI 301, unless otherwise indicated in the drawings, to a maximum of 2500 square feet in any one placement. 3. Allow a minimum of three (3) days to elapse before placing concrete adjacent to a slab or wall previously placed. 4. All joints shall be perpendicular to main reinforcement; continue all reinforcing across the joint. 5. Provide waterstops in all wall and slab construction joints as specified or in all water bearing structures, all below grade joints and at locations shown on the Drawings. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 15 00-6 Project No.CO2315 Page 6 of 9 B. Construction Joint Preparation 1. The joint surface of the previously cast member or existing concrete in all cases shall be cleaned free of all oil, grease, curing compound, dirt, or laitance, and shall be wetted. Cleaning shall be accomplished by high pressure water jet, wet sand blasting, dry sand blasting, or scrubbing, singly or in combination, as required and shall remove loosened particles of aggregate, damaged concrete at surface, and other substances which may prevent complete adhesion. Remove accumulated concrete on projecting reinforcing steel. 2. Construction joints shall be roughened mechanically to a full amplitude of 1/4 inch. Thoroughly clean joint surfaces as described in this Section. Coat joints with neat cement slurry with the consistency of a heavy paste and scrub into surfaces by means of a stiff bristled brush. Place new concrete before cement paste dries. As an alternative to using a neat cement slurry, a bonding agent may be utilized. 3.02 EXPANSION JOINTS A. Do not extend reinforcement or other embedded metal items that are continuously bonded to concrete through any expansion joints. B. Position dowels accurately if called for in the Drawings. Support dowels against displacement during concrete placement and vibration. Install dowel sleeve grout-tight to prevent bonding of the dowel during concrete placement. C. Position expansion joint filler material accurately. Support against displacement during concrete placement and vibration. Place filler the full depth of the member less an allowance to form a groove for sealant as detailed. 3.03 CONTROL JOINTS A. Control joints shall be provided in non-water bearing slabs-on-grade only as shown in the Drawings and specified herein. B. Make top grooves for control joints in slabs on grade as detailed and seal as specified. Grooves may be made with joint forming strip, via tooling or may be sawed. C. If control joints are sawed, properly time cutting with concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking and within twelve (12) hours of concrete placement. The Contractor shall have at least one spare saw available during the sawing operation. D. Control joints shall be cleaned and filled with expansion joint sealant. Inject sealant through a nozzle into the bottom of the joint, filling the entire joint space without air voids. 3.04 WATERSTOPS A. General 1. Provide PVC waterstops in all horizontal and vertical joints in foundation slabs and peripheral walls of all structures up to a minimum of 12 inches above final ground ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 1500-7 Project No.CO2315 Page 7 of 9 level and all walls and slabs of liquid-containing structures or compartments to a minimum of 12 inches above maximum liquid level unless specifically shown otherwise on the Drawings. B. PVC Waterstops 1. Each piece of premolded PVC waterstop must be of maximum practicable length for a minimal number of end joints. 2. All PVC waterstops shall be continuous, and so jointed as to form a complete barrier to the passage of water through any construction, control/contraction or expansion joint. 3. Joints in PVC waterstops shall be made by heat sealing in accordance with the requirements of the Manufacturer. The joints in strips of waterstop shall be such that the entire cross section of the joint shall be dense, homogeneous and free of all porosity. All finished joints shall have a tensile strength of not less than 75% of the material of the strip as extruded. 4. All PVC waterstops shall be installed so that half its width will be embedded on each side of the joint. Tie the waterstop to the reinforcement at a maximum spacing of 18 inches to ensure that the waterstop will be held securely in true position and in straight alignment in the joint during placement and vibration of concrete. 5. Care shall be exercised to ensure that the PVC waterstop is completely embedded in concrete and without voids. C. Hydrophillic Waterstops 1. Install all hydrophilic waterstops as called for in the Contract Drawings in accordance with the Manufacturer's requirements. Install hydrophilic sealant in accordance with all Manufacturer's requirements. 2. The hydrophilic waterstop shall be installed in a bed of hydrophilic sealant compatible with the hydrophilic waterstop before skinning and curing begins so that any irregularities in the concrete surface are completely filled and the waterstop is bonded to the sealant. After the sealant has cured, secure the waterstop to the concrete in accordance with the Manufacturer's instructions. 3. Prior to installation of the hydrophilic sealant, clean the concrete surface to removed laitance and any other materials that will adversely affect bonding of the sealant to the concrete. 3.05 SEALING JOINTS A. Clean, prime and apply sealants in accordance with Manufacturer's recommendations. B. Sealant shall be applied when the ambient temperature is between 40° F and 90° F, unless recommended otherwise by the sealant Manufacturer. C. During application, exercise care to prevent sealant from spilling onto surfaces adjacent to joints. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 15 00-8 Project No.CO2315 Page 8 of 9 3.06 DOWELS A. Where indicated on Drawings, install dowels at right angles to construction joints and expansion joints. Align dowels accurately with finished surface. Rigidly hold in place and support during concrete placement. 3.07 SETTING ANCHORS A. Anchor embedded reinforcing, bolts and other items as shown on the Drawings into existing concrete with an epoxy in accordance with these Specifications and all Manufacturer's recommendations. 3.08 SETTING ANCHOR BOLTS A. Set anchor bolts for structural steel specified in Division 5 - Metals, according to this Section. B. Install equipment anchor bolts as required by the equipment Manufacturer. C. Provide accurately made templates for positioning anchor bolts. 3.09 EMBEDDED ITEMS A. Placement 1. Place embedded items to least impair strength of the structure. Obtain approval of locations for embedded items not shown on the Drawings before placement of concrete. Should locations of embedded items be detrimental to the strength of the structure, notify the Owner's Representative and relocate items as directed by the Owner. 2. Do not cut or reposition reinforcing steel to facilitate installation of inserts, conduit, sleeves, anchor bolts, mechanical openings and similar items without prior approval of the Engineer, except that reinforcing bars may be moved one bar diameter or within tolerances specified in the Concrete Reinforcement section without approval of the Engineer as long as minimum specified reinforcing cover requirements are maintained. 3. It is the Contractor's responsibility to coordinate the requirements for embedded items and to ensure that embedded items are properly placed. B. Installation 1. Accurately position and support embedded items against displacement during concrete placement. 2. Voids in sleeves, inserts, anchors, etc., shall be filled temporarily with readily removable material to prevent the entry of concrete into the voids. 3. Conduits, pipes and inserts of aluminum shall not be embedded in structural concrete unless effectively coated or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. 4. Except when plans for conduits and pipes are approved by the Engineer, conduits and pipes embedded within a slab, wall or beam shall satisfy the following: ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 15 00-9 Project No.CO2315 Page 9 of 9 a. They shall not be larger in outside dimension than 1/3 the overall thickness of slab, wall or beam in which they are embedded. b. They shall not be spaced closer than three diameters or widths on center. c. They shall not significantly impair the strength of the member. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 20 00-1 Project No.CO2315 Page 1 of 6 SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies requirements for all concrete reinforcement. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3, Concrete. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A36: Standard Specification for Carbon Structural Steel. 2. ASTM A184: Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A615: Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 4. ASTM A706: Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 5. ASTM A775: Standard Specification for Epoxy-Coated Steel Reinforcing Bars. 6. ASTM A1064: Standard Specification for Carbon Steel Wire and Welded Wire reinforcement, Plain and Deformed, for Concrete. B. American Concrete Institute (ACI): 1. ACI 117: Specifications for Tolerances for Concrete Construction and Materials. 2. ACI 315: Details and Detailing of Concrete Reinforcement. 3. ACI 318: Building Code Requirements for Structural Concrete. 4. ACI 350: Code Requirements for Environmental Engineering Concrete Structures. C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI: Manual of Standard Practice. 2. CRSI: Placing Reinforcing Bars. D. American Welding Society (AWS): 1. D1.4: Structural Welding Code — Reinforcing Steel. E. Wire Reinforcement Institute (WRI): 1. WWR-500-R: Manual of Standard Practice—Structural Welded Wire Reinforcement. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 20 00-2 Project No.CO2315 Page 2 of 6 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Division 1. B. Certificates: Submit the Manufacturer's certificate giving the properties of steel proposed for use. List the Manufacturer's test number and heat number, chemical analysis, yield point, tensile strength and percent elongation. Also identify on the certificates the proposed location of the steel in the work. C. Bill of Materials: Submit bills of materials to be reviewed with shop drawings. D. Shop Drawings: 1. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design drawings for use as shop drawings is not permitted. Do not begin fabrication of reinforcing steel until after shop drawings have been reviewed by the Owner's Representative. 3. Detail shop drawings in accordance with ACI 315. 4. Rebar submittal shall include following information. a. Grade of bars. b. Table of bending dimensions, bar size, bar length, number of bars and spacing. c. The reinforcing shall be listed separately for each structural element(wall, slab, footing, beam, etc.). Each element shall be labeled on the bar list and clearly identified on the shop drawings. d. Each bar shall be identified such as corner bars, tie bars, vertical bars, etc. E. Quality Control Submittals. 1. Mechanical Threaded Connections. a. Provide verification that device threads have been checked and meet all requirements for thread quality, in accordance with manufacturer's published methods. 2. Mill Test Reports. a. Provide certified copies, evidencing compliance with the requirements of these Specifications, shall be delivered to the Owner with all deliveries of reinforcing steel. 1.05 DELIVERY, STORAGE, AND HANDLING A. Unloading, storing and handling bars on the job shall meet CRSI publication "Placing Reinforcing Bars", and the following: 1. Deliver steel with suitable hauling and handling equipment. 2. Tag steel for easy identification. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 20 00-3 Project No.CO2315 Page 3 of 6 3. Store to prevent contact with the ground. 4. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to the weather. 1.06 NOTIFICATION A. Notify the Owner's Representative at least 48 hours before concrete placement so that reinforcement may be inspected and errors corrected without delaying the work. PART 2 PRODUCTS 2.01 REINFORCEMENT A. Deformed Bars: Use Grade 60 deformed bars conforming to ASTM A615 unless indicated otherwise in the drawings. B. Welded Wire Fabric: 1. Welded Deformed Wire Fabric. Conform to ASTM A1064 unless indicated otherwise in the drawings. 2. Provide wire size, spacing and type as shown. C. Marking: Clearly mark all bars and welded wire fabric with waterproof tags showing the number of bars, size, mark, length and yield strength. Mark steel with the same designation as the member in which it occurs. Key marks to the concrete placement number as designated on the concrete place sequence shop drawings. 2.02 MECHANICAL CONNECTIONS A. Reinforcing steel bars shall be spliced with a mechanical connection when called for in the drawings. Splices may also be made with a mechanical connection when permitted by the Engineer in writing. B. Mechanical Couplers 1. The mechanical coupler shall meet building code requirements for development in tension or compression. The coupler may be one of two types: a. Positive locking, taper threaded type coupler manufactured from high quality steel. The bar ends must be taper threaded using the manufacturer's requirements. b. Mechanical butt splices utilizing lock-shear bolts and internal serrated grip rails within the coupling sleeve. 2. The mechanical coupler shall develop both tension and compression to a minimum of 125 percent of the specified yield strength of the reinforcing bar. 3. Acceptable Products and Manufacturers: a. LENTON taper threaded couplers as manufactured by ERICO. b. Bar Lock mechanical coupler system manufactured by Dayton Superior. C. Metal Sleeve ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 20 00-4 Project No.CO2315 Page 4 of 6 1. Provide with cast filler metal, capable of developing in tension or compression a minimum of 100 percent of specified ultimate tensile strength of the bar and not less than 150 percent of the specified yield strength. 2. Acceptable Products and Manufacturers: a. CADWELD Full Tensile Strength Splices, as manufactured by ERICO. 2.03 TIE WIRE A. Provide 16-gauge, black, soft-annealed wire where tie wire is not closer than 1 inch from surface of form after tying in place. B. Provide nylon-, epoxy-, or plastic-coated tie wire to fasten non-coated reinforcing steel, unless tie wire is bent to maintain a minimum of 1 inch from surface of form. C. Provide coated tire wire to fasten epoxy coated reinforcing steel. 2.04 BAR SUPPORTS A. Provide chairs, riser bars,ties and other accessories made of metal, except as otherwise specified. Bar supports and accessories shall be of the sizes required to provide concrete cover as specified. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice. 2.05 FABRICATION A. Bending: Shop fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not heat, straighten or rebend bars without specific written approval from the Engineer. Field bending of bars is not permitted. B. Splices: Locate splices as shown on the drawings. Where it is necessary to splice reinforcement at locations other than shown on the drawings, the splices shall be approved by the Engineer. Use a minimum number of splices located at the points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with ACI 315, unless called out in the Drawings. When there is a conflict between ACI 315 and the Drawings, the more restrictive provision shall apply. C. Fabrication Tolerances: 1. Bars must conform to the fabrication tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. PART 3 EXECUTION 3.01 GENERAL A. Meet all requirements of the CRSI and WRI documents referenced in this Section. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 20 00-5 Project No.CO2315 Page 5 of 6 3.02 CLEANING A. Clean reinforcement of all scale, loose or flaky rust or other foreign material, including oil, mud or coating that will reduce the bond to concrete. 3.03 PLACING REINFORCING BARS A. Placement in Forms: Use spacers, chairs, wire ties and other accessory items necessary to properly assemble, space and support reinforcing. Wire ties through forms and temporary spacers will not be allowed. Provide accessories of sufficient number, size and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors and other embedded items. Tie reinforcing bars at each intersection and to accessories. Blocking reinforcement with concrete or masonry is prohibited. B. Placement for Concrete on Ground: Support reinforcement on precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one block for each 9 square feet. Tie blocks to at least one reinforcing bar using tie wires embedded in the block. C. Placement Tolerances: Meet the placement tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. D. Interferences: If reinforcing interferes with the location of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar diameter whichever is greater. If greater movement of bars is required to avoid interference, notify the Owner's Representative. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without approval of the Owner's Representative. E. Protection, Spacing and Positioning: 1. Conform to reviewed shop drawings, Project Drawings, and all applicable reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. 2. Bundle or space bars as approved on shop drawings, instead of bending where construction access through reinforcing is necessary. F. Splices: 1. Do not splice bars, except at locations shown on the Drawings or the reviewed shop drawings, without approval of the Engineer. 2. Lap Splices: Tie securely with wire to prevent displacement of splices during placement of concrete. 3. Stagger splices in adjacent bars. G. Construction Joints. 1. Place reinforcing continuous through construction joints. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 032000-6 Project No.CO2315 Page 6 of 6 H. Reinforcement Around Openings: 1. Place an equivalent area of steel around pipe or opening and extend on each side sufficiently to develop bond in each bar unless otherwise noted in the Drawings. 2. Refer to Details on Drawings for bar extension length of each side of opening. 3. Where welded wire fabric is used, provide extra reinforcing using fabric or deformed bars. 3.04 PLACING WELDED WIRE FABRIC A. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2 inches, or 6 inches, whichever is larger. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. B. Tie laps and splices securely at ends and at least every 24 inches with 16-gauge black annealed steel wire. C. Place welded wire fabric on concrete blocks at proper distance above bottom of slab and rigidly support equal to that furnished for typical deformed bar reinforced steel. D. Do not use fabric that has been rolled. Install flat sheets only. 3.05 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted. 3.06 FIELD CUTTING A. Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch. 3.07 MECHANICAL SPLICES AND CONNECTIONS A. Use only in areas shown in the Drawings or specifically approved in writing by the Engineer. B. Install as required by Manufacturer. C. Carefully inspect each splice and verify that each component meets Manufacturer's requirements. D. Maintain minimum edge distance and concrete cover. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-1 Project No.CO2315 Page 1 of 20 SECTION 03 30 00 CAST-IN-PLACE CONCRETE PART1 GENERAL 1.01 SCOPE OF WORK A. This section contains all requirements for cast-in-place structural concrete. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3, Concrete. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C31: Standard Practice for Making and Curing Concrete Test Specimens in the Field 2. ASTM C33: Standard Specification for Concrete Aggregates 3. ASTM C39: Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. ASTM C42: Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 5. ASTM C87: Standard Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar 6. ASTM C94: Standard Specification of Ready-Mixed Concrete 7. ASTM C109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars 8. ASTM C125: Terminology Relating to Concrete and Concrete Aggregates 9. ASTM C143: Standard Test Method for Slump of Hydraulic Cement Concrete 10. ASTM C150: Standard Specification for Portland Cement 11. ASTM C156: Standard Test Method for Water Retention Through Liquid Membrane- Forming-Curing Compounds for Concrete 12. ASTM C171: Standard Specification for Sheet Materials for Curing Concrete 13. ASTM C172: Standard Practice for Sampling Freshly Mixed Concrete 14. ASTM C173: Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method 15. ASTM C191: Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 03 30 00-2 Project No.CO2315 Page 2 of 20 16. ASTM C192: Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory 17. ASTM C231: Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 18. ASTM C260: Standard Specification for Air-Entraining Admixtures for Concrete 19. ASTM C289: Standard Test Method for Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) 20. ASTM C293: Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading) 21. ASTM C309: Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete 22. ASTM C494: Standard Specification for Chemical Admixtures for Concrete 23. ASTM C579: Standard Test Methods for Compressive Strength of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 24. ASTM C580: Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 25. ASTM C595: Standard Specification for Blended Hydraulic Cements 26. ASTM C618: Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete 27. ASTM C806: Standard Test Method for Restrained Expansion of Expansive Cement Mortar 28. ASTM C827: Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures 29. ASTM C845: Standard Specification for Expansive Hydraulic Cement 30. ASTM C856: Standard Practice for Petrographic Examination of Hardened Concrete 31. ASTM C878: Standard Test Method for Restrained Expansion of Shrinkage- Compensating Concrete 32. ASTM C1077: Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation 33. ASTM C1107: Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink) 34. ASTM C1240: Standard Specification for Silica Fume used in Cementitious Mixtures 35. ASTM E329: Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection B. American Concrete Institute (ACI). ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-3 Project No.CO2315 Page 3 of 20 1. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavy-weight and Mass Concrete. 2. ACI 214: Guide to Strength Test Results of Concrete 3. ACI 223: Guide for the Use of Shrinkage Compensating Concrete 4. ACI 301: Specification for Structural Concrete 5. ACI 302.1: Guide for Concrete Floor and Slab Construction 6. ACI 304: Guide for Measuring, Mixing, Transporting &Placing Concrete 7. ACI 304.2R: Placing Concrete by Pumping Methods 8. ACI 305R: Guide to Hot Weather Concreting 9. ACI 306R: Guide to Cold Weather Concreting 10. ACI 308: Guide to Curing Concrete 11. ACI 308.1: Specification for Curing Concrete 12. ACI 309: Guide for Consolidation of Concrete 13. ACI 318: Building Code Requirements for Structural Concrete. 14. ACI 350: Code Requirements for Environmental Engineering Concrete Structures 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Division 1. B. Submit for review a proposed design mix for each concrete strength and class required by these Specifications. Failure to include any items of information noted in this paragraph for a given concrete strength or type will be cause for requirement of a resubmittal. Information to be submitted for each strength and class shall include the following items: 1. Concrete mix design a. Constituent quantities per cubic yard. b. Sources of all concrete mix components including coarse aggregate, fine aggregate, cement, water, admixtures, and pozzolans where included. c. Cement type and manufacturer, include chemical analysis (mill test report) for each cement type to be used. d. Pozzolan type and source; include chemical analysis for each pozzolan type to be used. e. Water/cement ratio, by weight. f. Air content g. Mix design slump. h. Average compressive strengths conforming to the requirements of ACI 318 — Chapter 5, Section 5.3.2 at 28 days. Provide both average strengths and sample standard deviation. Provide results at 7 and 14 days if available. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-4 Project No.CO2315 Page 4 of 20 i. Laboratory shrinkage test results for concrete mix designs, where specified. 2. Aggregate: a. Laboratory sieve analysis, conforming to ASTM C-33. b. Verification that aggregate is not "deleterious," or "potentially deleterious." Provide ASTM C289 test results if available. Otherwise provide documentation or other certification that aggregate does not contain deleterious substances and has been used without issues on previous projects. 3. Admixtures. Submit Manufacturer's data brochures on all admixtures proposed for use and provide certification of compliance with specified ASTM standards for each admixture. C. Submit concrete placement drawings showing pour sequence, lift numbers, locations of all joints, concrete mix being placed, concrete finishes, and all pertinent embedments including embedded plates, sleeves, pipes, conduits, anchors, etc., where applicable. Where the Drawings permit the Contractor to select joint locations, show the selected dimensions on the placement drawings. Approval of the placement drawings shall not relieve the Contractor of the responsibility of placing all concrete and embedments as specified. D. If cold weather or hot weather concrete conditions are anticipated on the Project, submit a work plan for cold weather concreting and/or for hot weather concreting, describing proposed methods and procedures for mixing, delivering, placing, finishing, and curing concrete. Include also procedures to be implemented upon abrupt changes in weather conditions or due to equipment failures. If a plan for either is not submitted and cold or hot weather concrete conditions are present, the Contractor will not be allowed to pour concrete until a plan is received and reviewed as long as cold or hot weather conditions are present on the Project. E. Furnish a delivery ticket for ready mixed concrete to the Owner's Representative as each truck arrives. Each ticket shall provide a printed record of the weight of cement batched and each separate aggregate individually batched. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement, and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of mix trucks. F. Submit Manufacturer's data sheets and product specifications for curing compounds and items specified in other Sections including form release agents, bonding agents, etc. Identify the locations where each will be used in the Work as a part of the submittal. G. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. 1.05 STORAGE OF MATERIALS ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-5 Project No.CO2315 Page 5 of 20 A. Cement: Store cement in watertight buildings, bins or silos to provide protection from dampness and contamination. Improperly stored cement shall not be used. No cement shall be used that has been stored on the site for more than 90 days or that is lumped or caked. B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregates. C. Sand: Before using, allow sand to drain until a uniform moisture content is reached. D. Admixtures: Store admixtures to avoid contamination, evaporation or damage. For those used in the form of suspensions or nonstable solutions, provide suitable agitating equipment to assure uniform distribution of ingredients. Protect liquid admixtures from freezing and other temperature changes which would adversely affect their characteristics. 1.06 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work of similar scope and complexity with similar materials as found on this Project. B. Manufacturer's Qualifications: An experienced manufacturer of ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. Manufacturer must be certified by the National Ready Mix Concrete Association's Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to ASTM C1077 and ASTM E329 to conduct the testing indicated. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from a single source and each admixture from the same manufacturer. E. Concrete Consistency 1. Test for slump shall be performed at the job site immediately prior to placing in accordance with ASTM C143. Slump tests shall be performed for each batch of concrete to indicate workability and consistency from batch to batch. 2. If the slump is greater than the specified maximum, the concrete shall be rejected. Concrete showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. 3. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, the concrete shall be rejected and changes in the concrete mix shall be made only by an adjustment of one or more of the following: a. The gradation of aggregate. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 03 30 00-6 Project No.CO2315 Page 6 of 20 b. The proportion of fine and coarse aggregate. c. The percentage of entrained air, within the allowable limits. F. Concrete Temperature 1. Concrete temperature shall be taken immediately before placement with the point of measurement being in the chute or bucket. 2. Perform temperature test for each batch and record result on batch ticket. G. Concrete Air Content 1. Test for air content shall be made on a fresh concrete sample for each batch prior to placing in forms. 2. Air content for concrete made of ordinary aggregates having low absorption shall be made in accordance with either ASTM C231, or ASTM C173. If light weight aggregates or aggregates with high absorptions are used, use ASTM C173. H. Compressive Strength 1. Compression test specimens shall be made, cured and tested in accordance with ASTM C31 and ASTM C39. 2. Compressive strength tests shall be made on cylinders at 7 and 28 days. The value of each test result shall be the average compressive strength of 2 cylinders taken at the same time from the same batch of concrete. For the 28 day cylinders, the strength level shall be satisfactory if the test result exceeds the required design compressive strength and no individual strength result falls below the required design strength by more than 500 psi. 3. Compressive test specimens shall be 6" x 12" cylinders; 4" x 8" cylinders are not permitted. 4. The number of sets of concrete test cylinders to be cast for each concrete pour shall be as follows. A "set" of test cylinders consists of six cylinders, two to be broken and strengths averaged at seven days; and two broken and strengths averaged at 28 days. Two hold cylinders will remain unbroken so that they will be available to be broken upon unforeseen circumstances or upon the option of the Engineer to break cylinders at different times. Volume of Concrete Poured(CY) Minimum No. of Sets of Cylinders 0-25 1 26-75 2 76-150 3 151-250 4 251-400 5 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-7 Project No.CO2315 Page 7 of 20 401-550 6 I. Failure to Meet Requirements I. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Plans and Specifications. Withheld payment shall be based upon unit prices established for concrete if available. Payment shall be withheld until the unacceptable concrete has been repaired or removed and replaced or otherwise brought into conformance with the Plans and Specifications. 2. Concrete Strength a. If the 28 day strength test results fall below required values, additional curing may be performed and test cores may be obtained in accordance with ASTM C42 with approval of the Engineer. Additional curing, core removal and testing shall be at the Contractor's expense. b. If the strength results from test cores do not exhibit the required strength, the Owner reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor's expense. 3. Other Concrete Properties a. If concrete properties besides strength do not meet required values, the Engineer may require concrete samples to be obtained in accordance with ASTM C42 and evaluated in accordance with ASTM C856 at the Contractor's expense. b. If concrete properties besides strength do not meet required values, and the results of additional examination per ASTM C856 are deemed unsatisfactory at the sole discretion of the Owner, the Owner reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor's expense. PART 2 PRODUCTS 2.01 CONCRETE MATERIALS A. Cementitious Materials 1. Portland Cement: a. Type II or Type I/II conforming to ASTM C 150. Use the same brand of cement upon which the selection of concrete was based. Only one brand of each type will be permitted in any one structure, unless otherwise specified. b. Cement shall be low alkali; The total alkali content calculated as the percentage of sodium oxide (Na20) plus 0.658 times the percentage of potassium oxide (K20) shall not exceed 0.60. c. Cement used in concrete placed in openings in existing water bearing structures shall be shrinkage compensating cement, ASTM C845. 2. Fly Ash: a. Fly ash, when used, shall meet the requirements of ASTM C618, Class F, except as follows: ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-8 Project No.CO2315 Page 8 of 20 (i) The loss on ignition shall not exceed 4.0%. (ii) The maximum percent of sulfur trioxide (S03) shall be 4.0%. b. Fly ash shall be considered a cementitious material for concrete proportioning. c. Fly ash content shall not exceed 30% by weight of the total cementitious content(Portland cement plus fly ash) of the concrete. B. Coarse Aggregate 1. Crushed stone or gravel conforming to ASTM C33, in the specified gradation size. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," per ASTM C289 and shall not contain deleterious substances. Gradation No. 467(max aggregate size 1112'9 Sieve Size Percent Retained Percent Passing 2" 0 100 1 1/2" 0-5 95-100 3/4" 30-65 35-70 3/8" 70-90 10-30 No. 4 95-100 0-5 Gradation No. 57(max aggregate size 1 Sieve Size Percent Retained Percent Passing 1 1/2" 0 100 1" 0-5 95-100 1/2" 40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 67(max aggregate size 314") Sieve Size Percent Retained Percent Passing 1" 0 100 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-9 Project No.CO2315 Page 9 of 20 3/4" 0-10 90-100 3/8" 45-80 20-55 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 8 (max aggregate size 31819 Sieve Size Percent Retained Percent Passing 1" 0 100 3/8" 0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 C. Fine Aggregate 1. Washed and screened natural sand or sand manufactured by crushing stone conforming to ASTM C33 and meeting the following gradation. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," per ASTM C289 and shall not contain deleterious substances Sieve Size Percent Retained Percent Passing 3/8"" 0 100 No. 4 0-5 95-100 No. 8 0-20 80-100 No. 16 15-50 50-85 No. 30 40-75 25-60 No. 50 70-90 10-30 No. 100 90-98 2-10 D. Mixing Water: Potable and complying with ASTM C94 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-10 Project No.CO2315 Page 10 of 20 E. Admixtures: Using the following admixtures as required or permitted.The use of calcium chloride will not be permitted. The products must conform to the referenced standards. 1. Air-Entraining Admixture. Conform to ASTM C260. 2. Chemical Admixtures. Conform to ASTM C494. 3. Set retarding Admixtures. Conform to ASTM C494, types B or D only. Follow all Manufacturer's recommendations. 4. Water Reducing Admixture. Conform to ASTM C494, types A or D only. Follow all Manufacturer's recommendations. 5. High-Range Water Reducing Admixtures (HRWR). Conform to ASTM C 494 Type F or G. Follow all manufacturer's recommendations. 2.02 CHEMICAL HARDENER A. Provide a clear chemical hardener as called for in the Drawings. Coordinate concrete mix design, air content requirements and placement procedures with the chemical hardener manufacturer. B. Provide one of the following products: 1. MASTERTOP 110 ABR/Maximent® HD; by BASF. 2. Diamond-Plate; by Euclid. 2.03 CURING MATERIALS: A. Membrane Curing Compound. 1. Conform to ASTM C309, commercial curing compound which will not permanently discolor concrete. 2. All curing compound shall contain a dye of color strength to render the film distinctly visible on the concrete for at least 4 hours after application. B. Sheet Curing Material. 1. Conform to ASTM C 171. a. Waterproof paper b. Polyethylene film c. White burlap-polyethylene sheeting 2.04 CONCRETE PROPORTIONING A. Design Criteria 1. Use ACI 211.1 as the basis for selecting the proportions of ingredients to produce concrete having proper durability, strength, workability appearance and other required properties. Proportion ingredients to produce a homogenous mixture, which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the work, but without ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-11 Project No.CO2315 Page 11 of 20 permitting materials to segregate or allowing excessive free water to collect on the surface. 2. Strength: All concrete is required to have an average 28 day compressive strength at or greater than specified strength. Establish the required average compressive strength in accordance with ACI 301. 3. Entrained Air: Air-entrain all concrete, unless otherwise specified. Drilled shafts do not require air entrainment unless placed underwater. Provide for not less than three percent (3.0%) nor more than six percent (6.0%) by volume of total entrapped and entrained air for normal weight concrete. 4. Slump: Provide adequate slump to produce acceptable workability, do not exceed maximum specified slump. 5. Admixtures: Proportion admixtures according to the Manufacturer's recommendations. All admixtures shall be batched at the batch plant only. B. Concrete Classification Class Min. 28-Day Max. Coarse Max. Max. Min. Cement Compressive Aggregate Water Slump Content(per CY) Strength Size (in.) Cement (in.) (psi) Ratio A 4000 1.5 (No. 467) 0.45 5 517 lb (5.5 sacks) B 3000 1.5 (No. 467) 0.50 4 517 lb (5.5 sacks) C 4000 1.0 (No. 57) 0.45 4 564 lb (6.0 sacks) D 5000 0.75 (No. 67) 0.45 5 611 lb (6.5 sacks) E 1500 1.5 (No. 467) 0.70 4 376 lb (4.0 sacks) F 4000 0.375 (No. 8) 0.50 8 611 lb (6.5 sacks) NOTE: Maximum slump shown may be increased to 9 in. if HRWR admixture is used. C. Concrete Usage Class Usage A All reinforced concrete unless otherwise specified B Concrete Encasement; Sidewalks, Curbs, Driveways C Drilled Shafts; Pumped Concrete; Thin Wall Sections D Precast Concrete and Panels E Lean Concrete Backfill; Foundation Seal; Blocking/Cradling ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWTTCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-12 Project No.CO2315 Page 12 of 20 F Underground Duct Banks 2.05 OFF SITE BATCH PLANT A. Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturers Bureau. 2.06 CONCRETE MDCING A. Ready-Mixed Concrete: 1. Mix and transport ready-mixed concrete according to ASTM C94. 2. Provide a suitable measuring device capable of measuring mixing water for each batch. Note the number of gallons of water as batched on printed batching tickets. 3. Compensate for varying moisture contents of both coarse and fine aggregates and change batch weights of materials if necessary before batching. 4. Provide adequate facilities for accurate measurement and control of each material entering each batch of concrete. Accuracy of weighing equipment must conform to applicable requirements of ASTM and NRMCA for such equipment. 5. Provide recorders/printers to produce tickets. Each ticket will provide a printed record of volume of water and weights for cement as batched and for separate aggregates as batched individually. Use the type of indicator that returns for zero punch or to zero after a batch is discharged. Clearly indicate by stamped letters or numerals the difference between aggregates and cement as batched. Show the time of day stamped or printed at intervals of not more than six minutes. The delivery ticket shall also show the volume of water, in gallons, added at the batch plant. Deliver recorded ticket copies with concrete. The testing agency will keep one copy. B. Transit Mix Truck Requirements: 1. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. 2. Keep the water tank valve on each transit truck locked at all times that the truck is in use. Any addition of water must be directed by the Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. 3. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. Counter shall be reset to zero at the batch plant. Concrete may be rejected if counters have fewer than 70 or more than 150 turns when they arrive at the site. 4. Transmit mix trucks are to be in good working condition. Trucks which are not mechanically sound, have worn or obstructed mixing fins, have non-functioning drum counters, or leaking water valves shall not be used. C. Admixtures: ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-13 Project No.CO2315 Page 13 of 20 I. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable after the addition of cement. PART 3 EXECUTION 3.01 PREPARATION A. Notify the Owner's Representative upon completion of various portions of the work required for placing concrete so inspection may be made as early as possible. Keep the Owner's Representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor's concreting materials and equipment shall be complete and in compliance with the plans and specifications before proceeding with concrete placement. C. Concrete finishing shall be completed in daylight hours. When this is not possible, brilliantly light the work site so that all operations are plainly visible. D. Prior to and during concrete placement, forms shall be clean of any and all foreign matter. E. Mix concrete only in quantities for immediate use. Discard concrete which has set; re- tempering is not permitted. Completely discharge concrete at the site within one hour and 30 minutes after adding cement to aggregate. In hot weather, reduce this time to one hour or less to prevent stiffening of concrete before it is placed. F. Protection from Adverse Weather: If adverse weather is imminent, no concrete placement is permitted. Do not permit rainwater to increase mixing water or to damage the surface finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. G. If concrete arrives at the project with slump below that specified, water may be added only if the addition of water does not exceed either the maximum permissible water- cement ratio or maximum slump. Mix adjustments to obtain specified slump must be approved by the Engineer. H. Cold Weather Concreting 1. If the air temperature is at or below 40 degrees F, cold weather concreting shall be performed in accordance with ACI 306. This includes cases where the temperature drops below 40 degrees F after concrete operations have been started. The temperature shall be taken in shade away from artificial heat. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-14 Project No.CO2315 Page 14 of 20 2. When air temperatures are at or below 40 degrees F, heated mixing water or a combination of heated mixing water and heated aggregates shall be used, if required, to raise the concrete temperature to 70 degrees F. The temperature of the heated water or aggregates shall not exceed 150 degrees F when entering the mixer. 3. Concrete placement is not permitted when the air temperature is at or below 35 degrees F. The temperature shall be taken in shade away from artificial heat. 4. Salts, chlorides, chemicals or other foreign materials shall not be mixed with the concrete to prevent freezing or act as an accelerator. 5. When freezing temperatures may be expected during the curing period, the concrete shall be maintained at a temperature of at least 50 degrees F for five days or 70 degrees F for three days after placement. Concrete and adjacent form surfaces shall be kept continuously moist. Sudden cooling of concrete shall not be permitted. I. Hot Weather Concreting. 1. Hot weather concreting shall comply with ACI 305. At air temperature of 90 degrees F or above, concrete shall be kept as cool as possible during placement and curing. 2. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. Use chilled water or ice to reduce the temperature of the concrete as required. 3. Concrete shall be placed in the forms without the addition of any more water than is required by design. No excess water may be added to the concrete surface to aid in finishing. Control of the initial set and extending the time for finishing may be accomplished through the use of admixtures in accordance with these Specifications. 4. Plastic shrinkage cracking,due to rapid evaporation of moisture,shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305. 3.02 EMBEDDED ITEMS A. Refer to Section 03 15 00. 3.03 JOINTS A. Construction, control, isolation and expansion joints shall be installed and sealed as called for by the Plans and in accordance with Section 03 15 00. 3.04 WATERSTOPS A. PVC and hydrophilic waterstops shall be installed as called for by the Plans and in accordance with Section 03 15 00. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-15 Project No.CO2315 Page 15 of 20 3.05 GROUTING A. Perform all grouting as called for by the Plans and in accordance with Section 03 60 00. 3.06 CONCRETE TRANSPORTATION AND CONVEYING A. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94, Section 16. Each ticket must clearly show the amount of water, in gallons, that can be added to the mixer truck at the site without exceeding the maximum water-cement ratio for that mix design. B. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. 1. Troughs, chutes and pipes shall be steel or steel lined. 2. When steep slopes are necessary, provide baffles. 3. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 3.07 CONCRETE PLACEMENT A. Preparation 1. Sprinkle semi-porous subgrades to eliminate suction. 2. Seal extremely porous subgrades in an approved manner. 3. Clean and prepare existing concrete surface in accordance with these Specifications prior to placing new concrete. B. General 1. Deposit concrete continuously, or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of cold joints, seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete, and if prior approval has been obtained. 4. Do not start placing of concrete in supported elements until concrete previously placed in columns and walls is no longer plastic. 5. Deposit concrete as nearly as practicable in its final position to avoid segregation. Do not subject concrete to a procedure which will cause segregation. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-16 Project No.CO2315 Page 16 of 20 6. Deposit concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above. 7. Concrete shall not be dropped more than 10 feet when HRWR admixture is used and 5 feet without HRWR. 8. Where surface mortar is to be the basis of a finish, especially those designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of mortar against the form. Prevent formation of excessive surface voids. C. Slabs 1. After suitable bulkheads, screeds and if specified, jointing materials, have been positioned the concrete shall be placed continuously between construction joints, beginning at a bulkhead, edge form, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. 2. If there is a delay in casting,the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. 3. Concrete shall then be brought to correct level with a straightedge and struck off. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. D. Formed Concrete 1. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall be in contact with the concrete already placed. 2. In walls, place concrete in 12" to 24" lifts, keeping the surface horizontal. Compaction shall be by vibrator and shall be supplemented by hand puddling; puddling shall be continuous while pouring concrete and shall be done primarily between forms and reinforcing steel, around openings, or wherever needed to prevent honeycomb, fill voids or drive out large air bubbles. E. Concrete Poured Against Rock 1. Where concrete is poured against undisturbed rock, especially in drilled shafts, place concrete as soon as practicable after excavation to prevent weathering of exposed rock. a. For footings and slabs, place mud slabs within 4 hours after the excavation is at final grade. 2. Remove all water from excavation or shaft before placing concrete. 3.08 CONSOLIDATION OF CONCRETE A. All concrete shall be placed and consolidated with mechanical vibrators. 1. A minimum frequency of 7000 revolutions per minute is required for mechanical vibrators. 2. Do not use vibrators to transport concrete within forms. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-17 Project No. CO2315 Page 17 of 20 3. Insert vibrators and withdraw at points from 18 to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally until a liquefied appearance is produced on the surface. Do not over-vibrate causing segregation. 4. Keep a spare vibrator on the site during concrete placing operations.. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. B. Concrete for slabs shall be compacted with vibrating screeds and internal vibrators. C. Internal vibrators shall be used; form attached vibrators are not permitted. 3.09 FINISHING OF FORMED SURFACES A. Forms shall be removed as specified in Section 3100. Patch, repair, finish and clean concrete within 7 days of form removal in accordance with the Specifications. Cure concrete as finishing progress in accordance with the Specifications. B. No Finish: A finish is not required on surfaces which are not visible from the inside or outside of the structure or more than 12 inches below finished grade C. Smooth Form Finish: 1. Unless otherwise specified, all surfaces not meeting the requirements for"no finish" shall receive a smooth form finish. Use a smooth form finish on all surfaces exposed to view and liquid. 2. Provide a smooth, hard uniform texture on the concrete surface. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth, even edges and close joints. 3. Patch tie holes and defects. Rub fins and joint marks with carborundum stone to leave a smooth, unmarred finish surface. D. Related Unformed Surfaces: Tops of piers, walls, bent caps and similar unformed surfaces occurring adjacent to formed surfaces shall be struck smooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.10 FINISHING SLABS AND SIMILAR FLAT SURFACES A. Comply with the recommendations in ACI 302.1R for screeding, restraightening and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs and similar flat surfaces monolithically and apply as indicated in the Plans and as follows: 1. Rough Finish. a. Tank floors and slabs that receive grout or additional concrete toppings. b. Provide a rough surface by screeding only without further finish. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 03 30 00-18 Project No.CO2315 Page 18 of 20 2. Trowel Finish a. Slab surfaces exposed to view, liquids or to be Covered with a coating system, flooring coverings or membranes. b. After apply float finish, apply trowel finish and consolidate by hand or power driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 3. Broom Finish a. Sidewalks, walkways and platforms. b. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.11 CONCRETE CURING A. All concrete shall be cured in accordance with the Specifications. The curing methods shall be wet curing, sheet materials or membrane curing compound. Unless the curing method is specified otherwise, select the appropriate curing method. B. Length of Curing Period 1. A"curing day"shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 degrees F for at least 18 hours. 2. Continuously cure concrete for a period until 7 curing days have been reached. In cold weather, curing may be terminated after a period of 14 consecutive days. C. Wet Curing 1. Immediately after the finishing operations are completed or forms are stripped, the concrete shall be covered with wet cotton mats or with a temporary covering of canvas or burlap, thoroughly saturated with water before placement. A temporary covering shall be used when factors dictate that cotton mats cannot be placed immediately after finishing operations without marring the finishing of the concrete surface. 2. When temporary coverings are used keep them in place only until the surface has sufficiently hardened so that a cotton mat can be substituted without marring or disturbing the concrete finish. 3. The coverings shall remain in contact with the concrete for the duration of the curing period. 4. The Coverings shall be kept saturated with water for a period of 4 days after the concrete has been placed. 5. Water used for curing shall be potable and free from any injurious materials or deleterious substances. D. Sheet Curing ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-19 Project No.CO2315 Page 19 of 20 1. Immediately after the finishing operations are completed or forms are stripped, install sheet curing materials in accordance with all Manufacturer's recommendations. 2. Sheet curing shall be in contact with the entire concrete surface so as to prevent drying for the duration of the curing period. 3. When pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing 1. Membrane curing compound is not permitted on surfaces to be rubbed or on surfaces to receive additional concrete, grout, plaster or coatings. 2. Immediately after the finishing operations are completed or forms are stripped, apply membrane curing compound solution under pressure with a spray nozzle so the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage but shall not exceed 150 square feet per gallon of curing compound. 3. After application and under normal conditions, the curing compound shall be dry to the touch within 1 hour and shall be dry thoroughly and completely within 4 hours. When thoroughly dry it shall provide a continuous flexible membrane free from cracks and pinholes and shall remain intact during the required curing period. 4. If the membrane seal is broken during the curing period, immediately repair it with additional curing compound. F. After the curing period, the temperature of the exposed surface shall not be permitted to drop faster than 30 degrees F in 24 hours. 3.12 CONCRETE SURFACE REPAIRS A. Repair defective areas immediately after the removal of forms in accordance with Section 3740. B. If the concrete surface is bulged, uneven or exhibits defects which in the Engineer's opinion cannot be satisfactorily repaired, remove and replace the entire concrete section as directed. C. Patch tie holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with non-shrink, non-metallic grout. 3.13 FIELD QUALITY CONTROL A. Concrete Testing 1. General a. Tests shall be required throughout the work to monitor the quality of concrete. Take all samples in accordance with ASTM C172. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 30 00-20 Project No.CO2315 Page 20 of 20 b. Testing of concrete shall be conducted by an independent, qualified testing agency. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-1 Project No. 02315 Page 1 of 8 SECTION 03 60 00 GROUT PART 1 GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install grout. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3, Concrete. 1.03 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 211.1, Practice for Selecting Proportions for Normal, Heavy-Weight and Mass Concrete. 2. ACI 301, Specification for Structural Concrete. B. American Society for Testing and Materials (ASTM). 1. ASTM C33, Specification for Concrete Aggregates. 2. ASTM C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. 3. ASTM C150, Specification for Portland Cement. 4. ASTM C230, Standard Specification for Flow Table for Use in Tests of Hydraulic Cement. 5. ASTM C531, Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concrete. 6. ASTM C579, Standard Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 7. ASTM C827, Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures. 8. ASTM C882, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 9. ASTM C937, Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 10. ASTM C939, Standard Test Method for Flow of Grout for Pre placed-Aggregate Concrete (Flow Cone Method). 11. ASTM C1107, Specification for Packaged Dry, Hydraulic-Cement Grout(Non-shrink). 12. ASTM C1181, Standard Test Method for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SJVITCHGEAR REPLACEMENT City Project No. CO2315 03 60 00-2 Project No.02315 Page 2 of 8 1.04 SUBMITTALS A. Grout Mix Design: 1. For Grout Fill and Construction Joint Grout, submit the following: a. grout mix design b. laboratory test reports for grout strength tests. B. Reports and Certificates, submit the following: 1. For proprietary materials, submit copies of Manufacturer's certification of compliance with the specified properties for Class I, II, and III grouts. 2. Certified testing lab reports for tests specified herein for nonproprietary materials. 3. Certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. 4. Manufacturer's specifications and installation instructions for all proprietary materials. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: Grout materials from Manufacturers shall be delivered in unopened containers and shall bear intact manufacturer's labels. B. Storage of Materials: Grout materials shall be stored in a dry shelter and shall be protected from moisture. 1.06 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed grout work of similar scope and complexity with similar materials as found on this Project. B. Testing Agency Qualifications: An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to applicable ASTM standards to conduct the testing indicated. C. Field Tests: 1. Compression test specimens shall be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the Engineer to ensure continued compliance with these specifications. The specimens will be made by the Engineer or its representative. 2. Compression tests and fabrication of specimens for non-shrink grout shall be performed as specified in ASTM C109. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout shall be performed as specified in ASTM C579, Method B. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 4. The cost of all laboratory tests on grout will be borne by the Owner, but Contractor shall assist in obtaining specimens for testing. However, Contractor shall be charged for the cost of any additional tests and investigation on work performed which does ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-3 Project No. 02315 Page 3 of 8 not conform to the requirements of the specifications. Contractor shall supply all materials necessary for fabricating the test specimens. PART 2 PRODUCTS 2.01 GROUTS A. General: Non-shrink grout shall be a prepackaged, inorganic, flowable, non-gas- liberating, non-metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non-shrink grout specified herein shall be that recommended by the Manufacturer for the particular application. B. Class 1 Non-Shrink Grout: 1. Required minimum 28 day compressive strength is 7000 psi. 2. Shall meet the requirements of ASTM C1107 and the minimum compressive strength requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency (125 to 145 percent flow on ASTM C230, five drops in 3 seconds). 3. The grout shall not bleed when tested at maximum allowed water. 4. The non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Master Flow 100, as manufactured by BASF Building Systems. b. Five Star Grout, as manufactured by Five Star Products. C. Class 2 Non-Shrink Grout: 1. Required minimum 28 day compressive strength is 7000 psi. 2. Shall meet the requirements of ASTM C1107 Grades B and C and minimum compressive strength requirements when tested using the amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds in accordance with ASTM C 939).. 3. The length change from placement to time of final set shall not have a Shrinkage greater than the amount of expansion measured at 3 or 14 days. The expansion at 3 or 14 days shall not exceed the 28-day expansion. 4. The non-shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Masterflow 928, as manufactured by BASF Building Systems. b. Five Star Fluid Grout 100, as manufactured by Five Star Products, Inc. D. Class 3 Non-Shrink Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-4 Project No. 02315 Page 4 of 8 contain any non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted, unless specifically recommended by the Manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. 2. Required minimum 7 day compressive strength is 13,000 psi when tested in accordance with ASTM C579. 3. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. a. The vertical volume change at all times before hardening shall be between 0.0 percent shrinkage and four percent expansion when measured according to ASTM C827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0.9 and 1.1). Alternately, epoxy grouts which maintain an effective bearing area of not less than 95 percent are acceptable. b. The length change after hardening shall be negligible (less than 0.0006 in/in) and the coefficient of thermal expansion shall be less than 0.00003 in/in/F when tested in accordance to the requirements of ASTM C531. c. The compressive creep at one year shall be negligible (less than .001 in/in) when tested under a 400 psi constant load at 140°F in accordance to the requirements of ASTM C1181. d. The grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 70°F. e. The shear bond strength to Portland cement concrete shall be greater than the shear strength of the concrete when tested in accordance to the requirements of ASTM C882. f. The effective bearing area shall be a minimum of 95 percent. 4. Product and Manufacturer: Provide one of the following: a. Sikadur 42 Grout Pak, as manufactured by Sika Corporation. b. DP Five Star Epoxy Grout, as manufactured by Five Star Products. E. Grout Fill &Topping Grout: 1. Grout for topping of slabs and concrete fill for built-up surfaces of tank, channel, and basin bottoms shall be composed of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed as specified herein. All materials and procedures specified for normal concrete in Section 3300 shall apply except as noted otherwise herein. 2. Topping grout and concrete fill shall contain a minimum of 517 pounds of cement per cubic yard (5.5 sacks) with a maximum water cement ratio of 0.45. 3. Minimum 28 day compressive strength shall be 4000 psi. 4. Coarse aggregate shall be No. 8 (3/8"max) per Section 03 30 00. 5. Fine aggregate shall be as required in Section 03 30 00. 6. Slump shall be adjusted to match placement and finishing conditions, but shall not exceed 4 inches. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-5 Project No. 02315 Page 5 of 8 7. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. 8. Where grout placement is thicker than 4 inches, use Class A concrete as specified in Section 03 30 00. F. Requirements for Grout Fill and Topping Grout 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with ACI 211.1 and report to Engineer the following data: a. Complete identification of aggregate source of supply. b. Tests of aggregates for compliance with specified requirements. c. Scale weight of each aggregate. d. Absorbed water in each aggregate. e. Brand, type and composition of cement. f. Brand, type and amount of each admixture. g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard. i. Gross weight and yield per cubic yard of trial mixtures. j. Measured slump. k. Measured air content. I. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven day and 28 day test, and for each design mix. 2. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301, Section 4. 3. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 4. Admixtures: Use air-entraining admixture in all grout. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. Do not use admixtures which have not been incorporated and tested in the accepted design mix, unless otherwise authorized in writing by Engineer. G. Grout Applications: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise in the Drawings, grouts shall be provided as listed below. Application Grout Type Beam Base Plates Class 1 Column Base Plates Class 2 Equipment &Tank Base Plates Class 2 Machinery Base Plates Class 3 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-6 Project No.02315 Page 6 of 8 Filling blockout spaces for embedded items Class 2 (railing posts, gate guide frames, etc.) Toppings &fill 4 inches or less Grout Fill &Topping Grout Toppings &fill greater than 4 inches Class A Concrete (Section 03 30 00) All other applications Class 1 2.02 CURING MATERIALS A. Curing materials shall be as specified in Section 03 30 00 and as recommended by the Manufacturer of prepackaged grouts. 2.03 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. PART 3 EXECUTION 3.01 INSPECTION A. Contractor shall examine the substrate and conditions under which grout is to be placed and notify Engineer, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to Engineer. 3.02 INSTALLATION A. General: 1. Place grout as shown on the Drawings and in accordance with manufacturer's instructions. If Manufacturer's instructions conflict with the Specifications do not proceed until Engineer provides clarification. 2. Manufacturers of proprietary products shall make available upon 72 hours notification the services of a qualified, full time employee to aid in assuring proper use of the product under job conditions. 3. Placing grout shall conform to temperature and weather limitations in Section 03 30 00 . 4. Grout shall be cured following Manufacturer's instructions for prepackaged grout and the requirements in Section 03 30 00 . B. Columns, Beams and Equipment Bases: 1. After shimming base plate to proper grade, securely tighten anchor bolts. Properly form around the base plates, allowing sufficient room around the edges for placing the grout. Adequate depth between the bottom of the base plate and the top of concrete base must be provided to assure that the void is completely filled with the grout. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-7 Project No. 02315 Page 7 of 8 C. Handrails and Railings: 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the grout. Bevel grout at juncture with post so that moisture flows away from post. D. Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. The base slab shall be given a roughened textured surface by sandblasting or hydro-blasting exposing the aggregates to ensure bonding to the base slab. 2. Apply topping grout as shown in the Drawings; the minimum thickness of grout topping shall be 1-inch. 3. The base slab shall be thoroughly cleaned and wetted prior to placing topping and fill. No topping shall be placed until the slab is complete free from standing water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping shall be placed while the slurry is still wet. The topping shall be compacted by rolling or tamping, brought to established grade, and floated. Grouted fill for tank and basin bottoms where scraping mechanisms are to be installed shall be screeded by blades attached to the revolving mechanism of the equipment in accordance with the procedures outlined by the equipment Manufacturer after the grout is brought to the established grade. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand-troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 6. Cure and protect the grout topping as specified in Section 03 30 00 . E. Grout Fill 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03 30 00 . 2. The minimum thickness of grout fill shall be 1 inch. Where the finished surface of grout fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3 1/2 inches wide by 1 1/2 inches deep. 3. The surface shall be tested with a straight edge to verify that the surface slopes uniformly to drain and to detect high and low spots which shall be immediately eliminated. When the grout fill has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. During finishing, ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 03 60 00-8 Project No.02315 Page 8 of 8 no water, dry cement or mixture of dry cement and sand shall be applied to the surface. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 1200-1 Project No.CO2315 Page 1 of 6 SECTION 05 12 00 STRUCTURAL STEEL PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies primary structural steel elements such as columns, girders, beams, trusses and railing, including connections, bracing, bearing plates, leveling plates, bolts and other items. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 5 — Metals C. Division 9 - Coatings 1.03 REFERENCE STANDARDS A. American Institute of Steel Construction (AISC). 1. Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings. 2. Steel Construction Manual. 3. Code of Standard Practice for Steel Buildings and Bridges. 4. Design Guide 27 — Structural Stainless Steel B. American Welding Society (AWS): 1. D1.1 Structural Welding Code - Steel. 2. D1.6 Structural Welding Code — Stainless Steel. C. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 3. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished. 4. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 5. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 6. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 7. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 8. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 12 00-2 Project No.CO2315 Page 2 of 6 9. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 10. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 11. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 12. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot- Dip Galvanized Coatings. 13. ASTM A992 - Standard Specification for Structural Steel Shapes. 14. ASTM A1085 - Standard Specification for Cold-Formed Welded Carbon Steel Hollow Structural Sections (HSS). 15. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. D. The Coatings Society (SSPC): 1. SSPC Painting Manual, Volumes 1 & 2. E. Research Council on Riveted and Bolted Structural Joints (RCRBSJ): 1. Specification for Structural Joints Using ASTM A325 or A490 Bolts. 1.04 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings as specified in Division 1, General Provisions. Give sufficient detail to permit steel erection without referring to design drawings. 2. Drawings must include all structural steel items, welds, connections, bolt setting and erection diagrams. Show holes, cuts, reinforcing and other details required to prepare each item for erection to receive other work. Show location,types and sizes of welds and fastenings, including a bill of materials. 3. Erection drawings shall be sealed by a Licensed Professional Engineer in the State in which the project is will be built. 4. Provide a letter sealed by a Licensed Professional Engineer in the State in which the project will be built stating that all connections not specifically shown on the design structural drawings have been designed and detailed under their supervision. B. Certificates: Submit certified mill reports from the steel supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports, steel quality tests will be required at no cost to the Owner. 1.05 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be erected promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 1200-3 Project No.CO2315 Page 3 of 6 PART 2 PRODUCTS 2.01 MATERIALS A. Structural Steel: 1. All rolled structural shapes, plates and bars must meet the standards for ASTM A992 and ASTM A572, Grade 50 unless otherwise noted on the Drawings. 2. Clip angles, stiffeners, plates and other detail items must conform to standards of the main member to which the items are attached. B. Stainless Steel: 1. Use the stainless steel grade indicated on the drawings (304 or 316). Where the grade is not specified use AISI 316. Use a weldable(304L or 316L)grade of stainless steel for welded items. 2. For all stainless steel, required yield strength is 50,000 psi unless otherwise noted on the Drawings. C. Steel Pipe 1. Conform to ASTM A53, Type E or S, Grade B, welded or seamless. No hydrostatic tests required. D. Structural Steel Tubing: 1. Conform to ASTM A500, Grade B, with minimum yield strength of 46,000 psi. E. Bolts: Use bolts conforming to the referenced standard. 1. High-strength bolts, bearing-type connections conforming to ASTM A325. 2. Standard machine bolts conforming to ASTM A276 Type 316SS. 3. Anchorage furnished by steel fabricator. 2.02 SUBSTITUTIONS A. Substitution of sections or details is not permitted without prior approval. If items shown are not readily obtainable, request permission to substitute for the specified item. Substitutions may be allowed on items of equal or superior properties which conform to design criteria. 2.03 FABRICATION A. Begin fabrication of structural steel only after shop drawings have been reviewed with no exceptions taken. Fabricate according to AISC reference standards, codes, and these specifications unless directed or shown otherwise. B. Fabricate and assemble structural assemblies in the shop to the greatest extent possible. C. Drill, punch, cut and tap steel as required for anchorage, connection, or accommodating other work as shown, specified, or otherwise directed. Items with burned holes are considered defective and must be removed and replaced. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 12 00-4 Project No.CO2315 Page 4 of 6 2.04 GALVANIZING: 1. Hot-dipped zinc coat structural items specifically designated as galvanized after fabrication. Conform to the applicable standard, ASTM A123 or ASTM A153. 2. Use repair coating which conforms to ASTM A780. Acceptable products include: a. Carboline Carbo Zinc No. 11. b. Galv-Weld Products Galy-Weld Alloy. c. Koppers Organic Zinc coating. 3. All structural steel not called to be coated in the Drawings or Specifications shall be galvanized. 2.05 WELDING A. Perform welding in accord with the AWS reference standard. Use procedures such as preheat or interpass temperature as recommended by AWS standards. B. All shop and field welding must be performed by qualified welders who hold current welding certificates. C. Surfaces to be welded must be free of loose scale, slag, rust, grease, paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. D. Joint surfaces must be free of fins and tears caused by shearing. Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. E. Electrodes: 1. For structural steel, use AWS Low Hydrogen, Electrode E70XX Series suitable for the welding process used. 2. For stainless steel, use 70 ksi minimum tensile strength filler material suitable for the base metal and welding process in accordance with AWS specifications. 3. Protect electrodes from exposure to moisture and coating. F. If shop welding is done by automatic, submerged arc process, verify that physical properties of deposited weld metal will be similar to properties of the base metal. G. No welding shall be done when the temperature of the base metal is below 32°F. H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base metal at the fusion line is not acceptable. 2.06 SURFACE PREPARATION AND PAINTING A. All surfaces shall be prepared and finished in accordance with Section 09900 unless otherwise noted in the Drawings. Structural Steel shall be shop primed. Stainless steel not to be coated unless specifically called for in the Drawings. B. Galvanize structural steel items specifically shown or specified as galvanized. Members that are warped during the galvanizing process will be rejected. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 1200-5 Project No.CO2315 Page 5 of 6 2.07 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from his responsibility to furnish satisfactory materials. Right is reserved to reject material at any i:ime before final acceptance if material and workmanship do not conform to drawings and specifications. PART 3 EXECUTION 3.01 ERECTION A. Erect the structure according to AISC specifications and codes and reviewed shop drawings. B. Give careful attention to leveling and plumbing of structural steel at all stages of construction. C. Provide temporary shoring and bracing of sufficient strength to support imposed loads. Remove temporary shoring and bracing when permanent members are fully in place and all final connections have been made. D. Furnish templates for setting anchor bolts in concrete. E. Support column base plates on steel wedges with no portion of a wedge within one inch of base plate edge. Apply grout at base plates according to Manufacturer's recommendations. F. Driftpins may be used only to bring parts together if used carefully so as not to distort or damage metal. G. Connections will be welded or bolted as shown. Weld as previously specified in this section. Install high strength bolts according to the RCRBSJ reference standard. Tighten by turn-of-the-nut method. H. Use of a gas cutting torch for correcting fabrication errors in the field will not be permitted. Field holes shall be drilled. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 12 00-6 Project No.CO2315 Page 6 of 6 3.02 COATING REPAIRS A. Repair and touch-up field welds, abraded areas, damaged or defective areas and rust spots in accordance with Section 09900. B. Galvanized Surfaces: 1. Galvanized surfaces damaged from welding, handling, or installation shall be repaired immediately after installation with galvanizing repair material. Galvanizing repair shall be performed and completed before concrete is placed. Any member requiring repair of more than 2% of the surface area shall be rejected and replaced. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-1 Project No.CO2315 Page 1 of 13 SECTION 05 50 00 MISCELLANEOUS METAL FABRICATIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. This section specifies metal elements including but not limited to the following. All items listed are not necessarily included in the project, see Project Drawings for specific project requirements. 1. Shelf angles. 2. Steel framing and supports for equipment and where framing and supports are not specified in other Sections. 3. Pipe bollards. 4. Prefabricated access hatches. 5. Aluminum construction, including: a. Aluminum ladders. b. Aluminum stairs and platforms. 6. Steel and stainless steel stairs and platforms. 1.02 RELATED WORK A. Division 3 — Concrete B. Division 5 — Metals C. Division 9 - Coatings 1.03 REFERENCE STANDARDS A. International Code Council 1. International Building Code (IBC) B. American Society of Civil Engineers (ASCE) 1. ASCE-7: Minimum Design Loads for Buildings and Other Structures C. The Aluminum Association 1. Aluminum Design Manual. D. American Institute of Steel Construction (AISC). 1. Steel Construction Manual. 2. Design Guide 27 — Structural Stainless Steel. E. American Welding Society (AWS): 1. D1.1 Structural Welding Code - Steel. 2. D1.2 Structural Welding Code — Aluminum 3. D1.3 Structural Welding Code — Sheet Steel ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWiTCHGEAR REPLACEMENT City Project No. CO2315 05 50 00-2 Project No.CO2315 Page 2 of 13 4. D1.6 Structural Welding Code—Stainless Steel F. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A48 - Standard Specification for Gray Iron Castings. 3. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 4. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished. 5. ASTM A123 - Standard Specification for Zinc(Hot-Dip Galvanized) Coatings on Iron and Steel Products. 6. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 8. ASTM A240 — Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels and General Applications. 9. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 10. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength. 11. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 12. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 13. ASTM A500 - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 14. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 15. ASTM A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process 16. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot- Dip Galvanized Coatings. 17. ASTM A992 - Standard Specification for Structural Steel Shapes. 18. ASTM A1008 - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. 19. ASTM A1011 -Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 20. ASTM B26, Specification for Aluminum-Alloy Sand Castings. 21. ASTM 8136, Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 22. ASTM B137, Standard Test Method for Measurement of Coating Mass Per Unit Area on Anodically Coated Aluminum. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-3 Project No.CO2315 Page 3 of 13 23. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 24. ASTM B210, Standard Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. 25. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 26. ASTM B241, Standard Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. 27. ASTM B244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy-Current Instruments. 28. ASTM B247, Standard Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 29. ASTM B429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 30. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. G. The American Society of Safety Engineers (ASSE) 1. ASSE A1264.1, Safety Requirements for Workplace Walking/Working Surfaces & Their Access; Workplace Floor, Wall & Roof Openings; Stairs & Guardrails Systems H. The Society for Protective Coatings (SSPC): 1. SSPC Painting Manual, Volumes 1 & 2. I. United States Department of Labor: 1. OHSA Regulations (Standards - 29 CFR); Part 1926 - Safety and Health Regulations for Construction. 1.04 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings as specified in Division 1, General Provisions. 2. Submit detailed shop drawings showing sizes of members, method of assembly, anchorage, and connection to other members for approval prior to fabrication. 3. Provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that all connections not specifically shown on the design structural drawings have been designed and detailed under his supervision. B. If design and details for ladders, stairs, platforms or other systems and elements are not shown in the Drawings, provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that the proposed design and details have been designed and detailed under their supervision and meet all codes referenced by this Section and requirements of this Section. C. Certificates: Submit certified mill reports from the material supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-4 Project No.CO2315 Page 4 of 13 are not submitted or if the material cannot be positively identified and directly related to the reports, material quality tests will be required at no cost to the Owner. 1.05 COORDINATION A. The Work of this Section shall be completely coordinated with the Work of other Sections. Verify at the Site the dimensions and the Work of other trades adjoining items of Work in this Section before fabricating or installing the items specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the Work of other Sections. 1.06 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be installed promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. PART 2 PRODUCTS 2.01 GENERAL A. For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.02 ALUMINUM A. Materials 1. Aluminum structural shapes, bars and plates: a. Alloy 6061-T6. 2. Extruded aluminum pipe: a. Alloy 6063-T6 or 6061-T6. 3. Aluminum Castings: a. Alloy 535. B. Fabrication 1. Follow general fabrication requirements elsewhere in this Section. 2. Fabricate miscellaneous aluminum shapes and plates as shown. Furnish welded and mitered angle frames and other fabrications complete with welded anchors attached. Furnish all miscellaneous aluminum shown but not otherwise detailed. Structural shapes and extruded items shall comply with the dimensions on the Drawings within the tolerances published by the Aluminum Association. 3. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration of exposed aluminum surfaces. C. Finishes ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 5000-5 Project No.CO2315 Page 5 of 13 1. All exposed aluminum surfaces shall have anodized finish unless otherwise specified. Apply a coat of methacrylate lacquer to all aluminum before shipment. 2.03 FERROUS METALS A. Structural Steel: 1. All rolled structural shapes, plates and bars must meet the standards for ASTM A992 and ASTM A572, Grade 50 unless otherwise shown in the Drawings. 2. Clip angles, stiffeners, plates and other detail items must conform to standards of the main member to which the items are attached unless noted otherwise. B. Steel Pipe 1. Conform to ASTM A53, Type E or S, Grade B, welded or seamless. No hydrostatic tests required. C. Structural Steel Tubing: 1. Conform to ASTM A500, Grade B, with minimum yield strength of 46,000 psi. D. Stainless Steel: 1. Use the stainless steel grade indicated on the drawings (304 or 316). Where the grade is not specified use AISI 316. Use a weldable (304L or 316L) grade of stainless steel for welded items. 2. For all stainless steel, required yield strength is 50,000 psi unless otherwise noted in the Drawings. E. Slotted Channel Framing: 1. Galvanized steel cold-formed metal channels with flange edges returned toward web and with 9/16-inch wide slotted holes in webs at 2 inches on center. 2. Fabricate from steel conforming to ASTM A1101, GR 33. 3. Channel width: a. As indicated on the Drawings. 4. Channel depth: a. As indicated on the Drawings. F. Gray-Iron Castings: 1. Gray iron castings conforming to ASTM A48, Class 30 unless another class is indicated or required by structural loads. 2.04 FASTENERS: A. Provide ASTM F593, Type 316 fasteners for exterior use or when called for in the Drawings. B. Structural Steel Bolts, Nuts & Washers 1. Bolts & Nuts: a. Use high-strength bolts, conforming to ASTM A325 with hex nuts. 2. Washers ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 05 50 00-6 Project No.CO2315 Page 6 of 13 a. Plain washers, use round, carbon steel, ASME B18.22.1. b. Lock washers, use helical, spring type, carbon steel, ASME B18.22.1. 2.05 SHELF ANGLES A. Fabricate shelf angles from steel angles of sizes indicated and for attachment to concrete framing. Provide horizontally slotted holes to receive 314-inch bolts, spaced not more than 6 inches from ends and 24 inches o.c., unless otherwise indicated in the Drawings. B. For cavity walls, provide vertical channel brackets to support angles from backup masonry and concrete. Align expansion joints in angles with indicated control and expansion joints in cavity-wall exterior wythe. C. Galvanized shelf angles to be installed in exterior walls. D. Furnish wedge-type concrete inserts, complete with fasteners, to attach shelf angles to cast-in-place concrete unless otherwise indicated in the Drawings. 2.06 PIPE BOLLARDS A. Fabricate pipe bollards from Schedule 80 steel pipe. Cap bollards consistent with details in the Drawings. B. Where indicated, fabricate bollards with steel baseplates for bolting to concrete slab. Drill baseplates at all four corners for anchor bolts. Base plate and anchor bolts size shall be as shown on Drawings. Where bollards are to be anchored to sloping concrete slabs, angle base plates for plumb alignment of bollards. 2.07 PREFABRICATED ACCESS HATCHES A. Hatches: 1. General Requirements: a. Provide prefabricated access hatches of the sizes and types shown on the Drawings. b. Door leaf(s) shall be aluminum diamond plate as shown on Drawings. c. Unless otherwise noted on the Drawings, use pivot torsion bars for counterbalance or spring operators for easy operation. Doors shall open to 90 degrees with automatic door hold open and shall be provided with a grip handle to release the cover for closing. d. Hardware shall be durable and corrosion resistant with Type 316 stainless steel hardware used throughout. Provide removable lock handle. e. Provide factory mill finish and bituminous coating to the exterior of the frames. Where specified to be watertight, a 1-1/2-inch drainage coupling shall be provided in the perimeter channel frame. f. Break bond between dissimilar metals using a heavy coat of alkali resistant bituminous paint, or other coating recommended by the Manufacturer that will provide equivalent protection. Otherwise, hatches used at exposed exterior locations shall be weather stripped or sealed to resist penetration of water. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-7 Project No.CO2315 Page 7 of 13 Embedded frame with embedment anchors shall be supplied by the hatch Manufacturer. g. Manufacturers shall provide access hatch with aluminum safety grating panel installed beneath access covers to provide additional protection against fall through accidents when the cover is left in the open position. The aluminum grating panel shall be designed, anchored, etc., by the hatch Manufacturer. 2. Load Requirements: a. Pedestrian Access Only: (i) Hatches subjected to pedestrian access only shall be designed to withstand an unfactored live load of 125 pounds per square foot. b. Vehicular Access: (i) Hatches subjected to vehicular traffic shall be designed to withstand an unfactored concentrated wheel loading (live load) of 16,000 Ibs with an impact factor of 1.33 over a 20 inch by 10 inch tire contact area or an unfactored live load of 250 pounds per square foot, whichever produces the greatest stresses. 3. Acceptable Manufacturers: Subject to compliance with requirements, provide prefabricated roof hatch units by one of the following: a. Halliday Products, Inc., Orlando, FL. b. Bilco Company; New Haven, CT. (i) Type J for Single Leaf. (ii) Type JD for Double Leaf. B. Roof Scuttles: 1. General Requirements: a. Provide prefabricated roof scuttles of the sizes and types shown on the Drawings. 2. Cover: a. Galvanized steel with 3-inch bedded flange, neatly welded. Curb shall be 12- inch in height and galvanized steel. b. Cover shall be equipped with an automatic hold-open arm complete with vinyl grip handle to permit easy release. c. Equip units with complete hardware set including padlock, and both interior and exterior hatch handles. All hardware shall be Type 316 stainless steel. 3. Provide factory mill finish and bituminous coating to the exterior of the frames. Break bond between dissimilar metals as specified for Hatches. 4. Roof Scuttles shall be weather stripped or sealed to resist penetration of water as required. Embedded frame with embedment anchors shall be supplied by the Manufacturer. 5. Acceptable Manufacturers: Subject to compliance with requirements, provide prefabricated roof scuttle units by one of the following: a. Halliday Products, Inc., Orlando, FL. b. Bilco Company; New Haven, CT. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-8 Project No.CO2315 Page 8 of 13 2.08 ALUMINUM LADDERS A. Performance Criteria 1. Fixed ladders and side extensions shall meet the load requirements of ASCE-7, Section 4.5.4. 2. Fixed ladders and accessories shall be certified as meeting current requirements of IBC, ASCE-7 and OSHA. B. Materials: 1. Side Rails/Safety Cages, Rail Extension, and Platform: a. Aluminum plates, alloy 6061-T6 b. Aluminum extrusions, alloy 6063-T5. 2. Rungs: a. Knurled or serrated aluminum bars, 1.25-inch in square section, alloy 6061-T6. b. Weld size and filler material shall meet required design strength. 3. Rail Extension: a. Minimum 3'-6" above the landing and shall be fitted with deeply serrated, square, tubular grab rails. 4. Safety cage: a. Provide safety cage on all ladders over 20 feet unless otherwise noted in the Drawings. 5. Landing Platform: a. Provide at 30 foot intervals above the bottom of the ladder, complete with 1- 1/2 inch or greater diameter tubular aluminum guard rails and decks of serrated aluminum treads. 6. Wall/Floor Support Brackets.: a. Aluminum plates, alloy 6061-T6. b. 316 SS fasteners/rigid attack/locking. C. Acceptable Manufacturers: 1. O'Keefe's. 2. Alaco. D. Ladder safety post extensions 1. Each fixed ladder occurring below a hatch door shall be provided with an attached telescoping safety post extension of aluminum construction. Unit shall be completely assembled with stainless steel fasteners and brackets for securing to the ladder rungs provided by the Manufacturer. 2. Acceptable Manufacturers: Bilco - Ladder Up Safety Post, Model 2; or equal. 2.09 STAIRS AND PLATFORMS A. General ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-9 Project No.CO2315 Page 9 of 13 1. Provide stairs and platforms of the material designated where shown in the Drawings. If stair or platform details are not shown, provide a system meeting the performance criteria in this Section. B. Performance Criteria: 1. Design Loads, choose whichever gives the greatest stresses: a. Uniform Live Load: 125 psf b. Concentrated Live Load: 1,500 Ibs c. Maximum Clear Span Deflection: (i) L/360 or 1/4 inch, whichever is less, under uniform loading of 100 psf. C. Geometric Requirements: 1. Meet all geometric requirements for stair tread sizes, rise/run, landing locations and sizes, clearances, etc. of the reference codes and standards listed in this section. 2.10 GALVANIZING: A. Hot-dipped zinc coat structural items specifically designated as galvanized after fabrication. Conform to the applicable standard, ASTM A123 or ASTM A153. B. Use repair coating which conforms to ASTM A780. Acceptable products include: 1. Carboline Carbo Zinc No. 11. 2. Galv-Weld Products Galv-Weld Alloy. 3. Koppers Organic Zinc coating. C. Unless otherwise noted all structural steel shall be galvanized. 2.11 FABRICATION A. Fabricate according to industry reference standards, codes, and these specifications unless directed or shown otherwise. B. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32-inch (1 mm), unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-10 Project No.CO2315 Page 10 of 13 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. G. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. H. Fabricate joints that will be exposed to weather in a manner to exclude water,or provide weep holes where water may accumulate. I. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. J. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. K. Remove sharp or rough areas on exposed traffic surfaces. L. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.12 WELDING A. Perform welding in accord with the AWS reference standard. Use procedures such as preheat or interpass temperature as recommended by AWS standards. B. All shop and field welding must be performed by qualified welders who hold current welding certificates. C. Surfaces to be welded must be free of loose scale, slag, rust, grease, paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. D. Joint surfaces must be free of fins and tears caused by shearing. Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. E. Electrodes: 1. For structural steel, use AWS Low Hydrogen, Electrode E70XX Series suitable for the welding process used. 2. For stainless steel, use 70 ksi minimum tensile strength filler material suitable for base metals and welding process in accordance with AWS specifications. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-11 Project No.CO2315 Page 11 of 13 3. For aluminum, use filler alloy 5356 in accordance with AWS specifications. 4. Protect electrodes from exposure to moisture and coating. F. If shop welding is done by automatic, submerged arc process, verify that physical properties of deposited weld metal will be similar to properties of the base metal. G. No welding shall be done when the temperature of the base metal is below 32°F. H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base metal at the fusion line is not acceptable. 2.13 SURFACE PREPARATION AND PAINTING A. All surfaces shall be prepared and finished in accordance with Division 9 requirements unless otherwise noted in the Drawings. Structural steel shall be shop primed. Stainless steel shall not be coated unless otherwise specified in the Drawings or elsewhere in the Specifications. B. Galvanize structural steel items specifically shown or specified as galvanized in the Drawings. Members that are warped during the galvanizing process will be rejected. 2.14 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from his responsibility to furnish satisfactory materials. Right is reserved to reject material at any time before final acceptance if material and workmanship do not conform to drawings and specifications. PART 3 EXECUTION 3.01 INSTALLATION A. Install items according to industry specifications and codes and reviewed shop drawings. B. Fastening to In-Place Construction: 1. Provide anchorage devices and fasteners where necessary for securing metal fabrications to in-place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts and other connectors. C. Cutting, Fitting, and Placement: 1. Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 00-12 Project No.CO2315 Page 12 of 13 D. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. E. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. F. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 3.02 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. Install framing and supports to comply with requirements of items being supported, including Manufacturers' written instructions and requirements indicated on Shop Drawings, if any. 3.03 INSTALLING PIPE BOLLARDS A. Anchor bollards in place with concrete footings as shown in the Drawings. Support and brace bollards in position in footing excavations until concrete has been placed and cured. 3.04 INSTALLING LADDERS A. Install ladders to comply with requirements of the Drawings, Specifications and any Manufacturers' written instructions and requirements. 3.05 ADJUSTING AND CLEANING A. Touchup Painting: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. Apply by brush or spray to provide a minimum 2.0-mil (0.05mm)dry film thickness. 2. Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Section 09900 Painting. B. Repair of Galvanized Surfaces: 1. Thoroughly clean field welds, bolted connections, abrasions, abraded areas and galvanized surfaces damaged from welding, handling, or installation shall be repaired immediately after installation with galvanizing repair material. Apply ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 5000-13 Project No. CO2315 Page 13 of 13 matching galvanized repair coat as specified in this Section. Galvanizing repair shall be performed and completed before concrete is placed. Any member requiring repair of more than 2 percent of the surface area shall be rejected. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 1:3-1 Project No.CO2315 Page 1 of 8 SECTION 05 50 13 ALUMINUM SERVICE PLATFORMS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Aluminum service platforms and landings. 2. Integral railing and handrailing. 3. Vertical ladders. 4. Stairs. B. Related Sections: 1. Section 03 30 00 - Cast-In-Place Concrete. 2. Section 05 50 00 - Metal Fabrications. 1.02 REFERENCES A. The Aluminum Association: 1. The Aluminum Design Manual. B. American Welding Society (AWS): 1. AWS D1.2 Structural Welding Code - Aluminum. C. American Society for Testing and Materials (ASTM): 1. ASTM A307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. 2. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 3. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 4. ASTM B26, Specification for Aluminum-Alloy Sand Castings. 5. ASTM B136, Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 6. ASTM B137, Standard Test Method for Measurement of Coating Mass Per Unit Area on Anodically Coated Aluminum. 7. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 8. ASTM B210, Standard Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes. 9. ASTM 8221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 10. ASTM B241, Standard Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube. ROLLING HILLS ArTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 05 50 13-2 Project No.CO2315 Page 2 of 8 11, ASTM 8244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy-Current Instruments. 12. ASTM 8247, Standard Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 13. ASTM 8429, Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 14. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. D. The American Society of Safety Engineers (ASSE) 1. ASSE A1264.1, Safety Requirements for Workplace Walking/Working Surfaces & Their Access; Workplace Floor, Wall &Roof Openings; Stairs &Guardrails Systems E. The Society for Protective Coatings (SSPC): 1. SSPC Painting Manual, Volumes 1 & 2. F. United States Department of Labor: 1. OHSA Regulations (Standards - 29 CFR); Part 1926 - Safety and Health Regulations for Construction. 1.03 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings as specified in Division 01, General Provisions. 2. Submit detailed shop drawings showing sizes of members, method of assembly, anchorage, and connection to other members for approval prior to fabrication. 3. Provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that all connections not specifically shown on the design structural drawings have been designed and detailed under his supervision. B. If design and details for ladders, stairs, platforms or other systems and elements are not shown in the Drawings, provide a letter sealed by a Licensed Professional Engineer in the State which the project will be built stating that the proposed design and details have been designed and detailed under their supervision and meet all codes referenced by this Section and requirements of this Section. C. Certificates: Submit certified mill reports from the material supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports, material quality tests will be required at no cost to the Owner. 1.04 COORDINATION A. The Work of this Section shall be completely coordinated with the Work of other Sections. Verify at the Site the dimensions and the Work of other trades adjoining items of Work in this Section before fabricating or installing the items specified. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0550 13-3 Project No.CO2315 Page 3 of 8 B. Furnish to the pertinent trades all items included under this Section that are to be built into the Work of other Sections. 1.05 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be installed promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. PART 2 PRODUCTS 2.01 GENERAL A. For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.02 ALUMINUM A. Materials 1. Aluminum structural shapes, bars and plates: a. Alloy 6061-T6. 2. Extruded aluminum pipe: a. Alloy 6063-T6 or 6061-T6. 3. Aluminum Castings: a. Alloy 535. B. Fabrication 1. Follow general fabrication requirements elsewhere in this Section. 2. Fabricate miscellaneous aluminum shapes and plates as shown. Furnish welded and mitered angle frames and other fabrications complete with welded anchors attached. Furnish all miscellaneous aluminum shown but not otherwise detailed. Structural shapes and extruded items shall comply with the dimensions on the Drawings within the tolerances published by the Aluminum Association. 3. Weld aluminum work on the unexposed side when possible in order to prevent pitting or discoloration of exposed aluminum surfaces. C. Finishes 1. All exposed aluminum surfaces shall have anodized finish unless otherwise specified. Apply a coat of methacrylate lacquer to all aluminum before shipment. 2.03 FASTENERS A. Provide ASTM F593, Type 316 fasteners for exterior use or when called for in the Drawings. B. Structural Steel Bolts, Nuts & Washers ROLLING HILLc;nrrP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 05 50 13-4 Project No.CO2315 Page 4 of 8 1. Bolts &Nuts: a. Use high-strength bolts, conforming to ASTM A325 with hex nuts. 2. Washers a. Plain washers, use round, carbon steel, ASME B18.22.1. b. Lock washers, use helical, spring type, carbon steel, ASME B18.22.1. 2.04 ALUMINUM STAIRS AND PLATFORMS A. Materials: 1. Side Rails/Safety Cages, Rail Extension, and Platform: a. Aluminum plates, alloy 6061-T6 b. Aluminum extrusions, alloy 6063-T5. 2. Stair Treads: a. Match platform grating, with minimum 1-1/4 inch abrasive nosing. Furnish with integral carrier plate for mounting to stringers. 3. Wall/Floor Support Brackets.: a. Aluminum plates, alloy 6061-T6. b. 316 SS fasteners/rigid attack/locking. 2.05 RAILING AND HANDRAILS FABRICATION A. Posts and Rails: 1-1/2 inch diameter tubing, welded joints. B. Guard Top Rail: 42 inches above traffic surface to top of rail. C. Intermediate Rails: Spaced for maximum 21 inch clear opening between rail and toe plate. D. Stair Handrails: Mount 34 inches above tread nosing. E. Ships Ladder Handrails: Mount 12 inches perpendicular distance from stringer, beginning 36 inches above finished floor. F. Attachment: Bolted to stringers and platform perimeter framing. 2.06 ACCEPTABLE MANUFACTURERS A. Subject to the requirements of the contract, provide, stairs, railings and platforms by: 1. Erecta-Step. 2. Approved Equal. 2.07 STAIRS AND PLATFORMS A. General 1. Provide stairs and platforms of the material designated where shown in the Drawings. If stair or platform details are not shown, provide a system meeting the performance criteria in this Section. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0550 13-5 Project No.CO2315 Page:5 of 8 B. Performance Criteria: 1. Design Loads, choose whichever gives the greatest stresses: a. Uniform Live Load: 125 psf b. Concentrated Live Load: 1,500 Ibs c. Maximum Clear Span Deflection: (i) L/360 or 1/4 inch, whichever is less, under uniform loading of 100 psf. C. Geometric Requirements: 1. Meet all geometric requirements for stair tread sizes, rise/run, landing locations and sizes, clearances, etc. of the reference codes and standards listed in this section. 2.08 FABRICATION A. Fabricate according to industry reference standards, codes, and these specifications unless directed or shown otherwise. B. Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. C. Shear and punch metals cleanly and accurately. Remove burrs. D. Ease exposed edges to a radius of approximately 1/32-inch, unless otherwise indicated. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. F. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. G. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. H. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. ROLLING HILLS`JVTP HIGH SERVICE PUMP STATION swrrCHGEAR REPLACEMENT City Project No.CO2315 0550 13-6 Project No.CO2315 Page 6 of S I. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. J. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. K. Remove sharp or rough areas on exposed traffic surfaces. L. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.09 WELDING A. Perform welding in accord with the AWS reference standard. Use procedures such as preheat or interpass temperature as recommended by AWS standards. B. All shop and field welding must be performed by qualified welders who hold current welding certificates. C. Surfaces to be welded must be free of loose scale, slag, rust, grease, paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. D. Joint surfaces must be free of fins and tears caused by shearing. Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. E. Electrodes: 1. For structural steel, use AWS Low Hydrogen, Electrode E70XX Series suitable for the welding process used. 2. For stainless steel, use 70 ksi minimum tensile strength filler material suitable for base metals and welding process in accordance with AWS specifications. 3. For aluminum, use filler alloy 5356 in accordance with AWS specifications. 4. Protect electrodes from exposure to moisture and coating. F. If shop welding is done by automatic, submerged arc process, verify that physical properties of deposited weld metal will be similar to properties of the base metal. G. No welding shall be done when the temperature of the base metal is below 32°F. H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base metal at the fusion line is not acceptable. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 0550 13-7 Project No.CO2315 Page 7 of 8 2.10 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from his responsibility to furnish satisfactory materials. Right is reserved to reject material at any time before final acceptance if material and workmanship do not conform to drawings and specifications. PART 3 EXECUTION 3.01 EXAMINATION A. Verify of existing conditions before starting work. B. Verify bearing surfaces are at correct elevation. C. Verify anchors rods are set in correct locations and arrangements with correct exposure for platform structure attachment. D. Verify structural frame supporting platform is installed and braced for additional loads. E. Verify equipment installation is sufficiently complete to permit installation of service platform without interfering with equipment installation. 3.02 PREPARATION A. Furnish templates for installation of anchor rods embedded in concrete and masonry foundations. 3.03 INSTALLATION A. Install components plumb and level, accurately fitted, free from distortion or defects. B. Allow for erection loads, and for sufficient temporary bracing to maintain platform safe, plumb, and in alignment until completion of erection and installation of permanent bracing. C. Make field connections with threaded fasteners. D. Fasten metal plank grating to platform framing using clips recessed below traffic surface. E. Do not field cut or alter structural members without approval of Engineer. F. After erection, touch up abrasions to match shop finishes. 3.04 FIELD QUALITY CONTROL A. Bolted Connections: Inspect in accordance with AISC 303. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0550 13-8 Project No.CO2315 Page 8 of 8 1. Visually inspect all bolted connections. B. Correct defective bolted connections. END OF SECTION ROLLING HILLS VUTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-1 Project No.CO2315 Page 1 of 4 SECTION 08 33 23 OVERHEAD COILING DOORS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Service doors. B. Related Requirements: 1. Section 05 50 00 "Metal Fabrications" for miscellaneous steel supports. 1.03 ACTION SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. 1. Include construction details, material descriptions, dimensions of individual com- ponents, profiles for slats, and finishes. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished accessories. 3. Include description of automatic closing device and testing and resetting instruc- tions. B. Shop Drawings: For each installation and for special components not dimensioned or detailed in manufacturer's product data. 1. Include plans, elevations, sections, and mounting details. 2. Include details of equipment assemblies, and indicate dimensions, required clear- ances, method of field assembly, components, and location and size of each field connection. 3. Include points of attachment and their corresponding static and dynamic loads imposed on structure. 4. For exterior components, include details of provisions for assembly expansion and contraction and for excluding and draining moisture to the exterior. 5. Show locations of controls, locking devices, and other accessories. 6. Include diagrams for power, signal, and control wiring. C. Samples for Initial Selection: Manufacturer's finish charts showing full range of colors and textures available for units with factory-applied finishes. 1. Include similar Samples of accessories involving color selection. D. Samples for Verification: For each type of exposed finish on the following components, in manufacturer's standard sizes: ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-2 Project No.CO2315 Page 2 of 9 1. Curtain slats. 2. Bottom bar with sensor edge. 3. Guides. 4. Brackets. 5. Hood. 6. Locking device(s). 7. Include similar Samples of accessories involving color selection. 1.04 CLOSEOUT SUBMITTALS A. Maintenance Data: For overhead coiling doors to include in maintenance manuals. 1.05 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer for both installation and maintenance of units required for this Project. 1. Maintenance Proximity: Not more than two hours' normal travel time from Install- er's place of business to Project site. PART 2 PRODUCTS 2.01 MANUFACTURERS, GENERAL A. Source Limitations: Obtain overhead coiling doors from single source from single man- ufacturer. 1. Obtain operators and controls from overhead coiling door manufacturer. 2.02 PERFORMANCE REQUIREMENTS A. Structural Performance, Exterior Doors: Capable of withstanding the design wind loads. 1. Design Wind Load: Uniform pressure (velocity pressure) of 20 Ibf/sq. ft., acting inward and outward. 2. Testing: According to ASTM E 330. 3. Deflection Limits: Design overhead wiling doors to withstand design wind load without evidencing permanent deformation or disengagement of door compo- nents. 4. Operability under Wind Load: Design overhead wiling doors to remain operable under uniform pressure (velocity pressure) of 20 Ibf/sq. ft. wind load, acting in- ward and outward. 2.03 DOOR ASSEMBLY A. Service Door: Overhead coiling door formed with curtain of interlocking metal slats. B. Operation Cycles: Door components and operators capable of operating for not less than 50,000. One operation cycle is complete when a door is opened from the closed position to the fully open position and returned to the closed position. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0833 23-3 Project No.CO2315 Page 3 of 9 C. Door Curtain Material: Galvanized steel. D. Door Curtain Slats: Curved profile slats of 1-7/8-inch center-to-center height. E. Bottom Bar: Two angles, each not less than 1-1/2 by 1-112 by 1/8 inch thick; fabricat- ed from hot-dip galvanized steel and finished to match door. F. Curtain Jamb Guides: Galvanized steel with exposed finish matching curtain slats. G. Hood: Match curtain material and finish or Galvanized steel. 1. Shape: Round As shown on Drawings. 2. Mounting: Face of wall. H. Locking Devices: Equip door with slide bolt for padlock, locking device assembly and chain lock keeper. 1. Locking Device Assembly: Single-jamb side locking bars, operable from inside with thumb turn, outside with cylinder, outside only, with cylinder, inside and out- side with cylinders. I. Manual Door Operator: Chain-hoist operator. 1. Provide operator with through-wall shaft operation. 2. Provide operator with manufacturer's standard removable operating arm. J. Electric Door Operator: 1. Usage Classification: Standard duty, up to 25 cycles per hour and up to 90 cycles per day. 2. Operator Location: Wall. 3. Safety: Listed according to UL 325 by a qualified testing agency for commercial or industrial use; moving parts of operator enclosed or guarded if exposed and mounted at 8 feet or lower. 4. Motor Exposure: Exterior, wet, and humid. 5. Emergency Manual Operation: Chain type. 6. Obstruction-Detection Device: Automatic electric sensor edge on bottom bar. a. Sensor Edge Bulb Color: Black, 7. Control Station(s): Interior mounted. 8. Other Equipment: Audible and visual signals. K. Curtain Accessories: Equip door with weatherseals, push/pull handles, and automatic closing device. L. Door Finish: 1. Baked-Enamel or Powder-Coated Finish: Color as selected by Architect from manufacturer's full range. 2. Interior Curtain-Slat Facing: Finish as selected by Architect from manufacturer's full range. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-4 Project No.CO2315 Page 4 of 9 2.04 MATERIALS, GENERAL A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and applica- tion. 2.05 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Door Curtains: Fabricate overhead coiling-door curtain of interlocking metal slats, de- signed to withstand wind loading indicated, in a continuous length for width of door without splices. Unless otherwise indicated, provide slats of thickness and mechanical properties recommended by door manufacturer for performance, size, and type of door indicated, and as follows: 1. Steel Door Curtain Slats: Zinc-coated (galvanized), cold-rolled structural steel sheet; complying with ASTM A 653/A 653M, with G90 zinc coating; nominal sheet thickness (coated) of 0.028 inch; and as required. B. Curtain Jamb Guides: Manufacturer's standard angles or channels and angles of same material and finish as curtain slats unless otherwise indicated, with sufficient depth and strength to retain curtain, to allow curtain to operate smoothly, and to withstand loading. Slot bolt holes for guide adjustment. Provide removable stops on guides to prevent overtravel of curtain, and a continuous bar for holding windlocks. 2.06 HOODS A. General: Form sheet metal hood to entirely enclose coiled curtain and operating mechanism at opening head. Contour to fit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Form closed ends for surface- mounted hoods and fascia for any portion of between-jamb mounting that projects beyond wall face. Equip hood with intermediate support brackets as required to pre- vent sagging. 1. Galvanized Steel: Nominal 0.028-inch-thick, hot-dip galvanized steel sheet with G90 zinc coating, complying with ASTM A 653/A 653M. 2.07 LOCKING DEVICES A. Slide Bolt: Fabricate with side-locking bolts to engage through slots in tracks for lock- ing by padlock, located on both left and right jamb sides, operable from coil side. B. Chain Lock Keeper: Suitable for padlock. C. Safety Interlock Switch: Equip power-operated doors with safety interlock switch to disengage power supply when door is locked. 2.08 CURTAIN ACCESSORIES A. Weatherseals for Exterior Doors: Equip each exterior door with weather-stripping gas- kets fitted to entire exterior perimeter of door for a weather-resistant installation un- less otherwise indicated. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-5 Project No.CO2315 Page 5 of 9 1. At door head, use 1/8-inch-thick, replaceable, continuous-sheet baffle secured to inside of hood or field- installed on the header. 2. At door jambs, use replaceable, adjustable, continuous, flexible, 1/8-inch-thick seals of flexible vinyl, rubber, or neoprene or nylon brushes. B. Pole Hooks: Provide pole hooks and poles for doors more than 84 inches high. 2.09 COUNTERBALANCING MECHANISM A. General: Counterbalance doors by means of manufacturer's standard mechanism with an adjustable-tension, steel helical torsion spring mounted around a steel shaft and contained in a spring barrel connected to top of curtain with barrel rings. Use grease- sealed bearings or self-lubricating graphite bearings for rotating members. 2.10 MANUAL DOOR OPERATORS A. Chain-Hoist Operator: Consisting of endless steel hand chain, chain-pocket wheel and guard, and gear-reduction unit with a maximum 25-lbf force for door operation. Pro- vide alloy-steel hand chain with chain holder secured to operator guide. 2.11 ELECTRIC DOOR OPERATORS A. General: Electric door operator assembly of size and capacity recommended and pro- vided by door manufacturer for door and operation-cycles requirement specified, with electric motor and factory-prewired motor controls, starter, gear-reduction unit, sole- noid-operated brake, clutch, control stations, control devices, integral gearing for lock- ing door, and accessories required for proper operation. 1. Comply with NFPA 70. 2. Control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24-V ac or dc. B. Usage Classification: Electric operator and components capable of operating for not less than number of cycles per hour indicated for each door. C. Door Operator Location(s): Operator location indicated for each door. 1. Top-of-Hood Mounted: Operator is mounted to the right or left door head plate with the operator on top of the door-hood assembly and connected to the door drive shaft with drive chain and sprockets. Headroom is required for this type of mounting. 2. Front-of-Hood Mounted: Operator is mounted to the right or left door head plate with the operator on coil side of the door-hood assembly and connected to the door drive shaft with drive chain and sprockets. Front clearance is required for this type of mounting. 3. Wall Mounted: Operator is mounted to the inside front wall on the left or right side of door and connected to door drive shaft with drive chain and sprockets. Side room is required for this type of mounting. Wall mounted operator can also be mounted above or below shaft; if above shaft, headroom is required. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-6 Project No.CO2315 Page 6 of 9 4. Bench Mounted: Operator is mounted to the right or left door head plate and connected to the door drive shaft with drive chain and sprockets. Side room is re- quired for this type of mounting. 5. Through-Wall Mounted: Operator is mounted on other side of wall from coil side of door. D. Motors: Reversible-type motor with controller (disconnect switch) for motor exposure indicated. 1. Electrical Characteristics: a. Phase: Polyphase. b. Volts: 460 V. c. Hertz: 60. 2. Motor Size: Minimum size as indicated. If not indicated, large enough to start, ac- celerate, and operate door in either direction from any position, at a speed not less than 8 in./sec. and not more than 12 in./sec., without exceeding nameplate ratings or service factor. 3. Operating Controls, Controllers, Disconnect Switches, Wiring Devices, and Wiring: Manufacturer's standard unless otherwise indicated. 4. Coordinate wiring requirements and electrical characteristics of motors and other electrical devices with building electrical system and each location where installed. E. Limit Switches: Equip each motorized door with adjustable switches interlocked with motor controls and set to automatically stop door at fully opened and fully closed posi- tions. F. Obstruction Detection Devices: External entrapment protection consisting of indicated automatic safety sensor capable of protecting full width of door opening. For non-fire- rated doors, activation of device immediately stops and reverses downward door trav- el. For fire-rated doors, activation delays closing. 1. Photoelectric Sensor: Manufacturer's standard system designed to detect an ob- struction in door opening without contact between door and obstruction. a. Self-Monitoring Type: Designed to interface with door operator control circuit to detect damage to or disconnection of sensing device. When self-monitoring feature is activated, door closes only with sustained or constant pressure on close button. 2. Electric Sensor Edge: Automatic safety sensor edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor activates device. Connect to control circuit using manufacturer's standard take-up reel or self- coiling cable. a. Self-Monitoring Type: Four-wire configured device designed to interface with door operator control circuit to detect damage to or disconnection of sensor edge. 3. Pneumatic Sensor Edge: Automatic safety sensor edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor activates device. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-7 Project No.CO231S Page 7 of 9 G. Control Station: Three-button control station in fixed location with momentary-contact push-button controls labeled "Open" and "Stop" and sustained- or constant-pressure push-button control labeled "Close." 1. Interior-Mounted Units: Full-guarded, surface-mounted, heavy-duty type, with general-purpose NEMA ICS 6, Type 1 enclosure. 2. Exterior-Mounted Units: Full-guarded, standard-duty, surface-mounted, weather- proof type, NEMA ICS 6, Type 4 enclosure, key operated. H. Emergency Manual Operation: Equip each electrically powered door with capability for emergency manual operation. Design manual mechanism so required force for door operation does not exceed 25 Ibf. I. Emergency Operation Disconnect Device: Equip operator with hand-operated discon- nect mechanism for automatically engaging manual operator and releasing brake for emergency manual operation while disconnecting motor without affecting timing of limit switch. Mount mechanism so it is accessible from floor level. Include interlock de- vice to automatically prevent motor from operating when emergency operator is en- gaged. 1. Motor Removal: Design operator so motor may be removed without disturbing limit- switch adjustment and without affecting emergency manual operation. K. Audible and Visual Signals: Audible alarm and visual indicator lights in compliance with regulatory requirements for accessibility. 2.12 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM/NOMMA's "Metal Finishes Manual for Architectural and Metal Products (AMP 500-06)" for recommendations for applying and designating finishes. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.13 STEEL AND GALVANIZED-STEEL FINISHES A. Factory Prime Finish: Manufacturer's standard primer, compatible with field-applied finish. Comply with coating manufacturer's written instructions for cleaning, pretreat- ment, application, and minimum dry film thickness. B. Baked-Enamel or Powder-Coat Finish: Manufacturer's standard baked-on finish con- sisting of prime coat and thermosetting topcoat. Comply with coating manufacturer's written instructions for cleaning, pretreatment, application, and minimum dry film thickness. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-8 Project No.CO2315 Page 8 of 9 PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates areas and conditions, with Installer present, for compliance with requirements for substrate construction and other conditions affecting performance of the Work. B. Examine locations of electrical connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Install overhead coiling doors and operating equipment complete with necessary hardware, anchors, inserts, hangers, and equipment supports; according to manufac- turer's written instructions and as specified. B. Install overhead coiling doors, hoods, controls, and operators at the mounting loca- tions indicated for each door. C. Accessibility: Install overhead coiling doors, switches, and controls along accessible routes in compliance with regulatory requirements for accessibility. D. Power-Operated Doors: Install automatic garage doors openers according to UL 325. 3.03 STARTUP SERVICE A. Engage a factory-authorized service representative to perform startup service. 1. Perform installation and startup checks according to manufacturer's written in- structions. 2. Test and adjust controls and safety devices. Replace damaged and malfunctioning controls and equipment. 3. Test door closing when activated by detector or alarm-connected fire-release sys- tem. Reset door-closing mechanism after successful test. 3.04 ADJUSTING A. Adjust hardware and moving parts to function smoothly so that doors operate easily, free of warp, twist, or distortion. 1. Adjust exterior doors and components to be weather-resistant. B. Lubricate bearings and sliding parts as recommended by manufacturer. C. Adjust seals to provide tight fit around entire perimeter. 3.05 MAINTENANCE SERVICE A. Initial Maintenance Service: Beginning at Substantial Completion, maintenance service shall include 12 months' full maintenance by skilled employees of coiling-door Install- er. Include quarterly preventive maintenance, repair or replacement of worn or defec- ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 33 23-9 Project No.CO2315 Page 9 of 9 tive components, lubrication, cleaning, and adjusting as required for door operation. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. 1. Perform maintenance, including emergency callback service, during normal work- ing hours. 2. Include 24-hour-per-day, seven-day-per-week, emergency callback service. 3.06 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance per- sonnel to adjust, operate, and maintain overhead coiling doors. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0841 13-1 Project No.CO2315 Page 1 of 8 SECTION 08 41 13 ALUMINUM-FRAMED ENTRANCES AND STOREFRONTS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Interior storefront framing. 2. Storefront framing for window walls. 3. Storefront framing for ribbon walls. 4. Storefront framing for punched openings. 5. Interior manual-swing entrance doors and door-frame units. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual com- ponents and profiles, and finishes. B. Shop Drawings: For aluminum-framed entrances and storefronts. Include plans, eleva- tions, sections, full-size details, and attachments to other work. 1. Include details of provisions for assembly expansion and contraction and for draining moisture occurring within the assembly to the exterior. 2. Include full-size isometric details of each vertical-to-horizontal intersection of alu- minum-framed entrances and storefronts, showing the following: a. Joinery, including concealed welds. b. Anchorage. c. Expansion provisions. d. Glazing. e. Flashing and drainage. 3. Show connection to and continuity with adjacent thermal, weather, air, and vapor barriers. C. Samples for Initial Selection: For units with factory-applied color finishes. D. Samples for Verification: For each type of exposed finish required, in manufacturer's standard sizes. E. Fabrication Sample: Of each vertical-to-horizontal intersection of assemblies, made from 12-inch lengths of full-size components and showing details of the following: 1. Joinery, including concealed welds. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 0841 13-2 Project No.CO2315 Page 2 of 8 2. Anchorage. 3. Expansion provisions. 4. Glazing. 5. Flashing and drainage. F. Entrance Door Hardware Schedule: Prepared by or under supervision of supplier, de- tailing fabrication and assembly of entrance door hardware, as well as procedures and diagrams. Coordinate final entrance door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of entrance door hardware. G. Delegated-Design Submittal: For aluminum-framed entrances and storefronts indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their prepara- tion. 1.04 CLOSEOUT SUBMITTALS A. Maintenance Data: For aluminum-framed entrances and storefronts to include in maintenance manuals. B. Maintenance Data for Structural Sealant: For structural-sealant-glazed storefront to in- clude in maintenance manuals. Include ASTM C 1401 recommendations for post- installation-phase quality-control program. 1.05 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. Product Options: Information on Drawings and in Specifications establishes require- ments for aesthetic effects and performance characteristics of assemblies. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of compo- nents and assemblies as they relate to sightlines, to one another, and to adjoining construction. 1. Do not change intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If changes are proposed, submit comprehensive explan- atory data to Architect for review. C. Structural-Sealant Glazing: Comply with ASTM C 1401 for design and installation of storefront systems. PART 2 PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. General Performance: Comply with performance requirements specified, as deter- mined by testing of aluminum-framed entrances and storefronts representing those indicated for this Project without failure due to defective manufacture, fabrication, in- stallation, or other defects in construction. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0841 13-3 Project No.CO2315 Page 3 of 8 1. Aluminum-framed entrances and storefronts shall withstand movements of sup- porting structure including, but not limited to, story drift, twist, column shorten- ing, long-term creep, and deflection from uniformly distributed and concentrated live loads. 2. Failure also includes the following: a. Thermal stresses transferring to building structure. b. Glass breakage. c. Noise or vibration created by wind and thermal and structural movements. d. Loosening or weakening of fasteners, attachments, and other components. e. Failure of operating units. B. Structural Loads: 1. Wind Loads: 20 psf. 2.02 MANUFACTURERS A. Source Limitations: Obtain all components of aluminum-framed entrance and store- front system, including framing and accessories, from single manufacturer. 2.03 FRAMING A. Framing Members: Manufacturer's extruded- or formed-aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Construction: Thermally broken. 2. Glazing System: Retained mechanically with gaskets on four sides. 3. Glazing Plane: Front. 4. Finish: Color anodic finish, match adjoining construction. 5. Fabrication Method: Field-fabricated stick system. B. Backer Plates: Manufacturer's standard, continuous backer plates for framing mem- bers, if not integral, where framing abuts adjacent construction. C. Brackets and Reinforcements: Manufacturer's standard high-strength aluminum with nonstaining, nonferrous shims for aligning system components. D. Materials: 1. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. a. Sheet and Plate: ASTM B 209. b. Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221. c. Extruded Structural Pipe and Tubes: ASTM B 429/B 429M. d. Structural Profiles: ASTM B 308/B 308M. 2. Steel Reinforcement: Manufacturer's standard zinc-rich, corrosion-resistant primer complying with SSPC-PS Guide No. 12.00; applied immediately after surface prep- aration and pretreatment. Select surface preparation methods according to rec- ommendations in SSPC-SP COM, and prepare surfaces according to applicable SSPC standard. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 0841 13-4 Project No.CO2315 Page 4 of 8 a. Structural Shapes, Plates, and Bars: ASTM A 36/A 36M. b. Cold-Rolled Sheet and Strip: ASTM A 1008/A 1008M. c. Hot-Rolled Sheet and Strip: ASTM A 1011/A 1011M. 2.04 ENTRANCE DOOR SYSTEMS A. Entrance Doors: Manufacturer's standard glazed entrance doors for manual-swing op- eration. 1. Door Construction: 1-3/4-inch overall thickness, with minimum 0.125-inch-thick, extruded-aluminum tubular rail and stile members. Mechanically fasten corners with reinforcing brackets that are deeply penetrated and fillet welded or that in- corporate concealed tie rods. 2. Door Design: As indicated. 3. Glazing Stops and Gaskets: Beveled, snap-on, extruded-aluminum stops and pre- formed gaskets. a. Provide nonremovable glazing stops on outside of door. 2.05 ENTRANCE DOOR HARDWARE A. General: Provide entrance door hardware and entrance door hardware sets indicated in door and frame schedule for each entrance door to comply with requirements in this Section. 1. Entrance Door Hardware Sets: Provide quantity, item, size, finish or color indicat- ed. 2. Sequence of Operation: Provide electrified door hardware function, sequence of operation, and interface with other building control systems indicated. 3. Opening-Force Requirements: a. Accessible Interior Doors: Not more than 5 Ibf to fully open door. B. Designations: Requirements for design, grade, function, finish, size, and other distinc- tive qualities of each type of entrance door hardware are indicated in "Entrance Door Hardware Sets" Article. Products are identified by using entrance door hardware des- ignations as follows: 1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in "Entrance Door Hardware Sets" Article. 2. References to BHMA Standards: Provide products complying with these standards and requirements for description, quality, and function. C. Butt Hinges: BHMA A156.1, Grade 1, radius corner. 1. Nonremovable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while entrance door is closed. 2. Quantities: a. For doors up to 87 inches high, provide three hinges per leaf. b. For doors more than 87 and up to 120 inches high, provide four hinges per leaf. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0841 13-5 Project No.CO2315 Page 5 of 8 D. Panic Exit Devices: BHMA A156.3, Grade 1, listed and labeled by a testing and inspect- ing agency acceptable to authorities having jurisdiction, for panic protection, based on testing according to UL 305. Provide lever action on shop floor side of the door. E. Cylinders: BHMA A156.5, Grade 1. F. Strikes: Provide strike with black-plastic dust box for each latch or lock bolt; fabricated for aluminum framing. G. Operating Trim: BHMA A156.6. H. Closers: BHMA A156.4, Grade 1, with accessories required for a complete installation, sized as required by door size, exposure to weather, and anticipated frequency of use; adjustable to comply with field conditions and requirements for opening force. I. Silencers: BHMA A156.16, Grade 1. J. Thresholds: BHMA A156.21, raised thresholds beveled with a slope of not more than 1:2, with maximum height of 112 inch. 2.06 GLAZING A. Glazing: Comply with Section 08 80 00 "Glazing." B. Glazing Gaskets: Manufacturer's standard sealed-corner pressure-glazing system of black, resilient elastomeric glazing gaskets, setting blocks, and shims or spacers. C. Glazing Sealants: As recommended by manufacturer. D. Structural Glazing Sealants: ASTM C 1184, chemically curing silicone formulation that is compatible with system components with which it comes in contact, specifically for- mulated and tested for use as structural sealant and approved by structural-sealant manufacturer for use in storefront system indicated. 1. Color: Black. 2.07 ACCESSORIES A. Fasteners and Accessories: Manufacturer's standard corrosion-resistant, nonstaining, nonbleeding fasteners and accessories compatible with adjacent materials. 1. Use self-locking devices where fasteners are subject to loosening or turning out from thermal and structural movements, wind loads, or vibration. 2. Reinforce members as required to receive fastener threads. 3. Use exposed fasteners with countersunk Phillips screw heads, finished to match framing system. B. Anchors: Three-way adjustable anchors with minimum adjustment of 1 inch that ac- commodate fabrication and installation tolerances in material and finish compatible with adjoining materials and recommended by manufacturer. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0841 13-6 Project No.CO2315 Page 6 of 8 1. Concrete and Masonry Inserts: Hot-dip galvanized cast-iron, malleable-iron, or steel inserts complying with ASTM A 123/A 123M or ASTM A 153/A 153M re- quirements. 2.08 FABRICATION A. Form or extrude aluminum shapes before finishing. B. Weld in concealed locations to greatest extent possible to minimize distortion or dis- coloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. C. Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Physical and thermal isolation of glazing from framing members. 4. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 5. Provisions for field replacement of glazing from interior. 6. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. D. Mechanically Glazed Framing Members: Fabricate for flush glazing without projecting stops. E. Structural-Sealant-Glazed Framing Members: Include accommodations for using tem- porary support device to retain glazing in place while structural sealant cures. F. Storefront Framing: Fabricate components for assembly using shear-block system, screw-spline system, or head-and-sill-receptor system with shear blocks at intermedi- ate horizontal members. G. Entrance Door Frames: Reinforce as required to support loads imposed by door opera- tion and for installing entrance door hardware. 1. At interior doors, provide silencers at stops to prevent metal-to-metal contact. In- stall three silencers on strike jamb of single-door frames and two silencers on head of frames for pairs of doors. H. Entrance Doors: Reinforce doors as required for installing entrance door hardware. I. Entrance Door Hardware Installation: Factory install entrance door hardware to the greatest extent possible. Cut, drill, and tap for factory-installed entrance door hard- ware before applying finishes. 1. After fabrication, clearly mark components to identify their locations in Project accord- ing to Shop Drawings. 2.09 ALUMINUM FINISHES A. Color Anodic Finish: AAMA 611, AA-M12C22A32/A34, Class II, 0.010 mm or thicker. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0841 13-7 Project No.CO2315 Page 7 of 8 I. Color: Match adjoining construction. 2.10 SOURCE QUALITY CONTROL A. Structural Sealant: Perform quality-control procedures complying with ASTM C 1401 recommendations including, but not limited to, assembly material qualification proce- dures, sealant testing, and assembly fabrication reviews and checks. PART 3 EXECUTION 3.01 EXAMINATION A. Examine areas, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Prepare surfaces that are in contact with structural sealant according to sealant manu- facturer's written instructions to ensure compatibility and adhesion. Preparation in- cludes, but is not limited to, cleaning and priming surfaces. 3.03 INSTALLATION A. General: 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure nonmovement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and elec- trolytic deterioration and to prevent impeding movement of moving joints. 6. Seal perimeter and other joints watertight unless otherwise indicated. B. Metal Protection: 1. Where aluminum is in contact with dissimilar metals, protect against galvanic ac- tion by painting contact surfaces with materials recommended by manufacturer for this purpose or by installing nonconductive spacers. 2. Where aluminum is in contact with concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. C. Set continuous sill members and flashing in full sealant bed as specified in Sec- tion 07 92 00 "Joint Sealants" to produce weathertight installation. D. Install components plumb and true in alignment with established lines and grades. E. Install operable units level and plumb, securely anchored, and without distortion. Ad- just weather-stripping contact and hardware movement to produce proper operation. F. Install glazing as specified in Section 08 80 00 "Glazing." ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0841 13-5 Project No.CO2315 Page S of S G. Install weather-seal sealant according to Section 07 92 00 "Joint Sealants" and accord- ing to sealant manufacturer's written instructions to produce weatherproof joints. In- stall joint filler behind sealant as recommended by sealant manufacturer. H. Entrance Doors: Install doors to produce smooth operation and tight fit at contact points. 1. Exterior Doors: Install to produce weathertight enclosure and tight fit at weather stripping. 2. Field-Installed Entrance Door Hardware: Install surface-mounted entrance door hardware according to entrance door hardware manufacturers' written instruc- tions using concealed fasteners to greatest extent possible. 3.04 ERECTION TOLERANCES A. Erection Tolerances: Install aluminum-framed entrances and storefronts to comply with the following maximum tolerances: 1. Plumb: 1/8 inch in 10 feet; 1/4 inch in 40 feet. 2. Level: 1/8 inch in 20 feet; 1/4 inch in 40 feet. 3. Alignment: a. Where surfaces abut in line or are separated by reveal or protruding element up to 1/2 inch wide, limit offset from true alignment to 1/16 inch. b. Where surfaces are separated by reveal or protruding element from 1/2 to 1 inch wide, limit offset from true alignment to 1/8 inch. c. Where surfaces are separated by reveal or protruding element of 1 inch wide or more, limit offset from true alignment to 1/4 inch. 4. Location: Limit variation from plane to 1/8 inch in 12 feet; 1/2 inch over total length. 3.05 MAINTENANCE SERVICE A. Entrance Door Hardware: 1. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of entrance door hardware. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 80 00-1 Project No.CO2315 Page 1 of 8 SECTION 08 80 00 GLAZING PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes: 1. Glass for doors storefront framing, glazed curtain walls. 2. Glazing sealants and accessories. B. Related Requirements: 1. Section 08 41 13 0 Aluminum-Framed Entrances and Storefronts. 1.03 DEFINITIONS A. Glass Manufacturers: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications. B. Glass Thicknesses: Indicated by thickness designations in millimeters according to ASTM C 1036. C. IBC: International Building Code. D. Interspace: Space between lites of an insulating-glass unit. 1.04 COORDINATION A. Coordinate glazing channel dimensions to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable toler- ances. 1.05 ACTION SUBMITTALS A. Product Data: For each type of product. B. Glass Samples: For each type of glass product other than clear monolithic vision glass. C. Glazing Accessory Samples: For sealants. D. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 80 00-2 Project No.CO2315 Page 2 of 8 E. Delegated-Design Submittal: For glass indicated to comply with performance require- ments and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.06 INFORMATIONAL SUBMITTALS A. Product Certificates: For glass. 1.07 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs glass installers for this Project who are certified under the National Glass Association's Certified Glass Installer Pro- gram. 1.08 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials according to manufacturer's written instructions. Prevent damage to glass and glazing materials from condensation, temperature changes, di- rect exposure to sun, or other causes. B. Comply with insulating-glass manufacturer's written instructions for venting and seal- ing units to avoid hermetic seal ruptures due to altitude change. 1.09 FIELD CONDITIONS A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes. 1. Do not install glazing sealants when ambient and substrate temperature condi- tions are outside limits permitted by sealant manufacturer or are below 40 deg F. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Source Limitations for Glass: Obtain from single source from single manufacturer for each glass type. B. Source Limitations for Glazing Accessories: Obtain from single source from single manufacturer for each product and installation method. 2.02 PERFORMANCE REQUIREMENTS A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to the following: defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing mate- rials; or other defects in construction. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 80 00-3 Project No.CO2315 Page 3 of 8 B. Structural Performance: Glazing shall withstand the following design loads within limits and under conditions indicated determined according to the IBC and ASTM E 1300. C. Safety Glazing: Where safety glazing is indicated, provide glazing that complies with 16 CFR 1201, Category II. 2.03 GLASS PRODUCTS, GENERAL A. Safety Glazing Labeling: Where safety glazing is indicated, permanently mark glazing with certification label of the SGCC, the SGCC or another certification agency accepta- ble to authorities having jurisdiction or manufacturer. Label shall indicate manufactur- er's name, type of glass, thickness, and safety glazing standard with which glass com- plies. B. Thickness: Where glass thickness is indicated, it is a minimum. C. Strength: Where annealed float glass is indicated, provide annealed float glass, heat- strengthened float glass, or fully tempered float glass as needed to comply with "Per- formance Requirements" Article. Where heat-strengthened float glass is indicated, provide heat-strengthened float glass or fully tempered float glass as needed to com- ply with "Performance Requirements" Article. Where fully tempered float glass is indi- cated, provide fully tempered float glass. 2.04 GLASS PRODUCTS A. Clear Annealed Float Glass: ASTM C 1036, Type I, Class 1 (clear), Quality-Q3. B. Fully Tempered Float Glass: ASTM C 1048, Kind FT (fully tempered), Condition A (un- coated) unless otherwise indicated, Type I, Class 1 (clear) or Class 2 (tinted) as indi- cated, Quality-Q3. 1. Fabrication Process: By horizontal (roller-hearth) process with roll-wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. 2.05 GLAZING SEALANTS A. General: 1. Compatibility: Compatible with one another and with other materials they contact, including glass products, seals of insulating-glass units, and glazing channel sub- strates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions ex- isting at time of installation. 3. Colors of Exposed Glazing Sealants: As selected by Architect from manufacturer's full range. B. Glazing Sealant: Neutral-curing silicone glazing sealant complying with ASTM C 920, Type S, Grade NS, Class as required, Use NT. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 80 00-6 Project No.CO2315 Page 6 of 8 1. Locate spacers directly opposite each other on both inside and outside faces of glass. Install correct size and spacing to preserve required face clearances, unless gaskets and glazing tapes are used that have demonstrated ability to maintain re- quired face clearances and to comply with system performance requirements. 2. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape. G. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and according to requirements in referenced glazing publications. H. Set glass lites in each series with uniform pattern, draw, bow, and similar characteris- tics. I. Set glass lites with proper orientation so that coatings face exterior or interior as specified. 1. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. K. Square cut wedge-shaped gaskets at corners and install gaskets in a manner recom- mended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended by gasket manufacturer. 3.04 TAPE GLAZING A. Position tapes on fixed stops so that, when compressed by glass, their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening. C. Cover vertical framing joints by applying tapes to heads and sills first, then to jambs. Cover horizontal framing joints by applying tapes to jambs, then to heads and sills. D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until right before each glazing unit is installed. F. Apply heel bead of elastomeric sealant. G. Center glass lites in openings on setting blocks, and press firmly against tape by in- serting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. H. Apply cap bead of elastomeric sealant over exposed edge of tape. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 08 80 00-7 Project No.CO2315 Page 7 of 8 3.05 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit open- ings exactly, with allowance for stretch during installation. B. Insert soft compression gasket between glass and frame or fixed stop so it is securely in place with joints miter cut and bonded together at corners. C. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket by inserting dense compres- sion gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. D. Installation with Pressure-Glazing Stops: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket. Install dense compression gaskets and pressure-glazing stops, applying pressure uniformly to compression gas- kets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufactur- er. E. Install gaskets so they protrude past face of glazing stops. 3.06 SEALANT GLAZING (WET) A. Install continuous spacers, or spacers combined with cylindrical sealant backing, be- tween glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. 3.07 CLEANING AND PROTECTION A. Immediately after installation remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains. 1. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended in writing by glass manu- facturer. Remove and replace glass that cannot be cleaned without damage to coatings. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 08 80 00-8 Project No.CO2315 Page 8 of 8 C. Remove and replace glass that is damaged during construction period. D. Wash glass on both exposed surfaces not more than four days before date scheduled for inspections that establish date of Substantial Completion. Wash glass as recom- mended in writing by glass manufacturer. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 09 91 23 Project No.CO2315 Page 1 of 7 SECTION 09 9123 PAINTING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and field painting of the following substrates: 1. Exposed exterior items and surfaces. 2. Exposed interior items and surfaces as indicated. 3. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other sections. B. Paint exposed surfaces, except where the schedules indicate that a surface or material is not to be painted or is to remain natural. If the schedules do not specifically mention an item or a surface, paint the item or surface the same as similar adjacent materials or surfaces. If the schedules do not indicate color or finish, the Architect will select from standard colors and finishes available. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1.3 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. D. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523. G. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 09 91 23 Project No.CO2315 Page 2 of 7 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on representative sample of the actual substrate, minimum 8 inches (200 mm)square, with texture to simulate actual conditions. 2. Label each Sample for location and application area. D. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. VOC content. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: One gal. (3.8 L)of each material and color applied. 1.6 QUALITY ASSURANCE A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of -each paint system specified in Part 3. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq.ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 2. Final approval of color selections will be based on mockups. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. B. Source Limitations: Obtain block fillers, primers, and undercoat materials for each coating system from the same manufacturer as the finish coats. 1.7 DELIVERY,STORAGE,AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, including product name, color name, and number. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 09 91 23 Project No.CO2315 Page 3 of 7 B. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.8 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F(10 and 35 deg C). B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Benjamin Moore &Co. 2. Kelly-Moore Paints. 3. PPG Architectural Finishes, Inc. 4. Pratt& Lambert 5. Sherwin-Williams Company(The). 6. Manufacturers of specialty products listed in schedules. B. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in other Part 2 articles for the paint category indicated. 2.2 PAINT, GENERAL A. Material Quality: Provide manufacturer's best-quality paint material for the various coating types specified. Paint-material containers not displaying manufacturer's product identification will not be allowed. B. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. C. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction. D. Colors: As selected by Architect. 2.3 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 09 91 23 Project No.CO2315 Page 4 of 7 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified,sealed,and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions,with Applicator present,for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Masonry(Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Gypsum Board: 12 percent. 5. Plaster: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D. Plaster Substrates: Verify that plaster is fully cured. E. Spray-Textured Ceiling Substrates: Verify that surfaces are dry. F. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. G. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any. B. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 0991 23 Project No. CO2315 Page 5 of 7 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. C. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. D. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceeds that permitted in manufacturer's written instructions. E. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer. 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No.4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." F. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. G. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. H. Aluminum Substrates: Remove loose surface oxidation. I. Wood Substrates: 1. Scrape and clean knots, and apply coat of knot sealer before applying primer. 2. Sand surfaces that will be exposed to view,and dust off. 3. Prime edges, ends,faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic wood filler. Sand smooth when dried. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual." 1. Use applicators and techniques suited for paint and substrate indicated. Provide spray- applied finish on hollow metal door frames. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Seal tops, bottoms, and cutouts of wood doors. Paint tops and bottoms of metal doors to match door. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-2 Project No.CO2315 Page 2 of 16 4. Motor starters, disconnects, and H-0-A switches except for those furnished as an integral part of equipment supplied under this Division, shall be provided under Division 26. 1.03 SUBMITTALS A. Shop Drawings - Submit to the Engineer, in accordance with Section 0133 00, all shop drawings and product data specified in this Section and in each individual HVAC Specification Section. Submittals shall include the following minimum information: 1. Equipment Schedules — Provide Equipment Schedules in a format equivalent to Equipment Schedules on Drawings. Provide all data indicated on the Equipment Schedules. 2. Catalog Cutsheets—Provide for each equipment unit and accessory. Indicate options from cutsheets with arrows, or equivalent. Indicating options with a highlighter marker is unacceptable, as it does not transmit during the copying process. Indicate specification number and equipment tag number on all cutsheets. As a minimum, provide information for the following: a. Catalog data for all motors to include operating efficiency. b. Catalog data on vibration isolator, including materials of construction, operating efficiency and layout diagrams that locate the isolators on the equipment by model number. c. Catalog data on bearings and confirmation of bearing life for the service specified. d. Information on coatings as specified in the coating section. e. Catalog data on selected filters:types and sizes,quantity of modules required for each filter type and efficiency ratings performance data. f. For belt drive equipment, provide drive data indicating sheave sizes, belt size, number and length. 3. Drawings—Provide description of the proposed unit,general equipment arrangement, equipment dimensional data, materials of construction, size of fan openings, clearance requirements for maintenance access and equipment operation and equipment operating weights, furnished specialties and accessories. Significant dimensional differences between the specified equipment verses the proposed equipment shall be noted on the equipment submitted. Indicate specification number and equipment tag number on all drawings. 4. Equipment Performance Curves for equipment with fans - Indicate fan size, type, arrangement, materials of construction, weight, motor horsepower, type, power supply and motor frame size. Each submittal shall include pertinent fan performance (operating data) information and a performance curve showing the fan operating point or range, including operating efficiency, flow rate, pressure and BHP. The minimum size of the actual fan curve shall be no less than 6-in by 8-in. The use of faxed copies of curves is not acceptable. Provide certified test data for all fans. For fans show shutoff head. 5. Accessories—A list of accessories to be furnished shall be included on each submittal. 6. Spare Parts List— Provide manufacturer's recommended spare parts list. 7. Certification that equipment capacities meet requirements on Equipment Schedules based on indicated design criteria as specified. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-3 Project No. CO2315 Page 3 of 16 8. Detail mounting and securing structure. 9. Warranty Information 10. Wiring Diagrams - Provide power, signal, and control wiring for all equipment. 11. Provide nameplate data and arrangement for approval by Engineer and Owner's Representative. 12. Equipment and materials shall be in strict accordance with the Specification requirements. Fully explain and itemize any exceptions to, or deviations from this Specification and the individual Division 23 specification section. 13. For units that will be shipped exposed, provide a description of the protective packaging that will be used during transit. B. In the event the vendor and/or manufacturer starts procurement and/or fabrication prior to receipt of approved shop drawings,then vendor/manufacturer does so at their own risk. C. Operation and Maintenance Manuals 1. Submit to the Engineer, in accordance with Section 01 78 23, Operating and Maintenance Manuals for each piece of equipment. Personnel familiar with the operation and maintenance of the specific information shall prepare manuals. 2. Equipment shall be identified with the Engineers Equipment Numbers and Identification as s in accordance with Section 0133 00hown in the Schedules and on the Drawings. 3. Provide information in three ring binders. All sheets shall have reinforced punches. Tabbed dividers shall separate all sections. Drawings will be bound in the manual, or contained in envelopes bound into the manual. Provide with 'Table of Contents. 4. Contents - All of the information listed above under 'Shop Drawings' shall be incorporated into the 0&M manuals including the following additional information.The 0&M manuals shall be consolidated into a complete package, without duplicate information. a. Installation Instructions shall include unpacking, installing,aligning,checking and testing instructions. Foundation data,allowable piping loads,and electrical design shall be included. b. Operating Instructions shall include pre-operational checks, start up and shut down, and description of all control modes. Include emergency procedures for all fault conditions and actions to be taken for all alarms. Procedures for long term storage shall be included. c. Maintenance Instructions shall include preventive and corrective maintenance measures. Items such as inspection, calibration, lubrication, tests, etc., shall be covered. A complete list of materials for preventative maintenance shall be included. Instructions for assembling, disassembling, repairing and reordering parts shall be included in the instruction manual for corrective maintenance. Schedules for test of other functions are to be included. Provide a list of tools required to service the equipment. Trouble shooting instructions to include a trouble-shooting guide shall be included. The instruction manual shall list all special materials, tools, and test equipment that are required to perform troubleshooting and all phases of maintenance. Provide exploded view drawings or other similar drawings of all assemblies showing all parts which are separately replaceable for maintenance. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-4 Project No.CO2315 Page 4 of 16 Cl. Test and Startup Reports—Test reports shall include date and time of successful testing and startup of each system, including names and contact information of all individuals (i.e. manufacturer's representative, Owner, etc.) present for testing. e. Air Test and Balance Reports. f. Sequences of Operation and associated air flow schematics. D. In general, corrections or comments or lack thereof, made relative to submittals during review shall not relieve the Contractor from compliance with the requirements of the Drawings and Specifications. Submittals are for review of general conformance with the design concepts of the project and general compliance with the contract documents.The Contractor is responsible for the final design conforming and correlating all quantities and dimensions, selecting fabrication processes and techniques of construction, coordinating the work of all trades, and performing the work in a safe and satisfactory manner. 1.04 REFERENCE STANDARDS A. The latest published issue of Standards or Recommendations of the following listed Societies,Associations or Institutes in effect 3 months prior to the date of this Contract are part of this Section. These shall be considered as minimum requirements. Specific requirements of this Section and/or Drawings shall have precedence. In case of conflict between published requirements and requirements of this Section and/or Drawings, the Engineer shall determine which is to be followed. B. Abbreviation and the title of Federal, State and industry standards, technical societies, associations and institutes and other organizations used are as follows: 1. AABC—Associated Air Balance Council 2. ACGIH —American Conference of Governmental Industrial Hygienists 3. ADC—Air Diffusion Council 4. ABMA—American Bearing Manufacturers Association 5. AMCA—Air Movement and Control Association 6. ANSI —American National Standards Institute 7. ARI—Air Conditioning and Refrigeration Institute 8. ASHRAE—American Society of Heating, Refrigerating and Air Conditioning Engineers 9. ASME—American Society of Mechanical Engineers 10. ASTM —American Society for Testing and Materials 11. FM — Factory Mutual Engineering and Research Corp. 12. IEEE—Institute of Electrical and Electronics Engineers 13. NIST— National Institute of Standards and Technology 14. NEBB— National Environmental Balancing Bureau 15. NEC— National Electrical Code 16. NEMA— National Electrical Manufacturers Association 17. NFPA— National Fire Protection Association 18. OSHA—Occupational Safety and Health Administration 19. SMACNA— Sheet Metal and Air Conditioning Contractors National Association 20. UL— Underwriters Laboratories ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-5 Project No. CO2315 Page 5 of 16 C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. The Contractor shall be fully responsible for the proper execution and performance of the work described herein. It shall be their responsibility to inspect all installation conditions and bring to the attention of the Engineer any conditions which may affect their work adversely.They shall report to the Engineer, prior to commencing any portion of this work, any conditions unsuitable for the installation of their portion of the work. B. Mention herein or indication on the Drawings of equipment, materials, operation or methods shall require that each item mentioned or indicated be provided to make a complete system ready for continuous operation. C. Attention is called to the necessity for elimination of transmission of vibration from mechanical equipment to building structures. All equipment, therefore, shall be carefully selected and installed to meet this condition and isolators shall be provided where required. D. All equipment of a given type shall be furnished by or through a single manufacturer or as specified on the schedules. E. Inspection by the Engineer's representative or failure to inspect shall not relieve the Contractor of responsibility to provide materials and perform the work in accordance with the contract documents. F. Use all new materials unless otherwise specified. Materials and equipment shall be free from all defects and imperfections that might affect the serviceability of the finished product. No used equipment or materials will be allowed. G. The Owner and Engineer reserve the right to sample and test any materials after delivery and to reject all components represented by a sample that fails to comply with the specified requirements. H. All equipment shall be UL listed and stamped with all testing agency seals. I. Use of asbestos or material containing asbestos for work specified under this Section shall be strictly prohibited. J. All rotating parts of equipment shall be statically and dynamically balanced at the factory. K. Guarantee that all equipment meets the design and performance requirements specified, and alter and/or replace, at no cost to the Owner any piece of equipment which fails to meet these requirements. L. Where Drawings and Specifications are in conflict with one another,the information on the Drawings shall take precedence. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 23 00 00-6 Project No.CO2315 Page 6 of 16 1.06 DRAWINGS A. The Drawings are essentially diagrammatic, although all work shown on the Drawings is approximately shown to scale. Figured dimensions and detailed drawings shall be followed in every case. Size and routing of ductwork are shown, but it is not intended to show every offset, crossover, transition or fitting nor every structural difficulty that may be encountered. To carry out the true intent and purpose of the Drawings, the Contractor shall provide all necessary parts for a final installed system which conforms to the structure, avoids obstructions and provides required clearances and passageways. The Contractor shall be responsible to coordinate the system installation and routing with the work of all other trades. B. Do not change sizes indicated on the Drawings without written approval of the Engineer. C. When significant changes in equipment locations, devices and distribution systems are required, obtain approval of the Engineer before making changes. D. The absence of duct supports and details on the Drawings shall not relieve the Contractor of the responsibility for providing them. E. The location of all equipment and ductwork shall be considered as approximate only and the right is reserved by the Engineer to change at any time, before the work is installed, the position of such equipment, ductwork and piping to meet structural conditions and to provide proper headroom clearance or for other sufficient causes and such changes shall be made without additional expense to the Owner. 1.07 CODES, LOCAL CODE AMENDMENTS AND ORDINANCES A. Comply with all the laws, ordinances, codes, rules and regulations of the State, local or other authorities having jurisdiction over any of the work specified herein. All such laws, ordinances, codes, rules and regulations governing this work shall be a part of the Specifications. Where the requirements of the Specifications and Drawings are more stringent than the codes,ordinances,etc.,the Contract Documents shall take precedence. B. Obtain all required permits and pay all legal fees for the same and in general take complete charge and responsibility for all legal requirements pertaining to this Section of the work. C. If any work is performed and subsequent changes are necessary to conform to the regulations, such change shall be made as part of this work at no additional cost to the Owner. 1.08 DELIVERY, STORAGE AND HANDLING A. All materials and equipment shall be inspected for size, quality and quantity against approved shop drawings upon delivery. B. Delivery schedule of all equipment shall be coordinated with the Contractor. Equipment ready for shipment prior to the agreed on shipping date shall be stored without cost to the Owner by the manufacturer. ROLLING HILLS WrP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-7 Project No. CO2315 Page 7 of 16 C. All materials shall be suitably packed for shipment and long term storage. Each package shall be labeled to indicate the project and the contents of each package. Where applicable, equipment numbers shall be marked on the container. D. All equipment shipped that is exposed such as on a flat bed truck shall be protected during transit.The equipment shall be protected from moisture, road salt,dirt and stones or other materials thrown up from other vehicles. Electrical components shall be protected as above, but with special attention to moisture.The method of shipment protection shall be defined in the submittals. E. Instructions for the servicing and startup of equipment in long term or prolonged storage shall accompany each item. F. All materials shall be stored in a covered dry location off of the ground. When required to protect the materials they shall be stored in a temperature-controlled location. 1.09 COORDINATION A. The Drawings indicate the extent and general arrangement of the systems. If any departures from the Drawings or specifications are deemed necessary, details of such departures and the reasons therefore shall be submitted as soon as practical for review. No such departures shall be made without the prior written concurrence of the Engineer. B. Refer to the Structural and Architectural Drawings which indicate the type of construction in which the work shall be installed. Locations shown on the HVAC Drawings shall be checked against the general and detailed drawings of the construction proper. All measurements must be taken at the building. C. The Contractor shall coordinate the location and placement of all concrete inserts and welding attachments with the structural engineer. D. The Contractor shall assume full responsibility for coordination of the HVAC systems with the work of all trades, including; scheduling, and verification that all structures, ducts, piping and the mounting of equipment are compatible. E. It shall be the responsibility of the subcontractor to have employed a competent coordinator of mechanical systems and as such to provide all coordination of drawings or sketches as may be required or deemed necessary by the Engineer to eliminate conflicts with all piping, ducts, electrical and installations of all other trades. 1.10 WARRANTY A. Warrant all material and workmanship included herein. Warranty shall include parts & labor for a period of 2 years from date of final acceptance by Owner. The Contractor shall be responsible for all cost incurred in furnishing and installing the replacement equipment. 1.11 NOISE CRITERIA A. The selection of fans, ductwork, and all other HVAC equipment and the installation of the system components such as duct work and piping shall be such as not to exceed to maximum permissible noise for non-equipment spaces as defined in Table 2, Design ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 23 00 00-8 Project No.CO2315 Page 8 of 16 Guidelines for HVAC System Noise in Unoccupied Spaces contained in the 1995 edition of the ASHRAE Application Handbook. Under no conditions shall the noise created by equipment exceed the levels of permissible noise exposures of occupational areas as established by the OSHA and other Federal, State and local safety and health standards, codes and ordinances. B. Preferential consideration shall be given to equipment that does not generate a noise level in excess of 80 dBA at a distance of(5)feet in any direction from the unit under operating conditions. C. Refer to Equipment Schedules for sound criteria. Provide sound data for fans as listed in the Equipment Datasheets for the following frequency bands: 63, 125, 250, 500, 1000, 2000, 4000 and 8000 Hz. Data shall be the sound power level(reference 10^12 watts per octave band)and to include the dBA at 5 feet.The equipment supplier shall provide actual data for the equipment submitted. If the space does not meet the required criteria, and the noise level of the equipment is found to be the cause,the equipment supplier shall be responsible for the modifications required to correct the condition. PART 2 PRODUCTS 2.01 ELECTRICAL EQUIPMENT A. Certain items of electrical equipment which are furnished under this Section shall meet the requirements specified in Division 26. B. Electric Motors 1. Electric motors in NEMA frame sizes shall conform to the requirements in Division 26, unless otherwise specified herein. 2. The motor manufacturer shall confirm that motors used to power equipment are provided with bearings that will provide a bearing life equal to the driven equipment or better. Confirmation shall be included with shop drawing submittal. 3. Motors will be selected to be non-overloading over the entire operating range of the equipment. A safety factor of 25 percent will be added to all motors up to and including 50 horsepower. Motors indicated on the schedules are to be considered a minimum. This sizing is not to limit compliance with the above requirements. C. Electrical enclosures and panels, including HVAC control panels and associated switches, lights, pushbuttons and other controls components, shall be suitable for the environment and electrical classification for the space they are located in and shall meet Division 26 requirements. 2.02 BEARINGS A. Grease lubricated bearings(except where driven by motors smaller than 1/2 Hp)shall be equipped with Zerk lubrication fittings and with provision for automatic relief of lubricant pressure away from fan wheel. The latter may be accomplished by either built in relief devices or automatic ball and spring relief fittings at the bottom of the bearing housing. B. Pressure relieves shall be located outside of the units and shall be visible from maintenance locations. Lubrication fittings shall be located to be easily accessible from ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-9 Project No.CO2315 Page 9 of 16 maintenance or operating levels. Where necessary, extension tubes shall be provided to bring the service fitting to an accessible location and the relief visible from the same location. C. Bearings for all equipment in the schedule below shall have heavy-duty grease lubricated ball or roller bearings. Bearings shall have ample thrust provision to prevent end play during the normal life of the bearing. Unless specifically noted otherwise, all fans shall have bearings for both the equipment and motors with the following ABMA L-10 life. 1. Fans over 3000 cfm — 40,000 hours. D. For systems with bearings requiring L-10 lives of 100,000 hours or greater, the equipment supplier shall provide calculations for both the equipment bearings and the motor bearings to confirm the bearing selections. For belt drives,the calculations shall include the effect of the sheave size, number of belts,the sheave location on the shaft, and the location of the motor to the driven sheave. E. The equipment manufacturer shall provide confirmation of the required life based on the actual drive components. 2.03 FLAME AND SMOKE RATINGS A. All materials, including adhesives, surface coatings, sealers, assemblies of several materials, insulation,jacketing, finish,etc, shall have flame spread ratings not over 25(fire resistive)and smoke development ratings not over 50 and fuel contributed rating not over 50, as established by tests conducted in accordance with the Federal Standard 00136B, National Bureau of Standards Radiant Energy Fire Test and the National Fire Code of the N FPA. B. These requirements shall apply to all circumstances whether the materials are field applied or have been applied by a manufacturer in his/her shop, or elsewhere, prior to delivery to the project for installation. 2.04 V-BELT DRIVE A. V-belt drives shall consist of the driver and driven sheaves and one or multiple matched V- belts. Drives furnished to transmit less than 3/4 Hp may be a single groove, single belt type. Drives to transmit 3/4 Hp or more shall consist of at least two belts. Belts smaller than "A" cross section shall not be used. B. Each sheave shall be grooved to match the belt selection, bored and keyed to fit the receiving shaft, and grooves shall be in parallel planes exactly perpendicular to the bore for the full 360 degrees. Sheaves shall have keys and setscrews. Sheave material may be cast iron, unless otherwise indicated in the Fan Equipment Schedules and/or Section 15860. C. The drive shall be sized 1.5 times the motor nameplate rating and also shall have ample strength to start the driven equipment by full voltage across the line motor starting. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 23 0000-10 Project No.CO2315 Page 10 of 16 2.05 EQUIPMENT IDENTIFICATION AND SYSTEM LABELING A. General 1. All identification systems shall be suitable for indoor or outdoor application, for area temperature and other ambient conditions,as required per use.Outdoor identification systems shall be UV rated. 2. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. 3. Acceptable manufacturers are: Seton Name Plate Corp. ; W H Brady Co.; EMED Company Inc.; Kolbi Industries, Inc.; 3M Co.; Craftmark Identification Systems; Marking Services, Inc. and Carlton Industries, Inc. B. Equipment Identification 1. Equipment Data Plate: a. Provide manufacturer's standard permanent nameplate constructed of stainless steel, with data engraved or stamped, permanently attached to the equipment. b. Data shall include,as a minimum, Engineer's equipment tag number as shown on Drawings; Manufacturer name,product name,model number,and serial number; equipment capacity, operating and power characteristics; and labels of testing agencies. 2. Equipment Tag Nameplate: a. Provide 1/16 inch thick, engraved laminated phenolic markers for each piece of equipment equal to Setonply or Emedolite. b. Nameplates shall have black exterior and white core, neatly beveled edges, and shall show white letters or numbers(letter/number height minimum 2 inches)on a black background. c. Inscribe on the nameplate the Engineer equipment tag number as used on the Drawings. (Example: P-02 or AHU-01). C. HVAC Duct Markers 1. Provide pressure sensitive vinyl (self-adhesive), color-coded marker. 2. For plastic or FRP duct where self-adhesive markers may not perform satisfactorily, provide semi-rigid plastic markers to fit on or around duct,and which snaps into place around duct. 3. Each color-coded marker shall contain: a. Legend indicating service type (i.e., Supply Air, Return Air, General Exhaust. b. Corresponding Equipment Tag Number(i.e., AHU-01, EF-01, etc.) c. Air Flow Direction Cl. Border (background) color determined by component function listed in Color Scheme Table below. 4. Size of Legend Lettering Outside Diameter of Pipe or Pipe Lengtri of Color Size of Letters and Covering Field Arrows 3/4-to 1-1/4 IN 8 IN 1/2 IN ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-11 Project No. CO2315 Page 11 of 16 1-1/2 to 2 IN 8 IN 3/4 IN 2-1/2 to 6 IN 12 IN 1-1/4 IN 8 to 10 IN 24 IN 2-1/2 IN Over 10 IN 32 IN 3-1/2 IN 5. Duct Marker Color Scheme Duct Identification Background Color/Letter Color Return Air Blue/ White Supply Air Blue / White General Exhaust Yellow / White D. Access Panel Markers 1. Engraved plastic style, 3/4 IN square with center hole for small screw,equal to Seton style CM75. E. Warning Tags 1. Preprinted or partially preprinted, accident-prevention tags; of plasticized card stock with matte finish suitable for writing. 2. Size shall be 3 by 5-1/4 inches (75 by 133 mm) minimum. 3. Fasteners shall be brass grommet and wire. 4. Nomenclature shall be large-size primary caption such as DANGER, CAUTION, or DO NOT OPERATE. Color shall be yellow background with black lettering. F. Duct labels shall contain the service spelled out, the duct size,and the equipment number of the equipment served. Label locations shall have unobstructed view from normal viewing locations. Equipment labels shall have use the same equipment tag number as used in the contract documents. G. Numbers and letters shall be die-cut from 3.5 mil vinyl film and prespaced on carrier film. Adhesive and finish shall be protected with one piece removable liners. Colors shall be white letters on black backgrounds. H. The system for preparation and application of letters shall be Type B a.s.i./2 by ASI Sign Systems; Architectural Graphics Inc. or equal. Letters shall be 3-in high Optima Bold, upper case using Grid 2 spacing. Direction arrows are to match. The instructions of the manufacturer shall be followed in respect to storage, surface preparation and application of letters. 2.06 EQUIPMENT VIBRATION ISOLATORS AND MOUNTINGS A. General 1. Unless otherwise specified in this Division all machinery or vibrating mechanical equipment shall be isolated from the building structure by vibration isolators with a ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-12 Project No.CO2315 Page 12 of 16 minimum deflection as specified.Operating equipment that can transmit objectionable vibration and noise must be installed with special types of vibration isolators such as flexible connectors to ductwork, piping and wiring. 2. The vibration isolator manufacturer shall be responsible for the proper selection of vibration isolators suitable for the particular application. Selection of the vibration isolator shall include the following factors: a. Equipment Weight b. Equipment operating frequencies c. Type of building support structure 3. All isolation devices for a single piece of equipment shall be selected for a uniform static deflection according to distribution of weight in the equipment. 4. Isolators exposed to the weather, in rooms classified on electrical drawings as damp, wet,or corrosive or where called for on the Drawings shall be provided with corrosion protection. Parts subject to wear, rubbing, shall be non-corrosive material such as rubber or stainless steel. Springs and hardware shall be material of equal or greater corrosion resistance than the associated ductwork. 5. After installation of equipment, isolators shall be adjusted for proper loading and distribution of weight. 2.07 ROOM THERMOSTATS A. General: 1. All room thermostats and sensors shall be mounted 5-ft-0-in above finish floor except where otherwise indicated on the Drawings or specified herein 2. Unless otherwise indicated,the controls shall maintain space temperatures within plus or minus 2 degrees F, and space relative humidity within plus or minus 5 percent of their set points. 3. Thermostat controls shall have 5 deg.F. deadband minimum. 4. Thermostats and temperature sensors shall cover their respective temperature ranges as called out on the Sequences of Operation or as specifically called out below. 5. Thermostat setpoints shall be fully adjustable at each sensor where specifically called out below. 6. Thermostats shall be 24V unless otherwise indicated. 7. Label thermostats/temperature sensors with tag name of unit it serves. B. Room Thermostats in Process Areas (Single Stage): 1. Thermostat shall be NEMA 4X type with water tight connections complying with NEC and be UL listed. 2. Thermostat shall have a stainless steel coiled sensor for rapid response to temperature change. 3. Temperature range shall be 40-100 with external setpoint adjustment dial. 4. Thermostat shall be as manufacturer by Ruffneck Model TF115, PECO Model TH109, Solaronics Model T115, or equal. C. Room Thermostats in Process Areas (Two Stage): ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-13 Project No.CO2315 Page 13 of 16 1. Thermostat shall be NEMA 4X type with water tight connections complying with NEC and be UL listed. 2. Thermostat shall have a stainless steel coiled sensor for rapid response to temperature change. 3. Temperature range shall be 40-100 with external setpoint adjustment dial. 4. Thermostat shall be two-stage with a 3 deg.F. nominal differential between first and second stage. 5. Thermostat shall be as manufacturer by Solaronics Part No. 0002-42-177, or equal. PART 3 EXECUTION 3.01 INSTALLATION A. All products specified in the Specification Sections listed under 1.01 Scope of Work shall be installed according to the applicable manufacturer's recommendations, the details shown on the Drawings and as specified herein and in other related Sections. B. The Contractor shall start up each piece of equipment and system and shall make all adjustments so that the system is placed in proper operating condition. C. Install all equipment and trim in accordance with the manufacturer's printed instructions and install rigid, plumb and true to line, with all parts in perfect working order. D. The Contractor shall not install any equipment or materials until the Owner and Engineer have approved all submittals. If any equipment or materials are installed prior to approval of the submittals, it shall be at the Contractor's risk. 3.02 CLEANING AND DISINFECTION A. All equipment,ductwork and piping shall be left in a thoroughly cleaned condition. Refer to specification sections and Division 01 for additional information. 3.03 TESTS AND INSPECTIONS A. General —Test and inspect all systems and put into satisfactory operation prior to final acceptance Owner.Test the work as required by the Engineer during the progress of the work to demonstrate the strength, durability and fitness of the installation. Furnish all instruments, ladders, lubricants, test equipment and personnel required for the tests; including manufacturer's representatives for testing and start up of all supplied equipment. Balancing and testing shall be performed as specified in this section. Before testing and final inspection, all systems shall be cleaned as specified. B. Final Tests—Tests of all systems shall be carried out as required by the Engineer prior to final acceptance of the systems for the purpose of demonstrating satisfactory functional and operating efficiency as well as adjustment. During this period, the setting of all automatic controls shall be checked and sufficient measurements taken to ensure that conditions are correct and that capacities are adequate to meet the specified requirements. Provide competent personnel to conduct all tests. Systems will not be considered complete until all tests have been concluded to the satisfaction of the Engineer and all other parties having jurisdiction. In event of leakage or defects, tests must be ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-14 Project No.CO2315 Page 14 of 16 repeated until all faults are corrected. All tests may be requested to be performed in the presence of the Engineer.The general operating tests shall be performed under as near design conditions as possible. Four copies of records of all tests, measurements, settings of throttling devices and nameplate data shall be submitted to the Engineer. C. Contractor shall demonstrate satisfactory performance of all equipment and systems for a minimum period of 5 working days prior to final acceptable by Owner. D. Test and Inspection Reports—Contractor shall submit certified test reports,verifying that equipment is operating per the design conditions. Where the individual specification sections require factory-trained representatives to make inspections and/or assist with testing. The name and contact information of said individuals shall be in the test and inspection reports. Four copies of records of all tests, measurements,settings of throttling devices and nameplate data shall be submitted to the Engineer. E. Measure sound power levels of fan at design operating conditions. Adjust fan belts and balance fan where sound levels exceed requirements specified in this section. F. Take precautions to prevent damage to building or its contents during testing. At the Contractor's expense, the Contractor shall repair or make good any building components or contents damaged during testing.Any defects or deficiencies discovered during testing shall be immediately repaired and testing shall be repeated until the testing requirements are fully complied with and approved by the Engineer and local inspectors having jurisdiction. 3.04 BALANCE OF ROTATING EQUIPMENT A. All machines shall be balanced both statically and dynamically by the manufacturer within the limits of best commercial practices. The term machine, as used above, is to be considered as any piece of equipment which contains rotating components. All machines furnished shall have operating speed not exceeding 80 percent of the first critical speed. 3.05 TRAINING A. Provide the Owner with training instruction for the proper operation maintenance, inspection, troubleshooting, etc. of equipment and systems installed under this Section. Refer to individual specification sections for additional requirements. 3.06 EQUIPMENT IDENTIFICATION AND SYSTEM LABELING A. General 1. Plan the locations of markers, tags, and nameplates to insure good visibility of such markers, tags, and nameplates in conformance with ANSI A13.1. 2. Clean the area to which said markers, tags, and nameplates shall be applied. 3. Where adhesive markers are used, degrease and clean surface prior to applying marker. 4. Install markers,tags,and nameplates in accordance with manufacturer's instructions. 5. Relocate mechanical identification materials and devices that have become visually blocked by other work. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-15 Project No. CO2315 Page 15 of 16 6. Clean faces of mechanical identification devices after work is complete. B. Ductwork Identification 1. Locate duct markers at each branch or riser take-off next to equipment, at each side of penetration of walls, floors, and roofs and at each obstruction and at maximum intervals of 20 feet in each space where ducts are exposed. Align markers with axis of duct. Seal markers with clear lacquer. 2. Identify ductwork access doors serving duct-mounted devices. C. Equipment Identification 1. Permanently attach equipment nameplates in conspicuous, accessible, and visible location, directly on equipment. Provide for all mechanical equipment such as starters, fans, unit heaters, air-handling units and control panels. Secure nameplates with adhesive and pop-rivet in place with 316 stainless steel rivets or use self-tapping screws,or nuts and bolts. Small devices may be identified with metal tags. Verify with equipment manufacturer if NEMA ratings will be violated if mechanical fasteners are used, in which case adhesive alone to attach nameplate shall be allowed. 2. For unsuitable surfaces, such as high temperature or lack of space, use 316 stainless steel copper or brass rings or chains to attach tags. D. Warning Tag Installation 1. Write required message on, and attach warning tags to, equipment and other items where required. Refer to Drawings. 3.07 TEMPORARY OPERATION A. Properly maintain and service all equipment and systems until the particular equipment or the system has been accepted by the Owner. Contractor shall follow manufacturer's recommended maintenance schedule during this period. B. This maintenance shall include compliance with the manufacturers operating and maintenance instructions as well as periodic checking, cleaning, and/or replacement of belts, strainers and filters and the lubrication of moving parts and all required adjustments. C. Contractor shall repair any equipment and systems that fail, leak or get damaged. Any systems that cannot be repaired to the satisfaction of the Owner and Engineer shall be replaced in kind, without additional cost to the Owner D. Records of all maintenance and lubrication work performed on Owner or Contractor furnished equipment shall be maintained at the construction or installation site and be available at all times for a review by the Owner or Engineer. At the request of the Owner or Engineer copies of these records shall be submitted for information and/or review. 3.08 PAINTING AND COATINGS A. The Contractor shall be responsible for the repair of all defects, blemishes, holidays and the like apparent in manufactured standard coating and shall ensure that the materials used for such repair shall match and be compatible with the manufacturer's standard color, coatings and practices. Surfaces to be repaired or recoated are to be prepared as ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 23 00 00-16 Project No.CO2315 Page 16 of 16 recommended by the paint or coating supplier. Care shall be taken not to paint over nameplates. B. Furnish touch up paint for the various types of equipment furnished and deliver unopened paint to the Owner at completion of the project. The amount of touch-up paint supplied shall be sufficient to cover 15 percent of the applicable painted surfaces or one pint, whichever is greater. C. Coatings shall be manufacturer's standard. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 250000-1 Project No.CO2315 Page 1 of 15 SECTION 25 00 00 INSTRUMENTATION GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE A. This section specifies the requirements for the addition of a PLC for the Rolling Hills Water Treatment Plant's High Service Pump Station and the modification to the controls. The requirements for SCADA outlined in this section address general hardware, software, and services necessary to provide the control functions specified. More detailed requirements of specific functions and components are presented in other sections that follow. 1.02 DEFINITIONS A. The definitions of terminology used in the instrumentation specifications or in any Section referencing Instrumentation, shall be as defined in ISA Standard 551.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, ANSI/IEEE Standard 100-1984, ANSI/ISA 550.1 or other ISA standards shall apply. 1. Signal Circuit: Any circuit operating at less than 80 volts AC or DC. 2. Control Circuit: Any circuit operating at 24 volts AC or DC or more, whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit: Any circuit operating at 12 volts (AC or DC) or more, whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two-Wire Transmitter: A transmitter that derives its operating power supply from the signal transmission circuit and therefore requires no separate power supply connections. As used in this specification, two-wire transmitter refers to a transmitter that provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24 volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation: Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case, the process fluid, and any separate power supply terminals, but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 17, or whenever used in specifications for electrical control and instrumentation equipment in any other Divisions of these contract documents. Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous; and 1500 volts AC for one minute, in accordance with ANSI/IEEE C39.5- 1974. ADDENDUM#2 ROLLING HILLS::rrP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 250000-2 Project No.CO2315 Page 2 of 15 6. Panel: An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel' in these contract documents shall be interpreted as a general term that includes flat panels, enclosures, cabinets and consoles. 7. Data Sheets: Data sheets as used in this specification shall comply with the requirements of ISA S20. 8. Field: When used to refer to locations at the treatment facility or in the transmission system,shall mean all outdoor locations,as well as all process and equipment areas. Unless otherwise specified, all areas shall be considered "field" locations except for: administration and other office areas; control rooms; motor control centers and other electrical equipment rooms; dedicated HVAC rooms; and maintenance buildings. 9. Control Room: An environmentally controlled room intended for housing digital control equipment, computers, large control panels, etc., and generally intended to be regularly occupied by operators. 10. UPS: Uninterruptible Power Supply. 11. HMI: Human-Machine-Interface. The control system hardware and software associated with providing the CRT-based interface between system users and the control system. 12. PLC: Programmable Logic Controller. Field installed unit that monitors and controls devices, located within the plant. The PLCs contain all logic necessary to monitor and control the system process located at the PLC location. 13. SCADA: Supervisory Control and Data Acquisition. 14. OIU: Operator Interface Unit 1.03 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are a part of Instrumentation Specifications as specified and modified. In case of conflict between the requirements of this section and those of the listed standards, the requirements of this section shall prevail. Standard Title ANSI/NEMA ICS 6 Enclosures for Industrial Control and Systems API RP550 Manual on Installation of Refinery Instruments and Control Systems Part I— Process Instrumentation and Control ISA S5.4 Instrument Loop Diagrams ISA S20 Specification Forms for Process Measurement and Control Instrumentation, Primary Elements, and Control Valves ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION swrrCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-3 Project No.CO2315 Page 3 of 15 ISA S50.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments ISA S51.1 Process Instrumentation Terminology 1.04 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Corrective Maintenance 1. The Contractor shall provide the services of factory-trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. 2. The Contractor shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the Owner of defective Control System operation, the Contractor shall have a qualified service representative establish telephone contact with the Owner's maintenance personnel to discuss short-term corrective measures. If it is not possible to correct the defective operation as a result of the telephone contact, the Contractor shall have a qualified service representative at the location of the installed Control System within 24 hours from initial notification. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the Owner's facilities. Prior to beginning any repair or replacement procedure, the Contractor shall review the corrective action plan with the Owner in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the Owner's facilities. At Owner's option, Owner maintenance personnel may (participate in any corrective maintenance procedures. 3. If possible, the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the system. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the Owner on the day the work is performed. Any spares from the onsite supply of spares used by the Contractor in correcting the system malfunction shall be replaced within 15 days. 4. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the Contractor, the Owner shall have the right to obtain corrective maintenance from other sources and charge the Contractor reasonable costs of the alternative maintenance services, including parts, labor, travel, and subsistence. 5. The Owner, at the Owner's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the Owner will return the defective component to a repair location as instructed by the Contractor. The ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-4 Project No.CO2315 Page 4 of 15 Contractor shall repair or replace the defective component and return the properly working unit to the Owner within 15 days. 1.05 SUBMITTALS A. General 1. The Contractor shall submit, in accordance with Section 01 33 00, to the Owner technical data and drawings for all equipment, materials, software, assemblies, and installations prior to fabrication and installation.The Contractor shall be responsible for the accuracy and completeness of all submittals, including information and drawings provided by other suppliers or subcontractors providing equipment, materials, software or services to the Contractor. 2. In all instances in which submittals are required by the Specifications, the Contractor shall not proceed with the associated work until the submittal has been Successfully Reviewed. 3. Each submittal shall be complete, with all required information provided together at one time, and submitted in a sequence that allows the Owner to have all of the information necessary for checking and approving a particular document at the time of the submittal.The specified timing requirements for each submittal are minimum requirements. The Contractor Supplier shall be responsible for planning and making all submittals as necessary to avoid delays or conflicts in the work. 4. See Division 01 for requirements on quantities of documents to be submitted for review. Once documents have been successfully reviewed, the Contractor shall issue them in the quantities shown in the table labeled "Documentation Requirements". B. Submittal Categories: Project submittals are divided into the following general categories: 1. Design Submittals 2. System Documentation Submittals 3. Testing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Instrumentation Specifications. C. Design Submittals 1. Hardware Submittal a. Product information shall include, but not be limited to: catalog cuts, data sheets, performance surveys, test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. b. Prior to commencement of manufacture (or shipment for stock items), the Contractor shall submit for review product information for all equipment and material specified in Instrumentation Specifications, or required to support equipment, or systems specified in Instrumentation Specifications. Specific ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-5 Project No.CO2315 Page 5 of 15 requirements for the form and content of product information submittals are included in the individual section that defines the equipment requirements. 2. Connection Diagrams a. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall include all internal wiring of the panel; this shall include AC and DC power wiring and multi- conductor cables from PLC card to rewired termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. b. The Contractor shall submit connection diagrams for all new panels, modified panels, cabinets and consoles. Connection diagrams shall be Successfully Reviewed prior to the start of panel assembly. 3. Panel Fabrication and Layout Drawings a. Panel fabrication drawings are scaled drawings that shall show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These drawings show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure. These drawings show the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Other information provided may include ventilation requirements, locations of connections, weight, and paint color, material and dry film thickness. b. As a minimum, panel fabrication and layout drawings shall include a bill of materials; front, back, and section views; the locations of all components to be mounted in or on the panel, cabinet, console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. c. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The Owner shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. No additional compensation will be provided to the Contractor for changes that result. The Contractor shall include in his bid price one redesign of the panel layout to incorporate the Owner's modifications to the locations of specified components in or on each panel, cabinet, console, or enclosure. 4. Interface Cables: The Contractor shall submit for review interface cable pin- out/cable makeup diagrams. This includes all network cables, radio to PLC/RTU cables, computer to PLC cables and printer cables. Submittal shall include copies of the actual hardware documentation. All cables shall either be standard cables from ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 25 00 00-6 Project No.CO2315 Page 6 of 15 the Manufacturer or custom-made, without the use of gender changers, 9-25 pin converters, null modem adapters, etc. 5. Interconnection Diagrams: Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. 6. Installation Drawings: Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors, wire and other incidental installation materials shall be included. D. System Documentation Submittals 1. Operation and Maintenance (0&M) Manuals: The Contractor shall supply, in accordance with Section 0178 23, 0&M manuals for all the equipment and software provided. The 0&M manuals shall be developed for personnel at the level of electronic technician. The 0&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An 0&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. 0&M manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the Manufacturer's original format. Manuals shall be provided in electronic format. The 0&M manuals shall contain the following information: 2. Instruction Manual a. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. b. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: (i) Introduction:The purpose of the manual, special tools and equipment,and safety precautions. (ii) General Information and Specifications: A general description of the equipment item, and specifications of its major components. (iii) Listings: Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of subcontractor, or installer, recommended maintenance contractor, local source for replacement parts. (iv) Theory of Operation: The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. (v) Operation Procedures: The locations and functional descriptions of all controller indicators, or CRT displays. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-7 Project No.CO2315 Page 7 of 15 (vi) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions: These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions a. These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. b. The corrective maintenance instructions shall include: (i) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt-down torques shall be supplied. Information on the loading and use of special off-line diagnostic programs, tools, and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included. (ii) A list of test equipment and special tools required. (iii) A list of all abbreviations and circuit symbols used. (iv) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. (v) A parts catalog enumerating every part to the lowest of card replaceable components. The description shall include component symbol, description, ratings, accuracy, Manufacturer's name and address, Manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. (vi) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the specific part or model number, description, Manufacturer's name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5. Drawings ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-8 Project No.CO2315 Page 8 of 15 a. 0&M Manual drawings (with the exception of those provided by third-party Manufacturers) shall not be larger than 11-inches by 17-inches and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third-party 0&M Manual materials. One reproducible of the O&M Manual drawing original must be supplied for each 0&M Manual drawing larger than 11 inches by 17 inches, and must satisfy all drawing requirements specified herein. Those preprinted 0&M Manual drawings which are not acceptable, or which must be modified or corrected to show the actual as-built design, shall be redrawn as new specially-prepared shop drawings. Acceptable equipment Manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. b. The Contractor shall furnish drawings in paper and latest AutoCAD electronic format. c. Each 0&M Manual shall be bound in 8 1/2" x 11 inch 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3" binder size. O&M Manuals shall be submitted per Specifications Section 0178 23. d. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "City of Richardson", "Updating and Upgrading of Water and Wastewater SCADA System ". e. The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents, with each product or system description identified. E. Record Documents 1. After successful Site Demonstration Test, the Contractor shall submit for review the Record Documents (as-built) for all equipment and software installed by the Contractor. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. The Contractor shall furnish complete as-built sets of: a. All previously delivered documents, with as-built updates b. OEM standard documentation. 3. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the Owner to reconfigure or make additions or deletions to the System without assistance from the Contractor. F. Testing Documentation Submittals 1. System test plan requirements. 2. Test procedures requirements. 3. Test reports requirements. PART 2 PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-9 Project No.CO2315 Page 9 of 15 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system. 7. General layout of instrument cabinets. 8. Instrument installation details. B. The following information is not shown on drawings but shall be the responsibility of the Contractor to determine, furnish and coordinate with other divisions, based upon systems specified. Show this information on project record drawings. 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this contract. 3. Detailed enclosure and instrument panel layouts, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.02 OPERATING CONDITIONS A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of five watts operated at 24 inches from instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50°C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply: Power supply will be 117 volts AC, single- phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as indicated on the drawings. 2.03 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/ receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link that melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-10 Project No.CO2315 Page 10 of 15 2.04 SPARE PARTS A. During the system warranty period, the Contractor is expected to make system repairs by initially replacing the defective component with one from the spares inventory. The Contractor shall then replace the spare component 2.05 SPECIAL TOOLS A. Contractor shall supply one of each type of special hand tool required to open or operate equipment,to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. 2.06 TEST EQUIPMENT A. The Contractor shall provide a complete list of all tools,test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.07 MATERIALS AND EQUIPMENT A. Materials: Material shall be new, free from defects, and of the quality specified. All instruments with the same specification shall be from the same Manufacturer. 1. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered,of sufficient thickness to prevent warping. Coat printed circuit boards in field-mounted equipment with plasite 7122, or approved equal,to protect against corrosion. Alignment and adjustments shall be non-critical, stable with temperature changes or aging and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. Do not use silver edge connectors or pins. 2. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion-proof housings or equipment and barriers approved as"intrinsically safe" by either UL or FM. Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices, subsystems, and systems supplied. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-11 Project No.CO2315 Page 11 of 15 2.08 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate with all the sub-systems suppliers and Manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments, and sub-systems are in compliance with the specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing and start-up of all the instruments shall be done by the Manufacturer's field technician/engineer in the presence of the Owner. The Contractor shall provide a list of all Manufacturers whose technician will perform this work. The Contractor shall also provide a certified calibration report stating that each instrument has been installed per Manufacturer's recommendations and per these specifications. Q2.09 DISCHARGE LINE PRESSURE TRANSMITTER 2 A. Provide Rosemont Pressure Transmitter 3051G Gauge Pressure range of 0-300 PSI. Pressure transmitter shall include the following: 1. Flange material shall be 316 SS. 2. Housing material shall be 316 SS. 3. Output shall be 4-20 mA. A 2.10 DIFFERENTIAL PRESSURE FLOW TRANSMITTER A. Provide Rosemont Pressure Transmitter 3051CD Pressure range of 0-150" pressure. Pressure Transmitter shall include the following: 1. Flange material shall be 316SS. 2. Housing material shall be 316 SS. 3. Output shall be 4-20 mA. PART 3 EXECUTION 3.01 OVERVIEW A. This contract is responsibility to provide a completely operational system. In this arrangement, each party has certain responsibilities. B. The Contractor is responsible for the following areas: 1. Acquisition and installation of all the hardware, software and instrumentation as defined in this specification and drawings. 2. Provide PLC system design. 3. Provide PLC startup services. 4. Provide Site Testing 5. Provide all instrument calibration, calibration, and test documents 6. Provide start-up installation services for the PLCs. 7. Provide Unity Software training. 8. Network configuration &startup. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-12 Project No.CO2315 Page 12 of 15 3.02 SYSTEM TEST REQUIREMENTS A. General Requirements: 1. The Control System shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification.The CONTRACTOR, as a normal course of system development, shall conduct all element, subsystem, and system tests necessary to ensure the proper operation of the control system at various stages of system development. This type of testing will normally be not witnessed; however, the Owner and ENGINEER reserve the right to witness these tests if concerns arise about the progress of system implementation. 2. The Contractor shall wired and test all spare I/O points. 3.03 SITE DEMONSTRATION TEST(SDT) AND STARTUP A. Site Demonstration Test: Site Demonstration Test shall be a joint effort between Contractor and Engineer (programmer). SDT and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site. Following is a description of the individual steps that are involved with field testing and cut-over. 1. PLC Checkout a. Once all PLC network are operational to each PLC location which included PLC network, and local PLC network, field installation and checkout of the PLCs will begin. b. The field devices will be exercised by the Contractor to demonstrate the field wiring has been terminated properly. c. Led by Engineer, the next step of PLC checkout shall be Electronic Protective Relays and other devices communication to the PLC. Test all I/O or data exchanges from Protective Relays to PLC, and PLC to top-end SCADA. PLC checklist shall include communication with Protective Relays and other devices. d. Each PLC in the system shall be installed and tested using the procedure described above. A specific installation and start up plan shall be developed by the Contractor and Engineer prior to Factory Demonstration Test. The Owner/Engineer will provide assistance as necessary in developing the start- up plan. e. During the start-up phase, the Contractor shall provide a minimum of 2 people on site full-time and one person in the field to support installation and testing activities. Engineer will provide testing support and inspection as required. 2. Loop Testing a. Individual instrument loop diagrams per ISA Standard S5.4 -Instrument Loop Diagrams, expanded format, shall be submitted to the Engineer for review prior to the loop tests. The Contractor shall notify the Engineer of scheduled tests a minimum of 30 Days prior to the estimated completion date of installation and wiring of the system. After the Engineer's review of the submitted loop diagrams for correctness and compliance with the specifications, loop testing shall proceed. The loop check shall be witnessed by the Engineer. b. Contractor and Engineer shall test each I/O from field to and from top-end SCADA. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-13 Project No.CO2315 Page 13 of 15 3. Control Valve Tests a. Control valves, cylinders, drives and connecting linkages shall be stroked from the operator interface units as well as local control devices and adjusted to verify proper control action, hand switch action, limit switch settings, torque settings, remote control actions, and remote feedback of valve status and position. Control valve actions and positioner settings shall be checked with the valves in place to insure that no changes have occurred since the bench calibration. 4. Interlocks a. Hardware and software interlocks between the instrumentation and the motor control circuits, control circuits of variable-speed controllers, and packaged equipment controls shall be checked to the maximum extent possible. 5. Instrument and Instrument Component Validation a. Each instrument shall be field tested, inspected, and adjusted to its indicated performance requirement in accordance with its manufacturer's specifications and instructions. Any instrument which fails to meet any Contract requirement, or, in the absence of a Contract requirement, any published manufacturer performance specification for functional and operational parameters, shall be repaired or replaced, at the discretion of the Engineer. 6. Pre-Commissioning a. Pre-commissioning shall commence after acceptance of wire test, calibration tests and loop tests, and inspections have demonstrated that the instrumentation and control system complies with Contract requirements. Pre- commissioning shall demonstrate proper operation of every system with process equipment operating over full operating ranges under conditions as closely resembling actual operating conditions as possible. 7. Pre-commissioning Procedures and Documentation a. Pre-commissioning and test activities shall follow detailed test procedures and check lists accepted by the Engineer. Test data shall be acquired using equipment as required and shall be recorded on test forms accepted by the Engineer, which include calculated tolerance limits for each step. Completion. of system pre-commissioning and test activities shall be documented by a certified report, including test forms with test data entered, delivered to the Engineer with a clear and unequivocal statement that system pre- commissioning and test requirements have been satisfied. 8. On-Site Supervision a. The Contractor shall furnish the services of an on-site resident Engineer to supervise and coordinate installation, adjustment, testing, and start-up of the Contractor. The resident Engineer shall be present during the total period required to effect a complete operating system. A team of Engineering personnel shall be at the Site for 80 hours, in addition to on site time required in other specifications, to check equipment, perform the tests indicated in this Section, and furnish startup services. 3.04 TRAINING 1. General ADDENDUM #2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWTTCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-14 Project No.CO2315 Page 14 of 15 a. The Contractor shall train the Owner's personnel on the maintenance, calibration, and repair of instruments and equipment provided under this Contract. 2. The Contractor or Engineer shall provide the following training: a. Unity Software Training provided onsite. Duration: 12 hours (three, 4-hours classes) b. PLC troubleshooting and maintenance, provided onsite, Duration: 4 hours(one, 4-hours class) c. All provided instrumentation Configuration, Operation and Maintenance, provided onsite, Duration: 2 hours (one, 2-hours classes). 3. Instructions a. The training shall be performed by qualified representatives of the Contractor and shall be specific to each piece of equipment. 4. Schedule a. Training shall be performed during the pre-commissioning phase of the project. The training sessions shall be scheduled a minimum of 3 weeks in advance of when the courses are to be initiated. The Engineer will review the course outline for suitability and provide comments that shall be incorporated. 5. Agenda a. The training shall include operation and maintenance procedures, troubleshooting, with necessary test equipment, and changing set points, and calibration for that specific piece of equipment. 6. Documentation a. Within 10 Days after the completion of each session the Contractor shall submit the fallowing: b. A list of OWNER personnel who attended the session. c. A copy of the training materials utilized during the lesson with notes, diagrams, and comments. 3.05 CRITERIA FOR SUBSTANTIAL COMPLETION A. For the purpose of this Section and all Division 17, the following conditions shall be fulfilled before the system is considered substantially complete: 1. All submittals have been completed and approved. 2. All equipment has been calibrated, loop tested, and pre-commissioned. 3. The Owner training has been performed. 4. Spare parts, special tools, expendable supplies and test equipment have been delivered to the Owner. 5. SDT have been successfully completed. 6. Punch-list items have been corrected. 7. Record drawings in both hard copy and electronic format have been submitted. 8. Revisions to the 0&M Manuals that may have resulted from the field tests have been made and reviewed. 9. Debris associated with installation of instrumentation has been removed. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 00 00-15 Project No.CO2315 Page 15 of 15 10. Probes, elements, sample lines, transmitters, tubing, and enclosures have been cleaned and are in like-new condition. END OF SECTION ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 250613-1 Project No.CO2315 Page 1 of 3 SECTION 25 06 13 INPUT/OUTPUT LIST PART 1 GENERAL 1.01 SCOPE A. Provide and install the required hardware to monitor and control equipment and instruments. B. PLC IO list is provided in the Part 3. This is preliminary IO list and complied based on existing City provided documents. Contractor shall field verified each existing PLC I0. C. The Contractor shall identify and document at the minimum the following: 1. All existing cable termination points at the existing panel (ensure the length is adequate without excessive butt splices for the new control panel). 2. Functionality as well as electrical characteristic of each cable. 3. Label each cable in preparation for the final panel transfer with understanding that any given site cannot be down for more than an 8 hour period. D. Based on the information above Contractor shall design all control panels per specification section SS 25 13 14, and with minimal transfer time between the new and old control panels. 1.02 SUBMITTALS A. Contractor shall submit an Input/Output list in Excel format, that includes PLC panel number, card and point location, configuration information, point description, point function and tag name. PART 2 PRODUCT 2.01 GENERAL A. The IO list shall contain all items to be configuration items of the point and shall be capable of being imported and exported into the system via an Excel spread sheet. PART 3 EXECUTION 3.01 INPUT/OUTPUT LISTS ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 250613-2 Project No.CO2315 Page 2 of 3 PLC 1 NUM POINTS NAME TYPE DESCRIPTION RANGE ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 250613-3 Project No.CO2315 Page 3 of 3 END OF THIS SECTION ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 p O O O O E o O N N N N r H r Z LL LL 2 Z Z N J N LL O o r r r r N N v z d o o d d d r > r J f f f o x QO Q O v n N u u N N N ' d z n LL ac N Q z J z z 3 Q y� ¢ LL O N U O e N U O V O U O J O J LL > J Q Q Q Q D n J J U r m � W M N V N �/1 lD m 01 H H H V O H H N .i N O H H Q 3 x in N N N W N W W W N N N N N y N ti W N N N N N N N ti ry H N H a N tD n De z H w N Vf LA A o UH7 6N. cd cd Cd Cd ca Cd d Cd cd Cd Cd J J J J J > > > > > S d 1 1 1 1 1 1 > H H > d d a d a a N m c c C c G L L c c Q Q J J J J J N N N N N N J > > > > 0 0 0 0 7 7 2 N d d d d d d d d d d d > > > > LL > > > > > > > m m m m m m m m > z z z 9 z z W ¢ 2 z z axe z z � z z z z z z z oxe z z z z z a a axe z ¢ z axe axc z z axc z W w z z ¢ z z H N m N �D n m 0 rI N m v N �D n m 01 o H ry m �D n m Ot O H N m O N �D n a0 O) H N m N 01 O a � � � s � � � s � sssssssssssssg ssssssssssssss � � � � � � s V H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H J d `w ro 3 L fa A d « d C d C C C J 7 5 3 o a o n 0 c a c c c 0 .2 a o c f v v E E E E m m N u 0 u O a s a a m M a O O N N m > > > > > > z z z V 0 v a 1 m a a m ^ ^ d Q Q a a a al is d K K K K K K K K O H N j > > > > a! d al m a! J `q O d J LL 2 > '7 "O V > > N N N m N H W lD o0 01 H H H A w .a m m m > > > > m z z z z p N 0 0 0 8 > > > > > > 0 0 0 0 Lm CO .LL O S a n d d d d CL d d [i> > H H H H N N N N A z E o_ m 3 E E E E E E E E E E E m °' m m a d d y m`" n,a"' c"' o.`c m a ,",� ,p I d ' N O > > 7 > > > > > > > > H H H H m � Y� xLLddddo. dddddd � � m `m m `Dmmm E E E E E E E E � c E E 4 c c c c L L L L m m A m L 3 > > > > > > L a a a a `N m O '^ > > al d a! d w a! aJ N a! al d W al m NVn V H L L L L U d j d d LL o u u_ u u u u u u u u > u _ _ _N _ N N N _H > > > > N Y0 E - - w A . 2 E E Z > > > ` r r a 0 a 0 p L L N N L N L p m m m m V1 3 0 0 N N V1 N d al d d a! a1 UI a! W N W -20 9 N N H H p p p p N N N f0 N N N N N H > > > > p p L a d 3 3 m C N N .N .Y L t > j L L H H N N L Y Y Y Y Y Y Y Y L d d a j Z N 3 E ¢ d N N E C L L L L L L L L L L L a 7 > > > " N " " J U V V U U U U W H 0 M o. 0 m _ m m _ _ _ m W m o O o O m m m m o m m m m A m A p c w <m c w w r r d m m �w d = d a x x 2 2 x x x x 2 2 2 W N N > > N N W W W W N m m m m m Co Co CO N C L C > > O W W M O � �D m 01 H H N m a N �D n H m T H O H N N m N �D n m 01 p H N m N �D n 01 p H N m N lD n pp D1 O H N N n H H H H H H H N N N N O V CiA C W O V u O O O O c `� > O Ou 0 0 ¢ r uNi OJ W ] w O z LL LL LL 000 O N V J 0 3 J F z z J x u uJ LL d d O m d m r J ti LL .ni d d d d 0 J 4 JLL3 azN .i dO rvAA C� Pd � N zu FLL � zzJ zac ui v'" W W J W n n a a a Z Z LLa yr ✓r�1 > > V r7 3 3 p yr v 3 3 p u+ > > d d Q Q Q Q 3 ? Q W O O t2 O W N q q N O > J J a 3 no r r H 3 r V LL W N N N N ¢ ¢ W N > LL 3 > > > > > z z z z z oxc z z ¢ z a z z z W z z z z a z z z z z =101=1 z s z z z z z ID m 01 H N M N n m Ol H N m H N m 0 a25252588Z588800 00088888888888880° $ 8888588 u M m m m m m m M m m m m m m m m m m m m m M m mmm m m m m m m m m m m m m m m a e e e a 0 0 Y1 A '� 0 0 0 0 0 c N O a- - e e c c CL N — E E C C C d V U V 0 W z ?� N d a o 0 0 0 > 5 > ; c LL 3 w v u z a do do do do > O O O O C ^� c c N m m 0 b O '� Z d W as a) w w W N w O O u d C N m > > > > > > > > LL m io LL m a a N �D n > > > > m u> > > > as in n v 3 3 3 3 N _v m a w m d u J O. ry H �,,� m o 0 o w v 3 o a O N w a > > a > > m m m m tw m a' — E E m — LL LL LL N N m LL N v O m m — m m m H > > m NNJ S r r r d O c m c i iH H A to W N C C nW dN r cc N H H N O 01010101 A v M 0 o 0 U Z Z Z LL 0 O V 2 V O O N m N ¢ N N W N ��{{ N lD n ap D1 ja H N m N lD n aD 01 H H H H H H H H H H N N N N N N N N N N m m m m M m M m of m V H N m O O a O O 0 0 QOO z a � ci O a u 0 n 3 O m ¢ F f LL '� tai+ 0 N J J N N a a N Vf V1 N > >>N > > > rr a a a a a v 3 d d d d d d Q Q d d 3 ^ ^ ^ ^ d LL d d 0000 > 7x ✓. � 8 'r' > > > > mmm mmm � f � f x x x = x x x x n n a a a n= x x x x x a a s s r ±1±1±1 x s x x x s i a n O: C (Y m ¢ C IX K V1 V1 VY N N N ¢ m m rY ¢ z N N C z w C K IY a' C m L� m m o � oo00080088 $ $ $$ 888 � � goo8888808 oo A 3 d m � 333 n r u 0 • o BE. 'CJ N c N O N Q Q Q Q d Nry �ryy, WIy Iy > > d d N W C li f C C li C �p �p �Q m LL j 3 h Iii N Mf IA > > > > RI ey M N .-i f! N N N 1y O O O O a- E O L W d d M N W Y► M! N VY N 4/! N N N Vi m C c m o. E E ¢ x c c r L 6 > > > > > > �. .�.. R ni a Z'? 4 u 10 m N N a s a a a > w o m ry N $g m m m m m m > > > > .10 3 3 mn n m v v v v t t a� d q a A Vf d V 'O A A E Q y w d d d d ��I,1d ~ � > p>p pp §i�p !yam q V V u q 6 x 7 6 tY Va1 Vl V1 N IA O N W W V�1 N > > N VI dJ ® I® m m m m m m Vf G C C > > 0 N IA L C 0 U D u 0 0 0 0 U>° o 5 0 „ O N w 0 � � in w io n O ¢ > � 3 � az � t9 na'ip ro. `�' zV � y Vac acv Fz a wlhJlnddzzaz u33u ut ¢ Q Q Q d d d d d d d N W d d d d d d d d d 3 3 0 o r r r 3 �s r G LL �, og 3 $ > N d d d d A A A IO l0 d d N d d d 3 x x x s x x x x x x x n n a a s x o o x x x x n x x x x x x x R' 6 C Val Val Vaf N z N Val h Vl J � "ssogs $ sasssssassssosgsogssss gssa a Q m m m m m m T m m m m T T m m T m T T m T T T T T T T T T T T T T T T m T T T T 0 0 ei a o C o E m m a pCp LL d U m b0 J N 3 d O 3 d m U Z d > q ry C C C IO d ; 3 N Z o d d d LL LL Q LL 3 6 E d d ryry ry N N C A A LL d E d u N N u .fin .ni A V U i+ ... m arJ g wd v > > u > > x e c c H d r 3 3 m d d d m a d d « z u a` d W 10 A r 7 > > d u d N R N d v it N A '1 3 V N = d d a a W m n a o W o. d d n c n n o 1O O a a a d a u o o u a Z Z Z LL u r ✓t ✓t N z In an ut F= o f u ut f f u, ut In In Q in ¢ VI vl vi u, o g N N T V N 1p n m 01 O rl P T O V1 t0 n m A N N N N N N N N N N I�+i T T T T T T T T t�A p O E c 0 a G G m C N tit tl1 �D - V1 N V1 W W a a a a a a a a d a 2 2 x 2 x r tr w a a .Q� -.y W.-� n.y 0.0 y O.i l O.i N.-i N.i m.ti Q.i -.i - n W - O . N m q0 Ot O J 0 0 0 0 0 0 0 0 . . . . N m m m m Q 0 0 0 0 0 ° 0 0 0 0 0 ° ° 0 0 0 0 0 0 ° 0 0 0 0 0 ° 0 0 0 0 ° 0 0 0 ° 00 0.Q-I °0 0 O 0 0 0 0 0 0 0 0 O . . . . . . . . . . . . - - . - - N Q .i c N c U! c N C N C N a0 a0 a0 a0 a0 O u O u O u O V O v m v > > N C > > C > > v C > > v C > >W .m m m 0 - m Q v O q m O O mm CL > > v C J V > > C J u > > C J u > > C J ~ > > C N m J w - J N Ql J 0! G1 v m m = v LL to v m m .LL v m to -° m m 'm v 'LL -p m m .� v 'm to m m W v to m a ii to to m a " m A m n w v m m a W p v m m y n u L p o v ° a L O ° GJ ° °-L m O O v ° a L L O ° a u u c a u E > c a u E _> c n N u a E > c a u E > c n u o N a p �, vt a o N a o to a o yt J N fp O J v m O J v m O J v m O J C r n o o w r > r v o w > v o o w a > n o o w s > v D O ey .-1 N N N N N N N N N N m m m m m m m m m ✓1 ✓1 ✓1 ✓1 ✓1 ✓1 V1 V1 V1 �0 �D �0 �0 a a a n n a a n n a a a a a a 0. a a a a a a a a a a a a a a a n n a a a a n a a O E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E m -o o E E E E E E E E E J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J J 7 Q a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a > C v N v v v N N v N N N N N d v N N N N N N N N v v v m v N v v v v v N N N N v LL u u u u u u u u u u u u u u u u u u u u u u u u u u u Y u u u _u _u u u u u u u u u v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v w v v v v v v an L L L L L L L L L L L L L L L L L L L L L L L L L L L L L S L L L L L L L L L L m m m m m m m m m m m m m m m m m m m m m m m m m E m m m m m m m m m m m 7 2 2 2 2 2 2 2 2 2 S S 1,01 1,41 S S I'D S S S 2 2 2 2 2 x 2 2 2 Ely 2 2 2 2 S S 2 2 x 2 y� .-I N m Q tl1 n W 01 O 0 W m O N m Q 10 W m O m Q m m O . . - - - - N . . - N N N N N N N O rl N m m m m m m m m m m Q Q Q V A� W N O CL 0 E C O J m LL a W a LL a LL a a a a n ° J J a a a a o 0 0 W W W W W In t/1 N N > >J > > V v O 0 0 0 0 0 0 0 Q Q Q m N N N N O O O O O 0 0 O 0 0 O O o O O o 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 o 0 0 o 0 0 0 0 0 - N - N N - N N N N N N N N N - - a N N C C a C c 'D C c � C C m C m C C c m c c m c m c m � m � m m E m E m E 00000 oEEEEEEEEEEEEEEEEEEEE .5 o a c c c c a E E E E E E E E E E E E E E o ° o ° o ° CL 0 0 0 0 0 ° o ° �o ° o ° o ° c° ° c°� ° u a " a " a 7 U U V V U V V C C C C a 6 a n a a a a a C O C O C O G O O ° O J J J J C p C p C O C ° C ° C ° C ° J J J C i+ a a a a 3 J J J J J 7 J tr N •• •- - O O in oa to a in a Yn a in o o . .a. .N .N to O O O O m v v a v v p J Z > > a-. m m O O O O O W tl1 W O0 -N N o -N -N ✓N N o v v v a w a n a ua W 9.W a a o. a a a m E E E E E E E E E E E E E E E E E E E E Q > > > > Q > > > > a a a a n a a a ti ti ti ti ti ti ti ti ti ti ti ti 3 3 3 3 v v v w v v v v v v v v v v v v v v v v v v v v v v v v O v O v O v o v m m m > > > > > > > W N W y to N to y H N an to an Vl tl1 Vl tl1 an an N an an tl1 tl1 tl1 to tl1 an an an C C C C N N N N L L L L L L L L L L L L L L L L L L L L c fl c a` cc- a` cc a` 0 0 pp pp pp pp m o0 _m W tw _m m_ m_ 0_0 n_n e_0 n0 0_0 0_0 m_ _m G W G W G t~l1 L tNll W IT 2 m = 2 x 2 x 2 2 O .-� N m Q V �0 n m Q V1 tD 1� 00 Ol . . . . . . . . . . . O c z z z J z z a u O u O u O u 0 u O N �„� w N N N .�1 N 0 N N N m J > W W W W W W VI VI N VI V1 VI v ppm� �+ ppN� %ppD� �np app0� p°p�� g O o o O o O a O O O 25 O 25 O O O O O o o o o o o o a w c p a W m N a m w w c w w c m p m a LL O w ° w c 2 o 2 a u O u o f a cEi m o o w u O f u O _ ` at a at ac at a a w w a w w cr 4 N N N N ; w w w w w w > > > > > > '^ '^ �^ '� mmm mm > > > > > > ° c c c c> > > > > > > > m w m m w m O a a m a w w ro e`ao m m m V a u a a a u c cc u u u u u u u u m m L L L L L L �_ N � 000000 w w ❑ ❑ ❑ ❑ ❑ ❑ O Laa Laa Laa Laa r a+ r �. x x x x W W W W W w W W u°i V°I V°I N N v°i T L m a, m at °+ M at rn rn m rn tw O (, E cc u r Q V V d N N a0 N C W W V5 V~1 1~n O X /r w a a a a a iOi x x x x x a � r ' m Ln �o n m rn o .+ N m a Ln �o n co rn o .+ N m �n �o n ac rn o .+ ry m e �n �o n m rn o .+ N m e Ln %D n m V in . . . 1A . . . . . . t0 �O �O �D . . . . . . . n . . . . 00 00 00 00 07 assssssssssss ssssssssssssssssssss a a a v v c w c w c w a o a n o n o a o O u O u O u w c w c w c >w i w c i 251313-1 Project No.CO2315 Page 1 of 6 SECTION 25 13 13 PROGRAMMABLE LOGIC CONTROLLER (PLC) REQUIREMENTS PART 1 GENERAL 1.01 SCOPE A. Provide the PLC systems as shown on the design plans. The Contractor shall be responsible for providing a complete and operational system for the new and upgraded PLCs specified on the drawings. These provided PLCs shall include hardware supply and installation. B. The Contractor shall provide the PLC hardware for the locations and requirements identified on the drawings. This shall include all PLC equipment, programming software, cables, connectors, PLC/PC network interface cards, rewired termination blocks, fiber optic cable, PLC data highway cable, PLC Ethernet equipment, and any other hardware and/or software to ensure a fully operational system. C. The Contractor shall provide installation services for all provided PLCs. This service shall include removing the existing PLCs, installing the new PLC hardware, panel rewiring, I/O points check, and PLC testing at each remote site. D. The Contractor shall provide two complete sets of as-built drawings for each PLC panel. These drawings shall be complete and accurate. All PLC improvement changes or modifications shall be shown on the as-built drawings. Each set of drawings shall be provided in both paper and editable electronic copy. 1.02 SUBMITTALS A. Product Data: 1. Submit vendor specification information along with a corrected copy of applicable specification form for each scheduled device specified in this section. 2. Submit vendor specification information for each material and unscheduled device specified in this section. 1.03 WARRANTY A. Warranty shall be in accordance with Division 01 requirements. 1.04 TRAINING A. The Contractor/Manufacturer shall provide PLC operation and maintenance training for City staff at City's facility. The Manufacturer's representative for training must be an experienced and competent Technical (not sales) Representative of the Manufacturer or Supplier. The training course shall cover all basics of PLC maintenance and troubleshooting. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 251313-2 Project No.CO2315 Page 2 of 6 1.05 SPARE PARTS AND TOOLS 1. The Manufacturer shall provide the specified spare parts and/or tools as detailed below: a. One CPU of each type provided for the project configured to support the largest memory capacity used by the project. b. Five replacement CPU batteries of each type needed. c. Two of each type of digital (DI &DO) I/O module used on the project. d. Two of each type of analog (AI &AO) I/O module used on the project. e. One of each type of network interface used on the project. f. One of each type of serial communication interfaces used on the project. g. One of each PLC power supply used on the project. h. One of each type of DC power supplies used on the project. i. One of each type of PLC rack used by the project. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. All new PLCs shall be from one PLC Manufacturer. PLC I/O modules shall be selected within one I/O product family. B. The panel layouts are for reference purposes only. In all cases, the Contractor shall verify that their PLC supplied will fit and operate properly in the space provided. C. The PLCs provided shall be self-contained units capable of collecting data through electrically dry relay contacts, 4 to 20 mA DC analog, high level AC input signals. The PLCs shall also be capable of providing AC and DC control outputs, both momentary and latching,the contacts of which will be used by Owner for remote control.The Contractor shall provide all interposing relays that may be required to interface with the field AC signals. D. The PLCs shall be fully programmable in high level language and shall not require burning or etching of an EPROM for applications programs. E. The PLCs shall have standalone calculation and control capability to perform the control logic functions using software and set point downloaded from the HMI. F. The Contractor shall upgrade to the latest firmware version available from the equipment manufacture. Some example of the equipment needed firmware upgrade included but not limited to, PLC CPU modules, communication modules, Ethernet switches, I/O modules, communication gateway. 2.02 PLC DESIGN REQUIREMENTS A. General 1. Approved PLC Manufacturers are as follows: a. Modicon M340 Controllers with 2M CPU memory and I0. b. All PLC CPU modules shall have dual Ethernet ports. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 25 13 13-3 Project No.CO2315 Page 3 of 6 2. The PLCs shall be solid-state electronic units of programmable design. The PLCs shall have a stand-alone restarting capability, i.e., no reloading of software programs for common logic, communications, and I/O processing at the PLC shall be required to resume operation following a loss of power. Therefore, all PLC basic programs shall be resident in battery backed up RAM with at least a five- year battery life. 3. The product line used shall have an expected product life of over ten (10) years. Products nearing the end of their life cycle are not acceptable. Contractor shall submit statement from Manufacturer as part of the submittal. 4. Solid state RAM shall be utilized for data buffering, change of state information, calculation parameters, and local control algorithms. A power failure indication shall be reported to the HMI after recovery from a power failure so that status initializing may be initiated by the HMI. 5. All electronic components shall be mounted on plug-in printed circuit cards or modular subassemblies. Each printed circuit card and subassembly shall be model and serial numbered to uniquely identify it. Printed circuit cards shall be plug-in with quick disconnect field terminations. 6. As a minimum the PLC CPU board shall have LED's for run, CPU fail, and low battery. The I/O modules shall have a power present LED. 7. Equipment shall be sufficiently sturdy to withstand handling during shipment, placement, and start-up without damage or distortion. 8. All switches and breakers and other current interrupting devices shall be non-arcing or hermetically sealed. B. PLC Common Logic: Logic functions shall be implemented to receive data from and transmit data to the network, perform address decoding and error checks, and transfer data to and from the point input/output logic. In conjunction with the other PLC logic elements, the following functions shall be performed: 1. Respond to commands for retrieving data. 2. Prevent selection of more than one control point in a command sequence. 3. Protect against single component failures causing a malfunction. 4. Inhibit relays from being energized erroneously during the initial power-tap period of the PLC. 5. Provide a "power fail bit" which will be set upon commercial power loss or failure of the AC/DC power supply. 6. Protect against a missing or failed logic card causing a malfunction, damage to other logic, or false transmission to the HMI. 7. Protect against over/under voltage conditions from the Owner's power source and/or the Contractor's power subsystem from causing malfunction, damage to logic, or false transmissions to the HMI. 8. Provide a "Change Summary" bit in the returned message to report status point changes on an exception basis (if all status is not returned on each scan). 9. Provide a real-time clock function. 10. Each PLC shall continually monitor its operation and shall shut down in case of failure that would cause faulty solution of logic. A running PLC shall identify ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 25 13 13-4 Project No.CO2315 Page 4 of 6 communication failures, I/O assembly errors, I/O module errors, and CPU battery failure and shall report such faults to the HMI. Faults shall also be reported to the PLC test set whenever it is connected to a PLC. In addition, a PLC trouble alarm shall activate a discrete output if any diagnostic detects a failure or upon CPU failure. 11. Provide for Peer-to-Peer communication between the PLCs. The new PLCs shall be able to exchange information with the other PLCs using the Ethernet protocol. Use of the HMI servers to exchange the data is not acceptable. C. PLC Hardware Requirements: 1. No DIP switches shall be used in the PLC system. All I/O addressing shall be done in software and all module configuration details shall be supplied by the PLC controller. 2. Shall be capable of changing RAM battery without loss of program. D. I/O Modules: The following types of process I/O interface capabilities shall be provided for the PLC: 1. Discrete Input Requirements a. The Contractor shall be responsible for the RTU interface with the status and alarm contacts. For the"dry"contacts, the RTUs shall sense the states of these contacts by applying a voltage and observing the extent to which current flows. This voltage shall be obtained from a separate, isolated power supply furnished by the Contractor. The maximum resistance of an Owner's indication circuit, when closed, will be 1000 ohms. The minimum resistance of an Owner's indication circuit, when open, will be 50,000 ohms. The RTU shall support the use of either AC or DC sensing voltage. b. For DC sensing, the voltage applied across the Owner's open contacts shall be in the range from 24 VDC(nominal) to 48 VDC (nominal). There shall be 2500 VDC isolation between input and I/O assembly bus, and between inputs. c. For AC sensing, the voltage applied across the Owner's open contacts shall be in the range from 80 VAC (nominal) to 130 VAC (nominal) with a frequency range from 47 hertz to 63 hertz. Single-ended and double-ended inputs shall be supported. There shall be 1500 VAC isolation between input and I/O assembly bus, and between inputs. d. The minimum current flowing through the Owner's closed contacts shall be two milliamperes. The maximum allowable contact sensing current shall be 20 milliamperes. e. Each status indication input shall be filtered for contact bounce and isolated from high electrical noise. A valid status shall be defined to be a state which is stable for a time period of 10 milliseconds. f. The input modules shall have noise filters or use other techniques to reject short-time constant noise and 60-Hz pickup. Individual input point shall be capable of withstanding low energy common mode transients to 1,500 volts without catastrophic failure. g. The input module shall have individual status light for each input and shall have barrier type terminal blocks for termination of the field wires. There shall be a minimum of 8 points per module. The module shall be constructed such that ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 25 13 13-5 Project No.CO2315 Page 5 of 6 the field wires do not have to be removed while replacing the module. Surge protection shall meet ANSI/IEEE C37.90 requirements. 2. Discrete Output Requirements a. The discrete output logic shall process the control commands received from the common logic. Any control scheme, in which a single message with undetected errors can cause a false command, shall be unacceptable. All logic and point selection shall be reset with the reception of a "reset" command. b. Discrete output drive circuitry shall be designed such that any single logic component failure in the RTU does not energize a discrete output. c. A separate, clearly labeled Output Disable switch shall be provided to disable power to all discrete outputs simultaneously for testing. Cl. An RTU status input shall be provided to indicate the current state of the switch. e. Discrete outputs shall be via isolated, double-ended, dry form C contacts or isolated, double ended triac outputs. f. All discrete outputs shall be rated for 120 VAC or 30 VDC, 5 amps, continuous at 60 Hz, 140 degrees F ambient. g. There shall be one fuse with blown fuse indicator per point. There shall be a minimum of 4 points per module. h. Two types of discrete output shall be provided by the RTU, programmable in the RTU software, as follows: (i) Momentary Output-consists of those outputs which are closed for a preset time duration adjustable). A single timer for each RTU for all momentary outputs, adjustable from 0.1 to 15.0 seconds, shall be provided. If.the command is repeated before the timer has expired, the timer shall automatically reset for the full time period. (ii) Maintained Output - consists of those outputs where the output remains in the energized state until a reset command is sent. i. The output modules shall be protected from damage by inductively generated, NORMAL mode, and LOW energy common mode transients to 1,500 volts peak. The discrete outputs shall open when any single logic component failure is detected. 3. Analog Output Requirements a. The D/A converter shall have a minimum digital resolution of 12 bits and a relative accuracy of 0.1 percent of full scale, minimum. b. The analog output modules shall be 4-20 ma at 24 VDC; suitable for interfacing to regulatory final control elements or other analog devices. c. The analog outputs shall have the capability of being field-powered or being driven from the RTU's isolated 24 VDC power supply and shall drive a circuit of 600 ohms, minimum. Cl. The output shall be capable of driving a 1M ohm or greater load. e. There shall be a minimum of 4 points per module. 4. Analog Input Requirements: a. The A/D converter shall have a minimum digital resolution of 12 bits plus sign and a relative accuracy of 0.1 percent of full scale or better plus or minus the least significant bit. ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2513 13-6 Project No.CO2315 Page 6 of 6 b. From the analog input to the digital output of the A/D converter, the overall accuracy shall 0.25 percent of full scale or better, including the effects of temperature over the specified ambient temperature range. c. Common mode noise rejection shall be at least 110 dB from 0 to 60 Hz. d. Differential mode noise rejection shall be at least 90 dB at 60 Hz. e. Input impedance shall be greater than 0.5 M ohms. The unit shall have overvoltage protection to withstand 150VAC without damage. f. Analog inputs from the transducers shall be 4-20 mA DC and all transducer power shall be provided by the RTU 24 VDC power supply. g. Analog inputs shall be of the differential type capable of interfacing to two-wire loop power devices or four-wire field power devices.There shall be a minimum of 4 points per module. E. PLC Power Supply: 1. PLC power supplies shall be supplied with 110 VAC. PLC power supplies shall contain a "Power OK"LED. 2. Power supply shall be sized to support the full complement of cards installed on the rack. The Contractor shall verify the power supply meets the requirements with all inputs and outputs fully-operational. For racks with unused slots,assume the empty slots contain the Analog Output module for power consumption purposes. PART 3 EXECUTION 3.01 TEST REQUIREMENTS A. PLC Functional Test: Each PLC shall successfully pass the following functional tests to be performed in conjunction with the system Site Demonstration Test, and Performance Testing: 1. A close and open operation on each control point, showing proper sequence of operations 2. Verify the proper operation of the digital outputs 3. A series of communications tests showing all message protocols and formats to which the equipment is designed to respond, and demonstrating that all error- detection or error-correction capabilities function properly, and that the equipment does not respond to erroneous commands 4. Telemeter readings of selected analog points to verify that the readings are within the specified accuracy when the inputs are at 0, 25, 50, 75 and 100 percent of full- scale 5. A test showing that the PLC successfully performs its various modes of operation while the power source for the PLC is varied over its specified range 6. A test verifying that all common equipment, wiring, files, and power supplies are provided for expansion of the PLC to the ultimate point count specified. This test shall also verify that the power supplies are capable of carrying the increased load for this expanded point count. 7. A test to verify the proper operation of the stand alone capabilities of the PLCs. END OF SECTION ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-1 Project No.CO2315 Page 1 of 10 SECTION 26 00 00 ELECTRICAL GENERAL PROVISIONS PART 1 GENERAL 1.01 WORK INCLUDED A. The work includes, but is not limited to, the following principal systems and equipment: 1. 120/208 V system. 2. 480 V system. 3. 4160 V Medium voltage system. 4. Low and Medium Voltage Motor control centers. 5. Medium Voltage switchgear. 6. Panelboards 7. Automatic Transfer Switch 8. Conduit and Raceways. 9. Transformers. 10. Lighting fixtures and lamps. 11. Grounding. 12. Conductors. 13. Power Factor Correction Capacitor 14. Miscellaneous controls and Equipment. 1.02 REFERENCE STANDARDS A. Perform work, furnish and install materials and equipment in full accordance with the latest issue of the applicable rules, regulations, requirements, and specifications of the following: 1. Local laws and ordinances. 2. State and Federal Laws. 3. National Electrical Code (NEC). 4. State Fire Marshal. 5. Underwriters' Laboratories (UL). 6. National Electrical Safety Code (NESC). 7. American National Standards Institute (ANSI). 8. National Electrical Manufacturer's Association (NEMA). 9. National Electrical Contractor's Association (NECA) Standard of Installation. 10. Institute of Electrical and Electronics Engineers (IEEE). 11. Insulated Cable Engineers Association (ICEA). 12. Occupational Safety and Health Act (OSHA). 13. International Electrical Testing Association (NETA). 14. American Society for Testing and Materials (ASTM). ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-2 Project No.CO2315 Page 2 of 10 15. National Fire Protection Association (NFPA). 16. American Concrete Institute (ACI). 17. International Building Code (IBC). 18. Insulated Power Cable Engineers Association (IPCEA). 19. Association Edison Illuminating Company (AEIC). 20. Standard for Electrical Safety in the Workplace (NFPA 70E). B. Wherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. C. Product Quality: All electrical items shall be new and unused. Items such as cables, transformers, control centers, etc., shall be newly manufactured for this project. Proof of purchase documents shall be provided upon request. Utilize products of a single manufacturer for each item. 1.03 CONTRACT DOCUMENTS A. Intent: 1. The intent of the contract drawings or Plans is to establish the types of systems and functions, but not to set forth each item essential to the functioning of the system. 2. Electrical drawings are generally diagrammatic and show approximate location and extent of work. 3. Install the work complete, including minor details necessary to perform the function indicated. 4. In case of doubt as to work intended, or if amplification or clarification is needed, request instructions from the Engineer. 5. It is also the intent of these Contract Documents for the electrical and process system Contractor to coordinate with each other in order to provide a complete and workable system with all wiring, conduit and accessories required which may not be shown on the Plans. 6. The Plans and Specifications are intended to comply with listed codes, ordinances, regulations and standards. B. Discrepancies: 1. Review pertinent drawings and adjust the work to conditions shown. 2. Where discrepancies occur between Plans, Specifications, and actual field conditions, immediately notify the Engineer in writing and ask for an interpretation. 3. Dimensions on electrical drawings shall be verified with structural, architectural and mechanical drawings. 4. Should installed materials or workmanship fail to comply, the Contractor is responsible for correcting the improper installation. C. Outlet and Equipment Locations: 1. Coordinate the actual locations of electrical outlets and equipment with building features and mechanical equipment as indicated on architectural, structural and mechanical drawings. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-3 Project No.CO2315 Page 3 of 10 2. Review with the Engineer any proposed changes in outlet or equipment location. 3. Relocation of outlets before installation, up to 3 feet from the position indicated, may be directed by Owner without additional cost. 4. Remove and relocate outlets placed in an unsuitable location, when so requested by the Engineer. 1.04 REGULATIONS AND PERMITS A. Regulations: Work, materials and equipment must comply with the latest rules and regulations of the following: 1. National Electrical Code (NFPA 70). 2. National Electrical Safety Code (NESC). 3. Standard for Electrical Safety in the Workplace (NFPA70E). 4. Occupational Safety and Health Act (OSHA). 5. State and federal codes, ordinances and regulations. 6. Local Electrical Code. B. Discrepancies: 1. The Plans and Specifications are intended to comply with listed codes, ordinances, regulations and standards. 2. Where discrepancies occur, immediately notify the Engineer in writing and ask for an interpretation. 3. Should installed materials or workmanship fail to comply, the Contractor is responsible for correcting the improper installation. 4. Additionally, where sizes, capacities, or other such features are required in excess of minimum code or standards requirement, provide those specified or shown. 1.05 CONTRACTOR QUALIFICATIONS A. An acceptable Contractor for the work under this division must have personnel with experience, training, and skill to provide a practical working system. The Contractor shall have previous water and wastewater experience with at least 5 years in business. 1. The Contractor shall be required to furnish acceptable evidence of having installed not less than three systems of size and type comparable to this project. 2. The systems must have served satisfactorily for not less than 3 years. 3. The superintendent must have had experience in installing not less than three systems. 1.06 GENERAL REQUIREMENTS FOR WORKMANSHIP, EQUIPMENT AND MATERIALS A. All electrical work shall be performed by workmen skilled in the electrical trade and licensed for the work by the local authority. B. A licensed Master Electrician will be required for the issuance of a building permit for constructing, installing, altering, maintaining, repairing, or replacing any electrical wiring, apparatus, or equipment on any voltage level. A licensed Master Electrician or a licensed Journeyman Electrician holding a current license in the state of Texas is ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT' City Project No.CO2315 26 00 00-4 Project No.CO2315 Page 4 of 10 required to be on the job site during the performance of any electrical work. Master Electrician shall spend minimum of 2 hrs per week at the job site reviewing work completed. C. All cable splicing and termination methods and materials shall be of the type recommended by the splicing materials manufacturer for the cable to be spliced, and shall be approved by the Engineer prior to installation. D. All materials and equipment shall be installed in accordance with the approved recommendations of the manufacturer, the best practices of the trade, and in conformance with the Contract Documents. The Contractor shall promptly notify the Owner in writing of any conflict between any requirements of the Contract Documents and manufacturer's directions, and shall obtain written instructions from the Owner before proceeding with the work. Should the Contractor perform any work that does not comply with the manufacturer's directions or such written instructions from the Owner, he shall bear all costs arising in correcting deficiencies. E. All equipment and materials shall be new, unless specifically noted otherwise, and shall bear the manufacturer's name, trademark and ASME, UL, and/or other labels in every case where a standard has been established for the particular item. Equipment shall be the latest approved design of a standard product of a manufacturer regularly engaged in the production of the required type of equipment, and shall be supported by a service organization that is, in the opinion of the Owner, reasonably convenient to the site. F. The Electrical design is based on preliminary equipment selections. If contractor provides equipment that is larger than the selections, the contractor is responsible for upsizing all cables, starts, overloads, transformers, etc. to meet the National Electrical Code and provide an overall voltage drop of less than 5%. It is the responsibility of the Contractor to insure that items furnished fit the space available with adequate room for proper operation and maintenance. He shall make measurements to ascertain space requirements, including those for connections, and shall furnish and install such sizes and shapes of equipment that, in the final inspection, will suit the true intent and meaning of the Plans, Specifications and Contract Documents. G. The Contractor shall furnish and install all equipment, accessories, connections and incidental items necessary to complete the work, ready for use and operation by the Engineer/Owner. H. When the Engineer/Owner has reviewed equipment submittals and given instructions to proceed with the installation of items of equipment that require arrangements or connections different from those shown on the drawings, it shall be the responsibility of the Contractor to install the equipment to operate properly and in accordance with the intent of the Plans and Specifications, and he shall provide any additional equipment and materials that may be required. The Contractor shall be responsible for the proper location of roughing-in and connections by other trades. All changes shall be made at no increase in the Contract Amount or additional costs to other trades. I. The Contractor shall support the installation of all equipment, plumb, rigid and true to line. The Contractor shall determine how equipment, fixtures, conduit, etc., are to be ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-5 Project No.CO2315 Page 5 of 10 installed, and shall provide foundations, bolts, inserts, stands, hangers, brackets and accessories for proper support whether or not shown on the drawings. 1.07 SHOP DRAWINGS AND PRODUCT DATA A. Data Required: 1. Submit shop drawings, product data and all other required information as specified in Division 1. Submittals are required on all products and items to be installed on this project. 2. Submittal data must show manufacturer's name, published ratings or capacity data, detailed equipment drawing for fabricated items, panel diagrams, wiring diagrams, installation instructions and other pertinent data. 3. Where literature is submitted covering a group or series of similar items, the applicable items must be clearly indicated. Mark through items not being provided and clearly identify all options being provided. 4. Do not combine submittal for multiple Specifications Sections. B. Submit a letter showing all of the exception to the specification. If no exceptions are taken the letter shall indicate no exception. Submittal will be rejected without preliminary review if the letter is not submitted. C. Submittal Items: Submittals are required for all equipment and materials to be used on this project. Submittals shall be complete with all pertinent information and installation details. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's Representative, and such procedures will not be cause for delay D. Terminal Connection Diagrams: 1. Submit terminal connection diagrams for approval prior to any wire installation. 2. Submit finalized terminal connection diagrams at the end of the Contract. 3. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgment of equality of product substitution shall be made by the Engineer. 1.08 SYSTEM RESPONSIBILITY A. The Contractor shall be responsible for: 1. Complete systems in accordance with the intent of these Contract Documents. 2. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16, Electrical. 3. Furnishing and installing incidental items not actually shown or specified, but which are required by good practice to provide complete functional systems. 4. Coordinate the work with the instrumentation Contractor. a. The Instrument Contractor shall furnish and install the primary and secondary instruments, flow transmitter ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-6 Project No.CO2315 Page 6 of 10 b. The conduit and wiring to and from the instruments shall be furnished and installed by the Electrical Contractor.Termination in the instrument shall be by the Instrument Contractor. c. All terminations in the control panel shall be by the Instrument Contractor. d. The Electrical Contractor shall provide termination drawings for the instrumentation Contractor. e. The equipment pad for the control panels, consoles and instrument panels shall be furnished by the Electrical Contractor. f. The Electrical Contractor shall coordinate the testing of the electrical system being furnished. He shall be responsible for the equipment he is supplying. g. The Electrical Contractor shall be present at time of the instrument system testing and start-up. He shall be responsible to Coordinate the testing of the facility with the Instrument Contractor. h. The Electrical Contractor shall coordinate the interface requirement between each starter and control panel furnished under this Contract with the Instrument Contractor. i. Written proof shall be furnished and submitted to the Engineer prior to installation to verify that a clear understanding has been reached between the Electrical Contractor and the Instrument Contractor for each control loop requirements, (e.g. type of contacts (momentary, maintained), interface relay requirement number of wires,terminal marking, control schematic information, and wiring diagrams). B. Electrical plan drawings show only general locations of equipment, devices, and raceway, unless specifically dimensioned. The Contractor shall be responsible for the proper routing of raceway, subject to the approval of the Engineer. C. Submit to the Engineer in writing details of any necessary, proposed departures from these Contract Documents, and the reasons therefore. Submit such request as soon as practicable, and within ten (10) days after award of the Contract. Make no such departures without written approval of the Engineer. D. Dimensions on electrical drawings shall be verified with structural, architectural, and mechanical drawings. E. Where the Contractor is submitting a packaged system, Contractor shall meet the requirements of electrical specifications. This includes field cables, conduits, junction boxes, circuit breakers, combination starters, pushbuttons, pilot lights, and motors. Deviations shall not be accepted, unless approved in writing in advance. Control centers and special control cabinets wired to terminal blocks shall include the manufacturer's standard quality, unless specifically mentioned to the contrary on the drawings or in the specifications. F. Maintain continuity of electric service to functioning portions of the process or buildings during hours they are normally in use. Temporary outages will be permitted during cutover work at such times and places as can be prearranged with the Owner's designated Representative. Such outages shall be kept to a minimum number and minimum length of time. Make no outages without prior written authorization of the ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-7 Project No.CO2315 Page 7of10 Engineer. Include costs for temporary wiring and overtime work required in the Contract price. Remove temporary wiring at the completion of the work. The Contractor shall be responsible to provide and pay for temporary power to any facility during construction to facilitate the new construction. If generator is needed contractor shall be responsible for all the cost associated with the generator, including fuel. G. Unless shown in detail, the drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the raceway system to conform to the structural and mechanical conditions of the construction. H. Cabling inside equipment shall be carefully routed, trained, and laced. Placing cables so that they obstruct equipment devices is not acceptable. PART 2 PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Condition: Materials and equipment provided under these Specifications must be new products of manufacturers regularly engaged in production of such equipment. Provide the manufacturer's latest standard design for the type of equipment specified. B. NEC and UL: Products must conform to requirements of the National Electrical Code. Where Underwriters' Laboratories have set standards, listed products, and issued labels, products used must be listed and labeled by UL. C. NEMA and IEC: Only NEMA rated equipment is acceptable. IEC or dual rated NEMA/IEC equipment are not acceptable. D. Space Limitations: Equipment selected must conform to the buildings features and must be coordinated with them. Do not provide equipment that will not suit arrangement and space limitations. E. Factory Finish: Equipment must be delivered with a hard surface, factory-applied finish so that no additional field painting is required. F. Field Installation: All field installed equipment, conduit, etc., shall require Type 316 stainless steel nuts, bolts, washers, metal framing and supports, and other items as indicated on the Plans. G. Installation and supply of electrical equipment shall be conformed to NEC 500, for classified area. H. All electrical equipment to be designated in accordance with IBC-2015 &ASCE 7-05 code for Seismic Design. PART 3 EXECUTION 3.01 PROTECTION OF EQUIPMENT A. Moisture: ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-8 Project No.CO2315 Page 8 of 10 1. During construction, provide heaters to protect switchgear, transformers, motors, control equipment, and other items from moisture absorption and corrosion. 2. Apply protection immediately on receiving the products and provide continuous protection. 3. Store all equipment indoors in dry, well ventilated and heated space. B. Clean: Keep products clean by elevating above ground or floor and by using suitable coverings. C. Damage: Take such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of the apparatus or material in question. D. Finish: Protect factory finish from damage during construction operations and until final acceptance of the project. E. Protect Equipment per the manufacturer's requirements. 3.02 INSTALLATION A. Cooperation with Other Trades: 1. Cooperation with trades of adjacent, related or affected materials or operations, and of trades performing continuations of this work under subsequent contracts, is considered a part of this work in order to effect timely and accurate placing of work and to bring together, in proper and correct sequence, the work of such trades. 2. Coordinated equipment layout in sufficient time to be coordinated with work of others, provide drawings and layout work showing exact size and location of sleeves, openings or inserts for electrical equipment in slabs, walls, partitions and chases. B. Workmanship: Work must be performed by workmen skilled in their trade. The installation must be complete whether the work is concealed or exposed. C. Setting of Equipment: 1. Equipment must be leveled and set plumb. 2. Stainless Steel 316 enclosures mounted against a wall must be separated from the wall not less than 1/2-inch by means of corrosion resistant spacers or by 3 inches of air for freestanding units. 3. Stainless Steel 316 bolts, nuts and washers to anchor the equipment. D. Sealing of Equipment: I. Permanently seal outdoor equipment at the base using concrete grout. 2. Seal or screen openings into equipment to prevent entrance of animals, birds and insects. 3. Use stainless steel mesh with openings not larger than 1/16-inch squares for screened openings. 4. Seal small cracks and openings from the inside with silicone sealing compound. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-9 Project No.CO2315 Page 9 of 10 E. Concealed Work: Conceal electrical work in walls, floors, chases, under floors, underground and above ceilings except: 1. Where shown or specified to be exposed. Exposed is understood to mean open to view. 2. Where exposure is necessary to the proper function. 3. Where size of materials and equipment precludes concealment. 3.03 TESTING A. Test Conditions: 1. Place circuits and equipment into service under normal conditions, collectively and separately, as may be necessary to determine satisfactory operation. 2. Perform specified tests in the presence of the Engineer, as specified in Division 1- General Requirements and 16- Electrical. 3. Furnish all instruments, wiring, equipment, and personnel required for conducting tests. 4. Demonstrate that the equipment operates in accordance with requirements of the plans and specifications. 5. No process equipment is to be operated until any associated HVAC equipment and auxiliary equipment is operational. B. Test Dates: Schedule final acceptance tests sufficiently in advance of the Contract completion date to permit completion of any necessary adjustment or alterations within the number of days allotted for completion of the Contract. C. Retests: Conduct retests as directed by the Engineer of such time duration as may be necessary to assure proper functioning of adjusted or altered parts or items of equipment. Any resultant delay as a result of such necessary retests does not relieve the Contractor of his responsibility under this contract. Provide notice to Engineer and Owner of testing 30-days prior to testing. 3.04 PROJECT RECORD DOCUMENTS A. Preparation: 1. At the job site, maintain a set of white prints of the contract drawings. 2. At the job site, maintain a set of equipment terminal connection diagrams. 3. On the prints, record field changes and diagrams of those portions of work in which actual construction is at variance with the contract drawings. 4. Mark the drawings with a colored pencil. Record installed feeder conduits, dimensioning the exact location and elevation of the conduit. B. Delivery: Deliver record drawings to the Engineer in the number and manner specified in Division 1 - General Requirements. 3.05 CUTTING AND PATCHING A. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of the Engineer. Carefully carry out any cutting, ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 00 00-10 Project No.CO2315 Page 10 of 10 channeling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Do not cut beams for any reason. Following such work, restore surfaces neatly to original condition. 3.06 LOAD BALANCE A. The Drawings and Specifications indicate circuits to electrical loads and distribution equipment. Balance electrical load between phases as nearly as possible on switchboards, panelboards, motor control centers, etc. 3.07 MOTOR ROTATION A. Before and after final service connections are made, check and correct as necessary the rotation of motors. B. Coordinate rotation checks with the Engineer and the Contractor responsible for the driven equipment. Submit a written report to the Engineer for each motor verifying that rotation has been checked and corrected. 3.08 CLEANING AND TOUCH-UP PAINTING A. Touch up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency, and type of surface of the original finish. If extensive damage is done to equipment paint surfaces, refinish the entire equipment in a manner that provides finish equal to or better than the factory finish, and that meets the requirements of the Specifications and is acceptable to the Engineer. B. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon completion of work, clean equipment and the entire installation so as to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. C. All temporary wiring, wiring devices and associated equipment shall be removed upon completion of the project. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2601 26-1 Project No. CO2315 Page 1 of 10 ASECTION 26 0126 ACCEPTANCE TESTING AND CALIBRATION PART1 GENERAL 1.01 WORK INCLUDED A. This section provides the guidelines for testing of electrical equipment, cable, protective relays, circuit breakers, motor control centers, motors, and related apparatus to be used for the site interior and exterior electrical distribution system. This specification does not release the Contractor or vendor from any further testing required for safe commissioning of the equipment. All tests shall be completely recorded on forms provided at the end of this section. Tests shall be submitted to Engineer/Owner for approval. B. Contractor will provide and pay the cost of electrical testing by an independent testing firm. Testing firm shall have a minimum of five years of experience in providing acceptance testing for water/wastewater treatment plants. Testing shall be performed per the latest InterNational Electric Testing Association Standards (NETA) standard. This cost will be included in the Contract Bid. C. The Contractor shall immediately correct all deficiencies discovered during testing by the independent firm. The independent testing firm has the final say on the acceptance of the equipment, if testing determined the equipment is deficient, contractor shall be responsible for fixing the deficiency even if the manufacturer said the equipment is satisfactory. D. The Contractor shall update the protective device settings with the final power system study acceptance. 1.02 REFERENCE STANDARDS A. InterNational Electric Testing Association Standards (NETA) for acceptance testing of Electrical Distribution Apparatus, Publication 2.001, and IEEE Publication No. 141, are hereby made a part of this section, unless otherwise modified herein. B. Related equipment specification in all section of Division 26. C. NETA Maintenance Testing Specifications for electrical power distribution equipment and system (latest edition). 1.03 SUBMITTAL A. The testing result shall be summarized in a final report certified by the testing technician. Report shall be submitted per Division 01 requirement. B. The report shall include the following section: 1. Description, purpose, basis and scope of work. ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 01 26-2 Project No.CO2315 Page 2 of 10 2. Field data sheet showing all visual, mechanical and electrical inspection done on the equipment. The data sheet shall show check marks and values of all the testing done and a description of the instrument used for testing. 3. A summary of the deficiency, concern, repairs and recommendations. 4. A table showing the final settings of all the adjustable equipment tested. 5. All the testing values shall be in accordance with the latest NETA standard. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. PART 2 PRODUCTS— NOT APPLICABLE PART 3 EXECUTION 3.01 TESTS A. All tests, other than Low Voltage Systems and Equipment, shall be supervised by the Engineer/Owner and the contractor. Contractor shall give a one week notice of all scheduled tests to the Engineer/Owner in writing. B. Contractor shall notify the Engineer/Owner of scheduled dates of electrical equipment installation completion. Equipment testing shall be coordinated at this time by Contractor with Engineer/Owner and appropriate Manufacturer's Representatives. C. Under this specification the Contractor shall perform the electrical tests on specified equipment and as specified under Part 3, Execution. The Contractor shall supply all equipment required to perform all testing responsibilities. 3.02 EXECUTION A. Preparatory Work 1. Prior to the testing of any specific piece of equipment, the Contractor shall remove all shipping hardware and inspect for broken or missing parts and proper connections in accordance with the manufacturer's instructions. B. Visual and Mechanical Inspection 1. Prior to any electrical testing Contractor shall perform a visual and mechanical inspection as specified in the latest NETA standard. ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SwITCHGEAR REPLACEMENT City Project No.CO2315 2601 26-3 Project No.CO2315 Page 3 of 10 3.03 DEVICE A. Switchgear and Switchboard Assemblies 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with NETA Standard. b. Measure contact resistance across each switchblade and fuseholder. c. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with switch closed and across each open pole for one minute. Test voltage shall be in accordance with manufacturer's published data or NETA Standard whichever is more stringent d. Perform an overpotential test on each pole with switch closed. Test each pole-to-ground with all other poles grounded. Test voltage shall be in accordance with manufacturer's published data or NETA Standard whichever is more stringent e. Measure fuse resistance. f. Verify cubicle space heater operation. B. Transformers — Dry-type 1. Small Transformers: Dry-Type, Air-Cooled (600 Volt and Below) (less than 100 kVA single-phase or 300 kVA three-phase) a. Inspect for physical damage, broken insulation, tightness of connections, defective wiring, and general condition. b. Thoroughly clean unit prior to making any tests. c. Perform insulation-resistance test. Calculate polarization index. Measurements shall be made from winding-to-winding and windings-to-ground. Test voltages and minimum resistance shall be in accordance with NETA Standard. Results to be temperature corrected in accordance with NETA Standard. d. Verify that the transformer is set at the specified tap. C. Cables — low-voltage, 600V maximum 1. Electrical Tests a. Perform resistance measurements through bolted connections with low- resistance ohmmeter, if applicable, in accordance with latest NETA standard. b. Perform insulation-resistance test on each conductor with respect to ground and adjacent conductors. Applied potential shall be 500 volts do for 300 volt rated cable and 1000 volts do for 600 volt rated cable. Test duration shall be one minute. c. Perform continuity tests to insure correct cable connection. D. Cables — medium-voltage 1. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with latest NETA standard. 2. Perform an insulation-resistance test utilizing a megohmmeter with a voltage output of at least 2500 volts. Individually test each conductor with all other conductors and shields grounded. Test duration shall be one minute. ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No. CO2315 26 01 26-4 Project No.CO2315 Page 4 of 10 3. Perform a shield-continuity test on each power cable by ohmmeter method. 4. Perform an acceptance test on cables, including terminations and joints, after cable system installation and before the cable system is placed into service. In accordance with ANSI/IEEE 400, ICEA S-93-639/NEMA WC 74, ICEA S-94-649 and ICEA S-97-682, testing can be performed by means of direct voltage (dc), alternating voltage (ac), partial discharge (pd), or very low frequency (VLF). The selection can be made only after an evaluation of the alternative methods. Test procedure shall be as follows, and the results for each cable test shall be recorded as specified herein. Test voltages shall not exceed 80 percent of cable manufacturer's factory test value or the maximum test voltage in latest NETA standard. a. Insure that the input voltage to the test set is regulated. b. Current-sensing circuits in test equipment, when available, shall measure only the leakage current associated with the cable under test and shall not include internal leakage of the test equipment. c. Record wet- and dry-bulb temperatures or relative humidity and temperature. d. Test each cable section individually. e. Test each conductor individually with all other conductors grounded. Ground all shields. f. Terminations shall be adequately corona-suppressed by guard ring, field reduction sphere, or other suitable method, as necessary. g. Insure that the maximum test voltage does not exceed the limits for terminators specified in ANSI/IEEE 48, IEEE 386, or manufacturer's specifications. h. Raise the conductor to the specified maximum test voltage and hold for 15 minutes. Refer to latest NETA standard. i. If performed by means of direct voltage (dc), reduce the test set potential to zero and measure residual voltage at discrete intervals. j. Apply grounds for a time period adequate to drain all insulation stored charge. k. Spliced cables (new to existing) 5. When new cables are spliced into existing cables, the acceptance test shall be performed on the new cable prior to splicing in accordance with latest NETA standard. 6. After test results are approved for new cable and the splice is completed, an insulation-resistance test and a shield-continuity test shall be performed on the length of new and existing cable including the splice. E. Switches, Vacuum, Medium Voltage 1. Electrical Tests a. Perform resistance measurements through bolted electrical connections with a low-resistance ohmmeter, if applicable. b. Perform a contact/pole-resistance test. c. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with switch closed and across each open pole for one minute. Test ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 26 01 26-5 Project No.CO2315 Page 5 of 10 voltage shall be in accordance with manufacturer's published data or NETA Standard d. Perform vacuum bottle integrity (overpotential) test across each vacuum bottle with the contacts in the open position in strict accordance with manufacturer's published data. Do not exceed maximum voltage stipulated for this test. Provide adequate barriers and protection against x-radiation during this test. Do not perform this test unless the contact separation of each interrupter is within manufacturer's tolerance. (Be aware that some do high-potential test sets are half-wave rectified and may produce peak voltages in excess of the manufacturer's recommended maximum.) e. Remove a sample of insulating liquid, if applicable, in accordance with ASTM D 923. Sample shall be tested in accordance with the referenced standard. (i) Dielectric breakdown voltage: ASTM D 877 (ii) Color: ASTM D 1500 (iii) Visual condition: ASTM D 1524 f. Perform insulation-resistance tests on all control wiring with respect to ground. Applied potential shall be 500 volts do for 300 volt rated cable and 1000 volts do for 600 volt rated cable. Test duration shall be one minute. For units with solid-state components, follow manufacturer's recommendation. g. Perform an overpotential test in accordance with manufacturer's published data. h. Verify open and close operation from control devices, if applicable. F. Circuit Breakers, Vacuum, Medium-Voltage 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with the latest NETA Standard. b. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with circuit breaker closed and across each open pole for one minute. Test voltage shall be in accordance with manufacturer's published data or the latest NETA Standard. c. Perform a contact/pole-resistance test. d. Perform minimum pickup voltage tests on trip and close coils in accordance with the latest NETA Standard. e. Verify trip, close, trip-free, and antipump functions. f. Trip circuit breaker by operation of each protective device. g. Perform vacuum bottle integrity (overpotential) test across each vacuum bottle with the breaker in the open position in strict accordance with manufacturer's published data. Do not exceed maximum voltage stipulated for this test. Provide adequate barriers and protection against x-radiation during this test. Do not perform this test unless the contact displacement of each interrupter is within manufacturer's tolerance. (Be aware that some do high-potential test sets are half-wave rectified and may produce peak voltages in excess of the breaker manufacturer's recommended maximum.) ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 01 26-6 Project No.CO2315 Page 6 of 10 h. Perform insulation-resistance tests on all control wiring with respect to ground. Applied potential shall be 500 volts do for 300 volt rated cable and 1000 volts do for 600 volt rated cable. Test duration shall be one minute. For units with solid-state components, follow manufacturer's recommendation. i. Perform an overpotential test in accordance with manufacturer's published data. j. Test instrument transformers in accordance with the latest NETA Standard. G. Surge Arresters, Surge Protection Devices (Low and Medium Voltage): 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with NETA Standard. b. Perform an insulation-resistance test at voltage levels in accordance with NETA Standard. c. Test grounding connection in accordance with NETA Standard. H. Circuit Breakers—Air, Insulated Case/Molded Case 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with lateset NETA standard. b. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with the circuit breaker closed and across each open pole for one minute. Test voltage shall be in accordance with manufacturer's published data or latest NETA standard. c. Perform a contact/pole-resistance test. d. Perform adjustments for final setting in accordance with coordination study. e. Determine long-time pickup and delay by primary current injection. f. Determine short-time pickup and delay by primary current injection. g. Determine ground-fault pickup and time delay by primary current injection. h. Determine instantaneous pickup by primary current injection. L Perform minimum pickup voltage test on shunt trip and close coils in accordance with latest NETA standard. j. Verify correct operation of any auxiliary features such as trip and pickup indicators, zone interlocking, electrical close and trip operation, trip-free, and antipump function. k. Verify operation of charging mechanism. I. Circuit breakers—Air, low voltage, power 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with latest NETA standard. b. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with the circuit breaker closed and across each open pole for one minute. Test voltage shall be in accordance with manufacturer's published data or latest NETA standard. ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2601 26-7 Project No.CO2315 Page 7 of 10 c. Perform a contact/pole-resistance test. d. Make adjustments to the trip settings in accordance with the coordination study. e. Determine minimum pickup current by primary current injection. f. Determine long-time pickup and delay by primary current injection. g. Determine short-time pickup and delay by primary current injection. h. Determine ground-fault pickup and time delay by primary current injection. i. Determine instantaneous pickup by primary current injection. j. Perform minimum pickup voltage test on shunt trip and close coils in accordance with latest NETA standard. k. Verify correct operation of any auxiliary features such as trip, and pickup indicators, zone interlocking, electrical close and trip operation, trip-free, antipump function, trip unit battery condition, and reset all trip logs and indicators. I. Verify operation of charging mechanism. 1. Protective Relays 1. Electrical Tests a. Perform insulation-resistance test on each circuit-to-frame. Do not perform this test on solid-state devices. b. Perform the following tests on the nominal settings specified by the Owner/user's electrical Engineer: (i) Pickup parameters on each operating element. (ii) Timing tests at two (2) or more points on time-current curve. (iii) Pickup target and seal-in units. (iv) Special tests as required to check operation of restraint, directional and other elements per manufacturer's instruction manual. (v) Conduct tests to verify satisfactory performance of each control feature. (vi) Electrically confirm that CT and VT secondary circuits are intact. K. Instrument Transformers 1. Electrical Tests — Current Transformers a. Electrically confirm that CT secondary circuits are intact. b. Perform a ratio verification test of each current transformer. This shall be performed using the voltage method or current method in accordance with ANSI C57.13.1 (IEEE Guide for Field Testing of Relaying Current Transformers). c. Perform insulation-resistance tests on current transformer secondary winding. Value of test voltage on secondary wiring shall be 1000 volts do for one (1) minute. Do not perform this test with solid-state devices connected. 2. Electrical Tests — Voltage Transformers a. Perform insulation-resistance tests on voltage transformers, winding-to- winding and windings-to-ground. Value of test voltage on secondary wiring shall be 500 volts do for one (1) minute. Do not perform this test with solid- state devices connected. ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 01 26-8 Project No.CO2315 Page 8 of 10 b. Electrically confirm proper secondary voltage. c. Perform a dielectric withstand test on the primary windings with the secondary windings connected to ground. The do dielectric voltage shall be in accordance with NETA Standard. L. Metering 1. Electrical Tests a. Check calibration of meters at all caradinal points. b. Calibrate watthour meters to within manufacturer's published accurance. c. Verify all instrument multipliers. d. Electrically confirm that CT and VT secondary circuits are intact. M. Grounding Systems 1. Electrical Tests a. Perform fall-of-potential test or alternative per IEEE Standard No. 81-1991 on the main grounding electrode or system. b. Perform point-to-point test to determine the resistance between the main grounding system and all major electrical equipment frames, system neutral, and/or derived neutral points. N. Ground-fault protection systems 1. Electrical Tests a. Measure the system neutral to ground insulation resistance with the neutral disconnect link temporarily removed. Replace neutral disconnect link after testing. Notify equipment Owner or operator of any improper neutral to ground connections detected. b. Measure insulation resistance of the control wiring at 1000 volts do for 1 minute. If necessary, disconnect the solid state components. c. Perform pickup tests as follows using primary injection. (i) Verify the relay does not operate at 90% of the set pickup current. (ii) Determine the pickup current of the relay and verify that this current is no greater than 125% of the setting. Pickup must not be greater than 1200 amperes. d. For summation type systems utilizing phase and neutral CT's, verify proper polarities by applying current to each phase-neutral Cr pair. This test also applies to molded case brakers utilizing an external neutral CT. (i) Relay should operate when current direction is the same relative to polarity marks in the two CT's. (ii) Relay should not operate when current direction is opposite relative to polarity marks I the two CT's. e. Measure time delay of the relay at 150% of pickup or greater. f. Verify the system is able to trip with control voltage at 55% of rated for systems utilizing ac control power and 80% of rated for systems utilizing do control power. ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 01 26-9 Project No.CO2315 Page 9 of 10 g. Verify operation of zone interlock systems by simultaneously injecting current at the interlocked relays and monitoring the control signals. 0. Motor Control Center/Motor Starters, Medium Voltage 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with the latest NETA Standard b. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with starter closed and across each open pole for one minute. Test voltage shall be in accordance with manufacturer's published data and NETA Standard whichever is more stringent. Perform insulation-resistance tests on contactor(s), phase-to-ground, phase-to-phase, and across the open contacts for one minute in accordance with the latest NETA Standard c. Perform insulation-resistance tests on all control wiring with respect to ground. Applied potential shall be 500 volts do for 300 volt rated cable and 1000 volts do for 600 volt rated cable. Test duration shall be one minute. For units with solid-state components, follow manufacturer's recommendation. d. Perform system function test in accordance with latest NETA standard. e. Test control power transformers in accordance with the latest NETA Standard f. Perform an overpotential test in accordance with manufacturer's published data. If manufacturer has no recommendation for this test, it shall be in accordance with the latest NETA Standard g. Perform vacuum bottle integrity test (overpotential), if applicable, across each vacuum bottle with the contacts in the open position in strict accordance with manufacturer's published data. Do not exceed maximum voltage stipulated for this test. h. Perform contact resistance tests. i. Measure blowout coil circuit resistance. j. Measure resistance of power fuses. k. Energize contactor using an auxiliary source. Adjust armature to minimize operating vibration where applicable. I. Test motor protection devices in accordance with manufacturer's published data. In the absence of manufacturer's data, use the latest NETA Standard m. Test starting transformers, if applicable, in accordance with the latest NETA Standard n. Test starting reactors, if applicable, in accordance with the latest NETA Standard o. Verify operation of cubicle space heater. P. Motor control centers/Motor starters, Low Voltage 1. Electrical Tests a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter, if applicable, in accordance with NETA Standard. b. Perform insulation-resistance tests on each pole, phase-to-phase and phase- to-ground with starter closed and across each open pole for one minute. Test ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 01 26-10 Project No.CO2315 Page 10 of 10 voltage shall be in accordance with manufacturer's published data and NETA Standard whichever is more stringent. c. Measure insulation resistance of each control circuit-to-ground. d. Perform insulation-resistance tests on all control wiring with respect to ground. Applied potential shall be 500 volts do for 300 volt rated cable and 1000 volts do for 600 volt rated cable. Test duration shall be one minute. For units with solid-state components, follow manufacturer's recommendation. e. Test motor protection devices in accordance with manufacturer's published data and NETA Standard whichever is more stringent. f. Test circuit breakers in accordance with NETA Standard. g. Perform operational tests by initiating control devices. Q. Dry Type Power Factor Correction Capacitor: 1. Electrical test 2. Perform resistance measurements through bolted connections with low-resistance ohmmeter, in accordance with latest NETA standard. 3. Perform winding-to-ground insulation-resistance tests. Apply voltage in accordance with manufacturer's published data. In the absence of manufacturer's published data, use latest NETA standard. 4. Measure winding resistance. 5. Perform overpotential tests on each winding-to-ground. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 10- 1 DEMOLITION FOR ELECTRICAL SYSTEMS Pagel of 5 1 1 2 SECTION 26 OS 10 3 DEMOLITION FOR ELECTRICAL SYSTEMS 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 8 to perform the electrical demolition shown on the Drawings and as specified herein. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by lump sum. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 shall be paid for at the lump sum price bid for"Salvage Electrical Equipment". 21 3. The price bid shall include: 22 a. Removing and salvaging electrical equipment including, but not limited to: 23 1) Wire and cable 24 2) Encasement 25 3) Conduit 26 4) Supports 27 b. Excavation 28 c. Furnishing, placement and compaction of backfill 29 d. Hauling 30 e. Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. National Fire Protection Association (NFPA) 37 a. 70, National Electrical Code(NEC) ADDENDLM 41 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICA HON DOCUMf:N1'S STATION SWI TCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Coordinate with the City or their designee 48 hours in advance of removals. 4 2. Coordinate with other Trades for removal of electrical services in conjunction with 5 the removal of the associated equipment. 6 1.5 SUBMITTALS [NOT USED] 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Delivery and Acceptance Requirements 13 1. All salvage materials will be delivered by the Contractor to the City at a location 14 designated by the Inspector. The Inspector, assisted by authorized representatives, 15 will serve as the receiving agent for salvage material. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3- EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION 22 A. Verify field measurements and circuiting arrangements. 23 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 24 C. Report Drawing discrepancies to City before disturbing the existing installation. 25 3.3 PREPARATION 26 A. Disconnect electrical systems in walls,floors and ceilings scheduled for removal. 27 B. Coordinate utility service outages with Utility Company to minimize length and number 28 of outages. 29 C. Provide temporary wiring and connections to maintain existing systems in service 30 during construction. 31 D. When work must be performed on energized equipment or circuits, use personnel 32 experienced in such operations. ADDENDUM#1 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 5 I E. Existing Electrical Service: Maintain existing system in service until new system is 2 complete and ready for service. 3 F. Disable system only to make switchovers and connections. 4 G. Obtain permission from City at least 1 week in advance, before partially or completely 5 disabling system. 6 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 7 A. Remove, relocate and extend existing installations to accommodate new construction. 8 B. Remove abandoned wiring to source of supply. 9 C. Remove exposed abandoned conduit, including abandoned conduit above accessible 10 ceiling finishes. 11 1. Cut conduit flush with walls and floors and patch surfaces. 12 D. Disconnect abandoned outlets and remove devices. 13 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 14 2. Provide blank cover for abandoned outlets which are not removed. 15 E. Disconnect and remove abandoned panelboards and distribution equipment. 16 F. Disconnect and remove electrical devices and equipment that has been removed. 17 G. Repair adjacent construction and finishes damaged during demolition and extension 18 work. 19 H. Maintain access to existing installations which remain active. Modify installation or 20 provide access to panels as appropriate. 21 I. Where the demolition or revision of any portion of a raceway or box in the raceway 22 system, in an area, causes the raceway system of the area to no longer comply with the 23 classification or Specification requirements of the area, provide and install such boxes, 24 fittings, etc. as may be necessary to return the raceway system to compliance with 25 Specifications. 26 J. Extend existing installations using materials and methods as specified for new Work. 27 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 28 the surroundings. 29 L. Salvaged Equipment and Materials 30 l. The City shall have the right to retain any or all electrical and instrumentation 31 equipment shown or specified to be removed from the site. 32 2. Deliver the City's equipment to a site designated by the City. 33 3. If the City refuses the salvage, the Contractor must claim ownership of the 34 materials and dispose of them properly. 35 4. Prior to starting demolition,the Contractor and City shall jointly visit the areas of 36 demolition and the City will designate those items that are to remain the property of 37 the City. 38 5. Take necessary precautions in removing City designated property to prevent 39 damage during the demolition process. ADDENDUM 91 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Prqject No.CO2315 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 5 1 a. Remove steel structural members by unbolting,cutting welds,or cutting rivet 2 heads and punching shanks through holes. 3 b. Do not use a cutting torch to separate the City's equipment or material. 4 6. Remove items in 1 piece or in a manner that does not impact their reuse. 5 a. Loose components may be removed separately. 6 b. Controls and electrical equipment may be removed from the equipment and 7 handled separately. 8 c. Large units may be handled separately. 9 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 10 sections. 11 M. Material removed from the construction site during demolition,and any equipment not 12 otherwise designated to remain the property of the City in accordance with the pre- 13 demolition identification process shall become the property of the Contractor,and shall 14 be promptly removed from the construction site. 15 N. Refurbish and replace any existing facility,to be left in place,which is damaged by the 16 demolition operations. 17 1. The repair of such damage shall leave the parts in a condition at least equal to that 18 found at the start of the work. 19 3.5 RESTORATION 20 A. Clean and repair existing materials and equipment which remain or are to be reused. 21 B. Panelboards 22 1. Clean exposed surfaces. 23 2. Check tightness of electrical connections. 24 3. Replace damaged circuit breakers. 25 4. Provide closure plates for vacant positions. 26 5. Provide typed circuit directory showing revised circuiting arrangement. 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION ADDENDUM#1 CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS STATION SWITCHGEAR REPLACEMENT PROJECT Revised December 20,2012 City Project No.CO2315 260510-5 DEMOLITION FOR ELECTRICAL SYSTEMS Page 5 ot'5 l Revision Log DATE NAME SUMMARY OF CHANGE 2 ADDENDUM tll CITY OF FORT WORTH ROLLING HILLS WTP HIGH SERVICE PUMP STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS S I'ATION SWITCHGEAR REPLACEMENT PROJECT Revised December 20.2012 City Project No.CO2315 2605 13-1 Project No.CO2315 Page 1 of 8 SECTION 26 05 13 MEDIUM VOLTAGE CABLES PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish, install and test the medium voltage cables and accessories as shown on the Drawings and as specified herein. 1.02 REFERENCE STANDARDS A. Medium voltage cables shall meet or exceed the specifications and requirements of the latest Insulated Cable Engineers Association (ICEA) and the Association of Edison Illuminating Companies (AEIC) publications, except as modified by this Section. B. Ethylene-propylene rubber (EPR) insulated cable shall comply with ICEA S-93-639 (NEMA WC 74) AEIC CS-8. C. Cables shall comply with Underwriters Laboratories (UL) Standard 1072. D. Field testing and commissioning shall be done in accordance with the latest revision of the "Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems" published by the InterNational Electrical Testing Association (NETA Standard ATS) unless otherwise modified by these specifications. Shall be in accordance with specification Section 26 01 26 Acceptance Testing and Calibration. E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.03 SUBMITTALS A. Submit the following in accordance with Division 01. B. Product data sheets. C. Factory and field test reports. D. Cable samples. E. Literature identifying the methods and materials for splicing and termination. F. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.04 QUALITY ASSURANCE A. The general construction of the cable and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 13-2 Project No.CO2315 Page 2 of 8 Upon request, the manufacturer shall submit a copy of his Quality Assurance Manual detailing the quality control and quality assurance measures in place at his facility. B. The manufacturer shall have available for audit detailed descriptions of the method by which his various manufacturing processes and production test are recorded, thus enabling the "traceability" of the completed cable. All steps in the manufacturing process, from receipt of raw material to the final tests, are to be included. Where multiple records are used, the method for cross-referencing shall be noted. C. Cable shall be UL listed as Type MV-105. D. Minimum insulation level shall be 133%. 1.05 CERTIFICATION A. Each electrician that is to perform medium voltage connection shall show evidence of proper training and certification over the last 5 years. 1.06 DELIVERY, STORAGE AND HANDLING A. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Do not drop reels from any height. B. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the cable. C. Store cable on a solid, well drained location. Unjacketed armored cable shall be stored indoors. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. D. Seal cable ends with heat shrinkable end caps. Do not remove end caps until cables are ready to be terminated. 1.07 WARRANTY A. The manufacturer shall warrant the cable against failures for a period of 20 years from date of installation and shall remove and replace failed cables at his own expense during this warranty period. PART 2 PRODUCTS 2.01 GENERAL A. The manufacturer's name, the voltage class, type of insulation, thickness of insulation, conductor size, UL listing and date of manufacture shall be printed on the jacket. B. Cables shall be suitable for use in partially submerged wet locations, in non-metallic or metallic conduits, underground concrete encase duct systems and direct buried installation. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 13-3 Project No.CO2315 Page 3 of 8 C. Cables shall be able to operate continuously at a temperature not in excess of 105°C for normal operation, 140°C for emergency overload conditions and 250°C for short circuit conditions. Emergency overloads shall be possible for periods of up to 100 hours. Five 100 hours emergency overload operations within the lifetime of the cable shall be possible. D. Cable shall be shielded unless specifically shown otherwise on the drawings. Insulation shield shall have 100 % copper tape shield coverage. E. Cables shall have the following physical characteristics in accordance with ICEA, AEIC and LIL standards: 1. Conductors: Class B bare compressed or compact soft copper in accordance with ASTM spec B3 and B8 or ASTM B469 and ICEA Part 2, Section 2.1 and 2.5. 2. Conductor shield: The conductor shall be shielded with an extruded semi- conducting thermo setting polymeric layer over the conductor, applied in tandem with and firmly bonded to the insulation. 3. Insulation shield: The insulation shall be covered with an extruded layer of semi- conducting thermo setting material which shall be identified as being semi- conducting. Over this layer shall be applied a helically-wrapped copper tape with 25% overlap. 4. Jacket: The cable shall be provided with a jacket of black sunlight resistant PVC: conforming to requirements specified for polyvinyl chloride jacket in ICEA. The thickness shall be in accordance with Table 7 of ICEA. 5. Insulation: Thermosetting ethylene propylene rubber (EPR) compound over an extruded, semi-conducting insulation screen and copper shielding applied directly over the insulation. 6. Minimum installation temperature: minus 10°C. F. Cable installed in cable tray system: 1. Cable installed in cable tray system shall be armored power cable, shielded with EPR insulation. G. Acceptable manufacturers: 1. Aetna Insulated Wire. 2. Kerite Company, Inc. 3. General Cable. 4. Okonite Company, Inc. 5. Prysmian. 6. Southwire Corporation 2.02 CABLE APPLICATIONS A. 5kV cable. B. Cable type: Single conductor and Multiconductor. C. Insulation level: 5kV - 133 percent, type MV-105. D. Operating voltage: 2400 Volts, 3 Phase, 60 Hz, grounded distribution system. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 13-4 Project No.CO2315 Page 4 of 8 2.03 CABLE ACCESSORIES A. General 1. The manufacturer shall be able to document a minimum of 5 years successful field experience as well as demonstrating technical life assessment as requested. The manufacturer shall establish and document a Quality Assurance Program implementing suitable procedures and controls for all activities affecting quality. The program shall provide documentation that verifies the quality of production joint kits and traceability back to inspection records, raw material and the original designs and design prof tested joints. 2. All material used in terminating medium voltage cables shall be as recommended by the cable manufacturer. Cables shall be terminated in accordance with the kit supplier's drawings. 3. Cable terminations shall meet or exceed IEEE Standard 48, Class I requirements. 4. AEIC CS8 standards for XLP and EPR Insulated Cables. 5. Cable accessories shall be by one manufacturer to assure adequate installer training and application assistance. 6. Cable terminators shall be selected for the application. Elbow and Jacket seal when required be supplied and shall be dead break. 7. Close coordination with switchgear manufacturer and transformer manufacturer shall be done in order to get a complete and operable system. B. Connectors 1. Connectors shall be installed with standard industry tooling. All connections of copper stranded wire in size No. 6 AWG through 1000 kcmil shall be made electrically and mechanically secured. The connectors shall have a current carrying capacity equal to the 5kV and meet UL 486 requirements. The connectors shall be rated for operation through 5kV. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. Connector shall be elastimold, elbows to be dead front or approved equal. C. Electrical Grounding Braid 1. Conducting metal braid shall be woven from 240 strands of 30 AWG tinned copper wires and be capable of carrying fault current comparable to that of 6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal. D. General 1. Cable termination and splicing material shall be as manufactured by Canusa or Raychem or equal. All material used in terminating and splicing medium voltage cables shall be as recommended by the cable manufacturer. Cables shall be terminated and spliced in accordance with the kit supplier's drawings. 2. Cable terminations shall meet or exceed IEEE Standard 48, Class I requirements. 3. EP insulated cable splices shall be hand wrapped and shall meet or exceed the requirements of ANSI C119.1 and IEEE 404. 4. Cable accessories shall be by one manufacturer to assure adequate installer training and application assistance. 5. The manufacturer shall be able to document a minimum of 5 years successful field experience as well as demonstrating technical life assessment as requested. The manufacturer shall establish and document a Quality Assurance Program ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 13-5 Project No.CO2315 Page 5 of 8 implementing suitable procedures and controls for all activities affecting quality. The program shall provide documentation that verifies the quality of production joint kits and traceability back to inspection records, raw material and the original designs and design proof tested joints. E. Indoor Cable Termination 5kV 1. Single conductor shielded cable terminations for indoor applications shall be one piece, track resistant EPDM rubber with top seal and ground strap assemblies. 2. Termination shall have a current rating equal to, or greater than the cable ampacity. 3. Termination shall accommodate any form of cable shielding or construction without the need for special adapters. 4. Termination shall be heat shrinkable. 5. Acceptable products: a. Canusa CT Series b. Raychem Corp., HVT Series. F. Outdoor Cable Terminations 5kV 1. Single conductor shielded cable terminations for outdoor protected or exposed locations shall be one piece, track resistant silicone rubber with top seal, rain skirt and ground strap assemblies. Cable compartments of outdoor metal clad switchgear shall be considered as outdoor locations. 2. Termination shall have a current rating equal to, or greater than the cable ampacity. 3. Termination shall accommodate any form of cable shielding or construction without the need for special adapters. 4. Termination shall be heat shrinkable 5. Acceptable products: a. Canusa CT Series. b. Raychem Corp., HVT Series. G. Tape Shielded Inline and Tee Cable Splice 1. Splice all shielded cables rated 5,000 Volts or less with conductor sizes ranging from No. 4 to 1,000 Kcmil in accordance with the manufacturer instructions. 2. Termination shall be heat traceable, Canusa CG series or Raychem HVS Series. 3. Shielded cable splices shall be capable of normal continuous operations at the rated voltage and current on the cable it is to be used on (5kV maximum). The splice kit shall contain all of the necessary materials required to make three splices including cable preparation materials, such as solvents, rags and abrasive materials. The primary insulating tape shall be an all-voltage linerless tape. A comprehensive step-by-step instruction sheet shall be included with each kit. H. Heat Shrinkable Bus Connection Kits 1. Bus kits shall be capable of insulating bus bars 2-in to 6-in wide and for connection of 1 to 4 cables. Kits shall electrically insulate and environmentally seal the connection and be easily re-enterable. 2. Cable-to-bus bar connection kits shall be rated up to 5kV class and tested in accordance with ANSI C37.20c, Section 5.2.1.4 Test for Bus Bar Insulation and ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 13-6 Project No.CO2315 Page 6 of 8 Section 5.2.9 Flame-Retardant Test for Applied Insulation. Kits shall be Raychem Corp., Type HVBC or equal. I. Medium Voltage Heat-Shrinkable Motor Connection Kits. 1. Motor connection kits shall insulate the motor feeder motor lead connection and allow installation within the motor conduit box. 2. Kits shall environmentally seal the connection and be easily re-enterable. Kits shall be Raychem, Type MCK; Canusa CMTK. J. Lugs and Connectors 1. Copper lugs and connectors shall be crimped with standard industry tooling. All connections of copper stranded wire in size No. 6 AWG through 1000 kcmil shall be made electrically and mechanically secured. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements. Lugs larger than 4/0 AWG shall be two-hole lugs with NEMA spacing. The lugs and connectors shall be rated for operation through 5kV. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. K. Electrical Grounding Braid 1. Conducting metal braid shall be woven from 240 strands of 30 AWG tinned copper wires and be capable of carrying fault current comparable to that of 6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal. L. Cable Marking Systems 1. A 7-mil, flame retardant, cold and weather-resistant vinyl plastic electrical tape shall be used for phase identification, 3M Corp.; Scotch 35 Tape or equal. Cable tags shall be heat stamped nylon secured by polypropylene cable ties, Thomas & Betts No. TC228-9 or equal. 2.04 PULLING COMPOUNDS A. Pulling compound shall be nontoxic, nonflammable, noncombustible and noncorrosive. The material shall be UL listed and compatible with the cable insulation and jacket. B. Acceptable manufacturers are Ideal Company; Polywater, Inc.; Cable Grip Co. or equal. 2.05 SHOP TESTING A. Perform manufacturers standard production testing and inspection in accordance with Section 9 of the referenced ICEA standards. If requested by the Engineer, the manufacturer shall submit certified proof of compliance with ICEA design and test standards. B. Provide certified test reports indicating that the cable has passed the following tests: 1. Partial Corona Discharge Test in accordance with AEIC CS8. 2. Vertical tray flame test in accordance with IEEE 1202. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605, 13-7 Project No.CO2315 Page 7 of 8 C. After completion of the factory tests, individual pulling eyes shall be installed on single or triplexed conductor length of cable. Pulling eyes shall be suitable for maximum allowable pulling tension on the conductors and they shall be sealed against entrance of water. PART 3 EXECUTION 3.01 GENERAL A. Determine the cutting lengths, reel arrangements and total lengths of cable required and shall furnish this data to the cable manufacturer as soon as possible to assure on- time delivery of cable. B. Make use of the field engineering services available from the cable manufacturer. 3.02 INSTALLATION A. Cable Installation 1. When temperature is below 50 degrees F, cable reels shall be stored at 70 degrees F for at least 24 hours before installation. 2. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii. 3. Pull cables from direction that requires the least tension. 4. Feed cables into raceway with zero tension and without cable crossover at raceway entrance. B. Marking and Identification 1. Plastic nameplates shall be installed in each manhole, pull box and at splice and terminating points. These nameplates shall show the phase and feeder designations and the date when the cable was installed or splice or termination was made. The feeder designation shall be as indicated on the Drawings. Nameplates shall be tied to each cable with self-locking nylon ties. 2. Apply write-on identification labels to wiring wire termination in each instrument junction box. Show wire size, conduit size, and line and load information. Use waterproof plastic write-on labels with nylon tie-wraps. 3. Indentification shall be as specified under Division 26. 3.03 FIELD TESTING A. Field testing shall be performed in accordance with Division 26. B. Immediately notify the Owner and do not energize the cables if any of the following conditions occur: 1. Cable damage. 2. Improper installation or grounding. 3. Shield discontinuity or high resistance. 4. Dielectric absorption ratio and polarization index below 1.5. 5. Abnormal plot of leakage current versus voltage. 6. Defective or Damaged Cables ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 26 05 13-8 Project No.CO2315 Page 8 of 8 C. The Engineer shall make sole determination of the acceptability of the cables based on the submitted test reports. Do not energize cables until the test reports have been reviewed and approved by the Engineer. D. If, in the opinion of the Engineer, the cables, terminations or splices are determined to be damaged or defective, provide the following remedial actions at no additional cost to the Owner: 1. Remove splices and terminations and completely re-test the cables to determine whether the cables are damaged or defective. 2. Remove and replace damaged or defective cables as directed by the Engineer. 3. Remake terminations and splices with new kits. 4. Completely re-test cable, splices and terminations in accordance with Division 26. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 2605 19-1 Project No.CO2315 Page 1 of 6 ASECTION 26 05 19 CONDUCTORS - 600V AND BELOW PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install, complete and ready for operation, electrical conductor systems as shown on the drawings and as specified herein. 1.02 SUBMITTALS A. Submit shop drawings and product data as per Division 01 - General Provisions, showing all details of materials. B. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.03 CONDUCTOR COLOR CODING A. Color-coding of multi-conductor control and instrumentation cable is specified in the individual cable type specification. B. For power conductors, provide all single conductors power cables with integral insulation pigmentation of the designated colors, except conductors larger than No. 6 may be provided with color-coding by wrapping the conductor at each end and at all accessible locations with vinyl tape. Where this method of color-coding is used, wrap at least six full overlapping turns of tape around the conductor covering an area 1-1/2 to 2 inches wide at a visible location. C. Phase A, B, and C implies the direction of positive phase rotation. D. Use owner's current color scheme. If owner does not have a consistent color scheme use the following: System Conductor Color All Systems Equipment Grounding Green 240/120 Volts Grounded Neutral White 1-Phase, 3-Wire One Hot Leg Black Other Hot Leg Red 208Y/120 Volts Grounded Neutral White 3-Phase, 4-Wire Phase A Black Phase B Red ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 19-2 Project No.CO2315 Page 2 of 6 Phase C Blue 480Y/277 Volts Grounded Neutral Gray 3-Phase, 4-Wire Phase A Brown Phase B Orange Phase C Yellow PART 2 PRODUCTS 2.01 GENERAL A. Use the manufacturer's name, model or catalog number, if for the purpose of establishing the standard of quality and general configuration desired only. B. Splices are not acceptable on this project, except at light fixtures and receptacles. 2.02 CONDUCTORS - 600 VOLTS A. Single Conductors 600 Volts and Below: 1. Unless otherwise indicated, all conductors shall be copper and shall be stranded. Solid conductors shall not be used. All conductors with the exception of grounding conductors shall be standard copper. 2. Utilize only conductors meeting applicable requirements of UL 44, UL 1685, IECA S-95-658 (NEMA WC70). 3. Provide conductors with type XHHW insulation except for tray cable. Tray cable shall be type XHHW-2 insulation. 4. Unless noted otherwise, conductor sizes indicated are based on copper conductors. Do not provide conductors smaller than those indicated. 5. Where flexible cords and cables are specified, provide Type STJO, 600 volt, with the number and size of copper conductors indicated. 6. Single Pair (600 Volt No. 16 AWG Twisted, shielded Pair Instrumentation Cable, Type TC): a. General: Single pair instrumentation cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90° C dry locations, 75° C wet locations. b. Individual Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8, 22 AWG, 7-strand copper tinned drain wire. c. Insulation and Jacket: Each conductor XHHW-2. Pair conductors pigmented black and white. Jacket flame-retardant and sunlight and oil resistant PVC with 45 mils nominal thickness. Shield aluminum/mylar overlapped to provide 100 percent coverage. d. Dimension: 0.30 inch nominal OD. e. Manufacturers: Alpha Wire Corporation, Belden, General Cable, The Okonite Company. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 19-3 Project No.CO2315 Page 3 of 6 7. Single Triad (600 Volt No. 16 Twisted, Shielded Triad Instrumentation Cable, Type TC): a. General: Single triad instrumentation cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable tray, conduit, or other approved raceways. Minimum cable temperature rating shall be 90° C dry locations, 75° C wet locations. b. Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8, 22 AWG, 7-strand copper tinned drain wire. c. Insulation and Jacket: Each conductor, XHHW-2 insulation. Triad conductors pigmented black, red, and white. Jacket flame-retardant and sunlight and oil retardant PVC with 45 mils nominal thickness. Shield aluminum/mylar, overlapped to provide 100 percent coverage. Cl. Dimensions: 0.32-inch nominal OD. e. Manufacturers: Alpha Wire Corporation, Belden, General Cable, The Okonite Company. 8. Equipment Grounding Conductors: a. Provide stranded copper conductors, as indicated or as required by NEC, for equipment grounding. All grounding conductor shall be stranded copper. b. Provide conductors with green Type XHHW insulation with a minimum thickness of 1/32-inch. PART 3 EXECUTION 3.01 GENERAL A. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Pulling compound shall be used. Use only UL listed compound compatible with the cable outer jacket and with the raceway involved. B. CONTRACTOR is to provide and install all low voltage (120V, 208V, 480V, etc.) distribution equipment and hardware associated with this project as shown on the plan drawings. C. Tighten screws and terminal bolts using torque type wrenches, and/or drives, to tighten to the inch-pound requirements of the NEC and UL. D. Where single conductors and cables in manholes, handholes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 12 inches on centers. 3.02 CONDUCTOR - 600 VOLTS AND BELOW A. Provide conductor sizes as indicated on the drawings. B. Minimum size for control shall be #14 for individual wire and #16 TSP, TST. Minimum size for power cables shall be #12. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWI TCHGEAR REPLACEMENT City Project No.CO2315 26 05 19-4 Project No.CO2315 Page 4 of 6 C. Use silicone filled pressure connectors. Place no more than one conductor in any single-barrel pressure connection. D. Motors connector shall be crimp connectors or kernys varnish carbonic C130. E. Soldered mechanical joints insulated with tape will not be acceptable. F. Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame retardant, 8.5-mil thick minimum, rated for 105°C minimum meeting the requirements of UL 510. Acceptable product 3M-Scotch 88. G. Provide terminals and connectors acceptable for the type of material used. H. Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length. Remove surplus wire, and bundle and secure in an acceptable manner. Identify circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. I. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. Where terminals provided will accept such lugs, terminate control and instrumentation wiring (except solid thermocouple leads) with insulated, locking-fork compression lugs, Thomas & Betts, Sta-Kon, or equal. 1. For terminals designed to accept only bare wire compression terminations, use only stranded wire, and terminate only one wire per terminal. Tighten terminal screws with torque screwdriver to recommended torque values. K. Attach compression lugs with a tool specifically designed for that purpose which provides a complete, controlled, crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. L. Cap spare conductors and conductors not terminated with UL listed end caps. M. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer edges, and install bushings and protective strips of insulating material to protect the conductors. N. For conductors that will be connected by others, provide at least 6 feet spare conductor in freestanding panels, and at least 2 feet spare in other assemblies. Provide more spare conductor in any particular assembly where it is obvious that more conductor length will be needed to reach the termination point. 3.03 CABLES A. Do not splice without permission of the ENGINEER. Locate splices, when permitted, only in readily accessible cabinets or junction boxes using terminal strips. B. Where connections of cables installed under this section are to be made to instrumentation and controls, leave pigtails of adequate length for neat bundled type connections. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 19-5 Project No.CO2315 Page 5 of 6 C. Maintaining the integrity of shielding of instrumentation cables is essential to the operation of the control systems. Take special care in cable installation to ensure that grounds do not occur because of damage to the jacket over the shield. D. Cable Placement: 1. Immediately prior to the placement of each cable or cable group, inspect the raceway to determine that installation is complete and that the interior is clean and free of all materials detrimental to the cable or its placement. Group all cable assigned to a particular conduit and pulled simultaneously, using cable grips and acceptable lubricants. 2. Provide adequately sized raceways to accommodate the number and size of cable as specified, and in compliance with Article 300 of the National Electric Code. If at any time during the progress of the work raceways appear inadequate to accommodate the assigned cable, notify the Engineer/Owner at once and discontinue further work on the questionable raceway until advised by the Owner as to how to proceed. 3. Carefully check all cable as to size and length before pulling into conduits. Remove and replace cable pulled into the wrong conduit or cut too short at no additional cost to the Engineer/Owner. Do not pull cable removed from one conduit or duct into another conduit or duct without permission of the Engineer/Owner. E. Use woven wire cable grips to pull all low voltage single conductor cable, No. 2/0 and larger, and all low voltage multi-conductor cable. Use pulling loops to pull single conductor cable smaller than No. 2/0. When a cable grip is used for pulling, the arc of the cable covered by the grip plus 6-inches shall be cut off and discarded. F. Insert a reliable non-freezing type of swivel or swivel connection between the pulling ropes and the cable eye, or grip to prevent twisting under strain. G. Do not exceed the maximum pulling tension recommended by the cable manufacturer. Pulling mechanisms of both the manual and power types shall have the rated capacity in tons clearly marked on the mechanism. Whenever the capacity of the pulling mechanism exceeds the recommended pulling tension of the cable as given by the cable manufacturer, a dynamometer shall be used to show the tension on the cable, and the indicator shall be constantly watched. If any excessive strain develops, stop the pulling operation at once and determine and correct the difficulty. 3.04 CONDUCTOR ARC AND FIREPROOFING TAPES A. Use arc and fireproofing tapes on 600 volt single conductors and cables, except those rated Type TC, throughout their entire exposed length at splices in manholes, handholes, vaults, cable trays, and other indicated locations. B. Wrap together as a single cable conductors entering from each conduit. C. Follow tape manufacturer's installation instructions. Secure the arc and fireproofing tape at frequent intervals with bands of the specified glass cloth electrical tape. Make each band of at least two wraps of tape directly over each other. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 19-6 Project No.CO2315 Page 6 of 6 D. Arc and Fireproofing tape shall be 3M Scotch #77 or equal. 3.05 FIELD TESTS A. Instrumentation Cables: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests witnessed by the ENGINEER to ensure that instrumentation cable shields are isolated from ground, except at the grounding point. Remove improper grounds. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 26-1 Project No.CO2315 Page 1 of 5 ASECTION 26 05 26 GROUNDING PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install grounding and bonding equipment for the electrical system. It is the intention of this specification that all electrical equipment be grounded. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 00 00, GENERAL ELECTRICAL REQUIREMENTS. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/IEEE Standard 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. 2. ANSI/UL 467 - Grounding and Bonding Equipment. 3. NFPA 70 - National Electrical Code. 1.03 SUBMITTALS A. Submittal shall be in accordance with Division 01 and shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications„ Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP, STATION SWrTCHGEAR REPLACEMENT City Project No.CO2315 26 05 26-2 Project No.CO2315 Page 2 of 5 1.05 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. PART 2 PRODUCTS 2.01 GROUND RODS A. Material: GROUND RODS: Copper-clad, having a diameter of 3/4" and a minimum length of 10'. B. Listing: UL 467. 2.02 GROUND CABLES A. Stranded, bare tinned copper of 98% conductivity and as specified in Section 26 05 19 600 VOLT WIRE AND CABLES. 2.03 CONDUIT GROUND FITTINGS A. Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. 2.04 GROUND ROD BOXES A. Precast Box with cast iron lid. Lid shall read `ground rod"on lid. Brooks Precast Model "3-RT" or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating. 2.05 GROUND PLATE ELECTRODES A. 20 gauge copper with terminated two (2) foot welded pigtail connection. 2.06 CONNECTIONS A. Type: 1. Unless otherwise noted, provide exothermic weld type for all non-accessible and below-grade connections. 2. For above grade connections provide bonds and clamps of a nonferrous material which will not cause electrolytic action between the conductor and the connector. B. Listing: UL 467 C. Acceptable Manufacturers: 1. Below grade: Cadweld, Thermoweld 2. Above grade: a. Burndy b. Ilsco ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 26 05 26-3 Project No.CO2315 Page 3 of 5 c. OZ/Gedney d. T & B 2.07 CERTIFICATION A. Contractor shall receive from the manufacturer proper training prior to execute the exhotermic weld connection. 2.08 WIRING A. Provide copper insulated conductors for bonding jumpers. All insulated grounding conductors shall be copper, stranded. 1. Provide 600-volt insulated conductors having a green-colored XHHW insulation for equipment grounding conductors. 2. Ground conductors shall be protected in conduit where subject to physical damage. 3. All exposed ground conductors shall be installed in conduits. Ground conductor attached to cable trays shall not be considered exposed. 2.09 GROUND BUS A. Round-edge tin plated copper bar with 98 percent International Annealed Copper Standard (IACS) conductivity. B. Size the bus for not less than 25 percent of the cross-sectional area of the related feeder. C. A minimum ground bus size of 3-inch by 2 inches is required. 2.10 GROUNDING FOR INSTRUMENTATION SYSTEM A. Ground Loop for instrumentation system shall be grounded at only one point to the building ground system. 2.11 GROUND LOOP A. All ground loop conductor shall be bare copper minimum wire size shall be #4/0 unless otherwise noted. PART 3 EXECUTION 3.01 SYSTEM GROUND A. System Neutral: 1. Where a system neutral is used, ground the system neutral conductor as required by NEC Article 250. 2. Ground the system neutral only at the point of service and isolate it from ground at all other points in the system. B. Separately Derived Systems: Ground neutrals of separately derived systems such as generators, transformers, etc., in accordance with NEC 250-30. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 26-4 Project No.CO2315 Page 4 of 5 C. Size: Size the system grounding conductors to comply with NEC Table 250-66, unless shown larger. 3.02 EQUIPMENT GROUND A. Raceway Systems and Equipment Enclosures: 1. Ground cabinets, junction boxes, outlet boxes, motors, controllers, raceways, fittings, switchgear, transformer enclosures, handrail, stair, steel pipe and other equipment and metallic enclosures. 2. Ground equipment and enclosures to the continuous-grounded, metallic raceway system in addition to any other specific grounding shown. 3. Provide bonding jumpers and ground wire throughout to ensure electrical continuity of the grounding system. 4. Provide grounding-type insulated bushings for metal conduits terminating in equipment enclosures containing a ground bus and connect the bushing to the ground bus. 5. Provide green insulated equipment grounding conductor for each feeder, power branch circuit, receptacle branch circuit and lighting branch circuit. 6. Raceways shall not be used for equipment ground. Provide individual equipment ground wires for all equipment even if not shown on plans. 7. Provide bonding jumper and bonding bushing on each metallic conduit entering or leaving the enclosure of the service equipment. 8. Where grounding conductors are shown, bond the wires to metallic enclosures at each end and to intermediate metallic enclosures. Connect grounding conductors to grounding bushings on raceway. Where any equipment contains a ground bus, extend and connect grounding conductors to that bus. Run ground conductor inside conduits enclosing the power conductors. 9. Make connections of any grounding conductors to motors 1/2 HP and above, or circuits 20 amps or above, by solderless terminal and a 5/16-inch minimum bolt tapped to the motor frame or equipment housing. Grounding clips mounted directly on the box, or with 3/8-inch machine screws. Completely remove all paint, dirt, or other surface coverings at grounding conductor to connection points so that good metal-to-metal contact is made. 10. Ground metal sheathing and any exposed metal vertical structural elements of buildings. Ground metal fences enclosing electrical equipment. Bond any metal equipment platforms which support electrical equipment to that equipment. Provide good electrical contact between metal frames and railings supporting pushbutton stations, receptacles, instrument cabinets, etc., and raceways carrying circuits to these devices. 11. Bond neutrals of transformers to the system ground network, and to any additional indicated grounding electrodes. B. Size: 1. When grounding and bonding conductors are not sized on drawings, size the grounding conductors in accordance with NEC Table 250-122. 2. Size bonding jumper so that minimum cross-sectional area is greater than or equal to that of the equivalent grounding conductor as determined from NEC Table 250-122. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 26 05 26-5 Project No.CO2315 Page 5 of 5 C. Install sufficient ground rods in addition to those shown, or code required grounding so that resistance to ground as tested by standard methods does not exceed 1 ohm. Where more than one rod is required, install rods at least 6 feet apart. 3.03 GROUND CONNECTIONS A. Unless shown otherwise, make connections of grounding conductors to ground rods at the upper end of the rod with the end of the rod and the connection point below finished grade. B. Make connections of sections of outdoor ground mats (counterpoise) for substations or other equipment underground. Make connections of other grounding conductors generally accessible. C. When making thermite welds, wire blush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer's recommendations. After welds have been made and cooled, brush slag from the weld area and thoroughly clean the joint. For compression connectors, use homogeneous copper, anti-corrosion, surface treatment compound at connectors in accordance with connector manufacturer's recommendations. Use connectors of proper size for conductors and ground rods specified. Use connector manufacturer's compression tool. Notify Engineer prior to backfilling any ground connections. 3.04 FIELD TEST A. The testing shall be performed in accordance with Section 26 01 26. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICE PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 29-1 Project No.CO2315 Page 1 of 5 ASECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.01 SUMMARY A. This Section includes the following: 1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases. 1.02 PERFORMANCE REQUIREMENTS A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified Professional Engineer licensed in the state where the project shall be built, using performance requirements and design criteria indicated. B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. D. Rated Strength: Adequate in tension and shear force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of 3 times the applied force. 1.03 SUBMITTALS A. Product Data: 316 stainless steel slotted support systems. B. Record data: Signed and sealed by a qualified professional engineer Licensed in the state where the project is constructed. Show fabrication and installation details and include calculations (The dead load, live load, wind and allowable capacity) for the following: 1. Trapeze hangers. Include Product Data for components. 2. Type 316 stainless steel slotted channel system and all bolts to be type 316ss. 3. Equipment supports and connections detail. C. Welding certificates. D. Field Test Report. E. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 29-2 Project No.CO2315 Page 2 of 5 F. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.05 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03. B. Coordinate installation of roof curbs, equipment supports, and roof penetrations. PART 2 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Use only stainless steel 316 components for support, anchorage and attachment components. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube &Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc. 2. Channel Dimensions: Selected for applicable load criteria. B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. C. Conduit and Cable Support Devices: hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported. D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. E. Structural Steel for Fabricated Supports and Restraints: 316 Stainless Steel only. ADDENDUM*1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 29-3 Project No.CO2315 Page 3 of 5 F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Adhesive Anchor Systems: Wedge-type 316 Stainless Steel, for use in hardened portland cement concrete, with tension and shear capacities appropriate for supported loads and building materials where used. a. Manufacturers: Hilti Inc. only. 2. Mechanical-Expansion Anchors: Wedge-type 316 Stainless Steel, for use in hardened portland cement concrete, with tension and shear capacities appropriate for supported loads and building materials where used. a. Manufacturers: Hilti Inc. only. 3. Powder-Actuated Fasteners: 316 Stainless Steel stud, for use in hardened portland cement concrete, steel, or wood, with tension and shear capacities appropriate for supported loads and building materials where used. a. Manufacturers: Hilti Inc. only. 4. Concrete Inserts: 316 Stainless Steel, Slotted support system units. 5. Clamps for Attachment to Steel Structural Elements: 316 Stainless Steel, type suitable for attached structural element. 6. Through Bolts: Structural type, hex head, and high strength. 316 Stainless Steel Toggle Bolts: 316 Stainless Steel. 7. Hanger Rods: 316 Stainless Steel. G. Cast aluminum one-hole clam conduit supports are not acceptable. 2.02 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES A. Description: Welded or bolted, structural steel shapes, shop or field fabricated to fit dimensions of supported equipment. B. Materials: Comply with requirements in Division 05 Section "Metals" for 316 Stainless Steel shapes and plates. C. All outdoor equipment rack shall be provided with canopy to protect the equipment for being overheated by the sun. Canopy shall extend at a minimum 1 foot in front of the equipment enclosure. PART 3 EXECUTION 3.01 APPLICATION A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for conduit as required by NECA 1 Table 1 when the maximum spacing is less than stated in NFPA 70. Minimum rod size shall be 1/4 inch in diameter. C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with 316 Stainless Steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 29-4 Project No.CO2315 Page 4 of 5 Secure raceways and cables to these supports with two-bolt conduit clamps. D. 316 Stainless Steel clamps designed for supporting single conduits may be used for 1- 1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. All supports and fastening devices shall be stainless steel 316. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 300 lb. D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts or Adhesive Anchor Bolt. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Adhesive Anchor System provided with lock washers and nuts shall be used in existing normal weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete slabs or wall less than 4 inches thick. 5. Expansion Anchor Bolt can be used for concrete thickness is less than 4 inches to meet minimum 6. To Steel: Welded threaded studs complying with AWS D1.1/01.1M, with lock washers and nuts 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panel boards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate by means that meet seismic-restraint wind strength and anchorage requirements. E. Drill holes for expansion anchors in concrete at locations to avoid reinforcing bars. 3.03 INSTALLATION OF FABRICATED METAL SUPPORTS A. Comply with installation requirements in Division 5 Section "Metals" for site-fabricated metal supports. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 29-5 Project No.CO2315 Page 5 of 5 C. Field Welding: Comply with AWS D1.1/D1.1M. 3.04 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 6 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Use 4000-psi, 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 3 Section "Cast- in-Place Concrete." C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturers written instructions. 3.05 PAINTING A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. B. Touchup: Comply with requirements in Division 9 "Finishes" for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair coating to comply with ASTM A780. 3.06 INSTALLATION A. Mounting Stands: Field mounted disconnects, pushbutton control stations, etc, shall be mounted on steel stands as shown on the Drawings. Where clearance requirements for stands may not be maintained, the Engineer may direct equipment to be wall- mounted adjacent to the drive, but in no case shall the distance from the drive motor to the control station exceed 3-ft. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 33-1 Project No.CO2315 Page 1 of 7 ASECTION 26 05 33 RACEWAYS PART1 GENERAL 1.01 WORK INCLUDED A. This section specifies the furnishing and installation of electrical raceway systems. 1. Conduit: a. Rigid aluminum conduit. b. PVC-coated rigid aluminum conduit. c. Liquid-tight flexible metal conduit. d. PVC Schedule 40 conduit. 2. Wireways. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI C80.5 - American National Standard for Electrical Rigid Aluminum Conduit (ERAC) 2. UL 1 - Safety Standard for Flexible Metal Conduit 3. UL 5 - Safety Standard for Surface Metal Raceways and Fittings 4. UL 651 - Standard for Schedule 40 and Schedule 80 Rigid PVC Conduit and Fittings 5. UL 870 - Safety Standard for Wireways, Auxiliary Gutters, and Associated Fittings 6. NEMA RN 1 - PVC Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing 8. UL 6 and 614 - Electrical Rigid Metal Conduit 9. UL 360 - Liquid-tight Flexible Steel Conduit 10. UL 467 - Electrical Grounding and Bonding Equipment 11. NFPA 70 - National Electric Code 12. NFPA 70E - National Fire Protection Association 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 01, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 33-2 Project No.CO2315 Page 2 of 7 deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. PART 2 PRODUCTS 2.01 MATERIALS A. Rigid Aluminum Conduit: 1. Conduit: Rigid copper free aluminum (alloy 6063-Ti) conduit (RAC). 2. Fittings: For RAC use threaded aluminum. 3. Listing: UL 6A. 4. Acceptable RAC Manufacturers: Allied Tube and Conduit, Consolidated Aluminum Corporation, Kaiser, V.A.W., Reynolds. 5. Acceptable Fittings Manufacturers: Appleton, Crouse-Hinds, Midwest, OZ/Gedney, Raco and listed conduit manufacturers. B. PVC-Coated Rigid aluminum Conduit: 1. Conduit: Rigid aluminum conduit plus a factory-applied, 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal, and 2 mil polyurethane coating on the inside. 2. Fittings: Same as aluminum conduit fittings plus a factory-applied, 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal. 3. Listing: UL 6. 4. Acceptable Conduit and Fittings Manufacturers: Killark, KorKap, OCAL, Perma- cote, Plasti-bond and Robroy Industries. C. Liquid-tight Flexible Metal Conduit: 1. Conduit: Spiral-wound, square-locked, aluminum plus a bonded outer jacket of PVC. 2. Fittings: Compression sealed type aluminum. 3. Listing: UL 467 for fittings. 4. Acceptable Conduit Manufacturers: Allied tube and Conduits, Anaconda, Anamet, Liquatite. 5. Acceptable Fittings Manufacturers: Appleton, Crouse-Hinds, Midwest, OZ/Gedney, Raco, and listed conduit manufacturer. D. PVC Schedule 40 Conduit: 1. Non-metallic rigid conduit made of polyvinyl chloride (PVC) manufactured in accordance with the National Electrical Code UL 651 and NEMA TC-2. 2. Fittings shall also be non-metallic. 3. Acceptable conduit and fittings manufacturers: Allied Tube and Conduit, Carlon, CertainTeed Products, Electri-Flex, Heritage Plastics Central. E. Explosion Proof Seal and Fitting 1. Conduit seal: Explosion proof, aluminium conduit filling with fiber and compound as define by NEC Article 500 and as manufactured by Crouse -Hinds or Appleton. 2. Explosion proof fittings: aluminium fittings; flexible coupling to match the hazard as defined by NEC Article 500 and as manufactured by Appleton or Crouse-Hinds. 3. Explosion proof conduits and fillings shall be rated for 40% fill. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 33-3 Project No.CO2315 Page 3of7 F. Bushing: High impact, thermosetting, phenolic insulation; 150 degrees C; as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. G. Ground bushings: Conduit grounding bushings shall consist of a insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. H. Locknuts: Stainless Steel as manufactured by Appleton. I. Hubs: 1. Cast aluminum, with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "0" ring for watertight seal of conduit entry. Hubs shall be Myers Hub, Appleton or Efcor. J. Conduit through-wall and floor seal: PVC coated malleable aluminum body with oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney, type FSK. K. Smoke and fire seals: Material shall be intumescent, one (1) part (requiring no mixing) and capable of expanding up to a minimum of eight (8) times. Material shall be U.L. classified with a fire rating equal to or greater than the penetrated number. Products to be in caulk, putty, wrap strip, sheet, or access kit foam and shall be 3M "Fire Barrier". L. Conduit drains: Conduit drains shall be Crouse Hinds ECD Universal, or approved equal. M. Expansion Joints: Hot-dipped, galvanized, malleable iron with bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, metal conduit or Appleton "XT series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. N. Threaded nipples: As manufactured by Allied, Triangle or Steel Duct. Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. 0. Escutcheons: Chrome-plated, sectional floor and ceiling plates, as manufactured by Crane No. 10. P. Accessories: Reducers, washer, etc., shall be stainless steel. Q. Weatherheads: Weatherheads shall be threaded aluminum for threaded rigid conduit application and shall not be a clamp type. Weatherheads shall be Crouse Hinds series F, 0-Z type 17 or Appleton Series F. PART 3 EXECUTION 3.01 CONDUIT AND FITTINGS ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33-4 Project No.CO2315 Page 4 of 7 A. Minimum Trade Size: 3/4 inch, except that 1/2-inch flexible metal conduit may be used in lengths not exceeding 72 inches for tap conductors supplying lighting fixtures and for switch legs. The minimum size for underground conduit shall be 11/2" inch. B. Conduit sizes, where not indicated, shall be N.E.C. code-sized to accommodate the number and diameter of wires to be pulled into the conduit. C. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watertight. D. Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. E. All conduit runs shall be watertight over their lengths of run. Slope conduits such that they drain, and install drain fitting as required to remove condensation from the conduit. F. Install a drain fitting for all conduits subject to condensation. Condensation water shall never enter electrical or instrumentation enclosure. G. Plastic jacketed flexible metal conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be thirty (30'1 inches. H. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. I. Application of Conduit Types: 1. Provide PVC coated rigid aluminum conduit bends for all PVC conduits bends. Only factory bended long sweep elbow are acceptable. 2. Exposed conduits inside dry ventilated areas, outdoors in non-corrosive atmosphere shall be rigid aluminum. Aluminum shall not come in contact with concrete at any point. 3. Exposed conduits in areas where chemicals are stored, handled, or utilized shall be PVC coated aluminum. 4. Exposed conduits in high humidity, non-ventilated areas, constant or frequency wet areas, corrosive atmosphere areas the conduit shall be PVC coated aluminum. 5. At the transition from PVC to rigid aluminum conduit, provide a 12"section of PVC coated aluminum conduit with a minimum of 6-inches into the concrete. The PVC coated aluminum conduit shall be per the specification, field wrapping or applying by spray shall not be acceptable. 1. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be acceptable. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33-5 Project No.CO2315 Page 5 of 7 K. Preparation: 1. Place conduit or sleeves in the forms of walls and floor slabs for the free passage of wire or conduits. 2. Set conduit or sleeves in place a sufficient time ahead of concrete placement so as not to delay the work. 3. Apply sealing methods for sleeves through floors and through exterior walls, per details shown on plans. 4. Plugs or caps shall be installed before concrete placement begins. L. Installation Requirements: 1. Metallic Conduits: a. Continuous between enclosures such as outlet, junction and pull boxes, panels, cabinets, motor control centers, etc. b. The conduit must enter and be secured to enclosures so that each system is electrically continuous throughout. c. Where knockouts are used, provide double locknuts, one on each side. d. At conduit terminations, provide insulated bushings for conductor protection. e. Where conduits terminate in equipment having a ground bus, such as in switchgear, motor control centers and panelboards, terminate conduit with an insulated grounding bushing and extend a suitable grounding wire to the ground bus. f. Hubs of the same material shall be used at conduit termination. 2. Run concealed conduit as directly and with the largest radius bends as possible. 3. Run exposed conduit parallel or at right angles to building or other construction lines in a neat and orderly manner. Conceal conduit in finished areas. Unless otherwise shown, remaining conduit may be exposed. 4. Provide chrome-plated floor and ceiling plates around conduits exposed to view and passing through walls, floors, partitions, or ceilings in finished areas. 5. Select properly sized plates to fit the conduit when securely locked in place. M. Installation Methods: 1. Install each entire conduit system complete before pulling in any conductors. 2. Clean the interior of every run of conduit before pulling in conductors to guard against obstructions and omissions. 3. Cut all joints square, then thread and ream smooth. 4. Bends: a. Make bends with standard elbows or conduit benders in accordance with the NEC. b. Make field bends using equipment designed for the particular conduit material and size involved. Particularly PVC coated so as not to damage coating c. PVC coated field bend not acceptable. d. Bends must be free from dents or flattening. e. Use no more than the equivalent of three 90-degree bends in any run between terminals and cabinets, or between outlets and junction boxes or pull boxes. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33-6 Project No.CO2315 Page 6 of 7 5. Conduit bodies may be used in lieu of conduit elbows where ease of installation and appearance warrants their use. Conduit bodies larger than 1-inch may be used only where approved. 6. Fastenings: Securely fasten and support exposed conduit to framing using stainless steel unistrut and straps of same material as unistrut with 316 stainless steel fastening hardware. 7. Provide a No. 30 nylon pulling line in conduits in which wiring is not installed under this work, such as telephone, signal, and similar systems. Identify both ends of the line by means of labels or tags reading "Pulling Line." Also, state the panel the conduit originated from. Apply write-on identification to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. 8. Suitably cap conduit during construction to avoid water, dirt and trash entrance. 9. Use expansion-deflection fittings on conduit crossing structural expansion joints and on exposed conduit runs of more than 100 feet or where necessary. Provide bonding jumpers across fittings in metal raceway systems. Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. 10. Use expansion-deflection fittings on all conduit runs that transition from underground to above ground within 12"of grade level. 11. With a coupling, terminate concealed conduit for future use at structural surfaces. Install a pipe plug flush with the surface. 12. Openings around electrical penetrations of fire-resistance rated walls, partitions, floors or ceilings shall maintain the fire resistance rating using approved methods. See NEC 300-21. Fire barrier shall be 3M 2001 RW silicone RN foam or approved equal. 13. Conduits shall be installed with uniform slope which will permit drainage toward manholes, pull boxes, or building walls. Utilize conduit drain as require to remove condensate in the conduits. 14. Seal all conduits with pliable sealant such as Turaseal" where entering boxes, manholes, switchgear, motor control centers, panelboards, enclosures, etc. 15. PVC coated conduit shall be installed by certified installer. PVC coated conduit installation shall follow manufacturer recommendation. 16. All termination at an enclosure shall be made from the bottom of the enclosure, no overhead penetrations are allowed. When conduits are located above the enclosure route the conduit at the same height as the bottom of the enclosure, install a drip lane at the end of the conduit and use flexible conduit to terminate at the bottom of the enclosure. N. Hazardous Areas 1. Install conduit seals at all penetrations to hazardous area, as define by the NEC. Install additional seal-type fittings within the hazardous area in accordance with the requirements of the NEC Article 500. 2. Install dam and sealing compound per the Seal Manufacturer's instructions. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33-7 Project No.C102315 Page 7 of 7 3. Provide flexible conduit which is listed for use in hazardous areas. Conduit, flexible conduit fittings and all other materials shall be listed for use in Class 1, Division 1 or 2 Group D atmosphere. 3.02 WIREWAYS A. Installation 1. Install wireways, where shown, according to NEC Articles, 376 and 378. 2. Limit capacity to a maximum of thirty (30) current carrying conductors including neutrals at any cross section of the wireway with 20% conductor fill at any cross sectional area. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33.16-1 Project No.CO2315 Page 1 of 4 QSECTION 26 05 33.16 BOXES PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install outlet boxes, floor boxes, junction boxes, pull boxes and terminal boxes. B. All boxes located outdoors containing heat sensitive equipment shall be factory painted white. 1.02 REFERENCE STANDARDS A. ANSI/NEMA Publication No. OS 1 - Cast Aluminum Outlet Boxes, Device Boxes, Covers and Box Supports, and Steel Covers. B. ANSI/UL 514 - Electrical Outlet Boxes and Fittings. C. NFPA 70 - National Electric Code. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 01, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. D. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. PART 2 PRODUCTS 2.01 OUTLET BOXES A. Flush Device Boxes: 1. Provide cast aluminum boxes of sufficient size to accommodate wiring devices to be installed at outlet. 2. Extension rings shall not be acceptable. 3. Square or rectangular boxes may be supplied. ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 33.16-2 Project No.CO2315 Page 2 of 4 4. Unless otherwise noted, provide boxes 3-1/2-inches deep by 4 inches wide. 5. Boxes in hazardous locations shall be NEMA rated for the application. 6. Boxes in contact with masonry or concrete shall be gray steel. B. Exposed Device Boxes: Provide FD aluminum boxes for surface mounting in areas having exposed conduit systems. Provide gray steel boxes in areas in contact with masonry or concrete. Coordinate box cover for proper use. C. Boxes for Lighting Fixtures: 1. Provide aluminum octagonal boxes with fixture stud supports and attachments as required to properly support ceiling and bracket-type fighting fixtures. 2. Unless otherwise noted, provide boxes 2 inches deep by 4 inches wide. 3. Boxes in contact with masonry or concrete shall be grey steel. D. Masonry Boxes: 1. Provide stamp metal masonry boxes. 2. Use boxes with 1-gang capacity in excess of the number of devices to be installed. 3. Extension ring covers shall not be acceptable. E. Listing: UL 514. F. Acceptable Manufacturers: Appleton, Bowers, Crouse-Hinds, Efcor, Midwest, OZ/Gedney, RACO, Steel City,T& B. 2.02 JUNCTION, PULL AND SPLICE BOXES A. Construction: Provide boxes conforming to NEC Article 314. B. Interior Spaces: Boxes inside dry ventilated area, non-corrosive, shall be NEMA 1 Aluminum at least 4 inches deep. C. Exterior Spaces: NEMA 4 aluminum at least 4 inches deep. D. Box in area where chemicals are stored, handled or utilized shall be NEMA 4X PVC coated Aluminum or Friberglass. E. Embedded: Provide cast iron type with external recessed flanged cover when cast in concrete. F. Listing: UL 514. G. Acceptable Manufacturers: Hoffman, Keystone, OZ, Stahlin, Crouse-Hinds. H. Hazardous location: Box shall be NEMA rated for the application. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33.16-3 Project No.CO2315 Page 3 of 4 2.03 TERMINATION CABINETS & BOXES A. Termination cabinets shall be NEMA 4X 316 stainless steel gasketed. Cabinets shall be of sufficient size to adequately contain all terminals, wire-duct, and cables as determined by the CONTRACTOR. Cabinets shall have removable doors (lift-off) not more than 30 inches wide, and shall be equipped with a three-point locking latch handle. B. Wire terminal blocks shall be Square D Type M Barrier Block system, or equal. 1. M4/6G or B 22014 AWG 6MM (.234 inch) wide, Grey, Blue, Single Level, 600 volt, 25 amp. 2. M6-8G or B 22-8AWG 8MM (.315 inch) wide, Grey Blue, Single Level, 600 volt, 55 amp. C. The wire terminal block system shall be for DIN rail mounting, and shall include fuse/switch blocks, circuit breaker block, and isolation switches. D. Acceptable Manufacturers: Hoffman. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate location of all boxes with all other work. B. Verify location of floor boxes with Engineer before installation. 3.02 OUTLET BOXES A. Flush Boxes: 1. Unless otherwise indicated, mount all outlet boxes flush within 1/4-inch of the finished wall or ceiling line. 2. Securely fasten outlet boxes in position using clips or other suitable means. 3. Provide plaster covers for all boxes in plastered walls and ceilings. B. Fixture Boxes: Where boxes for suspended lighting fixtures are attached to and supported from suspended ceilings, adequately distribute the load over the ceiling support members. C. Mounting Height: 1. Mounting height of a wall-mounted outlet box means the height from finished floor to horizontal center line of the cover plate. 2. Where outlets are indicated adjacent to each other, mount these outlets in a symmetrical pattern with all tops at the same elevation. 3. Where outlets are indicated adjacent, but with different mounting heights, line up outlets to form a symmetrical vertical pattern on the wall. 4. Verify the final location of each outlet with Engineer before rough-in. 5. Remove and relocate any outlet box placed in an unsuitable location. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 33.16-4 Project No.CO2315 Page 4 of 4 D. Back-to-Back Boxes: 1. Do not connect outlet boxes back to back unless approval is obtained. 2. Where such a connection is necessary to complete a particular installation, fill the voids around the wire between the boxes with sound insulating material. E. Box Openings: Provide only the conduit openings necessary to accommodate the conduits at the individual location. 3.03 JUNCTION AND PULL BOXES A. Pull boxes and junction boxes shall be provided to facilitate the installation of cable and wires. "Condulet" type fittings shall not be used in lieu of boxes when the conduit contains wire #4 AWG or larger. B. Installation: 1. Install boxes as required to facilitate cable installation in raceway systems. 2. Generally provide boxes in conduit runs of more than 100 feet. 3. Locate boxes strategically and make them of such shape and size to permit easy pulling of wire or cables. Size boxes in accordance to NEC Article 314.28 requirements. C. Covers: 1. Provide boxes so that covers are readily accessible and easily removable after completion of the installation. 2. Include suitable access doors for boxes above suspended ceilings. 3. Select a practical size for each box and cover. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWTTCHGEAR REPLACEMENT City Project No.CO2315 26 05 36-1 Project No.CO2315 Page 1 of 4 ASECTION 26 OS 36 CABLE TRAYS PART1 GENERAL 1.01 SCOPE A. Furnish and install cable trays systems, including all hardware and accessories. 1.02 QUALITY ASSURANCE A. Cable trays shall be designed, manufactured, and tested in accordance with NEMA VE- 1, ASTM, and the National Electrical Code Article 392. 1.03 SYSTEM DESCRIPTION A. Cable trays shall be furnished and installed by the Contractor, complete with all fittings, accessories, and supports to form a complete system as herein specified and indicated on the Plans. 1.04 STORAGE A. Store products specified in this section in a dry location. Following installation, protect products from the effects of moisture, corrosion, and physical damage during construction. PART 2 PRODUCTS 2.01 APPROVED MANUFACTURERS A. Approved manufacturers are B-Line, Husky or approved equal. All components shall be of the same manufacturer. 2.02 MATERIALS A. Cable trays shall be heavy-duty, ladder type aluminum 6063. Tray side rails shall have 3/4-inch flanges with 1-inch by 13/16-inch minimum deep rungs, spaced on 9-inch centers and welded into side rails. Trays shall have a minimum depth of six (6) inches. Tray sections shall be 12 feet in length. B. All cable tray bends shall have a minimum 12-inch radius bend, but not less than the minimum bending radius of the largest cable. C. Cable trays shall be provided with metallic covers where mechanical protection is required. Covers shall be grounded. D. Barriers strips shall be provided 4-inches high and in 10-foot sections where required and where indicated on the Plans. Horizontal barriers shall be slotted for curvature ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT Co Project No.CO2315 26 05 36-2 Project No.CO2315 Page 2 of 4 flexibility. Vertical barriers shall be factory formed to the required radius and length. Self-tapping screws shall be used for securing barriers in place. E. Cable Firestop Material shall be fiberglass blanket with noncombustible binder, manufactured by Owns Coming or approved equivalent. Conduit sealant material shall be Johns-Manville Duxseal, or approved equivalent. F. Tray systems shall be complete with all splice plates, expansion joints, hardware, covers, and cover clips, where specified for a complete system. Covers, where required, shall be flanged type in standard lengths and in configurations to fit all width of bends, tees, etc. Cover clips shall be thumb type. Connectors for joining trays shall develop the full strength and rigidity of the run, and shall not introduce any sharp edges or corners. Bolt ends and nuts shall not be located inside cable tray. Lock washers shall be used with bolts and nuts. Cable trays shall be bolted at each penetration provided for by the cable tray manufacturer. All nuts, bolts, washers, and all thread shall be 316 stainless steel. G. At 12-foot spans, 12-inch cable trays with 3 inches usable fill depth shall sustain a working (allowable) load of 25 lbs. per linear foot, 18 and 24-inch cable trays with 3 or 5 inches usable fill depth shall sustain a working load of 45 lbs. per linear foot, and 30 and 36-inch cable trays with 5 inches usable fill depth shall sustain a working load of 55 lbs. per linear foot. For these loading conditions, the cable trays shall have a safety factor of 2 when tested in accordance with NEMA load test VE13.01. In addition to the loads specified above, trays should be able to withstand a concentrated load of 200 pounds at mid-span, at the center of the rung or on either side rail. The safety factor for this load condition shall be at least 1.5, based on the ultimate capacity of the tray of any of its components as determined by test in accordance with NEMA load test VE13.01. PART 3 EXECUTION 3.01 INSTALLATION A. The installation shall conform to Article 392 of the National Electrical Code and NEMA VE.1, the manufacturer's shop drawings and recommendations, and in accordance with drawing details and field conditions. Cable trays shall be grounded in accordance with NEC. B. Cable trays shall be insulated from stainless steel hangers or structures by using nylon pads at least 1/8-inch thick to prevent galvanic corrosion. 3.02 CABLE TRAYS A. Cable trays shall not be walked upon by any personnel, and care shall be exercised during erection to prevent deformation. Additional supports shall be provided if necessary. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 36-3 Project No.CO2315 Page 3 of 4 3.03 FIELD CUTTING A. Field cutting shall be accomplished as necessary, all sharp edges shall be ground smooth where rungs or side channels must be cut or removed. 3.04 TRAY EXPANSION JOINTS A. Trays shall have expansion joint splice plates installed at intervals not exceeding 50 feet of straight runs. Expansion joint splice plates shall also be installed at tees and crosses. Trays shall be supported within one foot maximum of each side of the gap. The gap between the tray ends shall be based on a temperature at the time of installation and the temperature extreme, a maximum of 140°F. and minimum of 45°F. Keamalex gritless inhibitor #30584-22, or equal, shall be used on all sliding surfaces of expansion joints. 3.05 BUILDING EXPANSION JOINTS A. Expansion joint splice plates shall also be installed whenever the cable tray crosses a building expansion joint. 3.06 INSTALLATION OF TRAY EXPANSION JOINTS A. When tray expansion joints are installed, the tray shall be firmly affixed close to the midpoint between expansion joints or to the nearest 90 degree bend. This shall be done to prevent the tray from possibly creeping to one end or the other. 3.07 TRAY EXPANSION JOINT GROUNDING A. Expansion joint grounding and tray grounding shall be according to Grounding and as shown on the tray drawings. Trays shall be grounded at both ends and at least every 50 feet. 3.08 CABLE TRAY IDENTIFICATION A. Cable tray identification shall be as specified in Identifications. 3.09 CABLE TRAYS AND SUPPORTS A. Cable trays and supports shall be installed as indicated on the Plans. Cable trays shall be supported every six feet and at all fittings. 3.10 CABLE LENGHTS A. Long low voltage cable lengths shall be installed using cable rollers and basket grips and tools designed specifically for this purpose, with care being taken not to exceed pulling tensions and bending radii recommended by the manufacturer of the cable. Short lengths of low voltage cable may be laid in place without special tools. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO23I5 26 05 36-4 Project No.CO2315 Page 4 of 4 3.11 CABLE TIES A. Cables shall be fastened in place with plastic Ty-Raps as manufactured by Thomas and Betts, approximately every 5 feet for straight horizontal runs and every 12 inches on radii and vertical bends. 3.12 CABLE TRAY FIRESTOPS A. Cable tray firestops, consisting of fiberglass blankets on both sides of the tray, retained with solid hot-dip galvanized steel covers, shall be installed at locations and in the manner shown on the Plans. In general, firestops shall be installed where trays pass through walls, ceilings, and floors. Conduit dropouts shall be sealed with Duxseal; vertical firestops shall be sealed with fiberglass. Fiberglass shall also be used to seal any openings around the tray where it passes through floors, walls, or ceilings. 3.13 CHANGES IN TRAY SIZE A. Changes in tray size or direction, crosses, dropouts, etc., shall employ use of standard fittings and standard connectors approved for this purpose. 3.14 VERTICAL RUNS A. All vertical runs of cable trays shall be provided with ventilated cable tray- covers from the floor line to a point six feet above floor. END OF SECTION ADDENDUM*1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 43-1 Project No.CO2315 Page 1 of 4 ASECTION 26 05 43 UNDERGROUND DUCT BANKS PART 1 GENERAL 1.01 WORK INCLUDED A. Provide underground electrical duct banks as shown on the Drawings. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI C80.1, Specifications for Zinc-Coated Rigid Steel Conduit. 2. ANSI/ACI 301, Specifications for Structural Concrete for Buildings. 3. ANSI/ASTM A 615, Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 4. ANSI/NEMA TC6, PVC and ABS Plastic Utilities Duct for Underground Installation. 5. ANSI/NEMA TC9, Fittings for ABS and PVC Plastic Utilities Duct for Underground Installation. PART PRODUCTS 2.01 DUCTS AND FITTINGS A. Unless otherwise noted, provide Schedule 40 PVC conduit inside of ductbanks. Provide fittings of the same type material as the conduit. B. Ductbanks under 600 V shall be sand encased with a red concrete cap. C. Ductbanks over 600 V shall be red concrete encased. 2.02 CONDUIT AND FITTINGS A. Provide PVC conduit to PVC coated aluminum adapter fitting in order to convert to metal conduit before surfacing from the underground duct bank. B. Expansion/deflection fillings to be installed on all stub-up above grade from duct banks. 2.03 CONCRETE A. Provide concrete conforming to the following. 1. Compressive strength: 4,000 psi at 28 days. 2. Slump: Not exceeding six inches. 3. Aggregate size: Use pea gravel. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 43-2 Project No.CO2315 Page 2 of 4 4. Additive: Red ferrous oxide concrete coloring pigment mixed at the rate of 1-1/2 pounds per sack of cement. Sprinkle color on the top of the duct bank will be unacceptable. 2.04 REINFORCING BARS A. Provide Grade 40 steel reinforcing bars, for all duct banks. 2.05 POLYETHYLENE WARNING TAPE A. Identifying tape for buried conduits: 6" wide, polyethylene with continuous printing along the length of the tape, as manufactured by Brady "Identoline" or Sentry Lin "Terra Tape". Use red with black letters for buried electrical power conduits. Use green with black letters for buried electric instrumentation and communication conduits. PART 3 EXECUTION 3.01 CONSTRUCTION A. Duct bank configurations are detailed on the drawings. A minimum of 3-inch concrete cover shall be required on all sides of the conduits. Conduits shall be spaced with 3- inch clearance on all sides. 3.02 LOCATION AND INSPECTION A. Before beginning trenching operations stake out the proposed duct bank routing and obtain approval of the Owner. After trenching has begun and before any ducts or conduits are placed, notify the Owner so that the trenching and installation may be inspected. Also notify the Owner prior to any placement of concrete for duct banks, so that he may observe the placing. Placing concrete on muddy trench bottoms will not be acceptable. 3.03 EXCAVATION AND BACKFILL A. Excavation: Excavate trenches for installation of duct banks. Form the trench bottom to follow closely the specified grade and depth for the duct banks. B. Backf+ll: Trenches may be backfilled with excavated soil and supplemented as necessary with select materials. Compact the backfill and mound slightly above natural grade. C. Restoration: Restore adjacent areas disturbed by trenching or backfilling to a condition equal to the original. 3.04 PLACING OF DUCT BANKS A. Cover: Unless otherwise shown, provide a minimum 18" of earth and select materials cover. Coordinate grade with other work, if in conflict, rework grade at no cost to Owner. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 43-3 Project No.CO2315 Page 3 of 4 B. Grade: Place duct banks with a minimum grade of four inches per 100 feet. Grade between manholes may be from one manhole to the next manhole or from a high point between manholes. Where terminating ducts inside of buildings, always slope the grade away from building to the nearest manhole. C. Changes in Direction: Make changes in direction of runs exceeding a total of 10 degrees, either horizontal or vertical, by using long sweep bends. Long sweep bends must have a minimum radius of curvature of 3 feet and may be made up of one or more curved or straight sections. Manufactured bends having a minimum radius of curvature of three feet may be used at the ends of duct runs which are less than 100 feet in length. D. Joints: Make joints in ducts and conduits watertight, in accordance with manufacturers recommendations. Stagger joints in adjacent ducts and conduits a minimum of six inches. Make joints between ducts and conduit with appropriate no-thread-to-threaded adapters. Use appropriate sealant. E. Spacing: Unless otherwise shown, space ducts and conduits with 3" spacers. Place spacers or separators on not greater than eight-foot centers. Use spacers or separators made of plastic, concrete or a suitable nonmetallic, nondecaying material. F. Drainage: All conduit duct banks shall be sloped sufficiently to drain into manholes, pull boxes or sumps. 3.05 PLACING OF CONCRETE A. Place concrete using chutes and tremies as necessary to limit the free drop of the mix to a maximum of two feet. Carefully rod or vibrate the concrete to aid uniform encasement of the ducts. Smooth the top of the pour with a float. Encase the conduits in concrete, a minimum thickness of three inches, on all sides. 3.06 CLEANING A. Thoroughly clean all ducts and conduits before placing. During construction and after the duct line is complete, plug open ends of ducts and conduits to prevent the entrance of foreign matter. After the duct line has been completed, pull a flexible mandrel through each duct and conduit. The mandrel must not be less than 12 inches long with a diameter approximately 1/4 inch less than the inside diameter of the duct or conduit. After cleaning, place in each duct and conduit a No. 30 nylon line with a plastic tag on each end reading "Pulling Line", and a tag identifying the location of the other end. 3.07 SPECIAL PROJECT REQUIREMENTS A. Contractor shall employ hand trenching at locations where existing underground utilities are present. B. All damaged utilities should be repaired immediately in a manner acceptable to the Owner at Contractor's expense. Any damaged cables shall be replaced in full. Splices ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWTTCHGEAR REPLACEMENT City Project No.CO2315 26 05 43-4 Project No.CO2315 Page 4 of 4 shall not be acceptable. Damaged conduits shall be replaced between the two closest manholes and cables repulled. C. Install a #4/0 bare copper grounding conductor, centered over the ductbank and located 3" above the ductbank in the backfill. Bond ductbank grounding conductor to building or transformer ground loop at one end and to the manhole ground electrode at the other end. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 44-1 Project No.CO2315 Page 1 of 3 ASECTION 26 05 44 ELECTRICAL MANHOLES PART 1 GENERAL 1.01 WORK INCLUDED A. The section provides the guidelines for construction and installation of electrical manholes. Precast manholes meeting the specifications and drawings will be acceptable in lieu of poured-in-place manholes. B. Furnish traffic rated HS 20 electrical manhole. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/ACI 301 - Specifications for Structural Concrete for Buildings. 2. ANSI/ASTM A 615 - Specifications for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 1.03 SUBMITTALS A. Submittal shall be in accordance with Division 01. B. Submit Layout Drawing with dimension and calculation. C. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. D. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. E. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. PART 2 PRODUCTS 2.01 CONCRETE A. Provide concrete conforming to Division 03 - Concrete. 2.02 REINFORCING BARS A. Provide Grade 60 reinforcing bars. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 44-2 Project No.CO2315 Page 2 of 3 2.03 MISCELLANEOUS A. General: 1. Manhole frame and cover. 2. Stainless steel 316 ladder if neck extensions are used. 3. Pulling eyes. 4. Equipment supports. 5. Cable racks and insulators. 6. Inscription "ELECTRIC"or"COMMUNICATIONS"on all manhole covers as applies. 7. Manhole to be HS 20 traffic rated. B. Finish: Miscellaneous steel equipment, other than manhole frame and cover. Shall be stainless steel 316. Equipment supports and cable rack shall be stainless steel 316. C. Size: Manhole shall be sized to accommodate all conduits in the duct bank as shown. D. Size: Minimum manhole size shall be 6'x 6'. PART 3 EXECUTION 3.01 RESPONSIBILITY A. A 6'x6' manhole along with the associated castings will be provided by the City of Fort Worth. The manhole shall be installed by the contractor. 3.02 LOCATION AND INSPECTION A. Construct manholes approximately where shown on the plans. Final location may be adjusted slightly to fit actual field conditions. B. Before beginning excavation operations, stake out the proposed manhole locations and obtain approval of the Engineer. C. Contractor shall verify elevation of top of manholes is above and coordinated with surrounding finish grade. Failure to coordinate grades, will require repairs at no extra cost to owner. 3.03 EXCAVATION AND BACKFILL A. Perform all necessary excavation and backfill for proper installation of manholes. Use excavated soil for backfill and supplement as necessary with select materials. Compact all backfill and restore adjacent areas disturbed by excavation and backfilling operations to the condition equal to the original. B. Subgrade shall be scarified to depth of 8' and recompacted to 95% standard proctor density (ASTM D-698). Where P.I. of subgrade material is 20 or greater. Subgrade shall be modified with a minimum of 6% by weight of hydrated lime (27 pounds per s.y.). Where P.I. of subgrade is <20 and >15, lime modification may be required as directed by the Engineer. Modification shall extend to 1' beyond edge of concrete base. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 44-3 Project No.CO2315 Page 3 of 3 3.04 PLACING OF CONCRETE A. Set concrete formwork and place concrete reinforcement. After concrete has been placed and formwork has been removed, fill voids and properly patch concrete surfaces. 3.05 CLEANING A. Before any equipment or cable is installed, remove all dirt and debris and pump out the manhole so that it is free of standing water. END OF SECTION ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 05 50-1 Project No.CO2315 Page 1 of 8 QSECTION 26 05 50 ELECTRICAL MOTOR 150HP AND LESS PART1 GENERAL 1.01 WORK INCLUDED A. Equipment: This section specifies general requirements for fractional and integral horsepower electric motors 150hp and below with a voltage rating of 480VAC or below. Unless otherwise specified, provide motors meeting the basic requirements for high efficiency premium insulation general-purpose alternating current motors, as defined in NEMA MG 1. B. Unit Responsibility: Motors shall be furnished under other sections of this specification as a part of the driven equipment. The contractor is responsible for all coordination between the various components, as well as for the warranty. C. Exceptions: Exceptions to this section are listed in the various sections that specify motor-driven equipment or are indicated on the drawings. D. This specification does not cover Submersible Motors. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA MG1 - Motors and Generators. 2. ANSI/UL 674(A) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class II, Groups E, F and G. 3. ANSI/UL 674(8) - Safety Standard for Electric Motors and Generators for Use in Hazardous Locations, Class I, Groups C and D. 4. NFPA 70 - National Electrical Code (latest Edition). 5. IEEE 112 - Standard Test Procedure for polyphase induction motors and generators. 6. UL 1004 - Electric Motors. 1.03 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that fails in materials or workmanship within specified warranty period. B. Warranty Period: No less than the driven equipment warranty. 1.04 SUBMITTALS A. Requirements: Refer to, Division 1 and Division 26 and to the specific driven equipment sections. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 50-2 Project No.CO2315 Page 2 of 8 B. Shop Drawing: 1. Information: Include the following information on the attached motor data sheet. a. Manufacturer. b. Rated full load horsepower. c. Rated volts. d. Number of phases. e. Frequency in hertz. f. Locked rotor amperes (LRA) at rated voltage or NEMA code letter. g. NEMA design letter. h. Bearing Type. i. Service Factor. j. Nominal speed at full load. k. Full Load Amperes (FLA) I. Efficiency at 1/2, 3/4 and full load. m. Power factor at no load, 1/2, 3/4 and full load. n. NEMA insulation system classification. For motors installed outdoors, include information showing compliance with the intent of paragraph 23D. o. Corrosion duty rating p. Fan, end bell cast evidence. 2. Integral Horsepower Motors 40HP and Larger: In addition to the information listed above, include: a. No load amperes. b. Safe stall time. c. Maximum guaranteed slip at full load. d. Motor damage curves for motors larger than 100HP. e. Motor manufacturer recommended maximum power factor correction capacitor KVAR. 3. Include the motor data sheet at the end of this section in submittal. 4. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 5. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. PART 2 PRODUCTS 2.01 RATING A. Speed and Size: 1. Speed and horsepower sizes are specified in the driven equipment specification sections or are indicated on the drawings. 2. Furnish motors sufficiently sized for the particular application and with full-load rating not less than required by the driven equipment at specified capacity. ADDENDUM*1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWIfCHGEAR REPLACEMENT Qty Project No.CO2315 26 05 50-3 Project No.CO2315 Page 3 of 8 3. Size motors so as not to overload at any point throughout the normal operating range. 4. For motors serving pumps or fans, the motor must be sized so as not to be overloaded at any point on the pump or fan curve. B. Frequency: 60 hertz. C. Service Factor: 1.15 for all motors. 2.02 DESIGN TYPE A. Motors Smaller Than 1/6 Horsepower: Provide single-phase 120 volts, induction motors with integral thermal protectors. B. Motors 1/6 Through 1/2 Horsepower: Provide single-phase 120 volts, NEMA Design N, induction motors. C. Motors Larger Than 1/2 Horsepower: Provide 3-phase, 480 volts NEMA Design B, induction motors unless specified otherwise. D. Acceleration NEMA Time: If the calculated acceleration time of the combined motor and driven load exceeds 3 seconds at 90 percent of rated voltage, request review by the Engineer. Do not proceed with manufacturing without approval. E. All induction motors shall have squirrel cage rotors. F. Motor shall be suitable for outdoor environment. 2.03 MOTOR INSULATION AND WINDING A. Class: Use a Class F insulation with temperature Rise of Class B or better, meeting the requirements of NEMA MG 1 and made of non-hygroscopic materials. The insulation shall be manufacturer's premium grade, resistant to attack by moisture, acids, alkalies, and mechanical or thermal shock for 480-volt motors. B. All insulated winding conductors shall be copper. C. Insulation for inverter duty motor shall meet or exceed the Pulse Endurance Index for magnetic wire and shall not be damaged when exposed to repeated pulse type wave forms, repetitive high voltage transients, switching frequency and rate of rise of the pulse. All bearings on the non-drive end shall be insulated. D. Outdoor Suitability, all motors must be suitable for outdoor installation. 2.04 GROUNDING CONNECTIONS A. Ground provisions shall be furnished per NEMA STANDARD. B. For motors less than 1/6 HP, each motor shall be furnished with provision for attaching a ground connection to the motor frame inside the motor terminal housing. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 50-4 Project No.CO2315 Page 4 of 8 2.05 LEADS A. For motor leads, use not less than ASTM B 173, Class G, stranded copper conductors with insulation the same as or better than specified in the preceding Motor Insulation paragraph. B. Provide permanent identification numbers on leads according to NEMA MG. C. Use crimp-on, solderless copper terminals on leads and place heat-shrink insulation sleeves or covers between leads and terminals. D. Or approved equal. 2.06 ENCLOSURE A. Use enclosure type as follows: 1. Indoors: Totally enclosed, fan cooled (TEFC). 2. Outdoors: Totally enclosed, fan cooled (TEFC), weatherproof. 3. Class 1 Division 2 Area: Provide motors totally enclosed, non vented, explosion proof(TEFC-XP). 4. Class 1 Division 1 Area: Provide motors rated for this class. 5. Motors mounted vertically shall be provided with rain/snow shield made of the same material as the motor frame. 6. Motors shall have drain openings and plugs suitably located for the type assembly being provided. 7. Motor shall be corrosion resistant and severe duty rated per IEEE 841. B. TEFC motors shall have a cast iron frame, cast iron end brackets, cast iron bell frame, cast iron conduit box, tapped drain holes (erosion resistant plug for frames 286T(20HP) and smaller and automatic breaker/drain devices for frame 324T(25HP) and larger, and upgraded insulation by additional dips and baked to increase moisture resistance. 2.07 BEARINGS A. Motors smaller than 1/6 Horsepower: Motor manufacturer's standard bearing is acceptable. B. Motors 1/6 Horsepower and Larger: Supply these motors with grease-lubricated antifriction ball bearings conservatively rated for 60,000 hours L10 minimum life of continuous operation under the total radial and thrust loads produced by the actual combination of motor-driven equipment. Provide each motor with suitable lubrication fittings and pressure relief devices. C. Oil Lubricated: If the driven equipment section specifies oil-lubricated bearings for motors, include a suitable sight gauge on each bearing with maximum and minimum levels clearly indicated. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 50-5 Project No.CO2315 Page 5 of 8 D. Unless specified otherwise in the driven equipment specifications. Motor bearing life shall be 60,000 hours L10 minimum life whichever is greater. 2.08 NAMEPLATES A. Main Nameplate: Provide each motor with a stainless steel nameplate meeting the requirements of NEMA MG, and the National Electrical Code, Section 430-7. B. Heater Nameplate: When space heaters are furnished, include voltage and wattage on a suitable nameplate. C. Bearings Nameplate: When bearings are oil lubricated, include oil type information on a suitable nameplate. Also, indicate bearing data if nonstandard. D. Attachment: Attach the nameplates to the motor with stainless steel fastening pins or screws. 2.09 IDENTIFICATIONS: A. All motors shall be identified per Section 26 05 53 2.10 CONDUIT BOX A. Provide each motor not supplied with a cord and plug with a conduit box amply dimensioned for the motor lead terminations. Include a grounding lug on motors 1/6 horsepower and larger. Supply a gasket suitable for the motor enclosure type and application. B. Provide an oversize box to facilitate wiring terminations. C. Oversized terminal box shall have a volume greater than or equal to the next standard NEMA size box. 2.11 SPACE HEATERS A. Provide space heaters in all motors 25HP and above. 1. Use heaters hermetically sealed in stainless steel or equivalent corrosion-resistant sheaths. 2. Heaters shall be rated for 240V, but will be operated at 120 volts. 3. Braze heat-resistant insulated leads to the heater or supply heater with brazed leads and extend to the conduit box. 2.12 MONITORING DEVICES A. Motor shall be protected and be supplied with necessary monitoring devices per driven equipment specification and contract drawings. 2.13 PAINT A. Shall be severe duty and shall have an epoxy coating per IEEE 841. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 50-6 Project No.CO2315 Page 6 of 8 2.14 ACCEPTABLE MANUFACTURERS A. The motor model shall be as listed and manufactured by one or more of the following manufacturers unless otherwise approved by the Engineer. 1. General Electric. 2. TECO/Westi ng house 3. Siemens. 4. Toshiba. 5. US Motors. 2.15 MOTOR EFFICIENCIES A. Three phase motors rated 1 Hp and larger shall be of the NEMA premium efficiency type. Efficiency values shall be based on tests performed in accordance with IEEE Publication No. 112, Method B. Motors with horsepower or rpm's not listed shall conform to comparable standards of construction and materials as those for listed motors. B. Motor shall be severe duty rated for industrial application. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractor shall make all electrical connections to equipment specified. Installation shall be made in compliance with manufacturer's recommendations and the Contract Drawings. If the Contract Drawings or drawings and recommendations from the Manufacturer are not available then installation shall proceed according to the best electrical industry and trade practice. B. Properly install and align motors in the locations shown, except motors which are factory mounted on the driven equipment. When the motor and equipment are installed, the nameplate must be in full view. 3.02 LARGER MOTORS A. If a motor horsepower rating larger than indicated is offered as a substitute and accepted, provide required changes in conductors, motor controllers, overload relays, fuses, breakers, switches and other related items with no change in the contract price. 3.03 TESTING A. General: Provide all necessary instruments, labor and personnel required to perform motor inspection and testing. B. Inspection: Inspect all motors for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification and cleanliness, and report any abnormalities to Engineer before energizing. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 26 05 50-7 Project No.CO2315 Page 7 of 8 C. Energizing: After installation has been thoroughly checked and found to be in proper condition, with thermal overloads in motor controllers properly rated and all controls in place, energize the equipment at system voltage for operational testing. D. As a part of the testing procedure, the Contractor shall prepare a card for each motor, 20 HP and larger, installed on this contract. After each motor has been run to operating temperature, the motor shall be shut down and an insulation resistance shall be made, using a megohmmeter. Make the test immediately after shutdown. Record megohmmeter reading and winding temperature. Correct reading of insulation resistance to 40° C/104°F. Insulation resistance in megohms, corrected to 40° C, shall be at least equal to one (1) megohm for each 1000 volts applied. E. Testing shall be in accordance with Division 16. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 50-8 Project No.CO2315 Page 8 of 8 ELECTRIC MOTOR,QUEST IONNAIRE Motor Data Manufacturer: Motor HP: Frame Enclosure: Type: RPM: Voltage: Phases: Hertz: Starting Method: Shaft: Size: Insulation Class: Duty: Full Load AMPS: No Load AMPS: Locked Rotor AMPS: Locked Rotor Time: Locked Rotor Torque: % Breakdown Torque: Locked Rotor KVA/HP: Rotor WK2 (lb-ft2): NEMA Design: Service Factor: Inrush Current (%of Full Load): Max Safe Stalled Time (Seconds): Number of Safe Starts Per Day: Number of Consecutive Starts: *Full Load Temp Rise, degrees C over 40° C Ambient (at 1.0 S.F.): *Service Factor Temp Rise, degrees C over 40° C Ambient (at 1.15 S.F.): *Limiting Temperature Rise: Resistance (at 25' C): Bearings: Type/Size Life Lubrication: Exhaust Air (CFM): Exhaust Air Temp Rise (°F): EFFICIENCY: POWER FACTOR:CURRENT 1.15 S.F. Load: 4/4 Load: 3/4 Load: 1/2 Load: 1/4 Load: *Temperature rise measured by embedded detectors and not by resistance. All Data Fields To Be Completed By The Motor Manufacturer END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2605 53-1 Project No.CO2315 Page 1 of 3 SECTION 26 05 53 IDENTIFICATIONS PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install tags/nameplate on all equipment, devices, instruments, conduit and conductor marking as indicated on the drawings and specified herein. Major equipment shall be furnished with nameplates in accordance with their individual specifications. 1.02 SUBMITTALS A. Shop Drawing: 1. Submit to the Engineer, in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. 2. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. 3. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 4. Submit a letter showing all the exception to the specification. If no exceptions are taken the letter shall indicate no exception. Submittal will be rejected without: preliminary review if the letter is not submitted. PART 2 PRODUCTS 2.01 WIRE MARKERS A. Provide heat shrinkable sleeves and machine printed legends at every conductor. Sleeves and legends shall be high resistant to abrasion, solvents and chemicals. Provide Tyco TMS, Brady Perma Sleeve XPS, or approved equal. Markers shall be white with black lettering. B. Markers shall have conductor origin, termination and circuit number, terminal number whichever applies. C. Large conductors, multi-conductor cable and tray cables to be identified with placards held on with wire ties and of the same quality as markers for smaller single conductors. D. Cables in cable tray to be identified with place cards at the equipment and at 20 feet spans in between. E. All control wiring in electrical equipment or manufactured supplied panel shall have wire markers. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 53-2 Project No.CO2315 Page 2 of 3 2.02 CONDUIT MARKERS A. Exposed Conduit 1. Stencil high voltage conduit with the legend"HIGH VOLTAGE"and indicate voltage stenciled in minimum 1-inch high red letters. 2.03 NAMEPLATES A. Nameplates: 1. Externally mark electrical equipment by means of suitable nameplates identifying each and the equipment served. 2. Provide each piece of equipment with a white phenolic nameplate with 3/16-inch- high black lettering secured to front of equipment. 3. Supply blank nameplates for spare units and used spaces. 4. Actual nameplate legend, which may consist of up to three lines, will be provided to the Engineer on submittals. S. ERN (Equipment Registration Numbering) tag system to be used. Coordinate with City Standards for tagging and naming convention. B. Nameplate Fasteners: Fasten nameplates to equipment only by means of appropriate 316 SS screws and gasket. Stick-ons or adhesives will not be allowed. C. Nameplate Information: In general, the following information is to be provided for the types of electrical equipment as listed. 1. Switchgear, Motor Control Centers and Distribution Panelboards: On the mains, identify the piece of equipment, the source, and voltage characteristics, i.e., 480V, 3PH, 3W, etc. For each branch circuit protective device, identify the load served and the primary side circuit number. 2. Transformers: Identify the service source and load served. 3. Panelboards: Identify the service source, panelboard designation and voltage characteristics. D. Panelboards: 1. Prepare a neatly typed circuit directory behind clear heat-resistant plastic for each panelboard. 2. Identify circuits by equipment served and by room numbers, where room numbers exist. 3. Use equipment names and room numbers selected by the Engineer; names and numbers may be different from those shown on plans. 4. Indicate spares and spaces with light, erasable pencil markings. 5. Provide a final set of the panel schedule in the O&M manuals. 6. Provide a CD with the file for each Panel to the Owner with the 0&M manual. E. Boxes, Small Equipment: 1. Pull boxes and similar items shall be marked with Nameplates. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 53-3 Project No. CO2315 Page 3 of 3 2. Provide identification stencils for high voltage equipment and raceways with the legend "DANGER HIGH VOLTAGE". Mark all exposed high voltage raceways every 25 feet. F. Power Receptacles: Use nameplate or engraved plate to identify power receptacles where the nominal voltage between a pair of contacts is greater than 150 volts with circuit number, voltage, and phases. 2.04 POWER OUTLETS, SWITCHES, AND PILOT DEVICES A. Mark power outlets with voltage, phase, panel name, and circuit number. B. Identify all wall switches, disconnect switches, etc. with nametags, circuits served, and panel origin, list to be approved by Engineer/Owner. C. Identify all push-button stations with their functions and equipment served. PART 3 EXECUTION 3.01 FURNISH AND INSTALL NAMEPLATES/TAGS A. Furnish and install nameplates for all panelboards, motor starters, motor control center cubicles, disconnect switches, instrument panels, dry type transformers and control stations. B. Engrave the equipment designation, (e.g., "Starter Pump P1"), on nameplates in 3/16- inch black letters on white background of laminated phenolic. Securely fasten nameplates using stainless steel 316 sheet metal screws or rivets; or contact cement if enclosure is sealed. All switches, indicating lights, pushbuttons, meters and parameter indicators on panels shall be clearly identified with its function or tag, as required. Identification list to be approved by plant personnel through the Engineer. C. Stainless Steel tags shall be used on instrument, motors and other devices, as applicable. The tags shall be affixed to the instrument with drive pins or stainless steel chain in such a manner that it does not need to be removed to install the instrument. Motors shall carry the tag assigned to its driven equipment, (e.g., P-101). END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 260573-1 Project No. CO2315 Page 1 of 5 ASECTION 26 05 73 POWER SYSTEM STUDIES PART1 GENERAL 1.01 WORK INCLUDED A. Short Circuit Studies, Protective Device Evaluation Studies, Arc Flash Studies and Protective Device Coordination Studies, shall be performed by the Switchboard/MCC manufacturer, or an electrical testing service firm regularly engaged in power system studies. The company and individual(s) performing the study shall have a minimum 5 years documented experience in power system analysis and completed projects of similar size and scope. The individual(s) performing the study shall be a registered Professional Engineer in the state of Texas. B. The studies shall be submitted to the Engineer prior to receiving final approval of the distribution equipment shop drawings, and/or prior to release of equipment for manufacture. If formal completion of the studies cause delay in equipment manufacture, approval from the Engineer may be obtained for a preliminary submittal of sufficient study data to ensure that the selection of device ratings and characteristics will be satisfactory. C. The studies shall include all portions of the electrical distribution system from the normal power source or sources down to, and including, the 120/208-Volt distribution system. Normal system connections and those, which result in maximum fault conditions, shall be adequately covered in the study. System showing the largest load or partial list of the equipment on the bus will be rejected. D. Protective relay devices with microprocessor based settings shall be determined with the study. E. The work associated with this section is to be performed by or under the direction of a professional engineer licensed by the StateTexas. 1.02 SUBMITTAL A. The results of the power system study shall be summarized in a final report. Six (6) bound copies of the final report shall be submitted. Report to be sealed by a professional engineer licensed in the State of Texas. Submit a preliminary report for approval prior to release equipment for manufacture. B. The report shall include the following sections: 1. Description, purpose, basis, and scope of the study and a single-line diagram of that portion of the power system which are included within the scope of the study. 2. Tabulations of circuit breaker, fuse, and other protective device ratings versus calculated short circuit duties and commentary regarding same. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 260573-2 Project No.CO2315 Page 2of5 3. Protective device time versus current coordination curves, tabulations of relay and circuit breaker trip settings, fuse selection, and commentary regarding same. 4. Fault current calculations, including a definition of terms and guide for interpretation of computer printout. 5. A letter from utility provider showing available short circuit current at the service entrance. 6. A complete list of all recommended settings for all protective relays, including all solid state protective relay packages. 7. A complete detail of the Arc Flash Study analysis as specified in 2.04. 8. An arc flash label showing the information requested in section 2. 9. An electronic version of the analysis, to be submitted for the final report. 10. The electronic version shall include the backup folder with all the libraries files. PART 2 PRODUCTS 2.01 DATA COLLECTION FOR THE STUDIES A. The Contractor shall provide the required data including field settings on existing equipment for preparation of the studies. The switch boa rd/switchgea r and MCC manufacturer shall furnish the Contractor with a listing of the required data immediately after award of the Contract. B. 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 release of the equipment for manufacturer. 2.02 SHORT CIRCUIT STUDY AND PROTECTIVE DEVICE EVALUATION STUDY A. The short circuit study shall be performed with the aid of a digital computer program, SKM and shall be in accordance with ANSI C37.5-1969 (111975), IEEE std. 320-172, IEEE 339, IEEE 242 and IEEE std. 141-1976. B. The study input data shall include the power company's short circuit contribution, resistance and reactance components of the branch impedances, the X/R ratios, base quantities selected, and other source impedances. C. Calculate phase and phase-to-ground current and impedance. D. Short circuit close and latch momentary duty values and interrupting duty values shall be calculated on the basis of assumed three-phase bolted short circuits at each switchgear bus, medium voltage controller, switchboard, low voltage motor control center, distribution panelboard, pertinent branch circuit panel, and other significant locations through the system. The short circuit tabulations shall include symmetrical fault currents and X/R ratios. For each fault location, the total duty on the bus, as well as the individual contribution from each connected branch, shall be listed with its respective X/R ratio and impedance. E. A protective device evaluation study shall be performed to determine the adequacy of circuit breakers, molded case switches, automatic transfer switches, and fuses by ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 260573-3 Project No. CO2315 Page 3 of 5 tabulating and comparing the short circuit ratings of these devices with the calculated fault currents. Appropriate multiplying factors based on system X/R ratios and protective device rating standards shall be applied. Any problem areas or inadequacies in the equipment due to short circuit currents shall be promptly brought to the Engineer's attention, and corrective measures implemented at no extra cost to the Owner. 2.03 PROTECTIVE DEVICE COORDINATION STUDY A. A protective device coordination study shall be performed to provide the necessary calculations and logic decisions required to select or to check the selection of power fuse ratings, protective relay characteristics and settings, ratios, and characteristics of associated current transformers, and low voltage breaker trip characteristics, and settings. B. The coordination study shall include all medium and low voltage classes of equipment.. from the building or plant service protective devices down to and including the largest: rated device in the MCC low voltage motor control center and panelboard. The phase! and ground overcurrent protection shall be included, as well as settings of all other adjustable protective devices. C. The undervoltage relay setting shall be carefully selected in order to override momentary voltage drop conditions. In addition, a time delay relay shall be used to help override undervoltage conditions. Switchgear manufacturer shall coordinate with utility company to determine a suitable relay setting and time delay setting to override the distribution system normal/abnormal voltage drop conditions. D. The time-current characteristics of the specified protective devices shall be drawn on Keuffel and Esser log-log paper. The plots shall include complete titles, representative one-line diagram and legends, significant motor starting characteristics, complete parameters of transformers, complete operating bands of low voltage circuit breaker trip curves, and fuses. The coordination plots shall include the types of protective devices selected, proposed relay taps, time dial and instantaneous trip settings, transformer magnetizing inrush and ANSI transformer withstand limits, and significant symmetrical and asymmetrical fault currents. All restrictions of the National Electrical Code shall be adhered to and proper coordination intervals and separation of characteristic curves shall be maintained. The coordination plots for phase and ground protective devices shall be provided on a system basis and on separate log sheets. A sufficient number of separate curves shall be used to clearly indicate the coordination achieved. E. The selection and settings of the protective devices shall be provided separately in a tabulated form listing circuit identification, IEEE device number, current transformer ratios and connection, manufacturer and type, range of adjustment, and recommended settings. A tabulation of the recommended power fuse selection shall be provided for the medium voltage fuses where applied in the system. Any discrepancies, problem areas, or inadequacies shall be promptly brought to the Engineer's attention. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 260573-4 Project No.CO2315 Page 4 of 5 F. The coordination study shall be calculated by means of computer software package, SKM." G. Provide an update of the existing computer software model; Coordinate with Owner to get the latest model. 2.04 ARC FLASH HAZARD STUDY A. Perform an arc flash hazard study after the short circuit and protective device coordination study has been completed based upon IEEE Std 1584, "IEEE Guide For Performing Arc Flash Hazard Calculations." B. The study shall be in accordance with applicable NFPA 70E, OSHA 29-CFR, Part 1910 Sub part S and IEEE 1584 Standards. C. Determine the following 1. Flash Hazard Protection Boundary. 2. Incident Energy. 3. Working Distance. 4. Required PPE Level. 5. Shock Hazard Voltage. 6. Limited Approach. 7. Restricted Approach 8. Prohibited Approach. D. Produce an Arc Flash Warning label listing items in accordance with NFPA 70E. Also include the bus name, system operating voltage, and date of issue. Labels shall be printed in color and be printed on adhesive backed labels. Produce Arc Flash Evaluation Summary Sheet listing the following additional items: 1. Bus Name. 2. Upstream Protective Device Name,Type, and Settings 3. Bus Line to Line Voltage. 4. Bus Bolted Fault. 5. Protective Device Bolted Fault Current. 6. Arcing Fault Current. 7. Protective Device Trip/ Delay Time. 8. Breaker Opening Time. 9. Solidly Grounded Column. 10. Equipment Type. 11. Gap. 12. Arc Flash Boundary. 13. Working Distance. 14. Incident Energy. 15. Required Protective Fire Rated Clothing Type and Class. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 05 73-5 Project No.CO2315 Page 5 of 5 2.05 COMPUTER SOFTWARE DEVELOPERS A. SKM System Analysis Inc. PART 3 EXECUTION 3.01 PROTECTIVE DEVICE TESTING, CALIBRATION, AND ADJUSTMENT A. The equipment manufacturer shall provide the services of a qualified field Engineer and necessary tools and equipment to test, calibrate, and adjust the protection relays and circuit breaker trip devices as recommended in the power system study. B. As a part of this Contract, the manufacturer's system Engineer shall make one formal presentation in the Owner's office to the Owner's personnel. The presentation shall include all training materials and visual aids. END OF SECTION ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 08 01-1 Project No.CO2315 Page 1 of 1 SECTION 26 08 01 UTILITIES PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install necessary materials and make arrangements for the connection of utilities for the project. The required utilities are electrical service. 1.02 REFERENCE STANDARDS A. Comply with all service installation standards of the serving utility companies. PART 2 PRODUCTS 2.01 ELECTRICAL SERVICE A. The Contractor shall coordinate Oncor Electric installation of work as shown on the drawings. Utility contact information: Ralph Schroeder (Ralph.Schroederwaoncor.com or (817) 988-8904) and Les Hall (Leslie.Hall @oncor.com). B. Entrance must be coordinated with the Engineer/Owner. Provide materials and equipment required to connect the project service to the system. Coordinate with Electric Company for requirements of power service. C. All fees other than those mentioned in the service agreement between Oncor Electric and the City of Fort Worth shall be covered by the contractor. PART 3 EXECUTION 3.01 UTILITY A. Electric company is to provide modifications to distribution equipment in the Oncor Substation. B. Cables and conduits from the substation to the new High Service Pump Station switchgear and to the Pad Mounted Switches shall be provided by the contractor. C. Contractor will be responsible for all the electrical civil work up to the utility owned termination cabinets. D. Contractor to minimize interruption of service. Contractor to coordinate with Owner prior to any interruption. E. All fees other than those mentioned in the service agreement between Oncor Electric and the City of Fort Worth shall be covered by the contractor. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 260911-1 POWER METERING AND PROTECTIVE RELAYS Page I of 8 QSECTION 26 09 14 3 POWER METERING AND PROTECTIVE RELAYS PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for power metering and protective relays to be furnished under other Sections of the Specifications. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.02 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the meter or relay provides every specified requirement. Any options or exceptions shall be clearly indicated. C. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.03 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA/ISCI — 109 Transient Overvoltage Withstand Test 2. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests B. All meters, relays and associated equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.04 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an CITY OF FORT WORTH Rolling hills WTP HSPS Switchgear Replacement Project City Project No. 002315 260914-2 POWER METERING AND PROTECTIVE RELAYS Page 2 of 8 acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. Equipment submitted shall fit within the space or location shown on the Drawings. Equipment which does not fit within the space or location is not acceptable. C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. 1.05 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for a minimum of 2 years beginning after completion of the initial operation period as defined in Section 01650 STARTING SYSTEMS. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. PART 2 PRODUCTS 2.01 FEEDER PROTECTION SYSTEM(FP1) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE/Multilin Model 850 2. Schweitzer SEL-751 3. No Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Digital relay for management and primary protection of feeders, and management and backup protection of buses, transformers and transmission lines 2. The unit shall provide protection, control, and monitoring functions with both local and remote human interfaces. 3. The relay shall be of drawout construction. 4. All circuit boards shall have a harsh environment conformal coating to resist HzS gas and other corrosive agents, including humidity. 5. All components, except terminating hardware, shall be mounted inside the relay. 6. The unit shall be suitable for semi-flush mounting in a panel. 7. It shall be equipped with a front panel display and keypad for programming and monitoring. D. Protection 1. The relay shall have the following protective functions: a. Time phase overcurrent elements for all phases with level detectors. (i) The phase time overcurrent element shall be capable of dynamic adjustment of the pickup setting from manual close blocking, cold load pickup and voltage restrained overcurrent features; CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 260914-3 POWER METERING AND PROTECTIVE RELAYS Page 3 of 8 b. Time ground overcurrent elementswith level detectors. c. Directional control of both phase and ground overcurrent elements. d. Two independent elements each for: (i) Undervoltage (ii) Overvoltage (iii) Underfrequency E. Control 1. The relay shall be able to trip and close an associated circuit breaker and track the breaker position. The relay shall include a Red breaker closed LED. 2. Closing operations shall be supervised by a synchro-check scheme, with voltage source level or manual override provisions. 3. The relay shall be able to control the overcurrent elements in a cold load pickup or manual closing operating mode. 4. The relay shall have a minimum of 14 programmable logic inputs for manual commands or feature control a. Inputs shall be able to operate from internal and external do power supplies. F. Metering 1. The unit shall be able to measure/ calculate and display: a. Line voltage b. Differentials between bus and linevoltages c. Frequency d. Current e. Real, reactive and apparent power f. Power factor g. Watt-hour and var hour consumption h. Demand for current and power measurements 2. The relay shall have an input channel for measuring a 0-1 mA, 0-5 mA, 0-20 mA, or 4-20 mA (programmable) signal from an external transducer. 3. The relay shall have eight internal transducers, with 4-20 mA output signals to represent various measured / calculated parameters. a. Output channels shall be programmableto represent, as a minimum: (i) Voltage (ii) Frequency (iii) Current (iv) Power (v) Demand (vi) The distance to the most recently detected overcurrent fault. G. Monitoring 1. The relay shall have measuring elements with programmable outputs to monitor: a. Breaker trip and close coil continuity b. Over frequency c. Demand levels d. Power factor e. Summed breaker arcing current CITY OF FORT WORTH Rolling hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 260914-4 POWER METERING AND PROTECTIVE RELAYS Page 4 of 8 2. The relay shall be able to display automatically at least 10 user-programmed protection settings or measured /calculated parameters. H. System/Relay Operations and Maintenance 1. The relay shall have a sequence of events record and oscillographic capture of important events with a time base in 1 ms increments. a. The event record shall store a minimum of 64events. b. The oscillograph shall capture a minimum of eight events. 2. The relay shall have a distance-to-fault feature that stores a minimum of eight faults. 3. The relay shall have a simulation feature to test the device without external injection of voltage and current signals. 4. Device firmware shall be stored in non-volatile flash memory, so that relay upgrades can be performed by downloading programs from a PC. I. Control Power - The relay shall be suitable for HI or LO ranges of available control power. 1. HI Range: DC: 88-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. J. Communication - Relay shall have three independent communications ports,two rear RS 485/422 ports and a front RS 232 port. All ports shall use the AEG Modicon ModBus protocol. K. Relays shall be provided with an Ethernet communications port. 2.02 POWER QUALITY METERING A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE Multilin PQM II Power Quality Meter 2. Schweitzer SEL 3. No Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. All circuit boards shall have a harsh environment conformal coating to resist H2S gas and other corrosive agents, including humidity. D. Monitoring and Metering 1. Metering Functions with accuracy of 0.2 percent for A&V and 0.4 percent for power parameters a. A, V, VA, W, var, KWH, KVARH, KVAH, PF,Hz b. W, var, A, VA Demand C. A, V Unbalance 2. Power Analysis Functions. a. Total Harmonic Distortion CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 2609 14-5 POWER ME'T'ERING AND PROTECTIVE RELAYS Page 5 of 8 b. Individual harmonics c. Waveform capture d. Historical data e. Minimum and maximum metered values complete with time and date f. Record of last 40 events g. Two independent data logs E. User Interface and Programming 1. Integrated keypad to access actual values and setpoints. a. 2 - line, 40 character illuminated display for use with keypad. The display shall have: 2. Variable scrolling rates. 3. Front mounted LEDs to display alarms, communication status, relay status, simulation mode, self test failure, and setpoint access status. 4. Relay reset button to clear alarm and auxiliary conditions. 5. Communications a. Communications with the meter shall be accomplished by the following methods: (i) 2 RS485 communications ports and 1 RS232 port. RS 485 ports shall be daisy chained together and Ethernet. (ii) An industry standard (open) protocol, Modbus® RTU, with user selectable baud rates to 19.2 K. (iii) Setpoint programming and actual values monitoring shall be available through all the serial ports. b. Interface software shall be in a WindowsTM format. 6. The meter shall have one alarm output relay with Form Ccontacts. 7. Relay output shall be through alarm, auxiliary and pulse output functions. 8. The meter shall provide a user configurable pulse output based on KWH, KVARH or KVAH. 9. The meter shall provide a pulse input for demand synchronization. 10. The meter shall include a simulation mode capability for testing the functionality and meter response to programmed conditions without the need for external inputs. 11. The relay shall include a power systems option} consisting of harmonic analysis, triggered trace memory waveform capture, event record and data logger functions. F. Control Power: 1. Range of available control power: DC: 88-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. G. Communication - Relay shall have three independent communications ports, two rear RS 485/422 ports and a front RS 232 port. All ports shall use the AEG Modicon ModBus protocol. H. Meter shall be provided all hardware and software to communicate via Ethernet. CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 260914-6 POWER METERING AND PROTECTIVE RELAYS Page 6 of 8 2.03 MOTOR PROTECTION SYSTEM(MP4) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE Multilin 869 2. Schweitzer SEL-749M 3. No Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. All circuit boards shall have a harsh environment conformal coating to resist HZS gas and other corrosive agents, including humidity. D. Protection and Control 1. Thermal model biased with RTD and negative sequence currentfeedback 2. Start supervision and inhibit 3. Locked rotor/ mechanical jam a. The relay shall protect the rotor during stall and acceleration. The stall/acceleration curve shall be voltage compensated and a speed switch input shall be available. The stator protective thermal model shall combine inputs from positive and negative sequence currents and RTD winding feedback. The model shall be dynamic in nature in order to follow the loading and temperature of the motor. 4. Voltage compensated acceleration 5. Undervoltage,overvoltage 6. Underfrequency 7. Stator differential protection a. Differential protection using CT inputs (6) from both sides of the machine winding Voltage transformer inputs shall be used to provide over voltage, under voltage,voltage phase reversal,over frequency and under frequency functions. B. Thermal overload 9. Overtemperature 12 RTD's 10. Phase and ground overcurrent 11. Current unbalance 12. Power Elements a. Power factor b. Reactive power c. Underpower d. Reverse active power e. Overtorque 13. Torque protection 14. Reduced voltage starting control E. Monitoring and Metering 1. Metering Functions CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 260914-7 POWER METERING AND PROTECTIVE RELAYS Page 7 of 8 a. A, V, W, Var, VA, PF, Hz, Wh ,varh,demand b. The system shall include complete power metering. An event record shall store the last 40 events. Sixteen cycles of waveform data shall be stored each time a trip occurs. A simulation feature shall be available for testing the function. 2. Torque, temperature 3. Event recorder 4. Oscillography and data logger 5. Statistical information and learned motordata 6. Motor starting reports F. Inputs and Outputs 1. 12 RTD's, programmable 2. Five predefined and four assignable digital inputs 3. Six output relays 4. Four analog inputs 5. Four programmable analog outputs G. Memory 1. Memory shall be non-violatile and programming shall remain intact upon power failure. 2. Interface software shall be provided in a Windows® format. H. User Interface 1. A 40 character LCD display and associated keypad to provide access to actual values and set points. I. Control Power: 1. Range of available control power: DC: 90-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. 3. Communications 1. One front RS232 port for set point programming. 2. Two independent rear RS485 ports, each daisy chained between systems, where shown on the Drawings. 3. Ethernet port. 4. Communication protocols. a. Modbus RTU K. The relay shall have a draw-out construction to facilitate testing, maintenance and interchange flexibility. 2.04 PHASE PROTECTIVE RELAY(PPR) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE/ITI # LPVR 2. Approved Equal CITY OF FORT WORTH Rolling I lills WTP HSPS Switchgear Replacement Project City Project No..002315 260914-8 POWER METERING AND PROTECTIVE RELAYS Page 8 of 8 B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. Protection 1. Indicators - LED a. Normal —Green. b. Phase loss or Low Voltage—Yellow. c. Reverse Phase—Red. 2. Enclosure a. As required in accordance with the Area Classification and Enclosure Types listed in Section 16000. 3. Functions. a. Automatic Reset b. Phase Loss. (i) 12% or more. (ii) Delay 1-1/2 seconds. c. Low Voltage Protection (i) Drop at 70% of normal (ii) Reset at 90% of normal d. Time Delays (i) Adjustable e. Over Voltage Protection (i) Greater than 15% (ii) Reset at 5% greater than normal 2.05 ACCESSORIES A. Furnish nameplates for each device as indicated in drawings. Color schemes shall be as indicated on Drawings. PART 3 EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 2609 16-1 Project No.CO2315 Page 1 of 7 ASECTION 26 090 16 COMMON CONTROL PANEL REQUIREMENTS FOR EQUIPMENT PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install a functional control panel to operate the control system as specified in the detailed mechanical equipment requirements of this Section. B. Obtain all required control descriptions and data from the detailed mechanical equipment requirements to this Section, the System Description and the control schematic diagrams on the Electrical Contract Drawings. C. Provide control system engineering to produce custom elementary drawings showing interior wiring and interlocking with remote devices. D. All control devices, unless specified otherwise, shall be mounted in the control panel. E. This section includes control panels supported by equipment manufacturers to manually or automatically operate the mechanical equipment. 1.02 REFERENCE STANDARDS A. Institute of Electrical and Electronics Engineers (IEEE) B. National Electrical Manufacturers Association (NEMA) C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 01, shop drawings and product data for the following: 1. Equipment 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. 2. Power and control schematics including external connections. Show wire and terminal numbers and color coding. 3. Instruction and replacement parts books. 4. Certified shop test reports. 5. As-built final drawings. 6. Field tests and inspection reports. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 09 16-2 Project No.CO2315 Page 2 of 7 B. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.04 QUALITY ASSURANCE A. A factory authorized service and parts organization shall be able to respond to any service call for the project within 8 hours. Provide the name and address of the factory authorized service and parts organization nearest to the project location at the time of the bid. B. Equipment components and devices shall be UL labeled to the extent possible wherever UL standards exist for such equipment. C. The control panel manufacturer shall demonstrate at least three years of continuous field operating experience in control panel design and fabrication. Submit customer/user list with telephone numbers, addresses and names of customer/user representatives. 1.05 SYSTEM DESCRIPTION A. Refer to the detailed mechanical equipment specifications for description of system operation. 1.06 DELIVERY, STORAGE AND HANDLING A. Package the control panel for maximum protection during delivery and storage. B. Store the control panel indoors in a clean, dry, heated storage facility until ready for installation. Do not install the control panel in its final location until the facilities are permanently weather tight. Protect the control panel at all times from exposure to moisture, chemicals, hydrogen sulfide and chlorine gas. 1.07 PROJECT/SITE REQUIREMENTS A. The control panel shall consist of a main circuit breaker, a combination motor circuit protector (MCP), magnetic starter and overload relay for each motor, a 120 volt control power transformer with two fuses on the primary and one fuse on the secondary. All control components shall be mounted in one common enclosure. Control switches shall be provided to operate each motor either manually or automatically. 1.08 WARRANTY A. Manufacturer shall warrant equipment to be free from defects in materials and workmanship for a period no less than the controlled equipment warranty. PART 2 PRODUCTS 2.01 RATING A. The control panel shall operate on a power supply as indicated on drawings. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2609 16-3 Project No. CO2315 Page 3 of 7 B. The overall withstand and interrupting rating of the equipment and devices shall not be less than 42,000 amperes R.M.S, symmetrical at 480 Volts. All circuit breakers and combination motor starters 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 UL certified or carry a UL listing for "Industrial Control Panels. D. The control panel shall meet all applicable requirements of the National Electrical Code. E. The control panel enclosure shall be in accordance with the electrical area classification indicated on the Electrical Contract Drawings. 2.02 COMPONENTS A. The main circuit breaker shall be a thermal-magnetic molded case breaker, Type FCL. 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. B. A mechanical disconnect mechanism, with bypass, shall be installed on each motor circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to the motor. C. Motor starters shall be provided with motor circuit protectors and equipped to provide under-voltage release and overload protection on all three phases. 1. Motor starters shall be 2 or 3 Pole, 1 or 3-phase as required, 60 Hz, 600 Volt, magnetically operated, full voltage non-reversing except as shown on the drawings. NEMA sizes shall be as required for the horse power shown on the drawings. 2. Each motor starter shall have a 120 Volt operating coil and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the drawings. A minimum of one N.O. and N.C. auxiliary contacts shall be provided in addition to the contacts shown on the drawings. 3. Overload relays shall be adjustable ambient compensated and manually reset. 4. Control power transformers shall be sized for additional load where required. Transformer primaries shall be equipped with time-delay fuses. D. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein, as required by the detailed mechanical equipment requirements, Division 26, Division 25 and as shown on the Drawings. E. All operating control devices and instruments shall be securely mounted on the exterior door. All controls shall be clearly labeled to indicate function and shall be in accordance with the electrical area classification indicated on the Electrical Drawings. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 09 16-4 Project No.CO2315 Page 4 of 7 1. Indicator lamps shall be heavy duty, 30 mm industrial type oil light, NEMA 4X, high-visibility LED, full voltage type. Units shall have screw on plastic lenses and shall have factory engraved legend plates as required. Unless otherwise specified in each equipment specification lens color shall be green for equipment OFF, red for equipment operating, blue for FAIL or ALARM and amber for power ON/Equipment Stand-by. For all control applications, indicator lamps shall incorporate a push-to-test feature. 2. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, MOTOR SELECTOR, LEAD-LAG, etc) shall be heavy-duty 30 mm, NEMA 4X, oil tight, industrial type with contacts rated for 120 VAC at 10 Amps continuous. Units shall have standard size, white field, and legend plates with black markings, as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements, as required. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-in minimum to 1/4-in maximum. 3. Push-button, shall be heavy-duty, 30 mm, NEMA 4X, oil tight industrial type with momentary or maintained contacts as required, rated for 120 VAC at 10 Amps continuous. Units shall have standard size, white field, and legend plates with black markings, as indicated. Button color shall be red for EMERGENCY STOP or START and green for STOP. Contact arrangement shall be as required. F. A six digit, non-resetable elapsed time meter shall be connected to each motor starter. G. A failure alarm with horn and beacon light shall be provided as required by contract document. Silence and reset buttons shall be furnished. H. The control panel shall be provided with a Surge Protective Device Unit on the load side of the main circuit breaker. Surge Protective Device shall be rated 65Ka per mode for all unit rated for 480V located outdoor. Provide a surge capacitor for all the 120 panels located outdoor. I. All interfaces between control panel and remote devices shall be isolated via an interposing relay. Interposing relays shall have contacts rated for 250 VAC and 10 Amps continuous. I An alternator shall be provided to sequence motors as required by contract document. K. Intrinsically safe relays shall be solid state type with 5 Amp output contacts, suitable for use on a 120 Volt, 60 Hz power supply and shall be Factory Mutual approved for pilot devices in Class I, Division I, Group D hazardous atmospheres. L. Control relays and timers shall be 300 Volt, industrial rated, plug-in socket type, housed in a transparent polycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 Amps resistive, 1/4 Hp, at 120 VAC, with an operating temperature of minus 10 to plus 55 degrees C. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 09 16-5 Project No. CO2315 Page 5 of 7 M. Panel mounted timers shall be flush mounted, plug-in type with ranges as shown on the Drawings, or as required by the detailed mechanical equipment specifications and Division 25. N. Specific control devices, control descriptions and other data are specified under the detailed specification for the mechanical equipment with which the control panel is supplied. 2.03 ENCLOSURE TYPES A. The control panel specified herein shall be rated NEMA 4X enclosures and shall be constructed of 316 stainless steel or aluminum. B. Enclosures shall be 14 gauge and constructed with continuously welded seams. The panel door(s) shall have continuous hinge and neoprene gasket. Door clamps shall be provided. C. The enclosure shall incorporate a removable back panel on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs. The enclosure door shall be interlocked with the main circuit breaker by a door mounted operating mechanism. Back panel shall be tapped to accept all mounting screws. Self- tapping screws shall not be used to mount any components. D. Print storage pockets shall be provided on the inside of the panel. E. Overload tables shall be laminated and adhered to the inside of the door. F. Enclosures located outdoors shall be painted white in the factory. 2.04 NAMEPLATES MARKINGS AND IDENTIFICATION A. Provide 2-in by 5-in, nominal, engraved phenolic master nameplate on the control panel fastened with stainless steel type 316 screws or rivets. Nameplate shall be black with white core, 3/8-in high lettering and shall indicate equipment designation as shown on the Drawing. B. Provide legend plates or 1-in by 3-in engraved nameplates with 1/4-in lettering for identification of door mounted control devices, pilot lights and meters. C. Provide permanent warning signs as follows: 1. "Danger- High Voltage- Keep Out" on all doors. 2. "Warning- Hazard of Electric Shock - Disconnect Power Before Opening or Working On This Unit" on main power disconnect. 2.05 CONDENSATION HEATERS A. A strip heater shall be mounted inside the control panel. 1. Heater shall be rated 240V, but operated at 120V, single phase, 150 watts, with rust resisting iron sheath. 2. A control thermostat mounted inside the control Panel. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWrTCHGEAR REPLACEMENT City Project No. CO2315 26 09 16-6 Project No.CO2315 Page 6 of 7 3. The strip heater terminals shall be guarded by a protective terminal cover. 4. High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be No. 12 AWG stranded, nickel-plated copper with Teflon glass insulation. 2.06 WIRING A. Power and control wire shall be 600 Volt class, Type XHHW-2 insulated stranded copper and shall be of the sizes required for the current to be carried, but not smaller than No. 14 AWG. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. B. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. C. All control panel wiring shall be numbered at both ends with type written heat shrinkable wire markers. 2.07 TERMINAL BLOCKS A. Terminal blocks shall be one-piece molded plastic blocks with screw type terminals and barriers rated for 600 volts. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals. B. Wires shall be terminated to the terminal blocks with crimp type, pre-insulated, ring- tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. C. Provide an AC ground bar bonded to the panel enclosure (if metal) with 20 percent spare terminals. D. Provide an intrinsically safe ground terminal bar isolated from the control panel enclosure. Provide 20 percent spare terminals but not less than two spare terminals. E. Terminal points for current transformer leads shall be provided with a shorting bar. 2.08 SHOP TEST A. Perform manufacturer's standard production testing and inspection in accordance with NEMA and ANSI standards. PART 3 EXECUTION 3.01 INSTALLATION A. Repaint any damage to factory applied paint finish using touch-up paint furnished by the control panel manufacturer. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2609 16-7 Project No.CO2315 Page 7of7 B. Any work not installed according to the Drawings and this Specification shall be subject to change as directed by the Engineer. No extra compensation will be allowed for making these changes. 3.02 FIELD TESTING A. Check mechanical interlocks for proper operation. Make any adjustments required. B. Adjust motor circuit protectors and voltage trip devices to their correct settings. C. Install overload heaters per actual motor nameplate currents. D. Adjust motor circuit protectors for actual motor nameplate currents. E. In the event of an equipment fault, notify the Engineer immediately. After the cause of the fault has been identified and corrected, a joint inspection of the equipment shall be conducted by the Contractor, the Engineer and the control panel manufacturer's factory service technician. Repair or replace the equipment as directed by the Engineer prior to placing the equipment back into service. END OF SECTION ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 17-1 Project No.CO2315 Page 1 of 3 QSECTION 26 12 17 ENERGY EFFICIENT LIGHTING AND DISTRIBUTION TRANSFORMERS, MEDIUM VOLTAGE PRIMARY PART 1 GENERAL 1.01 SECTION INCLUDES A. Dry-type energy efficient transformers with capacity ratings 15kVA through 750kVA. 1.02 REFERENCES A. NFPA 70 - National Electrical Code. B. NEMA ST20 — Dry Type Transformers for General Applications. C. UL 1561 — Dry Type General Purpose and Power Transformers. D. NEMA TP1 —Guide for Determining Energy Efficiency for Distribution Transformers. E. NEMA TP2 — Standard Test Method for Measuring the Energy Consumption of' Distribution Transformers. 1.03 SUBMITTALS A. The following information shall be submitted to the Engineer: 1. Dimension drawing and weight 2. Technical certification sheet 3. Conduit entry/exit locations 4. Transformer ratings including: a. Primary and secondary kVA b. Voltage c. Taps d. Primary and secondary continuous current e. Basic Impulse level for equipment over 600-volts f. Impedance g. Insulation class and temperature rise h. Sound level B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 17-2 Project No.CO2315 Page 2 of 3 deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.04 STANDARDS A. Transformers 750kVA and smaller shall be listed by Underwriters Laboratories. B. Conform to the requirements of ANSI/NFPA 70. C. Transformers are to be manufactured and tested in accordance with NEMA ST20. D. Transformers losses shall conform to NEMA TP1 requirements E. Transformers losses shall be tested in accord with NEMA TP2 procedures PART 2 PRODUCTS 2.01 MANUFACTURERS A. Square D Company. B. ABB. C. Hammond. 2.02 RATINGS INFORMATION A. All insulating materials are to exceed NEMA ST20 standards and be rated for 220°C UL component recognized insulation system. B. Transformers 15kVA and larger shall be 150°C temperature rise above 40°C ambient. Transformers 25kVA and larger shall have a minimum of 4 - 2.5% full capacity primary taps. Exact voltages and taps to be as designated on the plans or the transformer schedule. C. The maximum temperature of the top of the enclosure shall not exceed 50°C rise above a 40°C ambient. D. Transformers shall be low loss type with minimum efficiencies per NEMA TP1 when operated at 50% of full load capacity. Transformer design shall be energy efficient type compliant to Department of Energy Standard DOE 10 CFR Part 431 Energy Conservation program for Commercial Equipment. 2.03 CONSTRUCTION A. Transformer coils shall be copper wound, of continuous wound construction, and shall be impregnated with non-hygroscopic, thermosetting varnish. B. All cores to be constructed with low hysteresis and eddy current losses. Magnetic flux densities are to be kept well below the saturation point to prevent core overheating. Cores for transformers greater than 500kVA shall be clamped utilizing insulated bolts through the core laminations to ensure proper pressure throughout the length of the ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 17-3 Project No.CO2315 Page 3 of 3 core. The completed core and coil shall be bolted to the base of the enclosure but isolated by means of 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 isolation systems requiring the complete removal of all fastening devices will 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 enclosures shall be ventilated and be 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 powder coating and baking cycle to provide uniform coating of all edges and surfaces. The coating shall be UL recognized for outdoor use. The coating color shall be ANSI 49. E. Primary winding BIL shall be 20kV. Secondary winding BIL shall be 10kV. 2.04 SOUND LEVELS A. Sound levels shall be warranted by the manufacturer not to exceed the following: 1. 15 to 300kVA - 58dB; 301 to 500kVA - 60dB; 501 to 700kVA - 64dB; 701 to 1000kVA - 64dB; 1001 to 1500kVA - 65dB; 1501 to 2000kVA- 66dB 2.05 OPTIONAL ACCESSORIES A. Not used. PART 3 EXECUTION 3.01 FLOOR MOUNTING A. Construct concrete pad for floor-mounted transformers in accordance with Section 26 00 00 - Electrical General Provisions. B. Maintain a minimum of 6 inches free air space between enclosure and walls. 3.02 CABLE CONNECTIONS A. Make transformer cable connections with compression-type lugs suitable for termination of 75°C rated conductors. Position lugs so that field connections and wiring will not be exposed to temperature above 75°C. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 19- 1 Project No.CO2315 Page 1 of 8 QSECTION 26 12 19 PAD-MOUNTED TRANSFORMERS PART 1 GENERAL 1.01 BID A. Furnish and install pad-mounted transformer(s) as specified herein and as shown on the Drawings. B. The provisions of this Section shall apply to all pad-mounted transformers, except as indicated otherwise. 1.02 RELATED WORK A. Section 26 00 00 Electrical — General Provisions B. Section 26 05 73 Power System Study. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Sections 0133 00, 26 00 00 and as specified herein. B. Provide systems engineering with coordination curves, to demonstrate coordination between existing and proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 26 05 73. Submittals made prior to such approval will be returned unreviewed. D. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. E. Shop Drawings and Product Data. For each transformer specified under this Section, submit the following information: 1. Master drawing index 2. Front view elevation or outline drawing and weight 3. Floor plan with recommended pad dimensions 4. Schematic diagram 5. Nameplate diagram 6. Component list with detailed component information, including original manufacturer's part number. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 261219-2 Project No.CO2315 Page 2 of 8 7. Conduit entry/exit locations 8. Ratings including: a. kVA b. Primary and secondary voltage c. Taps d. Primary and secondary continuous current e. Basic Impulse level f. Impedance g. Insulation class and temperature rise h. Sound level 9. Cable terminal sizes or deadfront elbow information. F. Operation and Maintenance Manuals. 1. Operation and Maintenance Manuals shall be provided in accordance with the requirements of Sections 01 33 00, 26 00 00 and as specified herein and shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list Cl. Drawings and information required by the Submittals part of this Section. e. Project record drawings clearly indicating operating features and including as- built shop drawings, outline drawings, and schematic and wiring diagrams. f. Volume of oil. 1.04 REFERENCE STANDARDS A. The pad-mounted transformer(s) and all components shall be designed, manufactured and tested in accordance with the latest applicable NEMA and ANSI standards as follows; 1. ANSI C57. 12.26, Pad-Mounted, Compartmental- Type, Self-Cooled, Three-Phase Distribution Transformers for Use with Separable Insulated High Voltage Connectors, High Voltage, 34 500 Grd Y/19 920 Volts and Below; 2500 KVA and Smaller, Requirements 2. ANSI C57. 12.70, Terminal Markings and Connections for Distribution and Power Transformers 3. ANSI C119.2, Separable Insulated Connectors 4. ANSI/IEEE C57.12.00 - 2000, General Requirements for Liquid-Immersed, Distribution, Power, and Regulating Transformers, 5. ANSI/IEEE C57.12.80, Terminology for Power and Distribution Transformers 6. ANSI/IEEE C57.12.90, Test Code for Liquid-Immersed Distribution, Power and Regulating Transformers and Guide for Short-Circuit Testing of Distribution and Power Transformers 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten (10) years. When requested by the Engineer, an acceptable list ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 19-3 Project No.CO2315 Page 3 of 8 of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled"shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. G. Transformers manufactured more than twenty four (24) months prior to the date of this Contract will not be acceptable. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D. Equipment shall be equipped to be handled by crane. Where cranes are not available, equipment shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. E. Equipment shall be installed in its permanent finished location shown on the Drawings within fourteen (14) calendar days of arriving onsite. If the equipment cannot be installed within fourteen (14) calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during jobsite storage, and after equipment is installed in permanent location, until equipment is placed in service. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 261219-4 Project No.CO2315 Page 4 of 8 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturers 1. General Electric 2. Square D 3. ABB B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.02 RATINGS A. The ratings of the transformer shall be as follows: 1. kVA Rating: As shown on the Drawings. 2. Impedance: 5.75% (ANSI Standard Tolerance) 3. HV: As shown on the Drawings. 4. HV BIL: 95kV BIL for 15KV, 60KV BIL for 5 KV 5. Hyde-energizedTaps: +/- 2 - 2-1/2% full capacity 6. LV: As shown on the Drawings. 7. LV BIL: 60 KV BIL for 5 KV, 30KV for 480 V 2.03 CONSTRUCTION A. The unit shall be FR3 type, or equal, vegetable oil filled, and shall be in accordance with the latest edition of the NEC. High fire point fluids shall be Factory Mutual and UL approved. B. The transformer shall carry its continuous rating with average winding temperature rise by resistance that shall not exceed 55 degrees C, based on average ambient of 30 degrees C over 24 hours with a maximum of 40 degrees C. The insulation system shall allow an additional 12% kVA output at 65 degrees C average winding temperature rise by resistance, on a continuous basis, without any decrease in normal transformer life. C. The transformer shall be designed to meet the sound level standards for liquid transformers as defined in NEMA and ANSI. D. High-voltage and low-voltage windings shall be copper. ADDENDUM#2 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 19-5 Project No.CO2315 Page 5 of 8 E. The main transformer tank and attached components shall be designed to withstand pressures greater than the required operating design value without permanent deformation. Construction shall consist of carbon steel plate reinforced with external sidewall braces. All seams and joints shall be continuously welded. F. Each radiator assembly shall be individually welded and receive a quality control pressurized check for leaks. The entire tank assembly shall receive a similar leak test before tanking. A final six-hour leak test shall be performed. G. The transformers shall be compartmental-type, self-cooled and tamper-resistant for mounting on a pad. The unit shall restrict the entry of water (other than flood water) into the compartments so as not to impair its operation. There shall be no exposed screws, bolts or other fastening devices which are externally removable. H. The transformers shall consist of a transformer tank, and full-height bolt-on high- and low-voltage cable terminating compartments located side-by-side separated by a rigid metal barrier. Each compartment shall have separate doors, designed to provide access to the high-voltage compartment only after the low-voltage has been opened. There shall be at least one additional fastening device accessible only after the low-voltage door has been opened, which shall be removed to open the high-voltage door. Doors shall be mounted flush with the cabinet frame.The low-voltage door shall have a handle- operated, three-point latching mechanism designed to be secured with a single padlock. A hex-head bolt shall be incorporated into the low-voltage door latching mechanism. Both high and low-voltage doors shall be incorporated into the low-voltage door latching mechanism. Both high and low-voltage doors shall be equipped with lift-off type stainless steel hinges and door stops to secure them in the open position. I. Compartment sills, doors and covers shall be removable to facilitate cable pulling and installation. The high-voltage door shall be on the left with the low-voltage door on the right. Compartments shall be designed for cable entry from below. 1. Transformers shall be supplied with a bolted main tank cover and be of a sealed-tank construction designed to withstand a pressure of 7 psig without permanent distortion. The tank cover shall be domed to shed water and be supplied with a tamper-resistant access handhole sized to allow access to internal bushing and switch connections. Transformers supplied with "less flammable"fluids, (high-molecular-weight hydrocarbon or silicone), shall be manufactured to withstand 12 psig without rupture. The transformer shall remain effectively sealed for a top-oil temperature of -5 degrees C to 105 degrees C. When necessary to meet the temperature rise rating specified above, flat cooling panels of the common header type shall be provided. K. The transformer manufacturer shall certify that the transformer is non-PCB containing no detectable PCBs. Do not provide nonflammable transformer liquids including askarel and insulating liquids containing tetrachloroethylene, perch loroethylene, chlorine compounds, or halogenated compounds. L. When high-voltage taps are specified above, full-capacity taps shall be provided with a tap changing mechanism designed for de-energized operation. The tap changer operator shall be located within one of the compartments. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWIICHGEAR REPLACEMENT City Project No. CO2315 26 12 19-6 Project No.CO2315 Page 6 of 8 M. The coil windings shall be of the two winding type, designed to reduce losses and manufactured with the conductor material as specified above. All insulating materials shall be rated for 120 degrees C class. N. The core material shall be high-grade, grain-oriented, non-aging silicon core steel with high magnetic permeability, low hysteresis and eddy current losses. Magnetic flux densities are to be kept well below saturation to allow for a minimum of 10 percent overvoltage excitation. The cores shall be properly annealed to reduce stresses induced during the manufacturing processes and reduce core losses. 0. The core frame shall be designed to provide maximum support of the core and coil assembly. The core frame shall be welded or bolted to ensure maximum short-circuit strength. P. The core and coil assembly shall be designed and manufactured to meet the short- circuit requirements of ANSI C57.12.90. The core and coil assembly shall be baked in an oven, prior to tanking, to "set" the epoxy coating on the Kraft paper and remove moisture from the insulation prior to vacuum filling. Q. Transformer shall be vacuum-filled with the appropriate fluid as indicated above. The process shall be of sufficient vacuum and duration to insure that the core and coil assembly is free of moisture prior to filling the tank. Provide a description of the process and location to take oil samples to avoid shutdown. 2.04 FINISH A. Transformer units shall include suitable outdoor paint finish. The paint shall be applied using an electrostatically deposited dry powder system to a minimum of three (3) mils average thickness. Units shall be painted padmount green, Munsell No.7GY3.29/1.5. 2.05 ACCESSORIES A. Transformer features and accessories shall include: 1. Dial-type thermometer 2. Liquid level gauge 3. Pressure-vacuum gauge 4. One (1) inch drain valve with sample valve 5. Pressure relief valve 6. Non-PCB label 7. One (1) inch upper fill/filter press connection 2.06 PRIMARY CONNECTIONS A. Transformer primary connections shall be dead front wells, inserts, cable parking supports, and elbows for cable sizes shown on the drawings. 2.07 LIGHTNING ARRESTORS A. Provide suitable lightning arrestors in the primary compartment. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 12 19-7 Project No.CO2315 Page 7 of 8 2.08 PRIMARY AND SECONDARY TERMINAL COMPARTMENTS A. A ground bus shall be provided in each of the Primary and Secondary Terminal Compartments, sufficient in size to terminate all incoming and outgoing cable grounding conductors, neutrals and metallic raceways. Where a wye secondary is provided, the neutral of the secondary shall be bonded to the secondary ground bus. Transformer case shall be bonded to ground bus. 2.09 REMOTE MONITORING AND CONTROL INTERFACE A. General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. 2.10 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section. All tests shall be in accordance with the latest applicable ANSI and NEMA standards. 1. Resistance measurements of all windings on the rated voltage connection of each unit and at the tap extremes of one unit only of a given rating on this project 2. Ratio tests on the rated voltage connection and on all tap connections 3. Polarity and phase-relation tests on the rated voltage connections 4. No-load loss at rated voltage on the rated voltage connection 5. Exciting current at rated voltage on the rated voltage connection 6. Impedance and load loss at rated current on the rated voltage connection of each unit and on the tap extremes of one unit only of a given rating on this project 7. Applied potential test 8. Induced potential tests B. The manufacturer shall provide three (3) certified copies of factory test reports. PART 3 EXECUTION 3.01 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations, NEC and the Contract Drawings. 3.02 FIELD QUALITY CONTROL A. Provide the services of a qualified factory-trained manufacturer's representative to assist the Contractor in installation and start-up of the equipment specified under this Section. The manufacturer's representative shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained herein. ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2612 19-8 Project No.CO2315 Page 8 of 8 B. The Contractor shall provide three (3) copies of the manufacturer's field start-up report. 3.03 FIELD TESTING A. Measure primary and secondary voltages for proper tap settings. B. Megger primary and secondary windings C. Liquid transformers --Test oil for dielectric strength 3.04 FIELD ADJUSTING A. Adjust taps to deliver appropriate secondary voltage 3.05 MANUFACTURER'S CERTIFICATION A. A qualified factory-trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three (3) copies of the manufacturer's representative's certification. 3.06 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The training shall be for a period of not less than one (1) eight hour day. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D. Provide detailed 0&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the transformers auxiliary devices, protective devices and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 13 21 -1 MEDIUM VOLTAGE SWITCHGEAR Page I of 9 QSECTION 26 13 21 3 MEDIUM VOLTAGE SWITCHGEAR PART1 GENERAL 1.01 SCOPE OF WORK A. The requirements of the Contract, Division 01, and Division 26 apply to work in this Section. 1.02 SECTION INCLUDES A. Medium Voltage, 5 KV, Metal Clad Switchgear. 1.03 RELATED SECTIONS A. Medium Voltage motor control center. B. Division 26 specification 1.04 REFERENCES A. The medium voltage metal clad Switchgear and protection devices in this specification are designed and manufactured according to latest revision of the following standards (unless otherwise noted). B. ANSI C37.06, Switchgear - AC High-Voltage Circuit Breakers Rated on a Symmetrical Current Basis - Preferred Ratings and Related Required Capabilities (includes supplement ANSI C37.06a) C. ANSI C39.1, Electrical Analog Indicating Instruments, Requirements for D. ANSI/IEEE C37.04, Rating Structure for AC High-Voltage Circuit Breakers Rated on a Symmetrical Current Basis (includes supplements C37.04C, C37.04G, C3704H, C37.04I) E. ANSI/IEEE C37.20.2, Metal-Clad and Station-Type Cubicle Switchgear F. ANSI/IEEE C57.13, Instrument Transformers, Requirements for G. IEEE C37.90, Standard for Relays and Relay Systems Associated with Electric Power Apparatus H. NEMA SG 2, High Voltage Fuses I. NEMA SG 4, Alternating - Current High Voltage Circuit Breaker J. NEMA SG 5, Power Switchgear Assemblies ADDENDCM 93 CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 261321-2 MEDIUM VOLTAGE SWITCHGEAR Page 2 of 9 1.05 DEFINITIONS 1.06 SYSTEM DESCRIPTION A. Indoor metal clad switchgear intended for use on 5KV, 3-phase, 3 wire grounded 60- Hz system. Switchgear shall be rated as indicated in drawings and have removable- element vacuum circuit breakers. Enclosures and circuit breaker(s) shall have a basic impulse rating of 60KV. Switchgear, including circuit breakers, meters, and relays, shall be factory tested. B. Equipment shall be completely factory-built, assembled, wired, and tested. All equipment and components shall be of new construction. 1.07 SUBMITTALS A. Manufacturer shall provide copies of following documents to owner for review and evaluation in accordance with general requirements of Division 01 and Division 26, clearly identify item selected cross out irrelevant items. 1. Product Data on a specified product; 2. Shop Drawings on a specified product; Shop drawing shall include wiring diagram with wire tass. Internal enclosure components, External dimension. 3. Certified copies of all Type (Design) and Verification Test Reports on a specified product. B. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. C. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.08 PROJECT RECORD DOCUMENTS A. Maintain an up-to-date set of Contract documents. Note any and all revisions and deviations that are made during the course of the project. 1.09 OPERATION AND MAINTENANCE DATA A. Manufacturer shall provide copies of installation, operation and maintenance procedures to owner in accordance with general requirements of Division 01 and Division 26. B. Submit operation and maintenance data based on factory and field testing, operation and maintenance of specified product. C. Provide certified factory test reports ADDENDUM#3 CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 26 13 21-3 MEDIUM VOLTAGE SWITCHGEAR Page 3 of 9 D. Final factory drawings shall be provided in an electronic format as well as hardcopy format. Provide electronic files in DXF CAD format. 1.10 QUALITY ASSURANCE (QUALIFICATIONS) A. Manufacturer shall have specialized in the manufacture and assembly of medium voltage metal clad switchgear for a minimum of 15 years. 1.11 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products in accordance with recommended practices listed in manufacturer's Installation and Maintenance Manuals. B. Deliver each medium voltage metal clad switchgear section in individual shipping splits for ease of handling. Each section shall be mounted on shipping skids and wrapped for protection. C. Inspect and report concealed damage to carrier within specified time. D. Store in a clean, dry space. Maintain factory protection or cover with heavy canvas or plastic to keep out dirt, water, construction debris, and traffic. (Heat enclosures to prevent condensation.) E. Handle in accordance with manufacturer's written instructions to avoid damaging equipment, installed devices, and finish. Lift only by installed lifting eyes. 1.12 PROJECT CONDITIONS (SITE ENVIRONMENTAL CONDITIONS) A. Follow manufacturer recommended standard for service conditions before, during and after switchgear installation. B. Switchgear shall be located in well-ventilated areas, free from excess humidity, dust and dirt and away from hazardous materials. Ambient temperature of area will be between minus 10 and plus 40 degrees C. Indoor locations shall be protected to prevent moisture from entering enclosure. 1.13 SEQUENCING AND SCHEDULING 1.14 WARRANTY A. Manufacturer warrants equipment to be free from defects in materials and workmanship for 2 years from date of acceptance or 2 1/2 years from date of shipment of motors whichever happens first. Warranty shall comply with Division 1. 1.15 EXTRA MATERIALS A. Provide one set of manufacturer recommended spare parts. ADDENDUM 93 CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 261321-6 MEDIUM VOLTAGE SWITCHGEAR Page 6 of 9 breakers shall have a 6-stage switch containing six "a" (normally open) and six "b" (normally closed) contacts. All spare contacts shall be wired to terminal boards. F. Instrument Transformers 1. Current transformer ratios are listed in each switchgear units specification paragraphs shall be as indicated on drawings. Current transformer accuracy shall be ANSI standard. Transformer mechanical ratings shall equal the momentary rating of the circuit breakers. Transformers, when mounted in switchgear assemblies, shall be rated for the full voltage of the switchgear. 2. Voltage transformers shall be drawout type, with current-limiting fuses and with BIL rating equal to the switchgear. Transformer ratios are listed on drawings. 3. Secondary control wiring shall be No. 14, extra flexible, stranded, tinned-copper control wire, Type SIS cross-linked polyethylene, rated 600 volts, except for specific circuits requiring larger wire. CT control wiring shall be No.12. 4. Crimp-type, insulated spade terminals shall be furnished on all wire ends 5. Secondary control wires shall be armored where they pass through primary compartments. 6. Control power transformer to be furnished with an auto throw over circuit between CPT's. 7. Short circuit style terminal blocks shall be installed in current transformer secondary wiring between the current transformer and all connected devices. 8. Provide marking sleeves on all switchgear control wiring, heat stamped with wire origin and/ or destination information. 2.04 PROTECTIVE DEVICES A. Protective Devices - Protective relays shall be GE/MULTILIN 750 relays or approved equal by the following manufacturers: 1. Schweitzer. 2. Basler. 3. Eaton. 4. Siemens. 5. Square D. B. Provide automatic transfer switch with 15 minutes UPS to provide continuous power to the relays. 2.05 NETWORK COMMUNICATIONS A. All the protective relays shall support RS485 modbus protocol. All protective relays to be daisy chained together and connected to RS485 to RS232 new converter provided within the existing PLC panel. ADDENDUM#3 CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 26 13 21 -7 MEDIUM VOLTAGE SWITCHGEAR Page 7 of 9 2.06 ACCESSORIES A. Provide two indicating lights (red and green) for each breaker and one indicating light (white) for each lockout relay. The indicating lights shall be 30mm, industrial rated and shall be provided with LED lamps. B. Provide a hand-resettable lockout relay (device 86). The lockout relay shall disable closing of the corresponding circuit breaker until the relay has been reset. The lockout relay shall be industrial rated. C. Provide a two-position auto/manual selector switch in each breaker control circuit. Selecting "auto" will permit automatic operation. Selecting "manual" shall permit operation using the local breaker control switch. Contacts from the selector switch shall be wired to inputs on the appropriate protective relay to allow the PMCS to monitor the switch position. The switch shall be a GE type SB1 or approved equal. D. Provide station type class arresters where indicated on drawings. Arresters shall be gapless metal-oxide type with a nominal rating of 3kV and an MCOV of 2.55kV. The arrester shall be enclosed in polymer housing. Arresters shall be designed and manufactured in accordance with the latest revision of ANSI/IEEE C62.11. E. Provide CT and PT test block and test plugs. F. Lift truck (1 furnished per lineup) G. Manual racking handle (1 furnished per lineup) H. Test cabinet to bench test, inspect and maintain the breaker. I. A remote racking device shall be provided including push-button, motor operator, and 25 feet of cable. 2.07 TESTING A. The switchgear equipment and circuit breakers shall receive factory production test as listed below: 1. Equipment a. Low frequency dielectric test b. Grounding of instrument cases c. Control wiring and device functional test d. Polarity verification e. Sequence test f. Low frequency withstand voltage test on major insulation components g. Low frequency withstand test on secondary control wiring 2. Breakers a. Coil check test b. Clearance and mechanical adjustment ADDENDUM#3 CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No. CO2315 261321-8 MEDIUM VOLTAGE SWITCHGEAR Page 8 of 9 c. 300 Electrical and mechanical operation test d. Timing test e. Conductivity of current path test f. Hi-potential testing of breaker g. Vacuum bottle integrity test B. Manufacturer shall provide to the Engineer documents verifying completion of factory production tests. 2.08 FINISH A. All steel structure members shall be cleaned, rinsed, and phosphatized prior to painting. B. The switchgear shall be painted with an electrostatically applied polyester powder with final baked on average thickness between 1.5 and 2.0 mils and meet ANSI requirements for indoor equipment. C. All exterior surfaces of the switchgear assembly shall be given final finish coats of ANSI 61 gray as standard. D. Finish shall have a minimum pencil hardness of 2H as tested per ASTM D3363 and shall pass the SATM B117 Salt spray test for a minimum of 1000 hours. PART 3 EXECUTION 3.01 EXAMINATION A. Examine installation area to assure there is enough clearance to install switchgear. B. Check concrete pads for uniformity and level surface. C. Verify that medium voltage metal clad switchgear is ready to install. D. Verify field measurements E. Verify that required utilities are available, in proper location and ready for use. F. Beginning of installation means installer accepts conditions. 3.02 LOCATION 3.03 INSTALLATION A. Installer has specialized in installing medium voltage 5KV metal clad switchgear with minimum 5 years documented experience. B. Install per manufacturer's instructions. C. Install required safety labels. ADDENDUM#3 CITY OF FORT WORTH Rolling Hills WTP HSPS Switchgear Replacement Project City Project No.:CO2315 26 13 21 -9 MEDIUM VOLTAGE SWITCHGEAR Page 9 of 9 3.04 FIELD QUALITY CONTROL A. Inspect installed switchgear for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections with a calibrated torque wrench. Minimum acceptable values are specified in manufacturer's instructions. C. Test the switchgear in accordance with Division 26. 3.05 ADJUSTING A. Adjust all circuit breakers, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. Adjust relay trip and time delay settings to values determined as recommended in the Coordination Study, as specified in Division 26. 3.06 CLEANING A. Clean interiors of switchgear to remove construction debris, dirt, shipping materials. B. Repaint scratched or marred exterior surfaces to match original finish. END OF SECTION ADDENDUM#3 CITY OF FORT WORTH Rolling Hills WIT HSPS Switchgear Replacement Project City Project No CO2315 26 1322- 1 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 1 of 14 QSECTION 26 13 22 2 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install assemblies of medium voltage sealed dead front distribution switchgear, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings 1.02 RELATED WORK AND SPECIFICATIONS A. Section 26 00 00 Electrical — General Provisions B. Section 26 05 73 Power System Study C. Section 26 05 13 Medium Voltage Cables 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B. Provide systems engineering with coordination curves, to demonstrate coordination between existing and proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. The original equipment manufacturer, (OEM) shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Front view elevation 3. Floor plan 4. Top view 5. Single line diagram 6. Schematic diagram CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL,IMPROVEME'NT'S CITY PROJECTNO 02310 261322-2 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 2 of 14 7. Nameplate schedule 8. Component list with detailed component information, including original manufacturer's part number 9. Conduit entry/exit locations 10. Assembly ratings induding: a. Short circuit rating b. Voltage c. Continuous current d. Basic impulse level for equipment over 600 volts. 11. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 12. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. I. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.04 REFERENCE CODES AND STANDARDS A. The medium voltage pad mounted switchgear and protection devices in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. ANSI C57.12.28, Pad-Mounted Equipment --- Enclosure Integrity 2. ANSI C119.2, Separable Insulated Connectors 3. IEEE/ANSI 71, 72, 73, 74 Standard for Three Phase Manually Operated Subsurface Load Interrupting Switches. 4. ANSI/IEEE Std. 386, Separable Insulated Connector Systems for Power Distribution Systems Above 600 Volts. 5. ANSI/IEEE C57.13, Instrument Transformers, Requirements for 6. ASTM D-2472 Specification for Sulfur Hexafiouride, SF6. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 261322-3 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGFAR Page 3 of 14 7. IEC 298 Arc Resistant Switchgear 8. International Electrical Testing Association 2003 Acceptance Testing Specifications 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of ten years. When requested by the Engineer, an acceptable Ilst of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled"shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Handle and store equipment in accordance with manufacturer's instructions. Two copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D. Equipment shall be equipped to be handled by crane. Where cranes are not available, equipment shall be suitable for skidding in place on rollers using jacks to raise and lower the groups. E. Install equipment in its permanent finished location shown on the Drawings within 30 calendar days of arriving onsite. If the equipment cannot be installed within 30 calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. F. Where space heaters are provided in the equipment, provide temporary electrical power and operate space heaters, during jobsite storage and after the equipment is installed in permanent location, until equipment is placed in service. CITY OF FORT WORTH ROLLING HILLS WTP F.LFCI'RICAL IMPROVEMENTS CITY PROJECT NO. 023150 261322-4 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 4 of 14 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for three years from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. S &C Electric 2. No Equal B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 2.02 RATINGS A. The ratings for the integrated pad-mounted gear shall be as designated below per ANSI Standard. 1. General a. kV, max 15.5 b. Impulse Level (BIL), kV 95 C. Frequency, Hz 60 d. Short Circuit Rating, kA RMS Sym. 25 e. Short Circuit Rating, kA Asym 40 f. Main Bus, Continuous Amperes As Shown on the Drawings 2. Three Pole Load Interrupter Switches: a. Continuous Amperes As Shown on the Drawings b. Load Dropping Amperes Same as Continuous C. kV, Max 15.5 d. One Minute Withstand, AC kV 35 e. One Min. Withstand, Prod, Test 34 f. 15 Min. Withstand, DC kV 53 g. Continuous and Load Break, Amperes As Shown on the Drawings h. Fault Close Current, kA Asym (3 times) 40 L One Second Current, kA Sym 25 j. Mechanical Endurance, Operations 2000 CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 26 13 22 -5 MEDIUM VOLTAGE SEALED DEADFRONT DITRIHUTION SWITCHGEAR Page 5 of 14 3. Vacuum Fault Interrupters a. Continuous Amperes As Shown on the Drawings b. Load Dropping Amperes Same as Continuous C. kV, Max 15.5 d. Impulse Level (BIL) 95 e. One Minute Withstand, AC kV 35 f. One Min. Withstand, Prod, Test 34 g. 15 Min. Withstand, DC kV 53 h. Interrupting Rating, kA 25 2.03 CONSTRUCTION A. General 1. Each switchgear unit shall consist of the enclosure, switch tank, load, fault interrupter, and metering enclosure with controls as specified herein. 2. Refer to the Drawings for the actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies and other required details. 3. Switchgear units shall be arranged as shown on the Drawings. B. Enclosures 1. All enclosures shall be made of 304 stainless steel, single welded, sized as shown on the Drawings, and manufactured to ANSI C37.72 and C57.12.28 standards. 2. Enclosures for switch tanks and for metering, shall be mounted independent of the switch tank. All doors for enclosures shall have tamper-resistant incorporating hinged access doors with penta-head locking bolts and provisions for padlocking. The enclosure shall be provided with lifting provisions and painted with a green finish. 3. Furnish nameplates for each device as indicated in drawings. All nameplates shall be laminated plastic, black lettering on a white background. There shall be a master nameplate that indicates equipment ratings, manufacturer's name, shop order number and general information. C. Switch Tanks (SF6) 1. Switch tanks shall be constructed of 304 stainless steel; single welded, sized for the switch arrangement as shown on the Drawings, and manufactured to ANSI C37.72 and C57.12.28 standards. Construction shall be dead front. Switches shall be shipped filled with SF6 gas conforming to ASTM D-2472. Switch tanks shall have manual operating mechanisms and viewing windows. 2. Each tank shall contain the following: a. Welded stainless steel tank with stainless steel fasteners. b. Lifting provisions. c. Internal ground bus. d. Gas pressure gauge and fill valve. e. Switch operating handles with padlock provision and end stops. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO. 023150 261322-6 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 6 of 14 f. Deadbreak bushing for each cable, as shown on the Drawings. g. Stainless steel three-line diagram and corrosion-resistant nameplates. D. Load Interrupter Switches 1. Configuration. All switches shall be front access design; as indicated on the one- line diagram. 2. Contacts and cable entrances shall be contained in a single welded, 304 stainless steel tank as specified above. 3. Construction. a. The switch shall be provided with an integral ground position that is readily visible through the viewing window. b. Each switch shall be equipped with an internally mounted operating mechanism capable of providing quick-make, quick-break operation in either switching direction. All switch positions shall be clearly identified, pad lockable, and adaptable to key lock schemes. c. The operating mechanism shall be actuated from the outside of the switch tank with an operating handle. The operating shaft shall be made of stainless steel. d. Switch contacts shall be of plated, high-conductivity copper alloy with arcing tips of copper/tungsten alloy. The contacts shall be designed such that arcing does not occur in the area of main current interchange and contact pressure shall increase with increasing current flow. Contact movement shall provide sufficient open contact separation for efficient arc extinction, withstand field DC testing levels and maintain BIL levels. E. Vacuum Fault Interrupters 1. Design Ratings and Standards a. The fault interrupter shall be a non-reclosing, manual reset device, incorporating vacuum bottles. It shall be designed, tested and built per applicable sections of ANSI C37.72-1987. The vacuum interrupter assembly shall be rated as specified in this Section. Each fault interrupter shall consist of vacuum bottles and a spring-assisted operating mechanism. Where shown on the Drawings, a disconnect switch shall be provided in series with the vacuum interrupter, containing an integral ground position. The disconnect shall be readily visible through the viewing window to indicate "switch position grounded". b. The interrupter operating mechanism shall consist of the support assembly, linkage, spring latch mechanism, and solenoid utilized for electronic tripping. Interrupting time shall be 3.0 cycles maximum (50 msec.). The movable contact shaft shall be flagged to indicate the contact position, open or closed. The contact position indicator shall be fully visible through viewing windows in the switch tank. c. Each output shall be equipped with an individual vacuum interrupter fully enclosed in the switch tank. Electrical opening of the vacuum interrupter shall be by a solenoid that is activated from sources external to the switch tank. Closing (reset) of the vacuum interrupter shall be mechanical, by the use of a lever, mounted external to the switch tank. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 26 13 22-7 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUFION SWITCHGEAR Page 7 of 14 d. Mechanical load break or reset shall be activated by an operating lever mounted external to the switch tank. The mechanical linkage assembly shall provide for a "trip-free" operation which allows the vacuum interrupter to interrupt independent of the operating lever if closing into a faulted or overloaded phase or circuit. e. Operating mechanism shall be equipped with an operation selector to prevent inadvertent operation from the closed position directly to the grounded position or directly from the grounded position to the closed position. F. Fault Interrupter Relay 1. Each Fault Interrupter shall have a relay as follows a. Manufacturer's standard relay 2. An electronic assembly shall be provided to sense load and fault current on each phase of the load tap circuits. The electronic control shall be powered from control power transformers (CPT) mounted inside the SF6 insulated switch tank, unless otherwise shown on the drawings. No external power source shall be required for over-current protection unless otherwise shown on the drawings. 3. The electronic control shall monitor the current on the individual phases of the load circuits using input from the current transformers. Temperature range shall be 40°C to +70°C. 4. Control settings shall be field programmable by using a personal computer or DIP switches. For computer programming the personal computer shall be connected via a data port to the control. The data port shall be accessible from the exterior of the enclosure. Neither external power nor energization of the switchgear shall be required to set or alter control settings. Trip characteristics (TCC curves) shall be field selectable. Trip selection shall be selectable with the load taps energized. 5. Control shall record and store the last 12 events minimum, with the data backed up by a 100VA minimum UPS powered from the control power transformer. Event: records shall be capable of being easily extractable from the control using a personal computer connected to the data port. G. Supplemental Fault Interrupter Relay 1. In addition to the relay specified above, each Fault Interrupter connected directly to the utility service shall have a relay as follows. This relay shall be connected tc independent current transformers (CTs) from the manufacturer's standard relay specified above. 2. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. GE/Multilin Model 850 b. Schweitzer SEL 751 c. No Equal 3. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 4. General CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO:023150 261322-8 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 8 of 14 a. The Digital Relay shall have a common Hardware and Firmware platform that shall support feeder, motor, transformer and generator applications. The relay shall be equipped with separate processors for protection and for communication related functions. The relay shall be equipped with the following protection monitoring, control, automation, and reporting functions. 5. Protection a. The protection relay shall provide analog input systems that can reproduce up to 46 times CT rating RMS symmetrical. The relay shall execute protection related main algorithms at eight times per power system cycle. b. The relay shall provide the following current based protection functions (i) 46R Current unbalance (ii) 47P Phase reversal (iii) 50P/N/G.......................Phase/neutral/ground instantaneous overcurrent (iv) 50SG Sensitive ground instantaneous overcurrent (v) 51P/N/G....................................Phase/neutral/ground time overcurrent (vi) 51SG Sensitive ground time overcurrent (vii) 67P/N Phase/neutral directional overcurrent (viii) 67G Ground directional overcurrent (ix) 50BF Breaker Failure c. The phase time overcurrent can be selected to operate either on RMS or Fundamental value. d. The relay shall have an ability to build trip and alarm matrices and directly assign corresponding output relay without using programmable logic. e. The relay shall have configurable option to select any protection elements to be used as a trip, alarm or latched alarm function without using programmable logic. f. The relay shall have six switchable setting groups for dynamic reconfiguration of the protection elements due to changed conditions such as system configuration changes, or seasonal requirements. g. Relay shall support eight"Flex"elements that can use any available/calculated analog parameters within the relay (e.g. comparator, inverter, over/under, etc). h. The relay shall support up to 16 Digital Counters. 6. Programmable Logic a. Relays shall support 1024 lines of user defined logic to build control schemes supporting logic gates, timers, nonvolatile latches. b. The programmable logic in the relay shall be executed at 8 times per power system cycle c. The relay configuration tool shall have embedded graphical user interface to build programmable logic. 7. Communications/Integration a. The relay shall support the following communication protocols; Modbus RTU, Modbus TCP/IP CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 261322-9 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 9 of 14 b. The relay shall support multiple time synchronization sources such as IRIG-B, IEEE 1588 and SNTP with the ability to configure priority for the time sources and dynamically switch based on availability of each sources c. A front panel USB port that shall provide connectivity to configure settings and retrieve operational records. d. The relay shall provide a User Definable Memory Map. 8. Relay Configuration/Setting File Management a. Entire relay setting from only single setting file shall be supported b. Entire relay settings (not only communication related but also protection & control functional settings) shall be part of the same single setting file. c. There shall be only single relay setting (i.e. CID based XML format) file which can be directly uploaded into the device. No intermediate conversion of any proprietary setting file formats which requires to manage multiple settings files for just one relay. d. Relay shall be able to receive this single configuration/setting file from any third party tool (not only vendor specific proprietary relay configuration tool). 9. Front-Panel Visualization a. User interface shall provide a large color LCD front panel display, and navigation keys b. Front panel color LCD to display Single Line Diagram (SLD) of the generator with online metering &status information c. The front panel shall be capable of displaying measured values, calculated values, I/O status, device status, target messages, events, motor learner data and configured relay settings d. The front panel shall have user-programmable LEDs and pushbuttons. 10. Metering & Digital Fault Recording a. Relay shall record its exposure to temperature, humidity and surge and a report shall be retrievable via the communication ports on the min, max average of those recorded values b. The relay shall provide up to 64 digital channels and up to 40 analog channels of oscillography at a sampling rate of 128 samples per cycle. c. The relay shall provide a fault report with option for fault locator. d. The relay shall provide Event Records - with a record of the last 1024 events, time tagged with a resolution of ims. e. The relay shall store all its recorded data in nonvolatile memory. f. The relay shall provide a separate data logger function which shall record a maximum of 16 Analog channels. g. The current metering accuracy shall be at +/- 0.25% of the reading for up to two times rated secondary current and +/- 1% for above them. h. The voltage metering accuracy shall be at +/- 0.5% of the reading from 15 to 208V. i. The power metering accuracy shall be at +/- 1% of the reading. j. The frequency metering accuracy shall be typically at one millihertz accuracy level. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 26 13 22-10 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 10 of 14 11. Hardware a. The relay shall have conformal coated electronic board assemblies for harsh environment deployment. b. Microprocessor based protective relays shall employ IPC (Institute for Interconnecting and Packaging Electronic Circuits) Class 3 printed circuit boards (PCB). Specifically, IPC Class 610-3 c. The relay shall have a draw-out construction to facilitate testing, maintenance and interchange flexibility d. The relays shall not use electrolytic capacitors as any component or sub- components. e. The relay shall provide field swappable power supply module. f. The relay shall have a scan rate of 128 samples per power system cycle for digital inputs and provide less than one millisecond time stamp resolution for state changes. g. The relay shall provide an Operating temperature range of—40 degrees C to +60 degrees C h. The relay shall support at a minimum ten Digital Outputs & 14 Digital Inputs. i. The Digital Inputs should capable of accepting wet or dry input signals. In case external wetting voltage is used, the Voltage Threshold shall be software selectable for 24V, 48V, 125V &250V DC sources. j. The relay contacts should be rated for a minimum of 10A continuous k. The relay shall support 7 dcmA output + 4 dcmA input + 1 RTD 12. Security a. The relay shall provide RBAC(Role based access control) with three roles such as Observer for accessing operational data, Operator for start-stop of the motor, Administrator for configuring the relay. b. The relay shall provide option for password complexity c. The relay shall provide option for local device level authentication and for remote server authentication using RADIUS. d. The relay shall provide support for SYSLOG to publish security related events e. The relay shall support secure file transfer protocol SFTP f. Security Setting Reports must include the following events with time stamp: (i) Failed Authentication (ii) User lock out (iii) Setting changes (iv) Login (v) Logout (vi) RADIUS server unreachable NO Clear Event/Transient/Fault records H. High-Voltage Bus 1. Bus and interconnections shall consist of copper bus bar, sized as shown on the Drawings. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 26 13 22- 11 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 11 of 14 2. Bus and interconnections shall withstand the stresses associated with short-circuit currents up through the maximum rating of the pad-mounted switchgear. 3. Bolted copper to copper connections shall be made with a suitable number of bolts and with two Belleville spring washers per bolt, one under the bolt head and one under the nut. Bolts shall be tightened to 50 ft-lbs torque. I. Ground-Connection Pads 1. A ground-connection pad shall be provided in each compartment of the pad- mounted gear. 2. The ground-connection pad shall be constructed of 3/8-inch thick steel, which shall be nickel plated and welded to the enclosure, and shall have a short-circuit rating equal to that of the integrated assembly. 3. Ground-connection pads shall be coated with a uniform coating of an oxide inhibitor and sealant prior to shipment. J. Viewing Windows 1. Each switch and vacuum interrupter shall be provided with a viewing window sufficient in size to allow visual verification of the switch blade position. K. Voltage Potential Indication 1. Voltage potential indication, shall be provided for each load interrupter switch and fault interrupter by means of capacitive taps on the bushings. A flashing indicator shall indicate a "Voltage Potential". L. Ground Bus 1. A service rated tin plated copper ground bus shall extend throughout the length of the switchgear enclosure. The ground bus shall have sufficient space and provisions for grounding all cables as shown on the Drawings. M. Auxiliary Current Transformers 1. All positions in the switchgear that connect directly to Utility feeders as shown in the Contract Drawings shall be equipped with one additional set of CTs. a. One CT for each phase of the incoming line b. CTs shall be mounted internally in the bushings, with leads brought out to shorting terminals in the control cabinet. 2. CT ratios as shown on the Contract Drawings. 3. CTs shall be relay accuracy. 2.04 FACTORY TESTING A. The manufacturer shall perform tests which confirm that the switch meets applicable ANSI and NEMA Standards. The tests shall verify not only the performance of the switch and interrupter assembly, but also the suitability of the enclosure venting, rigidity and bus bracing. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO,:023150 26 13 22-12 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 12 of 14 2.05 FACTORY TEST REPORTS A. Following completion of factory tests, the Contractor shall furnish to the Owner/Engineer, for review and approval, four certified copies of all test data required by the Specifications. The Owner/Engineer will promptly review test data and, upon determining that the equipment meets contract requirements, authorization will be given for jobsite delivery. Incomplete equipment or equipment failing factory tests will not be accepted at the jobsite. Jobsite delivery shall not be made without written approval of test data by the Owner/Engineer. PART 3 EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer's engineer to assist the Contractor in installation and start-up of the equipment specified under this Section for a period of not less than two working days per switchgear unit. The manufacturer's engineer shall provide technical direction and assistance to the contractor in general assembly of the equipment, connections and adjustments, and shall perform all testing of the assembly and components contained therein. B. The Contractor shall provide three copies of the manufacturer's field start-up report. 3.02 INSTALLER'S QUALIFICATIONS A. Installer's Certificate of ISO 9001 2000 Compliance. B. Installer shall be specialized in installing medium voltage pad-mount switchgear with minimum five years documented experience. 3.03 EXAMINATION A. Examine installation area to assure there is enough clearance to install the switchgear. B. Check concrete pads for uniformity and level surface. C. Verify that switchgear is ready to install. D. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. Install all equipment per the manufacturer's recommendations and Contract Drawings. B. Mount switches outdoors on a concrete pad. Cable entrance shall be through the bottom of the switchgear. Coordinate the required locations of the line side and load side stub- outs. C. Bond all conduits to the switchgear housing using grounding bushings. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 26 13 22 - 13 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 13 of 14 D. Make cable connections with 600A or 900A separable elbows suitable for termination on the switchgear primary and secondary bushings. Refer to Section 26 05 13 Medium Voltage Cables and the Drawings, for cables to be connected on the primary and secondary sides. E. Install required safety labels. 3.05 FIELD QUALITY CONTROL A. Inspect installed switchgear for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.06 FIELD ADJUSTING A. Adjust all switches, access doors and operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 26 05 73 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. C. The manufacturer shall provide curves, etc., as may be required for the Power System Study. 3.07 FIELD TESTING A. All field testing shall be performed by the manufacturer's field engineer. B. Megger and record phase to phase and phase to ground insulation resistance of each bus section. Megger for 1 minute for each measurement at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 1000 megohms. 3.08 CLEANING A. Clean interiors of switchgear, switchboards, panels, separate enclosures to remove construction debris, dirt, shipping materials. 3.09 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO. 023150 26 13 22-14 MEDIUM VOLTAGE SEALED DEADFRONT DITRIBUTION SWITCHGEAR Page 14 of 14 3.10 MANUFACTURER'S CERTIFICATION A. A qualified factory-trained manufacturer's representative shall personally inspect the equipment at the jobsite and shall certify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. Provide three copies of the manufacturer's representative's certification. 3.11 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The training shall be for a period of not less than one eight hour day. C. The cost of training program,to be conducted with Owner's personnel, shall be included in the Contract Price.The training and instruction, insofar as practicable,shall be directly related to the equipment being supplied. D. Provide detailed 0&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, circuit breaker, protective devices, metering and other major components. END OF SECTION CITY OF FORT WORTH ROLLING HILLS WTP ELECTRICAL IMPROVEMENTS CITY PROJECT NO.:023150 26 1839-1 Project No.CO2315 Page 1 of 8 QSECTION 26 18 39 MEDIUM VOLTAGE MOTOR CONTROL CENTERS (MCC) PART1 GENERAL 1.01 SECTION INCLUDES A. Medium Voltage Motor Control Center(s) 1.02 REFERENCES A. The medium voltage motor controllers and protection devices in this specification are designed and manufactured according to latest revision of the following standards (unless otherwise noted). 1. ANSI C19.3 2. NEMA ICS 1, Industrial Control and Systems: General Requirements 3. NEMA ICS , Standards for industrial control devices, controllers and assemblies 4. NEMA ICS 324 5. NEMA ICS 6, Industrial Control and Systems: Enclosures 6. UL 347, High Voltage Industrial Control Equipment 1.03 SYSTEM DESCRIPTION A. Controllers shall be for medium voltage motor and feeder applications specified in this document. 1.04 SUBMITTALS A. Submittals shall be in compliance with Sections 01 33 00, 26 00 00 and as specified herein. B. Shop Drawings 1. MCC elevations showing dimensional information 2. Structure Descriptions showing a. Bus ratings b. Enclosure ratings c. Short circuit withstand ratings d. Equipment Weight e. Other information as required for approval 3. Conduit locations 4. Required bus splices 5. Anchor Bolts location Drawings 6. Unit descriptions including starter sizes, circuit breaker frame sizes, circuit breaker 7. Continuous ampere ratings, pilot devices, etc. 8. Nameplate information ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 18 39-2 Project No.CO2315 Page 2 of 8 9. Schematic wiring diagrams 10. One-Line Diagram 11. Product Data a. Motor Control Center(s) Publications b. Data sheets and publications on all major components including but not limited to the following (i) Motor starters (ii) Circuit breaker and fuse information including time current characteristics (iii) Current, potential and power transformer curves (iv) Pilot devices (v) Relays 12. Clearly identify components provided and cross out equipment not part of the submittal. 13. Specification Response a. Detailed response to this specification showing where in the literature each requirement is satisfied. b. All clarifications and exceptions must be clearly identified. C. Test Reports 1. A copy of the test reports shall be provided as part of the final documentation. D. Installation Instructions 1. Provide a copy of the manufacturer's installation instructions that includes the following a. General description for reading nameplate data, serial numbers, UL markings b. and short circuit ratings c. Installation procedures including splicing procedures d. Conduit and cable installation e. Installing and removing plug-in units f. Operation of operator handles and unit interlocks g. Checklist before energizing h. Procedure for energizing equipment L Maintenance procedures E. 0&M manual submittals 1. Operation and Maintenance Manuals shall be provided in accordance with the requirements of Sections 0133 00, 26 00 00 and as specified herein. 2. The contractor shall provide certification that the MCC has been installed in accordance with the manufacturer's instructions. 3. The contractor shall provide certification that all circuit breaker settings have been adjusted per field requirements. 4. The contractor shall provide certification that all power fuses have been selected and installed per field requirements. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 1839-3 Project No.CO2315 Page 3 of 8 5. The contractor shall provide certification that all solid state motor overload settings have adjusted per installed motor characteristics. 6. The contractor shall provide certification that any timing devices required in the starting circuitry have been properly adjusted. 7. Final Drawings. The manufacturer shall provide final drawings reflecting the "As- Shipped" status of the MCC. The contractor shall be responsible for making any changes to the "As-Shipped" drawings from the manufacturer to reflect any field modifications. 8. Maintenance Data a. MCC installation instructions b. Installation / Operation instructions for major components such as automatic transfer switch, circuit breakers, etc. c. MCC spare parts listing and pricing d. Name and phone number for a local distributor for the spare parts. F. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. G. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.05 PROJECT RECORD DOCUMENTS A. Contractor to maintain an up-to-date set of Contract documents. Note any and all revisions and deviations that are made during the course of the project. 1.06 QUALITY ASSURANCE (QUALIFICATIONS) A. Manufacturer shall have specialized in the manufacture and assembly of medium voltage motor controllers for 15 years. B. Medium voltage motor controllers shall be listed and/or classified by Underwriters Laboratories in accordance with standards listed in Article 1.03 of this specification. 1.07 DELIVERY, STORAGE, AND HANDLING A. The installer shall store, protect, and handle products in accordance with recommended practices listed in manufacturer's Installation and Maintenance Manuals. B. Deliver each shipping split mounted on shipping skids and wrapped for protection. C. Installer shall inspect and report concealed damage to carrier within specified time. D. Installer shall store motor controller in a clean, dry space. Maintain factory protection or cover with heavy canvas or plastic to keep out dirt, water, construction debris, and traffic. (Heat enclosures to prevent condensation.) ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 261839-4 Project No.CO2315 Page 4of8 E. Installer shall handle motor controller in accordance with NEMA ICS and manufacturer's written instructions to avoid damaging equipment, installed devices, and finish. Lift only by installed lifting eyes. 1.08 PROJECT CONDITIONS (SITE ENVIRONMENTAL CONDITIONS) A. The Contractor shall follow (standards) service conditions before, during and after motor controller installation. B. Medium voltage motor controllers shall be located in well-ventilated areas, free from excess humidity, dust and dirt and away from hazardous materials. Ambient temperature of area will be between zero and plus 40 degrees C. Indoor locations shall be protected to prevent moisture from entering enclosure. 1.09 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of that fails in materials or workmanship within specified warranty period. B. Warranty Period: Two (2) years from date of acceptance or 2 1/2 years from shipment of motors whichever happens first. Cost for the removal, shipment, repair, and installation by CONTRACTOR shall be included in warranty, as well as correction of defective work. C. The manufacturer shall confirm this warranty as part of the submittal. 1.10 FIELD MEASUREMENTS A. The Installer shall make all necessary field measurements to verify that equipment shall fit in allocated space in full compliance with minimum required clearances specified in National Electrical Code. PART 2 PRODUCTS 2.01 MANUFACTURER A. General Electric. B. Siemens. C. Schneider Electric/ Square D. D. Eaton /Cutler Hammer 2.02 EQUIPMENT A. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, bus bars, and components; voltage ratings of devices, components and assemblies; and other required details. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 1839-5 Project No.CO2315 Page 5 of 8 1. Controllers shall be NEMA Class E2 high-voltage with ratings as indicated in drawings. 2. Enclosures shall be NEMA Type 1, gasketed. 3. For personnel safety, enclosure(s) shall have: low-voltage control compartment with separate door; high voltage compartment with separate interlocked door; ac bus compartment with protective barriers; and cable entrance compartment. 4. Arrange load terminations for cable connections as indicated. 5. Incoming cables shall enter enclosure via bus connection. Cables shall be separated from high and low voltage compartments by barriers unless in a dedicated incoming section. 6. Motor Control Center(s) manufacturer shall be responsible for providing transition section between switchgear and MCC. MCC manufacturer shall be the same manufacturer as the switchgear. Transition between switchgear and MCC shall be bus connection. Lineups to be rear aligned with switchgear. 7. Motor cables shall enter enclosure at the bottom. Cables shall be separated from high and low voltage compartments by barriers. 8. Provide fused disconnect switches with latch contactor sized as recommended by the power system study for connection to a station service transformer. 9. Enclosure: a. 1-high line-up of NEMA type 1 enclosure(s) with 3-phase horizontal ac power bus rated as indicated in drawings in back to back configuration. 10. Bus bars shall be full sized and rated as indicated in drawings. 11. Provide only one starter contactor per section. 12. Reduced voltage non-reversing autotransformer closed transition starters shall be provided with: a. - (1) three pole contactor used as a run contactor b. - (1) auxiliary enclosure with a three pole vacuum neutral contactor and one autotransformer with 50, 65, and 80 percent taps. c. - (1) definite time transfer relay 2.03 CONTROLS A. General 1. Control power at 120 volts shall be provided from a control power transformer in each controller. Transformer shall be protected by current-limiting fuses. 2. Controls shall provide instantaneous undervoltage protection when a momentary contact push-button is used and provide undervoltage release when a maintained contact switch is used. Push-button and Switch shall be mounted on door. 3. Each control shall be protected against single-phasing due to blown fuses and shall have blown fuse indication. Blown fuse indicator shall be mounted on controller door. 4. Controls shall be drawout vacuum break. 5. Motor starter types shall be: Full Voltage Non-Reversing (FVNR). B. Vacuum Contactor Controllers ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 18 39-6 Project No.CO2315 Page 6 of 8 1. Controllers shall be 400 ampere, 2400 Volts for the 900 HP Pump starter and the future pump starter and 800 ampere, 2400 Volts for the 2000 Hp pumps. 2. Controller(s) shall be fused type with current-limiting power fuses that provide an interrupting rating of 31.5Kaic minimum. 3. Starter(s) shall use vacuum contactor(s) rated as recommended per power system study. 4. Power bus shall be braced for 50 KA RMS symmetrical. 5. Vacuum contactor shall have drawout connections or shall be easily removable from the rest of the assembly. 6. Controller shall be isolated by a non-load-break quick-make quick-break isolation switch operated by an externally mounted handle. Isolation switch shall open control power transformer secondary before opening main circuit. Mechanical interlocks shall be provided to prevent: a. Inadvertent operation of isolation switch under load; b. Opening high voltage compartment door when isolation switch is ON; c. Closing isolation switch with high voltage compartment door open; d. Operating contactor with isolation switch in intermediate position; e. Closing line contactor with door open. 7. Controllers rated 400 amperes up to 7.2 KV and 800 amperes up to 5 KV shall be rated 60 KV Basic Impulse Level (BIL). Control power transformer and autotransformer may be rated 25 KV BIL. C. Options: 1. Solid state OL relay. 2.04 DIGITAL PROTECTION RELAYS A. GE Multilin SR469 or approved equal by the following manufacturers: Schweitzer, Basler, Siemens, Square D and Eaton. B. GE Multilin SR750 or approved equal by the following manufacturers: Schweitzer, Basler, Siemens, Square D and Eaton. C. Protection relay shall have Ethernet Module with Modbus TCP IP. 2.05 BUS STRUCTURE A. Materials: 1. Bar: a. Fabricate buses from 98 percent IACS conductive copper. b. Tin plated c. Use full lap construction and make main bus connections using a minimum of two bolts. 2. Cable: Tinned copper, sized according to the NEC. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 1839-7 Project No. CO2315 Page 7 of 8 2.06 ACCESSORIES A. UL listed current limiting power fuses B. Hand-Off-Auto selector switch for automatic starting from pilot devices. C. Furnish nameplates for each starter device as indicated in drawings and specified in Section 26 05 73. D. Furnish accessory as required per control diagram. E. All relays, indicating lights, push buttons shall be industrial rated oil tight, minimum size shall be 30 mm. 2.07 FINISH A. The motor controller steel parts shall be cleaned and sprayed in controlled cleaning solutions by a 7-stage spray washer. The operation shall produce an iron phosphate coating of a minimum of 150 milligrams per square foot to meet MIL Specification TT- C-490. The primed metal parts shall be electrostatically coated with powder paint consisting of 670-011 ANSI-61 Acrylic Paint (Light Gray) with a gloss of 60 plus or minus 5 and thickness of 2.5 mils. The paint finish shall withstand a minimum of 1000 hours salt spray test. PART 3 EXECUTION 3.01 EXAMINATION A. Examine installation area to assure there is enough clearance to install motor control centers. B. Check concrete pads for uniformity and level surface. C. Verify that medium voltage motor controllers are ready to install. D. Verify field measurements are as shown on Drawings. E. Verify that required utilities are available, in proper location and ready for use. F. Beginning of installation means installer accepts conditions. 3.02 INSTALLATION A. Install per manufacturer's instructions. Install required safety labels. B. Contractor shall furnish and completely install all motor control centers as shown on drawings and described in these specifications and in NEC. 3.03 FIELD QUALITY CONTROL A. Inspect installed medium voltage motor controllers for anchoring, alignment, grounding and physical damage. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 18 39-8 Project No.CO2315 Page 8 of 8 B. Test the MCC in accordance with Section 26 0126. 3.04 ADJUSTING A. Adjust all switches, access doors, operating handles for free mechanical and / or electrical operation as described in manufacturer's instructions. B. Adjust relay trip and time delay settings to values determined by coordination study. 3.05 CLEANING A. Clean interiors of motor controller sections to remove construction debris, dirt, and shipping materials. B. Repaint scratched or marred exterior surfaces to match original finish. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 16--1 Project No.CO2315 Page 1 of 5 ASECTION 26 24 16 PANELBOARDS - DISTRIBUTION AND BRANCH CIRCUIT PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish and install distribution and branch circuit panel boards. 1.02 REFERENCED STANDARDS A. The following standards shall apply as if written here in their entirety: 1. UL 50 - Cabinets and Boxes. 2. UL 67 - Electric Panelboards. 3. NEMA AB 1 - Molded Case Circuit Breakers. 4. NEMA AB 2 - Procedures for Verifying the Performance of Molded Case Circuit: Breakers. 5. NEMA KS 1 - Enclosed Switches. 6. NEMA PB 1 - Panelboards. 1.03 SUBMITTALS A. The following information shall be submitted to the Engineer: 1. Breaker layout drawing with dimensions indicated and nameplate designation. 2. Component list. 3. Conduit entry/exit locations. 4. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 5. Cable terminal sizes. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 24 16-2 Project No.CO2315 Page 2 of 5 PART 2 PRODUCTS 2.01 ENCLOSURE A. Cabinet: 1. Construct cabinets in accordance with UL 50. Use painted galvanized sheet steel 16-gauge or more. 2. Provide a minimum 4-inch gutter wiring space on each side. 3. Reinforce cabinets and securely support bus bars and over-current devices to prevent vibration and breakage in handling. 4. Provide standard conduit knockouts in cabinet ends. 5. Finish cabinets of surface-mounted panelboards to match doors and trim as specified below. 6. Panelboards mounted outdoors shall be weatherproof, and shall have a door behind door type construction. 7. Panelboards mounted outdoor in wet or corrosive areas shall have NEMA 4X stainless steel 316 enclosures. 8. Panelboards mounted indoor shall be NEMA 12 enclosures for areas classified as NEMA 12. B. Doors and Trim: 1. Fabricate doors and trim from cold-rolled sheet steel. 2. Equip doors with flush-type combination catch and key lock. 3. Key all locks alike. Fasten trim for flush-mounted panelboards to cabinets by an approved means which permits both horizontal and vertical adjustment. 4. Trim for surface-mounted panelboards must fit the cabinet with no overhang. 5. Apply a finish to trim and doors consisting of two coats of enamel over a rust- inhibiting prime coat. 2.02 BUS A. Material: 1. Provide tin plated, copper bus bars, 98 percent IACS conductivity, full-sized throughout their length. 2. Use buses with tin-plated contact surfaces. 3. Include a tin plated copper bus bar ground bus in panelboard rated. 4. Full size (100% rated) insulated neutral bus shall be included in the panel board, shown with neutral. 200% rated neutral bus shall be supplied for panels designated on the drawings. 5. The ground and neutral bus shall be at least one terminal screw for each circuit. 6. Provide through feed or sub feed lugs where indicated. 7. Provide lugs and connection points on phase, neutral and ground bus suitable for copper conductors. 8. Spaces for future circuit breakers shall be bussed for the maximum devices that can be fitted. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 16-3 Project No.CO2315 Page 3 of 5 B. Size bars as indicated and brace them to withstand the available symmetrical short circuit current. C. Installation: 1. Install buses in allotted spaces so that devices can be added without additional machining, drilling or tapping. 2. Mount neutral bars, as required, on the opposite end of the main lugs. 2.03 PROTECTIVE DEVICES A. Circuit Breakers: Provide circuit breakers for the specified service with the number of poles and ampere ratings indicated. All breakers 250A and above shall be 100% rated. 1. Provide breakers which are quick-make and quick-break on both manual and automatic operation. 2. Use a trip-free trip indicating breaker. 3. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. Where indicated, provide ground fault circuit breakers (GFCB). 4. For 2-pole and 3-pole breakers, use the common-trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not acceptable. 5. Unless otherwise indicated, provide circuit breakers with the following interrupting ratings: a. Each circuit breaker used in 120/208 Volt panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. b. Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. c. GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings. GFCI units shall be 1 Pole, 120 Volt, molded case, bolt-on breakers, incorporating a solid state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of 22,000 Amps, RMS. d. Circuit breakers shall be as manufactured by the panelboard manufacturer. 6. Connect breakers to the main bus by means of a solidly bolted connection. 7. Use breakers which are interchangeable, capable of being operated in any position within the panel. 8. Independently mount breakers so that a single unit can be removed from the front of the panel without disturbing or removing main bus, other units or other branch circuit connections. 9. Provide individual breaker handle lock for all circuits that supply exit signs, emergency lights, and fire alarm panels. 10. Provide GFI circuit breakers for heat trace circuit. The rating shall be as per NEC. ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 24 16-4 Project No.CO2315 Page 4 of 5 B. Surge Suppressor 1. All the 480V panelboard shall be provided with Surge Protective Device in accordance with Specification 26 43 13. C. Service Entrance 1. The panelboard shall have a connection for housing and grounding neutral conductor. 2. Provide a UL label for the panelboard. 2.04 CIRCUIT IDENTIFICATION A. Directory: 1. For each panelboard, provide a directory frame mounted inside the door with a heat-resistant transparent face and a directory card for identifying the load served. 2. Type directory as specified in Section 26 05 73. B. Nameplate: 1. Provide a black on white nameplate on the face of the panelboard using the following as an example: Panel HA 277/480V, 30, 4W Feeder from MCC-B/Section 2. The nameplate shall have a minimum thickness of 1/8". 2.05 LISTING A. UL 67 - Electric Panelboards. 2.06 ACCEPTABLE MANUFACTURERS A. Acceptable manufacturers are General Electric, Siemens, Square D and Cutler Hammer. PART 3 EXECUTION 3.01 INSTALLATION A. Install panelboards in the locations as shown and as recommended in NEMA P131.1. B. In wet and corrosive areas, including outdoor locations, install stainless steel 316 panelboard enclosures on Type 316 stainless steel unistrut support to provide clearance behind the mounting surface. C. In wet and corrosive areas, including outdoor locations, connect conduits to the bottom of the enclosure and to the lower 30 percent of the sides. D. All conduit connections shall be by use of Myers hub. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 16-5 Project No.CO2315 Page 5 of 5 3.02 MOUNTING HEIGHT A. Install the panelboards such that the center of the switch or circuit breaker in the highest position will not be more than 6-1/2 feet above the floor or working platform. 3.03 SPECIAL REQUIREMENTS A. All copper items, including wiring, terminal blocks, lugs, connectors, bus, etc., shall be tin plated copper. B. All steel shall be primed and painted as specified. Galvanized items shall also be painted. C. All hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. D. The panelboard steel parts shall be cleaned and sprayed in control cleaning solutions by a multi-stage spray washer. The operation shall produce a coating of a minimum of 150 milligrams per square foot to meet MIL Specification TT-C490. The primed metal parts shall be electrostatically coated with power paint to a thickness of 2.5mils. The paint finish shall withstand a minimum of 1000 hours salt spray test. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 19-1 Project No.CO2315 Page 1 of 12 ASECTION 26 24 19 LOW VOLTAGE MOTOR CONTROL CENTERS PART 1 GENERAL 1.01 WORK INCLUDED A. Furnish all labor and materials necessary for the installation of 480 volts, 3 phase, 3 wire, class IIB motor control center(s) indicated in the Plans and Specifications. B. Any motor control center(s) implied as being provided by a system supplier shall conform in every respect to this section of the Specification unless otherwise specifically indicated in other sections of these Specifications. C. New equipment to be installed in the existing MCC shall match the existing MCC make and model and shall follow this specification. D. The manufacturer of the MCC shall also be the manufacturer of the across the line motor starters. The use of third party supply and assembly is not acceptable and will be rejected. E. The wiring diagrams and compartment designations shown on the Plans shall be used in drawing submittal to the extent that the same numbering shall be used for compartment locations and same terminal numbers shall be used. F. No reduction in control center size shall be permitted because a particular manufacturer has ultra miniature components. 1.02 QUALITY ASSURANCE: TESTING A. Acceptance testing shall be performed per Section 26 01 26 Acceptance Testing and Calibration. 1.03 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/NEMA 250, Enclosures for Electrical Equipment (1000 Volts Maximum) 2. ANSI/NFPA 70, National Electrical Code 3. NEMA ICS 1, Industrial Control and Systems: General Requirements 4. NEMA ICS 2, Industrial Control and Systems: Controllers, Contactors and Overload Relays, Rated Not More Than 2000 Volts AC or 750 Volts DC 5. NEMA ICS 6, Industrial Control and Systems: Enclosures NEMA ST 20, Dry Type Transformers for General Applications 6. NEMA ICS 18, Motor Control Center(s) 7. UL 508, Industrial Control Equipment (only for devices included in specification) 8. UL 845, Motor Control Centers ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 24 19-2 Project No.CO2315 Page 2 of 12 1.04 SUBMITTALS A. Submittals shall be in compliance with Division 01. B. Shop Drawings 1. MCC elevations showing dimensional information 2. Structure Descriptions showing a. Bus ratings b. Enclosure ratings c. Short circuit withstand ratings d. Equipment Weight e. Other information as required for approval 3. Conduit locations 4. Required bus splices 5. Anchor Bolts location Drawings 6. Unit descriptions including starter sizes, circuit breaker frame sizes, circuit breaker continuous ampere ratings, pilot devices, etc. 7. Nameplate information 8. Schematic wiring diagrams 9. One-Line Diagram C. Product Data 1. Motor Control Center(s) Publications 2. Data sheets and publications on all major components including but not limited to the following a. Motor starters b. Circuit breaker and fuse information including time current characteristics c. Current, potential and power transformer curves d. Pilot devices e. Relays D. Specification Response 1. Detailed response to this specification showing where in the literature each requirement is satisfied. 2. All clarifications and exceptions must be clearly identified. E. Test Reports 1. A copy of the test reports shall be provided as part of the final documentation. F. Installation Instructions 1. Provide a copy of the manufacturer's installation instructions that includes the following a. General description for reading nameplate data, serial numbers, UL markings and short circuit ratings ADDENDUM*1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 19-3 Project No.CO2315 Page 3 of 12 b. Installation procedures including splicing procedures c. Conduit and cable installation d. Installing and removing plug-in units e. Operation of operator handles and unit interlocks f. Checklist before energizing g. Procedure for energizing equipment h. Maintenance procedures G. O&M manual submittals 1. Submittals shall be in compliance with Division 01. 2. The contractor shall provide certification that the MCC has been installed in accordance with the manufacturer's instructions. 3. The contractor shall provide certification that all circuit breaker settings have been adjusted per field requirements. 4. The contractor shall provide certification that all power fuses have been selected and installed per field requirements. 5. The contractor shall provide certification that all solid state motor overload settings have been adjusted per installed motor characteristics. 6. The contractor shall provide certification that any timing devices required in the starting circuitry have been properly adjusted. 7. Final Drawings. The manufacturer shall provide final drawings reflecting the "As- Shipped" status of the MCC. The contractor shall be responsible for making any changes to the "As-Shipped" drawings from the manufacturer to reflect any field modifications. 8. Maintenance Data a. MCC installation instructions b. Installation / Operation instructions for major components such as automatic transfer switch, circuit breakers, etc. c. MCC spare parts listing and pricing d. Name and phone number for a local distributor for the spare parts. H. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.05 STORAGE AND HANDLING A. The contractor shall coordinate the shipping splits with the MCC manufacturer for entry into the building. B. The contractor shall store the MCCs in a clean, dry and heated space. C. The contractor shall protect the units from dirt, water, construction debris and traffic. D. During storage the contractor shall connect internal space heaters (if specified) with temporary power. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 24 19-4 Project No.CO2315 Page 4 of 12 E. The MCC shall have weatherproof nonporous extra heavy duty plastic covers at all times, until it is ready for test and start-up. F. MCCs are to be shipped with external lifting angles at the top and running continuously for each shipping split. Lifting eyelets are not acceptable. 1.06 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of that fails in materials or workmanship within specified warranty period. B. Warranty Period: Two (2) years from date of acceptance or 2 1/2 years from shipment of motors whichever happens first. Cost for the removal, shipment, repair, and installation by Contractor shall be included in warranty, as well as correction of defective work. C. The Manufacturer shall confirm this warranty as part of the submittal. 1.07 SPARE MATERIALS A. Provide three of each size power fuse utilized. B. Provide spare fuses equal to 10% of the installed quantity for primary and secondary control power transformer protection. C. Provide one spare starter for each NEMA size provided on the project. D. Provide one can of spray touch-up paint. PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. The MCC shall be of the latest design of the manufacturer. 1. Eaton / Cutler Hammer. 2. General Electric Company. 3. Siemens. 4. Schneider Electric/ Square D. 2.02 ENCLOSURE A. Indoor MCC Construction: 1. The enclosure of one or more rigid, freestanding sheet metal vertical sections bolted together to form a rigid NEMA 12 assembly. Use not less than No. 14 gauge, cold-rolled metal. 2. Grind smooth any imperfections, such as welding splatter, sharp edges, burrs, etc., before finishing. 3. Make each vertical section nominally 20 inches wide, 20 inches deep and 90 inches high, unless noted otherwise. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 19-5 Project No. CO2315 Page 5 of 12 4. Provide doors with substantial vertical hinges, permitting them to swing out. 5. Provide a defeatable mechanical interlock that prevents doors from being opened when disconnecting means is in closed position. 6. Provide a hinged wireway the full height of each vertical section for component wiring installation. 7. Construct the enclosure according to NEMA 12, gasketed dust tight requirements. 8. Structural steel base channels and lifting angles shall be provided, to facilitate handling of the motor control center(s). B. Component Isolation: Mount each component, such as a circuit breaker, combination starter, dry-type transformer or branch circuit panel in a separate compartment and effectively isolate from adjacent units, including buses. Make each component readily accessible and removable from the front of the cubicle. C. Cable Entrance: Make provisions for top and bottom cable entrances for all motor control centers. 2.03 INCOMING LINE SECTION MAIN MCC A. One Main Circuit Breaker 1. Electronic trip, full function 100% rated, motor operated circuit breaker. a. Individually fixed mounted. (i) Motor operated circuit breakers shall have power terminals to accommodate either cable or bolted bus connections. (ii) Provide the following time/current curve shaping adjustments to maximize system selective coordination. Each adjustment shall have discrete settings and each function is independent from all other adjustments. (a) LSIG: (1) Adjustable Long Time Ampere Rating and Delay. (2) Adjustable Short Time Pickup and Delay with Izt"IN" ramp. (3) Adjustable Instantaneous Pickup. (4) Adjustable Ground Fault Pickup and Delay. (5) High Level Override (iii) Circuit breaker shall display phase current of A, B, and C phases and ground fault (when applicably) in real time. Circuit breaker shall contain trip indicators which shall indicate that the circuit breaker has tripped as a result of overcurrent, short circuit, or ground fault. (iv) Terminations (a) All lugs shall be UL listed to accept stranded copper conductors. Lugs shall be suitable for 75°C rated wire, temperature rating tables in the NEC. (b) All circuit breakers shall be UL listed to accept field installable/removable mechanical type lugs. (c) All circuit breakers shall be suitable for bus connection. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUVIP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 24 19-6 Project No.CO2315 Page 6 of 12 2. Provide MCC configuration as shown on contract drawings. 3. Provide a Power Quality Meter, GE Multilin PQM II, Square D PM870 or approved equal by the following manufacturers: Schweitzer, Basler, Siemens and Eaton. a. The information displayed by the Power Meter shall include the following quantities: (i) Current, per phase. (ii) Volts, phase-to-phase and phase-neutral. (iii) Real Power (kW), three-phase total. (iv) Reactive Power (kVAR), three-phase total. (v) Apparent Power (kVA), three-phase total. (vi) Power Factor, true, per-phase &three-phase total. (vii) Frequency. (viii) Current Demand, per- phase and neutral, present and peak. (ix) Real Power Demand (kWd), three- phase total, preset and peak. (x) Reactive Power Demand (kVARd), three- phase total, preset and peak. (xi) Apparent Power Demand (kVAd), three- phase total, preset and peak. (xii) Real Energy (kVah), three- phase total. (xiii) Reactive Energy (kVARh), three- phase total. (xiv) Apparent Energy (kVAh), three- phase total. (xv) Energy Accumulation Modes signed absolute, energy in, energy out. (xvi) Watt-hour KYZ Pulse Initiator Output. (xvii) Total Harmonic Distortion, Voltage. (xviii) Total Harmonic Distortion, Current. (xix) Date/Time Stamping. (xx) Communications port for Power Monitoring Systems communications and Modbus RTU communications. b. The Power Meter shall be accurate to .25% for voltage and current sensing, .50% for power, energy, & demand sensing, and 1% for power factor sensing. c. All information stored in the Power Meter shall be remotely accessible through data communications. d. The Power Meter shall be UL listed, rated for an operating temperature range of 0°C to 55°C and have an overcurrent withstand rating of 500 amps for 1 second. 0 e. The Power Meter metering inputs shall utilize industry standard current transformers (5A secondary CT's), have VT inputs for direct connection of VT leads to up to 600V, and adhere to UL standard 508 for dielectric voltage withstand. 2.04 SURGE PROTECTIVE DEVICES (SPD) A. Shall be internal to the MCC as shown on contract drawing. B. Refer to section 26 43 13. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 19-7 Project No.CO2315 Page 7 of 12 2.05 BUS STRUCTURE A. Materials: 1. Ba r: a. Fabricate buses from 98 percent IACS conductive copper. b. Tin plated. c. Use full lap construction and make main bus connections using a minimum of two bolts. 2. Cable: Tinned copper, sized according to the NEC. 3. Bracing: Adequate to withstand mechanical forces exerted during a short circuit directly from a source with an available fault current greater than the value indicated on drawings, or 65,000 rms amperes symmetrical, minimum. B. Main Bus: 1. Located at top. Extended full length of MCC. 2. Rated at 600 amperes unless otherwise indicated. 3. Arranged to allow future extensions. 4. Tin plated copper with insulated bus barriers. C. Vertical Buses: Tin plated copper sized as required but not less than 300 amperes. Provide insulated bus barriers to reduce hazard of accidental contact. Small separate openings in the barriers shall permit unit stab-in contacts to pass through to engage the vertical bus bars. D. Ground Bus: 1. Provide a continuous tin plated copper ground bus for entire length of the enclosure. 2. Arranged to allow future extensions. 3. Ground motor control center(s) parts which do not carry current. 4. Terminations must be of an approved pressure connector type. E. Neutral Bus: Where shown on drawings, provide fully rated tin plated copper vertical bus continuous throughout the MCC. 2.06 CIRCUIT BREAKERS A. Type: 1. Provide thermal magnetic type (motor circuit protectors not acceptable) circuit breakers, which are quick-make and quick-break on both manual and automatic operation. All breakers 250A and above shall be 100% rated, solid state trip type with adjustable long type pickup and delay, short time pickup and delay and instantaneous pickup. 2. Provide a trip-free trip indicating breaker. 3. Incorporate inverse time characteristics by bimetallic overload elements and instantaneous characteristic by magnetic trip. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 262419-8 Project No.CO2315 Page 8 of 12 4. For 2-pole and 3-pole breakers, provide the common-trip type so that an overload or fault on one pole will trip all poles simultaneously. 5. Handle ties are not acceptable. 6. All breakers shall have 42,000 amperes interrupting rating, unless indicated higher on plans. B. Operators: Provide breaker operators mounted through the panel door and permitting operation of the breaker with the door closed. 2.07 STARTERS A. Type: 1. Provide magnetic, full voltage, nonreversing starters unless otherwise indicated. Starter units shall be completely drawout so that units may be withdrawn without disconnecting any wiring. A positive guidance system shall be provided to assure proper alignment of power stabs through vertical bus barriers. 2. Full voltage starter units through NEMA Size 5 shall be the draw up type. Size 6 and larger shall be fixed mounted. B. Overload Relays: Include three ambient-compensated adjustable thermal overload relays, one per phase. C. Contactors: 1. Size contactors according to drawings. Sizes below NEMA 1 are not acceptable. 2. Provide three main poles, the number and type of auxiliary contacts to perform the required functions and two spare auxiliary contacts, one normally open and one normally closed, rated 10 amperes (NEMA contact rating designation A600). 3. Use double break contacts of silver-cadmium oxide or similar material to minimize sticking or welding. 4. Provide contactor coils suitable for continuous operation at 120 volts, 60 hertz. D. Unless otherwise indicated larger on the drawings, use the following minimum starter sized for motor horsepower and voltage. Under no circumstances shall smaller sizes be used even if mistakenly shown on the drawings; IEC starters shall not be acceptable. NEMA Size Starter Horsepower 480 volt 1 Up to 7.5 2 20 3 40 4 75 5 100 6 200 ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWIfCHGEAR REPLACEMENT City Project No.CO2315 2624 19-9 Project No.CO2315 Page 9 of 12 2.08 CONTROL POWER SOURCE A. 120 volts for control power shall be obtained with the use of a control power transformer. Each starter cubicle shall be equipped with two primary power leads connected to power phases 1 and 2 on the load side of the circuit breaker, Fuse both primary leads using fused pull-out type terminal blocks, appropriately identified. Fuse the secondary line leading from the transformer terminal X1. Ground the line leaving terminal X2. B. The control power transformer shall be mounted in the respective cubicle and shall be easily accessible. Transformers mounted behind panels shall not be acceptable. 2.09 CONTROL DEVICES A. Provide MCC with control devices as shown on drawings and as indicated below. Miniature type devices shall not be acceptable. 1. Selector Switches: Heavy-duty, oil-tight, maintained contact with marked nameplate. 2. Pushbutton Units: Heavy-duty, oil-tight, momentary contact, spring return, NO or NC, as shown, with marked nameplate. 3. Indicating Lights: a. Pilot light assemblies shall be heavy-duty, LED type with rated life of 20,000 hours. b. Neon lamps are not acceptable. c. Provide red (running) and green (stopped) lenses, plus additional lights as shown. d. Pilot lights shall be push to test type. e. Colored lenses shall be screwed on type and the bulbs shall be replaceable from the outside. 4. Timer Control Relays: Industrial timer control relays having 120-volt, 60-hertz coils, 10 ampere, 600-volt contacts and an adjustable timing range of approximately 0.3 to 30 seconds, unless noted otherwise on the drawings. 5. Control Relays: Industrial control relays having 120-volt, 60-hertz coils, 10 ampere, 600-volt contact. 2.10 OVERLOAD RELAYS A. Provide a normally open contact for motor overload relays which closes when the motor overloads. 2.11 CONTROL WIRING A. Wiring 1. Install and test control and small wiring inside each MCC at the factory, including control wiring, instrument and relay wiring, secondary leads from instrument transformers, etc. 2. Neatly and carefully install wiring in suitable wiring gutters or conduits, using standard 600-volt switchboard type, SIS wire No. 14 AWG or larger. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 24 19-10 Project No.CO2315 Page 10 of 12 3. Identify each wire at terminals by means of permanent, sleeve-type wire markers. 4. Secure wiring from hinged doors and panels to enclosure in a manner to allow ample flexibility in bending. 5. Make wiring continuous from terminal to terminal, without splices. 6. NEMA type wiring shall be NEMA 2 B unless otherwise specified on plans. All wiring shall be done at the factory. Provide terminal blocks for all external wiring. B. Terminals: 1. Terminate wire on instrument, devices, transformers and terminal blocks by means of fork-tongue connectors under screws, marked in accordance with the manufacturer's wiring diagram. 2. Locate terminal blocks in readily accessible places. 3. Termination blocks and screws shall be tin plated. C. Spare Contacts: Wire spare contacts to suitably identified terminals for external connections and clearly show these connections on shop drawings. D. Spare Terminals: In addition to specified spare contact terminals, provide six spare terminals on each terminal block provided. E. Spare field wiring: Furnish sufficient terminals to terminate all field wires including space wire inside the MCC 2.12 ELAPSED TIME METERS A. If indicated on the drawings, provide 5 digit, non-resettable elapsed time meter, which begin keeping time in hours, whenever the motor is running. Miniature type meter shall not be acceptable. 2.13 NAMEPLATES: A. Main Nameplate: Provide MCC nameplate prominently displayed on the front, indicating manufacturer's name, address and shop order number, year manufactured, and the following ratings: 1. Nominal voltage rating and frequency. 2. Main bus continuous current rating. 3. Maximum 3-phase rms symmetrical short circuit current rating. B. Unit Nameplates: 1. Provide each unit with a black-white-black lamacoid name-plate with 3/16-inch high white lettering secured to front of unit by means of oval-head Type 316 stainless steel immediately below switch handle. 2. Actual nameplate legend, which may consist of up to three lines, will be provided by the Owner on shop drawings as approved. 3. Provide a preliminary list of nameplate with samples for approval by Owner. C. Caution Signs: Provide caution signs in accordance with OSHA requirements. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2624 19-11 Project No.CO2315 Page 11 of 12 PART 3 EXECUTION 3.01 HOUSEKEEPING PAD A. Construct a concrete pad in accordance with Section 26 00 00, Electrical General Provisions. 3.02 EQUIPMENT ADJUSTMENT A. Overload Settings: Set overload relays at maximum values permitted by NEC 430-32, based on actual installed motor nameplate full load amperes. B. Touch-up Painting: Restore damaged surfaces to factory finish. Deliver to Owner all leftover paint in suitably labeled, sealed containers. C. Inspection: Thoroughly inspect motor control center(s) for items such as loose connections and presence of foreign material, and remedy prior to energizing. 3.03 SPECIAL REQUIREMENT A. All copper items, including wiring, cubicle bus stabs, wiring from stabs to breaker, terminal blocks, lugs, connectors, bus, etc., shall be tin plated copper. B. All steel shall be primed and painted as specified. Galvanized items shall also be painted. C. Ali hardware, including nuts, bolts, washers, screws, anchor bolts, door hinges, etc., shall be made of 316 stainless steel. Screws for mounting nameplate shall be 316) stainless steel. D. The Motor Control Center(s) steel parts shall be cleaned and sprayed in controlled cleaning solutions by a multi-stage spray washer. The operation shall produce a coating of a minimum of 150 milligrams per square foot to meet MIL Specification TT.- C-490. The primed metal parts shall be electrostatically coated with powder paint to a thickness of 2.5 mils. The paint finish shall withstand a minimum of 1000 hours salt spray test." E. Every cubicle shall have an as built, Owner approved circuit diagram (schematic) attached to the cubicle door. The wiring diagram shall be protected by clear laminated plastic sealer. 3.04 ACCEPTANCE TESTS A. Factory Tests: Equipment shall be completely assembled, wired, adjusted, and tested at the factory. After complete assembly, each unit shall be tested for operating sequence to assure accuracy of wiring, correctness of control scheme, and functioning of the equipment. B. Tests shall include electrical tests as described by ANSI C 37.20. C. Field acceptance testing shall be performed in accordance with Section 26 01 26. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 24 19-12 Project No.CO2315 Page 12 of 12 3.05 MOISTURE PROOFING A. After all connections have been made, spray all terminals, terminal blocks, and starter (with contact closed) with moisture repelling chemical such as manufactured by CHC Corporation or equal. Notify the owner 24 hours prior to spraying each motor control center(s). END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 27 26-1 Project No.CO2315 Page 1 of 4 ASECTION 26 27 26 WIRING DEVICES PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install complete lighting and receptacle systems, including lighting fixtures, receptacles, switches, and all accessories and appurtenances as shown on the drawings and as specified herein. 1.02 SUBMITTALS A. Submit shop drawings showing complete construction details for all equipment in compliance with Division 01 - General Provisions. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. D. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. 1.03 QUALITY ASSURANCE A. Wiring Devices shall be in compliance with the National Electrical Code, and shall be constructed in compliance with the Underwriters' Laboratories and shall be Underwriters' Laboratories labeled. PART 2 PRODUCTS 2.01 MATERIALS A. Switches: 1. Wall switches shall be of the heavy-duty specification grade, toggle action, and flush mounting quiet type. 2. Wall switches shall be of the following types and manufacturer, or equal. a. Single Pole: Arrow-Hart, Catalog No. 1991I, or Pass and Seymour 20AC1-I, or Leviton 1221-2I. b. Double Pole: Arrow-Hart, Catalog No. 1992I, or Pass and Seymour 20AC2-I, or Leviton 1222-2I. c. Three-Way: Arrow-Hart, Catalog No. 1993I, or Pass and Seymour 20AC3-I, or Leviton 1223-2I. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 27 26-2 Project No.CO2315 Page 2 of 4 d. Momentary Contact, 2 Circuit, Center Off: Arrow-Hart, Catalog No. 1895I, or Pass and Seymour 1250-I, or Leviton 1256-I. e. Weatherproof switch covers shall be Crouse-Hinds rain-tight Type DS with PVC coating where used with aluminum. f. Lock out attachment when used for instrument disconnect shall be NEMA 4X. 3. Switch to be installed in classified area shall be rated for application per NEC 500. B. Receptacles: 1. Wall receptacles shall be 120 volts, single-phase, single or duplex, industrial specification hospital grade, and be of the following types: a. Duplex, 20A, 125V, 2P, 3W: Arrow-Hart, Catalog No. 83001, or Pass and Seymour 9300-HG, or Leviton 8300-I. b. Ground fault interrupter, lockout type, duplex, 20A, 125V, 2P, 3W: Leviton 7899I. c. Stainless steel indoor mounting plate for GFCI receptacle: Arrow-Hart, Catalog No. S2G, or Pass and Seymour S-26N, or Leviton 84401-40. d. Weatherproof cover for GFCI receptacle in FS box while in use: Leviton 5997 GY. e. Computer or computer related equipment: Leviton 8380IG, or Pass and Seymour, Catalog No. IG6362ISP, ivory with translucent surge suppressor, 5- 20R, 20A, 125V duplex hospital grade with audible alarm. 2. Receptacles listed as weatherproof shall be provided with a watertight back box and hinged cover. 3. Welding receptacles shall be surface mounted, 30 or 60 ampere, 600 volts, three- phase, with grounding conductors connected through a fourth pole and the shell mounted four feet above the floor. One matching plug with woven grip shall be furnished with each receptacle for the cable size as directed by the OWNER. Receptacles shall be Crouse-Hinds, "Arktite" series, or equal. 4. Receptacles for three-phase dewatering sump pumps shall be similar to welding receptacles. 5. Receptacles to be installed in classified area shall be rated for the application per NEC 500. C. 30 amp, 480 Volt Receptacles 1. 30 Amp, 480 Volt receptacles shall be 3 Pole, 4 Wire, grounding pin-and-sleeve type, with circuit breaking capability. 2. 30 Amp, 480 Volt receptacles shall be Crouse-Hinds, Arktite style 2, Catalog No. ARE 3423 or equal. D. Safety Switches 1. Safety Switches shall be of heavy duty, specification grade. 2. Switch shall be UL listed. 3. Switch shall be NEMA 4X 316ss when located outdoor. 4. Switch shall be NEMA 4X fiberglass when located in a chemical room. 5. Switch shall be NEMA 4X 316ss when located indoor in a controlled environment unless otherwise noted. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 27 26-3 Project No.CO2315 Page 3 of 4 6. Switch located in classified area shall be rated for the application per NEC 500. 7. Switch shall be quick-make, quick-break construction. 8. Operating handle shall be of box mounted type that directly drives the switch mechanism suitable for padlocking in the off position with up to three padlocks. Switch shall be interlock defeat. 9. The interior shall be easily removable. The wiring gutter shall be clear of any obstructions and moving parts. 10. Fusible switch, fuse selection shall be rated for the application, minimum KAIC rating shall match the protective device on the line side of the switch. 11. Switch shall be provided with grounding kit. PART 3 EXECUTION 3.01 INSTALLATION A. Wiring devices must be operating properly at final completion. B. Provide hangers and support members for wiring devices as required for proper installation. C. Provide appurtenances which include stud supports, stems, mounting brackets, frames, and plaster rings. D. Support wiring devices from the building structure, or from furring channels. Furring channels must be a minimum of 1-1/2 inches wide. 3.02 RECEPTACLE AND SWITCH INSTALLATION A. Mounting Heights(from the bottom of the device): 1. Mount receptacles 48 inches above finished floor except finished indoor areas. 2. Mount outdoor receptacles at least 24 inches above finished grade. 3. Mount receptacles in control room 12 inches above finished floor. 4. Mount all wall switches 54 inches above finished floor. 5. Mount thermostats 60 inches above floor. B. Boxes: 1. Finished areas such as offices: Flush mounted devices in aluminum boxes. 2. Other areas: Surface mounted cast aluminum metal boxes. C. Weatherproof Receptacle Lift Covers: Install with hinge pin horizontal at top of the finished plate. Provide oversized covers for plug-in devices. D. Install receptacles with grounded blade up. E. Switches and receptacles shall be mounted in 4" x 4" aluminum outlet boxes concealed in the office walls. F. Indoor and outdoor boxes shall be grounded by use of a No. 12 green insulated ground wire run with the wiring per Division 26 specification. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 27 26-4 Project No.CO2315 Page 4 of 4 END OF SECTION ADDENDUM#1 ROLLING HILLS WfP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2628 16-1 Project No.CO2315 Page 1 of 4 QSECTION 26 28 16 MISCELLANEOUS EQUIPMENT PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. 1.02 REFERENCE STANDARDS A. Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed, as specified in Division 26. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 01, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. PART 2 PRODUCTS 2.01 MATERIALS A. Control Stations 1. Control stations shall be heavy-duty type, with full size operators. Momentary contact stop buttons shall have a lockout latch that can be padlocked in the open position. Provide an extra contact to monitor the auto position of the switch as shown on the drawings. 2. NEMA 4X enclosures shall be stainless steel. 3. NEMA 7 enclosures shall be copper free cast aluminum. 4. Control stations shall be Allen-Bradley or approved equal. B. Wireway 1. NEMA 4X wireway shall be stainless steel with gasketed, hinged covers and stainless steel type 316 screws. ADDENDUM #1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 28 16-2 Project No.CO2315 Page 2 of 4 2. NEMA 4X shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co. or approved equal. C. Control Relays 1. Control relays shall be heavy duty machine tool type, with 10 Amp, 300 Volt convertible contacts. Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B, similar by Square D Co.; Allen-Bradley Co. or equal. Latching relays shall be General Electric Co., Catalog No. CR120BL, similar by Square D Co.; Allen- Bradley Co. or approved equal. 2. Time delay relays shall be pneumatic, 600 Volt, 20 Amp contacts, with calibrated knob operated adjustment. On delay and off delay types and timing ranges shall be as shown on the Drawings. Relays shall be Agastat Model 7012 or 7022 or approved equal. D. Terminal Blocks 1. Terminal blocks shall be 600 Volt, channel mounted, with tubular screw and pressure plate. 2. Terminal blocks shall be Bulletin 1492 as manufactured by the Allen-Bradley Co. or approved equal. E. Intrinsically Safe Relays 1. Intrinsically safe relays shall be solid state type with 5 Amp output contacts, suitable for use on a 120 Volt, 60 Hz power supply and shall be FM approved for pilot devices in Class I, Division 1, Group D hazardous atmospheres. 2. Intrinsically safe relays shall be Gems Solid State Safe-Pak as manufactured by Gems Sensors, Division of Transamerica Delaval, Inc. or approved equal. F. JIC Boxes for GF Receptacles 1. Furnish all necessary hardware for mounting the heat tape and thermostat. 2. JIC boxes shall be 6-in by 6-in by 4-in aluminum continuous hinge clamp cover boxes, Hoffman, Catalog No. A-606 CHAL with Type L23 stainless steel type 316 fast operating JIC clamp or approved equal. 3. Install 1-1/2-in bushings in bottom of box for cord and plug to pass through. G. On-Delay, Off-Delay Timers (Solid State) 1. On and off delay timers shall be microprocessor based, solid state type. 2. Timers shall have the following features: a. Adjustable timing ranges from 0.1 seconds to 99 hours, 59 minutes minimum. b. Setpoints entered by pressing membrane covered keyboard on unit. c. LCD readout of timing progress and setpoint. d. Adjustable for on-delay or off-delay modes. e. Standard sized plug-in case. f. Totally sealed face plate. g. Sealed battery backup power to retain memory for up to 30 days. h. Accuracy plus or minus 0.01 second. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2628 16-3 Project No.CO2315 Page 3 of 4 i. DPDT isolated instantaneous and timed output contacts rated 6 Amps minimum at 120 Volt. 3. Timers shall be Bulletin 651 Multirange, solid state as manufactured by Tenor Co., Inc.; Eagle Signal, CS-300 Series or approved equal. H. Corrosion Inhibitors 1. All equipment enclosures, terminal boxes, etc, located in a NEMA 4X rated area (where shown on the Drawings) that contains electrical or electronic equipment or terminal strips shall be furnished with an internally mounted, chemically treated corrosion inhibitor pad. 2. The corrosion inhibitor pads shall be as manufactured by Hoffman Engineering Co.; 3M or approved equal. I. Instrumentation Disconnect Switches: Provide a heavy-duty single pole disconnect toggle switch in a weather proof cast enclosure for all field instruments served with electric power. This feature shall be included whether or not shown on drawings. J. Fuses, 0 to 600 Volts 1. Provide a complete set of current-limiting fuses wherever fuses are indicated. Supply a set of six (6) spare fuses of each type and each current rating installed. Utilize fuses that fit mounting specified a. For 0 to 600 volt motor and transformer circuits, 0 to 600 amps, UL Class RK- 1 with time delay, Bussmann Type LPS-RK, Shawmut Type A6D-R, or equal. b. For 0 to 250 volt motor and transformer circuits, 0 to 600 amps, UL Class RK- 1, Bussmann Type LPN-RK, Shawmut type A2D-R, or equal. c. For 0 to 600 volt feeder and service circuits, 0 to 600 amps, UL Class RK-1, Bussmann Type KTS-R, Shawmut Type A6K-R, or equal. d. For 0 to 250 volt feeder and service circuits, 0 to 600 amps, UL Class Rd-1, Bussmann Type KTN-R, Shawmut Type A2K-R, or equal. e. For 0 to 600 volt feeder and service circuits, 601 to 6,000 amps, UL Class L, Bussmann type KRP-C, Shawmut Type A4BY, or equal. K. Indicating Lights: 1. Indicator lamps shall be heavy duty 30mm, industrial type oil tight, high-visibility LED, full voltage type. Units shall have screw on plastic lenses and shall have factory engraved legend plates as required. Unless otherwise specified in each equipment specification lens color shall be green for equipment OFF, red for equipment operating, blue for FAIL or ALARM and amber for power ON/Equipment Stand-by. For all control applications, indicator lamps shall incorporate a push-to-test feature. L. Selector Switches 1. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, MOTOR SELECTOR, LEAD-LAG, etc) shall be heavy-duty 30mm, oil tight, industrial type with contacts rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, and legend plates with white markings, as indicated. Operators shall be black knob type. Units shall have the number of positions and ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2628 16-4 Project No.CO2315 Page 4 of 4 contact arrangements, as required. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-in minimum to 1/4-in maximum. M. Push Buttons: 1. Push-button, shall be heavy-duty, industrial type with momentary or maintained contacts as required, rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, and legend plates with white markings, as indicated. Button color shall be red for EMERGENCY STOP or START and green for STOP. Contact arrangement shall be as required. N. Combination starters: 1. Combination starters shall be provided with motor circuit protectors and equipped to provide under-voltage release and overload protection on all three phases. Combination Starter is applicable for single motor starter only, refer to common control panel specification for other application. 2. Motor starters shall be 2 or 3 Pole, 1 or 3-phase as required, 60 Hz, 600 Volt, magnetically operated, full voltage non-reversing except as shown on the drawings. NEMA sizes shall be as required for the horse power shown on the drawings. 3. Each motor starter shall have a 120 Volt operating coil and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the drawings. A minimum of one N.O. and N.C. auxiliary contacts shall be provided in addition to the contacts shown on the drawings. 4. Overload relays shall be adjustable ambient compensated and manually reset. 5. Control power transformers shall be sized for additional load where required. Transformer primaries shall be equipped with time-delay fuses. 6. Switches, relays, push buttons shall be as specified under this section. 7. Provide additional protection as shown on contract drawing. 8. Enclosure shall be NEMA 3R for outdoor application in a non corrosive environment and NEMA 12 for indoor application. PART 3 EXECUTION — NOT APPLICABLE END OF SECTION ADDENDUM#1 ROLLING HILLS WfP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2635 33 1 Project No.CO2315 Page 1 of 8 QSECTION 26 35 33 POWER FACTOR CORRECTION CAPACITORS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section covers the minimum technical requirements for the design, ratings, materials, fabrication, assembly, etc. for three-phase Power Factor Correction Capacitors (PFCCs) rated for 4,160V, 60 Hz. B. Furnish PFCC for High Service Pump Motors. Note that power factor correction capacitors will not be provided for the wash water pump motors. 1.03 SUBMITTALS A. Submittals shall be in compliance with Sections 01 33 00, 26 00 00 and as specified herein. B. Product Data: For each type of product indicated. Include dimensions, operating characteristics of multiple capacitor cells or elements and data on features, ratings, and performance. C. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, method of field assembly, components, and location and size of each field connection. Show access and workspace requirements and required clearances. Submittals shall include the following: 1. Complete ratings 2. Rated reactive power 3. Rated rms voltage 4. Installation information 5. Number of phases 6. Rated frequency 7. Bill of Material 8. Weight of Enclosure including capacitors and inrush reactor 9. Three Line Diagram 10. Cable terminal sizes 11. Product data sheets 12. Rated BIL 13. Amount of fluid, indicate flammable or not flammable ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No. CO2315 26 35 33-2 Project No.CO2315 Page 2 of 8 14. Overall outline dimensions, both plan and elevations, including the space available for conduit. Outline drawing shall clearly show location of conduit entry. 15. Product Data for each overcurrent protection device description. Manufacturer's technical data on features, performance, electrical characteristics, ratings and finishes. 16. Hand calculations showing power factor corrected to 95% or better without overexciting the motor. Coordinate with motor manufacturer for motor data. 17. Enclosure type and rating 18. Wiring diagrams for power, signal and control wiring, if applicable 19. Spare parts list 20. Manufacturer's sizing calculations using actual motor data showing the power factor corrected to 95% or better without overexciting the motor. D. Qualification Data and testing agency. E. Field quality-control test reports. F. Provide letter showing coordination with motor manufacturer and certifying that PFCC will not overexcite the motor. G. Provide letter stating that the current inrush reactor size for the capacitor banks was sized per the recommendations of the Capacitor back-to-back switching study in Section 16055, Power System Studies. PFCC manufacturer shall obtain a copy of the study from the Contractor. H. Operation and Maintenance Data: Operation and Maintenance Manuals shall be provided in accordance with the requirements of Sections 01 33 00, 26 00 00 and as specified herein. For equipment to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1 "Operation and Maintenance Data," include the following: 1. Lists of spare parts and replacement components recommended for storage at Project site. 2. Detailed instructions covering operation under both normal and abnormal conditions. I. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. 1. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. K. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWIICHGEAR REPLACEMENT City Project No.CO2315 26 35 33-3 Project No.CO2315 Page 3 of 8 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with IEEE 18 and NEMA CP 1. C. Comply with NFPA 70. D. Comply with UL810. 1.05 WARRANTY A. All equipment furnished under this section shall be warranted by the manufacturer for a period of 24 months, including all parts, labor, and all related expenses. The warranty period shall not begin until the date of substantial completion. B. The Manufacturer shall guarantee that all elements of the systems provided under his/her Contract, are of sufficient capacity to meet the specified performance requirements as set forth herein or as indicated. C. Upon receipt of notice from the Owner's representative of failure of any part of the systems or equipment during the warranty period, the Manufacturer, shall replace the affected part or parts within ten (10) weeks, at no cost to the Owner. D. The Manufacturer shall furnish a written guarantee covering the above requirements before the final payment is made. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Obtain all capacitors through a single source from a single manufacturer. B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Power Factor Correction Capacitors: a. General Electric. b. Gilbert/K&M (contact: Brooks Shafer ph: 817-608-9334) c. Schneider Electric/ Square D. d. Eaton / Cutler Hammer. 2.02 CAPACITORS, GENERAL A. Capacitors shall be enclosed, three-phase capacitor equipment consisting of a complete assembly including non-PCB, three-phase capacitors, current limiting reactors, terminal compartment, and fuses. Solderless connectors shall be provided on each line terminal ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 35 33-4 Project No.CO2315 Page 4 of 8 B. Description: Integrally fused power factor correction capacitors and line reactor/filter unless otherwise indicated. C. Construction: 3 phase power factor correction capacitor shall be comprised of 3 single phase capacitors delta connected. D. Internal Wiring: Factory wire, ready for field connection to external circuits at a single phase capacitors delta connected. E. Capacitor Cells: Utilizing metalized foil electrodes in a non chlorinated dielectric liquid and a propylene film. Each cell shall be hermetically sealed in a metal enclosure with porcelain or resin bushings. Wet Cells with Pressure Sensitive interrupters are approved. F. Bushing terminals shall be tin plated copper. G. Units containing PCB dielectric fluid are unacceptable. H. Capacitor Fuses: Current-limiting, noninterchangeable type; factory installed in each phase and located within the equipment enclosure. Features include the following: 1. Interrupting Capacity: 50,000 A, minimum. 2. Quantity: 1 fuse per phase (total of 3 fuses per device). 3. Fuse Ratings and Characteristics: As recommended by capacitor manufacturer. I. A red blown fuse pop-up indicator shall be provided on each capacitor fuse. 3. Discharge Resistors: Shall be mounted internal to the enclosure to reduce voltage on the cells to 50V or less within 5 min after the capacitor has been switched off. K. Temperature range: -40°C to +46°C at 3,300 ft. and below. . The nominal rating if the capacitor cell shall be 1.08 times the voltage rating of the system. L. Reduced voltage non-reversing autotransformer closed transition starters shall be provided with: 1. - (1) three pole contractor used as a run contractor 2. - (1) auxiliary enclosure with a three pole vacuum neutral contractor and one autotransformer with 50, 65, and 80 percent taps. 3. - (1) definite time transfer relay M. Enclosure: Type 3R, equipped with watertight conduit connections. N. Capacitor units shall be the required KVAR size, 2400 volt (unless manufacturer recommends alternate voltage rating to meet the KVAR requirements), 3-phase, 60 Hertz. Capacitor units shall be suitable for bottom or side entry. Capacitor units shall be suitable for floor mounting. O. Total Harmonic Distortion (THD) of 5% of voltage waveforms shall not affect the life of capacitors, contactors or controller. P. Capacitor Permissible Overloads: ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWTTCHGEAR REPLACEMENT City Project No.CO2315 26 35 33-5 Project No.CO2315 Page 5 of 8 1. Maximum current (rms):.............................................................. 135% of rated 2. Maximum voltage (rms):.............................................................. 110% of rated 3. Maximum WAR output:............................................................... 135% of rated 2.03 ENCLOSURE A. Enclosed, indoor, dustproof, three-phase capacitor units containing internally mounted, indicating type, high interrupting-capacity, current limiting fuses, discharge resistors and inrush reactors. B. Enclosure: shall be manufactured from mild steel. The enclosure shall utilize gasket seals. C. Capacitor assembly shall be totally metal-enclosed. The bolted or welded construction of the enclosure shall be such that the unit can be lifted, skidded or slid into place on a pad without damage to any portion of the cabinet or its contents. D. Enclosure(s) shall be free standing, constructed of #11 gauge formed sheet steel, minimum. All external welds shall be grounded and sanded. The enclosure shall be rated NEMA 3R for outdoor applications. E. Enclosure shall be painted ANSI No. 61 light gray. Enclosure shall be chemically cleaned and dried prior to painting. An anti-corrosive base primer followed by two finish coats of enamel shall be applied. The entire part shall be baked and cured in an oven. The paint applied shall provide long life, durability and an attractive finish. F. The enclosure shall be capable of terminating shielded cable: 1. 3 #1/0 (5KV) conductors with stress cones and a #6 (600V) ground conductor in a 3"conduit for the capacitors associated with the 2000 HP motors. 2. 3 #2 (5KV) conductors with stress cones and a #6 (600V) ground conductor in a 3"conduit for the capacitors associated with the 900 HP motor. 3. Enclosure shall be large enough to terminal 5kV shielded cable without exceeding the minimum bending radius per the National Electrical Code. 4. The paint system for the terminal box shall be durable Epoxy/Urethane composition that meets the requirements of ANSI C57.12.31 (Pole Mounted Transformer Enclosure Coating Integrity). The enclosure shall utilize gasket seals and be of suitable design for indoor or outdoor use. 2.04 KILOVAR RATING A. Kilovar ratings of capacitors connected to individual motor circuits were selected based on expected motor power factor. B. Check motor nameplate and manufacturer's power factor and no-load current data for actual motor installed. C. Reduce capacitor WAR if required, so the size does not exceed the motor manufacturer's recommended maximum size, and so it does not exceed the value required to raise motor no-load power factor to 95%. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 35 33-6 Project No.CO2315 Page 6 of 8 D. Do not exceed motor manufacturer recommended KVAR rating. 2.05 FACTORY FINISH A. Manufacturer's standard enamel over corrosion-resistant treatment or primer coat. 2.06 SOURCE QUALITY CONTROL A. Factory test power factor correction equipment before shipment. Comply with NEMA CP 1. Include the following: 1. Routine capacitor production tests, including short-time overvoltage, capacitance, leak, and dissipation-factor tests. 2. Functional test of all operations, controls, indicators, sensors, and protective devices. PART 3 EXECUTION 3.01 TESTING A. The capacitors shall be of a design and construction which have been validated by the type tests specified in the applicable Standards. The manufacturer shall provide a certified test report that verifies that the capacitor unit has adequate overvoltage endurance. B. Production Tests 1. Each capacitor shall be subjected to the routine production tests as specified in the applicable standard. 2. Short-time overvoltage test: a. terminal to terminal test: AC at 2 x rated voltage 10 seconds b. terminal to case test: 26 WAC for 10 seconds 3. Capacitance test at rated voltage 4. Loss determination test at rated voltage 5. Discharge resistor test 6. Leak test C. Design Tests - Design tests shall be performed by the manufacturer on a sufficient number of capacitors to demonstrate that the design meets industry standards. Capacitors shall first meet production tests before being subjected to design tests. Design tests shall include the following: 1. Impulse withstand test 2. Bushing test 3. Thermal stability test 3.02 INSTALLATION A. Install freestanding equipment on concrete bases. Cast-in-place concrete is specified in Division 03. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 35 33-7 Project No.CO2315 Page 7 of 8 B. Comply with mounting and anchoring requirements specified in Section 26 05 29 "Hangers and supports for electrical systems". C. Maintain minimum workspace according to manufacturer's written instructions. D. Identify components according to Section 26 05 53 "Identification." 3.03 FIELD QUALITY CONTROL A. Prepare for acceptance tests as follows: 1. Test insulation resistance for each power factor correction capacitor element, bus, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. B. Manufacturer's Field Service: Engage a factory-authorized service representative to perform the following: 1. Inspect capacitors, wiring, components, connections, and equipment installation. Test and adjust components, and equipment. 2. Assist in field testing of equipment including pretesting and adjusting. 3. Report results in writing. C. Field tests and inspections to be performed in accordance with section 26 01 26 "Acceptance testing and Calibration"and prepare test reports. D. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3.04 CLEANING A. After completing equipment installation, inspect unit components. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. B. Clean components internally, on completion of installation, according to manufacturer's written instructions. 3.05 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain power factor correction units. Demonstrate method of determining optimum settings for system controls. Refer to Division 01 Section "Demonstration and Training." B. Conduct a minimum of two hours training as specified in Division 01 Section "Contract Closeout." 3.06 SPARE PARTS A. The following spare parts of the type and size furnished shall be provided: manufacturer ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 35 33-8 Project No.CO2315 Page 8 of 8 B. Provide one (1) spare set of fuses (3 fuses) for each Power Factor Correction Capacitor provided for a total of five (5) sets of spare fuses. END OF SECTION ADDENDUM*1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2643 13-1 Project No.CO2315 Page 1 of 5 QSECTION 26 43 13 SURGE PROTECTIVE DEVICES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes surge protective devices for low-voltage power, control, and communication equipment. 1.03 DEFINITIONS A. ATS: Acceptance Testing Specifications. B. SVR: Suppressed Voltage Rating. C. SPD: Surge Protective Device 1.04 SUBMITTALS A. Product Data: For each type of product indicated, include rated capacities, operating weights, operating characteristics, furnished specialties, and accessories. B. Product Certificates: For surge protective devices, signed by product manufacturer certifying compliance with the following standards: 1. UL 1283 - Electromagnetic. 2. UL 1449 3rd Edition — UL Standard for Surge Protective Devices. C. Qualification Data: For testing agency. D. Field quality-control test reports, including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Failed test results and corrective action taken to achieve requirements. E. Operation and Maintenance Data: For transient voltage suppression devices to include in emergency, operation, and maintenance manuals. F. Warranties: Special warranties specified in this Section. G. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 43 13-2 Project No.CO2315 Page 2 of 5 H. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. I. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate color in submittals. 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain surge protective devices and accessories through one source from a single manufacturer. B. Product Options: Drawings indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Refer to Division 01 Section "Product Requirements." C. 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. D. Comply with IEEE C62.41, "IEEE Guide for Surge Voltages in Low Voltage AC Power Circuits," and test devices according to IEEE C62.45, "IEEE Guide on Surge Testing for Equipment Connected to Low-Voltage (1000 Volts or less) AC Power Circuits." E. Comply with NEMA LS 1, "Low Voltage Surge Protection Devices." F. Comply with UL 1283, "Electromagnetic Interference Filters," and UL 1449, "Standard for Surge Protective Devices." 1.06 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. B. Service Conditions: Rate surge protection devices for continuous operation under the following conditions, unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 30 to 120 deg F (0 to 50 deg C). 3. Humidity: 0 to 85 percent, non-condensing. 4. Altitude: Less than 20,000 feet (6090 m) above sea level. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWrrCHGEAR REPLACEMENT City Project No.CO2315 2643 13-3 Project No.CO2315 Page 3 of 5 1.07 COORDINATION A. Coordinate location of field-mounted surge protective devices to allow adequate clearances for maintenance. 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within two years from date of project acceptance. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. General Electric Company. 2. Innovative Technology, Inc. 3. Siemens. 4. Schneider Electric / Square D. 5. Eaton / Cutler Hammer. 2.02 480V SWITCHBOARD AND 480V MCC SUPPRESSORS A. Surge Protective Devices with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant or replaceable modules. 6. Arrangement with copper bus bars and for bolted connections to phase buses, neutral bus, and ground bus. 7. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 8. LED indicator lights for power and protection status. 9. Audible alarm, with silencing switch, to indicate when protection has failed. 10. One set of dry contacts, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 11. Surge-event operations counter. B. Surge suppressor shall be of type 1. C. Peak Single-Impulse Surge Current Rating: 30OWphase. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2643 13-4 Project No.CO2315 Page 4 of 5 D. Connection Means: Permanently wired. E. Protection modes and UL 1449 SVR for grounded wye circuits with voltages of 480Y/277, 3-phase, 4-wire circuits shall be as follows: 1. Line to Neutral: 1200V 2. Line to Ground: 1000V 3. Neutral to Ground: 1000V F. Protection modes and UL 1449 SVR for voltages of 480, 3-phase, 3-wire, delta circuits shall be as follows: 1. Line to Line: 3000V 2. Line to Ground: 1500V 2.03 PANELBOARD SUPPRESSORS A. TVSS with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant or replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed. 9. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 10. Surge-event operations counter. B. Peak Single-Impulse Surge Current Rating: 120 kA/ phase C. Protection modes and UL 1449 SVR for grounded wye circuits with voltages of 480Y/277, 208Y/120, 3-phase, 4-wire circuits shall be as follows: 1. Line to Neutral: 800 V for 480Y/277. 2. Line to Ground: 800 V for 480Y/277. 3. Neutral to Ground: 800 V for 480Y/277. 2.04 ENCLOSURES A. Install surge protective devices in the same cabinet as the MCC. PART 3 EXECUTION 3.01 INSTALLATION OF SURGE PROTECTION DEVICES A. Surge protective devices shall be installed by the MCC manufacturer at the factory. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 2643 13-5 Project No.CO2315 Page 5of5 3.02 PLACING SYSTEM INTO SERVICE A. Do not energize or connect service entrance equipment, panelboards, control terminals, data terminals to their sources until surge protection devices are installed and connected. 3.03 FIELD QUALITY CONTROL A. Remove and replace malfunctioning units and retest. 3.04 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transient voltage suppression devices. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 50 00-1 Project No.CO2315 Page 1 of 3 QSECTION 26 SO 00 LIGHTING PART1 GENERAL 1.01 WORK INCLUDED A. Furnish and install complete lighting and receptacle systems, including lighting fixtures, receptacles, switches, and all accessories and appurtenances as shown on the drawings and as specified herein. 1.02 REFERENCED STANDARDS A. The following standard shall apply as if written here in their entirety: 1. ANSI/UL 844— Safety Standard for Electrical Lighting Fixtures for Use in hazardous Locations. 2. ANSI/UL 1029 — High-Intensity-Discharge Lamp Ballasts. 3. NEMA FA 1 — Outdoor Floodlighting Equipment. 4. NEMA LE 3 — Manual for High-Intensity-Discharge (H-I-D) Lamps. 5. UL 57 — Electric Lighting Fixtures. 1.03 SUBMITTALS A. Submit shop drawings showing complete construction details for all equipment in compliance with Division 01 - General Provisions. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. C. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifications. D. Submit a letter certifying full and complete compliance with the Specifications, Drawings and other project requirements. The letter shall list any exceptions or deviations from specified requirements, if any and reasons for same. Exceptions or deviation shall also be clearly marked in a separate in submittals. 1.04 QUALITY ASSURANCE A. Lighting fixtures shall be in compliance with the National Electrical Code, and shall be constructed in compliance with the Underwriters' Laboratories "Standards for Safety, Electric Lighting Fixtures". Lighting fixtures shall be Underwriters' Laboratories labeled. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 26 50 00-2 Project No.CO2315 Page 2 of 3 PART 2 PRODUCTS 2.01 MATERIALS A. Lighting Fixtures: Lighting fixture types shall be as shown in the "Lighting Fixture Schedule" on the drawings. The catalog numbers listed are given as a guide to the design and quality of fixtures desired. Equivalent designs and equal quality fixtures of other approved manufacturers shall be acceptable. B. Lamps: 1. LED lamps shall be standard cool white with wattage rating as indicated in the "Fixture Schedule". 2. LED drivers shall be listed by Underwriters' Laboratories, Inc. for operation on 120 volt or 277 volt, 60 hertz. 3. Emergency ballasts for LED fixtures shall consist of a battery, charger, and electronic circuitry contained in a single, compact enclosure, and shall be as indicated in the"Fixture Schedule".Test switch and charging indicator light shall be externally mounted on fixture housing. Provide a receptacle adjacent to fixture powered from the lighting circuit. 4. High intensity discharge (H.I.D.) lamps shall be deluxe white, or clear, of the size and type as specified in the "Lighting Fixture Schedule" on the drawings. 5. High intensity discharge (H.I.D.) ballasts shall be of the constant wattage auto- transformer type for Metal Halide lamps only. All ballasts shall be of the correct size and voltage for the fixture it is to serve as specified in the "Lighting Fixture Schedule" on the drawings. 6. All HID fixtures shall be equipped with constant wattage, high poser factor ballasts. Ballast noise under loaded conditions shall not exceed 55 dbA at three feet for each ballast. 7. All HID lamp sockets shall be mogul base, porcelain screw shell. C. Lighting Contactor 1. Lighting contactor shall be of the electrically operated, mechanically held type mounted in NEMA 4X, 316SS enclosures. Operating coils shall be rated for 120 Volts unless otherwise indicated on the Drawings and shall be for momentary operation. Provide with "Hand-Off-Auto" switch on cover with the Automatic mode being operated by a single photocell. 2. Contactors shall be rated for 20 Amps, 600 VAC and shall be Automatic Switch Co., Bulletin 917 RC, or similar by Square D, G.E., Siemens or Eaton. PART 3 EXECUTION 3.01 COORDINATION A. Verify that the lighting fixtures are compatible with the specified ceiling systems as indicated on the architectural drawings. B. Advise the Engineer of any discrepancies before placing the lighting fixture order. ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT" City Project No.CO2315 26 50 00-3 Project No.CO2315 Page 3 of 3 3.02 LIGHTING INSTALLATION A. Fixtures must be completely wired and lamps installed. B. Lighting fixtures must be operating properly at final completion. C. Provide hangers and support members for fixtures as required for proper installation. D. Provide appurtenances which include stud supports, stems, mounting brackets, frames, and plaster rings. E. Support fixtures from the building structure, or from furring channels. Furring channels must be a minimum of 1-1/2 inches wide. F. Flexible metal conduit from junction box to lighting fixture shall not touch the ceiling as finally installed. G. Support and Anchoring equipment shall be 316SS. END OF SECTION ADDENDUM#1 ROLLING HILLS WTP HIGH SERVICES PUMP STATION SWITCHGEAR REPLACEMENT City Project No.CO2315 N Q o N N Lo M O 0 T— W r U) Q w N CK M a F- aW WW z w ° V)Uw 0? XTQ � — �O LU Z J wSd F-o sm ~ W a Q 00-0 — r <M� O ~ N W LL uj o > 06 C, QQ Za a a < < o a Q=_ J W a mUU c a 0 ww� ° N� U U0 a � 0° ~ IL J _ Y Q 1.• Q 0 F m p d W Z •�� - U T H Z \ U l ~ W Q z—_ Z—r7 7 W H�N Q ■ w Z p in r7 d F Q Z V) of Ili X 0 o ° Q m W z U N 0 U w 1 S In cr O [L � Q APPENDIX GC-4.01 Availability of Lands -None GC-4.02 Subsurface and Physical Conditions- Nome GC-4.04 Underground Facilities -None GC-4.06 Hazardous Environmental Condition at Site-None GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities -None GC-6.24 Nondiscrimination -None GR-01 60 00 Product Requirements CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised July I,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project 1N.:02315 Revised July 1,2011 ATTACHWNT to Page 1 of 4 FORT WORT City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME- Check applicable block to describe -T�C LS✓a iN"/ad 604- " rS offeror PROJECT NAME: hMW 108E MN-MIWIDtlE U/N )41 11 S -ASPS ��2 BI D ATE City's MBE Project Goal: Offeroes MBE Project Commitment: PROJECT NUMBER % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six(6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1't tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and 11counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and Operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, Including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 Fo rWo TH ATTACHMENT 1A Page 2 of 4 Offerors are required to Identify ALL,subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N S U BC ON TRACTORISU PP LIER Company Name T n Detail Detail Address I M w Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E E Contact Person frl re 1 /rJiJ VAA Z� 3S�.�,•� El On-Zza - t�rl� � y 61494-1J10 'V- AV /neguik 1� q7L z 1 q lvo Sej�UI N ` "40 "-f /h/1t A4dj El r 144 a/94A rFe- El � vfN q-iz L t4-j OVC*-ILA lfG oil , t�vr- 4�lP �y?3 0 El gy-1,4z/ -A f/ ptj r of O" 4`"J4' 1 pq—447 7 AAJq Rev.2110/15 ATTACHMENTfA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e..Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBC ONTRACTORISUP P LIE R Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Tsisphonsffax ' B s s Work Purchased Email E E Contact Person E Jl- z 7V� ❑ ® Y � 3 0 t4� �J ❑ ❑ ❑ ❑ Rev.2110/15 FORT WORTH ATTACHMENT 1A Pape 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Z,�/ SZ1, UO Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ pv TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3 -7p UCJ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change(Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment In accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s)on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one(1)year. Ix `L 0b0 Authorize S naturo Printed 8ionduro h V. 0, TNM Contact NonWTM*(H diluent) 9L I Ccwn ►iiatrar Tdaphom"or Fax 1'11 t Ns c�� ` DOV< 0 Address ¢nmfl Addn" ate 701f Cityfltla�ertip Dab Rev.2!10115 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY IN the total dollar vaius of the contract is$3o,000 or more,then a MBE subcontracting al is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is %of the base bid value of the cordract. Note: If both MBE$(ld SSE subcontracting goals are established for this project.then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Most or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. T60 tfftg�r sOa1i deliVor OW VISE dodumpntation+r; I'd the epprgprj to l nPlWrlee ot iM±tttlt I►►9 dfvfsio'n and obtain a datehfnle r"Tpt. Such repolpt"I ua evWWM that the City received the documentation In the time allocated. A faxdd a"6e erns od copy will nbt be scoilod: 1. Subcontractor Utilization Form,if goal Is received no later than 2:00 p.m.,on the second City business day V met or exceeded: after the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form,if participation is less than after the bid opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form,if no MBE participation:. after the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m.,on the second City business day perform all subcontracting/supplier work: after the bid opening date,exclusive of the bid opening date. 5. Joint Venture Form,if goal is met or received no later than 2:00 p.m.,on the second City business day exceeded: after the bid opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. Rev.2110115 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:02315 Revised July I,2011 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe,Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17,27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Rolling Hills WTP Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project.No.:023/5 Revised July I,2011 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED 3 242015 STANDARD PRODUCTS LIST Approval Spec No. Cimssifkati0m Manufacturer National WASTEWATER Manhole Inserts EI-14 "MahkInun Knuty Ento Mnde m ON.-PWac ASTMDI2/B Fm 24'dia. EI-IO iMahnb Imat SmN WaMe Mc w Mnde to(hder-Ruac ASTM D 1248 Fm 24"din. • EI.14 IMvthok lawn N.R.-1.0.. Merle to Ord.-ph— ASTMD 1248 F.24'din. 0921% EI-14 ,Manhole kcal Smthwutm Pki.g aSwla.lm. Lif.Snv.-SWnlea Sted Fm 24"dk. Ma6oN krmt -_ - Smlhwamm Pak' A Snln,Im. TelhmLOk-SmkI..S Fa 21'dk IManholes&B v — - - Mmrbk Fnma and Coven W,nm Inn Work;aw A Faun 1001 24'x40'WD M.W.Frana and Cows V.k—F 6780 U'n10'WD Manholes&Basrw/FtB.m&CoveWSta dad(Round) EI-14 Mande Fmnw nod Cowin Wenrm Iv Works,Bun A n Fmn 30024 21•Di. E I-14 Muhole Frmv rod Coven M,Kmky I—Wod.Im. A 21 A 21'lla E1-14 _Mmhok F—nrd Coven Neenah Cnnee� .. —. __ M D __ -- EI-14 Mande Fnma ad Coven _VWrwt Fmnd� 1342 _ --- ASTM A 48 24-M.-- 4•Die EI-14 Manhole Frmsand Coven Si C tim MHA44N EI-14 Mmthde Frmnnod Coven Si C MH-143/0 EI-14 Mahok I—and Coven Pmt-A-Mmnv GTS-STD 24-di.. EI-14 ''�Mnelde Frame red Cows N,anh Catlin 24•d, IW31% EI.11 Mande Fnmu ad Cavm Hm Powawnl Mo Ductik lv Mahvl, ASTM A536 24"Di. 7125/03 1 EI-14 I Mahok Fmna and Coven Stint-GobninPl limn P,mrmt/rean RF32-RBFS 30"Die. rOi/311 El-I4 '.30"DI MH Rin ud Cov. E.,Jorda Iron Wor6 V 1432.2 and V 1483 Dun n AASHTO M306-04 30"Din. 10 EI-14 '30'DI II and Cov. �r�Cupu MHI651FWN A MH 16302 xr D. EI-11 �30'DI MH RmB and Cover 91r Pipn Rolm MH32FTWSS-DC 30'pin 11 E1-14 Ce.. Asst 220700 Havy a RftqL 3r Jr. 30•ERGO)(L Annamby lo L,13+ E1-11 _30'DI MH Rke W Cw.(Hie eg d A,-- Fm J.M.I—Work. vela Cmn Lmk/MMC/f-Gukal ASSHTO M105 A ASTM A336 30'm -- - - ---) --- ---- -- I ------- --- — ---- -- -- _ Manholes&Baves/Frames&Covers/Water Tight&Pressure Tight E1.14 Mnohola Rama nod Cavm --_Pmt-A-Mmum I Pmn' 24'Dn. EI.14 hb d k Frmv and Cwm Neagh Cufin 24'Dn EI-14 Muhok Frame-d Cwm VukuF 2342 ASTM A48 24'Din E I-14 hf d k Frata and Coven W,m.n Im Wwk0 A Hw,Fmnft I 300-24P 24"Din EJ-14 bh hok Rena ad Coven re M,Kk Iv Works lm. WPA24AM 24•D 03/08/00 EI-14 M2nbok Frames red Cwm Amu a. mt RC-2100 ASTM A 48 24•Din 0120/01 E I-14 M hok Frames and Cwm Serra kdushies N,-Ltd. 300-24-23.75 Rio ud Cover ASTM A 49 24'Dn. Manholes&Bases/New/C nwnents 072397 �UretI,— 'lwW A" K.K. Ad&.Ulan-Seal P-201 -_— ASTM D224WM 12/13M 0126/00 !IOfisl Jug 6.4'Dam.MH Hawn Coocr.e Prvdmm D—i. No.33-0048-001 0426/00 iPra6k Gukm 6x 4'Di—MH. P.ssSen10.kmC 250.40 Gut. ASTM C-443/C-361 SS MH 12699 aEat6Ad'usmt Rio Lsdah,la PE Ad'uMt R Nonc ae 3/13/05 Emti Wq Caua-CPS Wn dSal MmMle Enu lntim3ntm • EI-14 ��Mande.Roast C_mmte Hydro Cmduit COrp 9PL Imm W9 ASTM C478 48" EI-14 Muhde,React Cmmae _- Wdl Coomete Pip Co.Ina. ASTM C�3 48' • EI-14 "i Manhole.Prrmm Cmcnk _Hav(fomrd�GiaabH00 ASTM C178 ak• _.. 0126/00 EI-14 MH,Smeb Oast Bel Jost H.— _I Type F DwR l"04-0OI_ -_- ASTM C472 _ 48^Diun MH 0923% EI-14 Mahal,.Rant Cmaab Centre,ProArm Ira. 48"I.D.Mmhol,w/32'Cm, ASTM C 478 48'w/32'wen oV7d•06 I EI-14 'Mmb k,Root C— The Tim.C—py 49'1 D Mmh le we 24'Cate ASTM C 478 48• 1027% El-4 Mwhole,Pram Cmcrm _ Otdms0e Prncnal Ira_ 48'1 D.Mande w 24'Cme ASTM C 478 _ _4'Dm w 24' 06"110 e1-14 ^MaoMlo,Recut(Ramfwa F ynv)Cacna _ us Calm m le Fie RoinbmW Poly Cm•nm ASTM c-76 _ 4r o 7 _ �i 12699 R Manhpk Fluid Conminmmt.lnc. Fkwlim ASTM 3753 Noo-ha6e nra 0820/06 Fi ahknM1ok L Mauf.... Nm- frK Ora Manholes&Bases/Rehab Svstems/Cementitious • EI-11 'Mmrhde Rdrb Sysmmn. _____..--l�udmr _ ___- 01/23/01 EI-II :Mmrhole RalrbS mnu SWdardCmmt Mmeritin.lac. RaEmr MSP E I-14 Mnohole Rehab S tams AP/M N..f rm 420/01 EI-14 'Muhok Rehab S ciao St Cm Shan Sul M82A Rah b S tam 5/12/03 E144 .Nabob Relrb S ran Lkm Pol-N Ia T.h..Igi, MH. ASTM D5813 inflhmdm V R 08/30% FlenKn T.Im, Pmduct M.w.Ua nCemsmitiouj 0520% EI-14 iMahok RalrbS has 3 n 3 Wall Pol red—C ASTM D639/D790 EI-14 !Mnohds Rehbs tams Sm Caul 12/1491 C-lig 8.Corraion 1kn ERTECH Sena 20230 ad 2100 01/3196 Cman for CorvmPmlectma Chatertm Am79LSIHB,Sl.S2 Acrd Remamm Tw S—A ma6ms 8282006 C-m R.Corromm Pmmchm Wmnn F.--W 5-301 wd M-301 S—A m4600s 0/03096 - Cmaea for Corronm Pmtemoe C.Id.1 SLS-30"t .Epoxy Sewer A$Inaams Phew/Centrifugally Cast FibmWass Rein_f_orc d_Piod_P_olvm_er Modified Concrete _ 72197 i Cent C-F Habu Pi USA Ira. Habns Pi m-Pmsan ASTM D3262/D3754 I0130/03 1 Gh -FV-Remf-W ,R Ad-h USA Fl—im ASTM D326VD3754 032LIo 'F A— Bmdshad RFMP Pi ASTM D3262ID3754 4114M5 M"fiM Comma Pr Amtmh USA M 1'0l m R ASTM C33,A276.F477 9'.102'.Clue V 06/09/10 El-9 Rdofarmd Pd Cmamne Pi US Cm t,MM Ran(orad P*—Cm.em Pip, ASTM C-76 i d n • E1-0/ ;Cmc.R e�Remfaced WdlCmcrele Pipe Co.lac ASTM C76 -- Cmc.Pipe.I(em(arod Hydra Cmdud C,rymlim Clm 111 TAG,SPL Item M77 A3TL1 C 76 .-_ • ..____ - - __—._ _ __ _ — EI-04 �Cmc.Pt t. Hav Comma Pradu.s SPL Itmn q95-Mahole,q98- _ ASTM C 76 EI-01 1Cmc.Pi ,Rek6omad Generate Pi A Produts Co.Inc. ASTM C 76 P' it n EI-06 Ductik Iv Pipe Grill Pipe Pmduets.Co. Super Hall-Tlk Duada lv Pnsnun Pipe.C Wn AW WA C!M*C 151 3'lha 7A' E 1416 Ducal,hen Pipe Amman Duane 1v Pipe Co. Amenca Futile Pipe AW WA C I SO.CI5) 4•,8'&10' • EI-06 Dmalebon Pipe U.S.PipemM Fmndry Ca. AWWACI50,c131 +--E416 Oocak ben Pipe __ - McWaeCul lien Pipe Co. — -�AWWAC150,Ci51 l_ -- _ r �_ .. - P.......312412015 P.,.1 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:3-24-2015 STANDARD PRODUCTS LIST 11iM/ll EI-MDR-1/PVC Pta-eon Pip _--_ -_- Piplii]aa.wm -. PVCFm--te Pipe _ AWWA C900 _ I'6.Ir-- 10.22114 33-it-12 DR-I4 PVC Pm--lip_-- _--- - Ropl Pmd.0 R".1 SW FVC P.erum Pipe AWWA C900 4'6m I2" Milli I- Optmm Doodle PolWthyW m PPv ASTM D 1248 8' IS pl-be ASTM D 1248 8' pelly Pip,Inc. ASTM D 1218 8" CSR Cmd-ivRplia Syata-____ .- Mdamdl Fn t ASTMD121t _ 1 a 11.91798 EI-31 PVC cmqpw Smww Pig Cmnch Commas P.ad-t-.I-. C-rch A-2000 Sew Pw ASTM F949 Ir 36' Et-31 PVC Sew Pip U EFIC Ultra sort ASTM F949 Oilly CRR 21 SF9N OLMA EI-31 'PV Sw O -d Psi. ' El-25 PVC Sewn Pi CmTeu ltlutris ASTM D 3034 4'd-12' EI.. 'PVC Sew Ca1-kfTeed Pmd-ad ASTM D 3034 4•thm 15' 4444 - El 25 PVC Sew Pie" Ne coo Mmufew.weCory __ ASTMD 304.D 1794 /'AV . • -EI-25 PVC Saw Pbe 1-26 Mem .Is. ASTM O3014 4"-IS' -- t D®cod PIWi-C SR-26 Sul SDR-33 ASTM F T89.ASTM D 3031 4'We 15' 122397• EI-77 PVC Seww Fip- off- _- • PVC Sew Pipe -__-_- L-v3ua Pip, ASTM F789 1'6.15' OUOOi07 EI-37 PVC Sewer pipfift Ja Senor S.-d.1 ASTM D3034 4'6.15' 33-3I-20 Ropl Midi. Ruducb Rmal S-I Slid Wall Pim SDR 26&35 ASTM 3034 4.6.15' EI-25 .PVC Sw Et6aia..Teo Ia ASTM D 3034 8'10' 11/1198 EI.78 PVC SawP D-odPl-d. V 0mvity germ Pim ASTM F679 it z7' Et-28 PVC SewW P' J-M M-6.0.6.2 Cam Im. ASTM F 679 IS'-2r 09/1102 EI-28 PVC Sera ' b Jet Sees SDR-26 and SDr-35 ASTM F•679 jr 11/1299 EI-29 IPVC T..Pipe Ca-ah Caewai-Pnd.M 1. Cmtaoh PVC Tor-Pi ASTM D 2680 8-d-sh 15- 09/2691 Elll42 Clad RofJe PVC Pi Lamson V Im Pi m Prim Cmdui Carl-V ks N.C.Claa Rabb ASTM F 794 W.48" _11/1799 EI00-2 Ckd PmfJe PVC Pip mm.d Rmim Corymad- _ ASTM 1803IF794 iso.48' 059695 M-28_ .PVC S.W Well Pip -..---.-- .._M-W Pl--Cmpmsda PS 46 ASTM W.9___ __ I8'm48^ 0427/06 EI-25 '.PVC Sew Fildnp Hum SDR-26-td SDR-35 Dukes Fitts ASTM D-3034,D-1794,0/e r-15^ EI-25 ;PVC Saw Fitfiep _ .- ___ Ramc Ttad4 mm Oukead PVC 9ewsr Mm Fes_ ASTM D 3034 Pi 09/2691 1 EI00-2 PVC$a+a PIP,Rlmw Lamm Vyl,Pip, C.I.VA.,N.C.Clad P.&11M., ASTM F 679 it m 48• 092691 EI00-2 FVC Sava Pig.RMW Ewu.T ' I., UM-Rib Op,Pm0le Sew Pq, ASTM F 679 Ir w 49- E100-2 FVC Sw Pig.RAbd U En Compoy 11/1410 (E1041) Saw D.*b Wet Ad.-d SsTir W Dmib Wd ASTMF2736 21'-30' 1111410 (EI00-2) lel3roppir(PP)Srr Pbe.T1ipM WeS Advocd SrTib tlP Tripl.W0/Pip _ ASTM FM 30'm d0' OY1611I Sri Ra*/a-d N�r�l Lae Rp C-Taeh CaeMnedm Pradsb Dm� ___ ASTM P2562 __ 21'b 7r Conde%e- ledr6m Tesrk.Inc ASTM F 1216 059399 -Cenda PI-oe NedoW Envita-h Gs p Netimml U-,(SPL)1-427 ASTM F-1216/1)4813 05/1996 Curd*Ple-Pi bdmliem T W*a USA W*.T.Mol ASTM F 1216 PiRaMcbehlold • FId ad Fo_mi Pipe Cullum Pi0a Spame,in. 1-170 In -�Fdd ed Fom Pip _ .4.444„ _ bimf Tmhedopa-b. Iur6um"NPIp" ASTM F-159 _ _ ��Fdd ud Fmm p� 4444 Amercu Res A Ruda 1 Deeb. On _1294rtq _ Fdd ed Faml�______-__-4444- Ullnlam _ _- UIWlea WC Alky Pi eTm ASTM F-159.1871.1867 06709/03 Fdd-d Fom R Mill«P' lino--- --EX Method ASTM F-1501,F-1947 U b it disa. PIM __ PIM coTo dm Pdyedybn PIM Pi-W ,NJ. A Mcco."S em McL.Cm-toad- Palya_h�lme - Hoaea,Tae-__ Pmvm Wy TRS T-M- t Cal Ceeede A Pn �PIDe Canna SQL __ _ __ 1 134192 Sled&ed Ce-*g Span- Adwaxd PtoB 1-ed Sy-r.n.la. C-uls Srel Spe-n.Modd SI 07!0293 Sr*bw Sled Caste Spear Adv-e-d Pm6tm-nd System,leu 3Wnl---Srd Sp--,Mold SM 0122W C--*B Span Cacds W.W-b M-ub -s C.1.93p-cen 09/11/10 -Sl-bles Sri('0/e Sp-r Rpikn SW ed IeuYor Sl b0/Sri Cam Sp- Up b/B'<I>m 09/11/IO GooW 3Md Cei Spo�� Rpima S-I W Ilt-Wa t Cord SW Cr Spw. Up b u•<I>a> 0 loll - SliIs SYJ Cain Sp.- - - Paew-W ------ T -- - IBIOPowaehosh Upb4r<I>,2> 0125/02 E Uni S 3-.wrds,l- S. -OW 210RS IA Coen x2141.33 111491 E V' S Etnoh Techni-1 Ca' E.-h 2030-d 2100 Seri. M114105 P.-401 ASTM B.117 Ductile is Pi GJ WATER PioesNRlves&Fittintu/Combinetion Air Releax EI-11 __;Cmbieedm Air Raleus Velw _ OA Iedueuiee,l-. _ _ Entpin Airmd Vrwb V.I-Medal 935 ASTM A 126 Clue B,ASTM A I•A 2• _-� EI-il :Cmtbi. Air Raus Vdw_-4444 M-oidpbx Membomtio�Co _ Crirpin AV eedV_Vawe,Mda Na.AS, _ 1/2"-I"A 2' EI-11 Cae*..Alr Reba Velw VJw-d Ptienr APCO M 143C,S I45C-d 0147C 1•,2'A3" 072392 E147/ D-dle 6/m F.r.p SM Pip P.od-.lee. Mach.W Jobt Fits p AWWAC153ACi10 EI-07 iD-cdb 6/m F3' Odle P do Co. Meoh-dW J®t Filtio AWWAC 110 E147 'Oacdla h-Fi' McWweT Uei.Udkd-Diwim Mahmial bbl Fitt*µSSB Clm 350 AW WA C 153,C 110,C 111 OL109t EI-07 MJF" Co. C1w350C-153MMai go AWWA C153 1'-24' 02aW14 EI-07 WFie*p -- ---- A- _ _ Cl-3506153MJFd-p AWWAC153 r-Ir 05/1198 EI-07 Duetk Iran Jda Ra-erw ------ -- Fad Mao B-Co.Alei-Fl-Zv _ U..FI-p Soria 1400 AWWACIIVCI53_ _4'636' 0511198 EIEI-24 FVCFVC Job!Reeuub Fad Mao Bmc Co.7Uei-Flee Uai- S-i-1300 Ci-6-Inck AWWACIII/CI33 -_ _ 1"b24'<4> I(/09/01 EI-07 '�D-tk Is Joee Ra-tr-*b 0-Bo lee. tan Bah R--.d Jo*t FM" AWWA C I I VC I I&C 153 4•.12' 0729112 3}11-11 iD_W.1_ M-6/ WJoie.Rearm EBAA Imo,1.c. M4pYy Sai-1100(601 Ppe) AWWACHM116C153 4'.42' 0229112 33-11-11 IPVC Maekui-1 Jost lta imt EBAA Im,be. Mq-Iq Saia 2000 Di.PVC Pie) AWWACMIC116iC153 1'624' 08/05/01 E1417 Maeb ml Joie,S.W-Glad- .Co. Sipco One-Lak Meek-iWJa*t R-t.ma AWWACIII/CI53 4'.24" Mdq Sys (D*m-d Lak 21 A JM Eqb 10/12/10 EI-34__ Iel- Ramsd lent 3yawn S A B T.,h.l Pmdmr L.900) ASTM F-1624 4'm 12' �.--_-'-_-._' .._...__.4....44.4 -_ ._-_-__- .- _ _- --_..._-_"- -.,-- 08716/06 E 1-07 Mmc miW Jamt fi mg_- .. _ SIP Indu-trie- Mahuial Job.Fitenp A W WA C 153 4"m 24" 1 of 1 4 �R.di-t W O-r V d r/no O-n Ans-Fbr Cmhd Sts-2500 Dnw*e 4 9420247 _ 16'_ 12/13.02 _ Rrdi-t W Viw Amebae Fbr Cored Smsn 2530 ud Sri.2376 _ AWWA CSIS _ 30_-d 36' _0813199 _I 'Rriiat Wedge Oab Vdw _Aoverrae Floc C-Od Sts-2520&2524(SD94-9255) _ _ _&0000&CSIS 2a_eed24" 05/1899 ,RailiatW Cue VJw Ames-n nw C-eal Sai-2516 SD9420217) AWWAC515 16' 1024/00 EI-26 RWIia1W Oaevl- Annum Fhm Cored Sett-2300DMkltm AWWAC515 4'.12' OMS104 RWIimtW Oae Vdw Ateedan Floc Cased 42'-d 48'AFC 2500 AWWAC515 42'rtd 48' 05/2391 EI-26 It dimtW Oem Vdw Aenti-e AVKC Ammk-e AVK RWSmt Smded OV AWWA C309 4".12' P,.e.-.12412015 P...2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED 3 24-2015 STANDARD PRODUCTS LIST 012492 EI-26 Roelow WdM Gale V.I. Ammon AVKCompmv 20.-dy.((R E I-26 Rediml Sm w1 Gale Vdw Kww-d 4-12- 12" E I-26 Ill Seated Gam Vdw M&H 4-12' EI-26 Reolmot Seated Gate Vdw Mueler CO. 4^-12• 110599 - RmilmtWedjpGac Vdve Mmlbr Cc, S—A2361(SD 6617) AWWAC515 _ 16' _ _ 01/1393 _ Roilipt Wed,Oae Vale Mudbr Co. Senu A230for IS"-24-(SD 6709) --- AWWA CS IS _ 24^udamWer 051 I193 �RUdiml Wedge Gae Vdve Mueler Co. Medlar 30'&36",C-SIS _ AWWA C515 l0"ud l6' 0131/06 Rmilimtn�Gate Vow_ MWb,Cc Mudlw42•&4A',C-515 AWWA C515 42'ed 48' Oil" T EI-26 RealientW Gas Vdw Claw Vdw Co. ---- AWWA C509 1'-12' 109494 Ruilmw WdW Co.Vdve Clow Vdw Co. 16"RS GV SD D-20995 AW WA C513 16" 119599 El- Rod1ientW Gae Vdw Clow V.I.Co. Cbw RW Vdve SD D-21652 AWWAC513 24"andamdbr 1129101 RadmtlW Gate Vdvc Clow Vdw Cc. Cbw 30'&36"C-515 AWWA C515 30'and 36' l 11/30/12 Rdimot Wedy Gae Vdw Clow V.I.Co. Cl—VA-Mode12639 AWWAC515 059591 EI-26 Rmilimt Seal Gab Vd- SbckWm Vdve&Fimoe. AWWACfm,AlA429-aan,A51M • _E I-26 Rmgm,Send Gae Vdw U.S.Pipe uW Foundry Co. Mdrasul 2M..-qww-o,ots SPL 471_ EI-30 Rubber SWd Bu Val- H ewy Pnn Co. AWWAC-504 1A' EI-30 Rubber Smtad Buftolly V.Ive Mueller Co. 7C-304 24-and amdb, 1/1199 EI-30 'Rubbm Seated Bu Verve Deeunk Vdvu Co. 24•md 061293Ti EI-b�Awoe.Amwieu BowfljVd- V.1—lic Vdwud M.uOCbringCa�. Vhemie Anmiem BUOdy Vaw. Upaewdioeow 49697 EI-JO Rubber 9anted BalaOy Vdw M&H Vdw M&H 9tZfe4f00&1150 24•b4Y 3/1296 -- ----W—Sampfingsufim Wow Pl.. B20 Water Sm in Sb4m Dry Barrel Fire Hydrants 109127 _E-1-12 Ry Be ad Firc Hydrant American-Dating Vdve _Dnw'gNm.90.18608.94-15560 _AWWA C-502 03/31/81 E-1-12 Bard FimH t A—en D.rli Vdve S Dmwn No.94-18791 AWWA C-502 0913027 E.1.12 Dry Bard Fim Hydmt cl—Cpettiem Slop Dmwinm No.D-19595 AWWA C-502 0111293 &1-12 ABFire_HydMI _ Anwnun AVK C_:my MWd 2700 AWWA C-502 082126 E-1-12 B.md FimFim llydrmt Cbw Cagnom _'I--a D20435,D20436,B20306 _AWWA C-502_ -~ E-1.12 B.rrd Fim H mt ITT Kmnd Vdve SM1 Drawn No.D-80783FW AWWA C-302 0924157 1 E.I-12 Bawl lac roll M&H V.N.Com ShW D—ina No.13476 AWWA C-502 Shop Dmwnga N.6161 1W1427 E-1-I3 y7_8aW Fin Hyd— Mueler C—L�o A423 Cem— AWWA C-502 Slop 13—ng FH-12 01/15,85 EI-12 Dw B.wd Fim Hydnot Mueller Com A-42384 rCanbrim 200 AWWA C-502 a] /,87 E-I-12 Bawl Fim H rut U.S.Pi &Peened S Unwn No.960250 AWWA C-502 09/1627 _E-I-12_py Buret Fve Hydrut W.broua CanpnY _ Shop Ilnw_&No.SK740803 _AWWA C-302 089592 EI-IBA PIsgm Meter Boxes __ I-,lod.I—Wor_k.,Inc Meter Be.LPbsoc)w/C1 lid Cl..A,B,C 0825/02_�-- —-—iDoubb$tn Sddl. Smite Bl.ir 1317 N Icn Cmtd Dmbb 31 $ddb - - --- - - 0'/23/12 3}12-10 Dcubb Servim Sddle mwler Com DR25 Doubb SS Stn UlSddk AWWA C800 1'-2'SVC, b2A'Pi 102727 Curb St BWI Meter Vd-a M.Dcosld 6100M,61WMT&610MT 3q"and I' 1011727 Curb S1 Bdl Meter yaws M.Donad 4603B,4604B4 6100M,6 100T ad 6101 M I'i and 1" 012690 IC-td T.p�i'ogSaddle with Dwrble SS Strap JCM Ind—iu.Inc. 1406 Double Bud SS S.M. _1"-2-T.p m up m 12" ICwrod T.�_'n�_S.ddle wib Single SS Strap_ JCM Id—iu,lnc. 4 _4405 Ccod Tappmg Saddle_ _ I'Taps m uP m 12' 4521/12 3}12-25 T 9msa BtarJ) )CM ldwtriw.1. II 412 Ta SImw ES9 AWWAC-221 U..30'.111 Do 05/10/11 T wps Eipw 514 Powas.W M90A5 Flan &3490291 4"-/-ad 16' 02129/12 3}12_25 Typy Sbw(Ceated Str0 _ Rarmc FTS 240 AWWA C-221 U b42'w21.Out 01129/12 3}12-23 Ta Sbew(Sbnlw StmD _- Ranu_ _ SST Sbinbw Sbd _ AWWAC-223__ Ub2A'w212.0m 07119/11 3}12-25 T gle—(&-I—Srd) Ranac SST 111Sioml—Slml AWWA C-223 b30"w211.Ou1 05110 111 Jda1 P.—W 3232Bsli Jaitt -rC 4•p30' 012896 Pluoc Mae,Box w CI Ld _ ACCUCAST TM -A'Pluuc Baz w CI Ld C Ws-A" 05/3096 �— Pluoc Meer 3-w/Pl.aw Ld DFW Pluuca Inc Clsu"A"Pl.mc Baz w Pluoc lad C W."A" 0324,15 33-12-10 Ph—Maw B-lad ACCUCAST Clsu"A"Plutic Boz Lid Cl.."A"•A"&1 Poly;ftlene Encmmmt 05112/05 EI-13 P&itkvkm Er,aam.nl Fulm Ee AWWAC105 8-1 LLD 05/1295 EI-13 l wE amew Mm...SbkPluu MP)wd AEP lnd SWdard Hod— AWWACI05 5m,1 LLD 05,1295 EI-13 __Fdymhylme Ermameet AEP lndutnes Bullet 5by Cowtowe Bell&GSSket AWWAC105 emit lLD MgM 020593 E101.5 Dmexiw Check Mae, ur Au COm Me"IODO Dce Check Vdvc AWWAC550 4'-10" 0&3/04 Ma eic Dnw Vacl Tbnc H Moogm Driw Venial AWWA C701,CIusl NOTES From 0, Sbdwd Pr A.-I- <1� Cartier Pive I.D. _ _31 __:Abow 45"A_p"rvoed an cam by cue beau <3> 30-inch ud le -Pna 4> Pm6 c1 A wed b 36'eHowe-r.C905 PVC Pipe i.ml a wed u b 24' an on aner t o a b m�mmiz0 t ina mn N w c meal 1 e M M ale, 1 a Pem uama mg a ray mrlatrtrcam p n- $pec6c.tim for apW r pmAreR sm ncldd a put of the Cmatmmim Cm=D¢ummbe the mgmrmnmb of O,Tmhobd Speeifiutim wi11 ovwnde Ore Fort WaN Wam,Depnmmtl Sbnhd Spai&abort,and the Fart Weeth Wsm Deprtmmt'a StandW l4aduab ud aW app ,I ofd,specific pad-,will be budon the req,il-150fthe Teeh—1 Sp.dfiwdm whmlw,aortbe,pcir paduet mmta the Fwl Wanh Wow Depatmut'a Studud Specifimii—r is m the Fort W.M Wow 'a Smdad Pmducb Li. � f P.......3124/2015 P.s.3