Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 50436
CITY SSCRr--T R)r CON r RACT NO.--56 4- FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement City Project No. CO2648 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PUNEET GUPTA, TEXAS P.E.NO.113692 ON 09212017. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 01/09/2018 11 12 p� Co 1r) Cb N Prepared for WThe City of Fort Worth r Q Q Water Department ��b z v January 2018 Issued for Construction Gupta & Associates, Inc CONSULTING ENGINEERING Texas Board of Professional Engineers Firm Registration Number: F-2593 O"ICIA.MCORD CIT'SICpRY rr.lady TX I 0,�-IaT CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-283078 Texsun Electrical Contractors,inc Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/13/2017 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. CO2648 Village Creek Water Rec Electrical Work 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Crew,Tom Fort Worth,TX United States X Moulder, Doug Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. .+ovft"., HOLLIE PAGE Notafy Public.State of Texas Comm.Expires 06-03-2018 kv-/f ;;'^ Nofofy ID 128288529 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP!SE=AL ABOVE � f� Sworn to and subscribed before me,by the said C�(�(� e t') this the_ a^ ( day of 1 I Qy 20 to to certify which,witness my hand and seal of office. v Signature of officer admoath Printed name of officer admin' to ing oath Title of officer administering oath Forms provided by Texas Ethics Commission www,ethics.state.tx.us Version V1.0.3337 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement City Project No. CO2648 Betsy Price David Cooke Mayor City Manager Kenneth Morgan Water Director Prepared for The City of Fort Worth Water Department January 2018 Issued for Construction Ca A I Gupta & Associates, Inc CONSULTING ENGINEERING 09�yd In association with MBROH ENGINEERING INC CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT Project No. 02648 CIVIL RESPONSIBLE ENGINEER Division 02 Existing Conditions 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03 Concrete 03 10 00 Concrete Formwork 03 15 16 Concrete Joints 03 20 00 Concrete Reinforcement 03 30 00 Cast in Place Concrete 03 60 00 Grout Division 05 Metals 051200 Structural Steel 05 30 00 Metal Roof Decking 05 50 00 Miscellaneous Metal Fabrication 05 50 01 Anchorages 05 52 13 Aluminum Handrail and Railings Division 31 Earthwork 31 6329 Drilled Concrete Piers THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY AMANDA SMAYDA, TEXAS P.E.NO.113026 ON 09/21/2017. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 01/09/2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT Project No. 02648 ELECTRICAL RESPONSIBLE ENGINEER Division 26 Electrical 26 00 00 Electrical — General Provisions 26 05 13 Medium Voltage Cables 26 05 19 Wires and Cables (1000 Volt Maximum) 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceways, Boxes and Fittings 26 05 43 Underground System 26 05 73 Power System Study 2611 16 Substation Transformers 26 12 19 Pad Mounted Transformers 26 13 13 Medium Voltage Metal-Clad Switchgear 26 13 22 Medium Voltage Sealed Deadfront Distribution Switchgear 26 18 39 Medium Voltage Motor Control Centers 26 22 13 Distribution Dry-Type Transformers 26 24 16 Panelboards 26 24 19 Low Voltage Motor Control Centers 26 27 13 Power Metering and Protective Relays 26 27 26 Light Switches and Receptacles 26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 26 29 25 Eddy Current Controller 2641 00 Lightning Protection System 2641 19 Electrical Demolition 26 43 13 Low Voltage AC Surge Protective Devices (SPDs) 26 50 00 LED Lighting System THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PUNEET GUPTA, TEXAS P.E.NO.115692 ON 09/21/2017. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 01/09/2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT Project No. 02648 INSTRUMENTATION & CONTROLS RESPONSIBLE ENGINEER Division 40 Instrumentation 4061 00 Instrumentation and Controls —General Provisions 4061 21 Process Control System Testing 40 63 00 Programmable Logic Controller 40 66 00 Communications Interface Equipment and Systems 40 67 00 Instrumentation and Controls — Control Panels 40 78 00 Panel Mounted Control Devices THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY LARRY REYNOLDS, TEXAS P.E.NO.98651 ON 09/21/2017. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 01/09/2018 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT Project No. 02648 INSTRUMENTATION & CONTROLS RESPONSIBLE ENGINEER Division 40 Instrumentation 4061 96 Control Loop Descriptions and 1/0 List THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY ROGER WILLIAMSON, TEXAS P.E.NO.118882 ON 09/21/2017. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 01/09/2018 THIS PAGE INTENTIONALLY LEFT BLANK RT W RTH 0 0 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 4 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 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 0045 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 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01-General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 0157 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add#3 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03-Concrete 03 1000 Concrete Formwork 03 11 14 Void Forms 03 15 16 Concrete Joints 03 20 00 Concrete Reinforcement 03 30 00 Cast in Place Concrete 03 60 00 Grout Division 05-Metals 05 1200 Structural Steel 05 30 00 Metal Roof Decking 05 50 00 Miscellaneous Metal Fabrication 05 50 01 Anchorages 0552 13 Aluminum Handrail and Railings Division 26-Electrical 26 00 00 Electrical-General Provisions 2605 13 Medium Voltage Cables 2605 19 Wires and Cables(1000 Volt Maximum) 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceways,Boxes and Fittings 26 05 43 Underground System 26 05 73 Power System Study 2611 16 Substation Transformers 26 12 19 Pad Mounted Transformers 26 13 13 Medium Voltage Metal Clad Switchgear 26 13 22 Medium Voltage Sealed Deadfront Distribution Switchgear 3 26 18 39 Medium Voltage Motor Control Centers 26 22 13 Distribution Dry-Type Transformers 26 24 16 Panelboards 26 24 19 Low Voltage Motor Control Centers 26 27 13 Power Metering and Protective Relays 26 27 26 Light Switches and Receptacles 26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 26 29 25 Eddy Current Controller 2641 19 Electrical Demolition 2643 13 Low Voltage AC Surge Protective Devices(SPDs) 26 50 00 LED Lighting System Division 40-Instrumentation and Controls 40 61 00 Instrumentation and Control—General Provisions 40 61 21 Instrumentation Testing and System Commissioning 40 61 96 Control Loop Descriptions and IO Listing 40 63 00 Programmable Logic Controllers 40 66 00 Communications interface Equipment and System CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add#3 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 40 67 00 Instrumentation and Controls—Control Panels 40 78 00 Panel Mounted Control Devices Appendix GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter 3 END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/9/2018 -Ordinance No.23073-01-2018& Resolution No.4894-01-2018 DATE: Tuesday,January 9,2018 REFERENCE NO.: C-28536 LOG NAME: 60VCWRF PRIMARY AREA SWITCHGEAR IMP-CONSTRUCTION SUBJECT: Authorize Execution of a Contract with Texsun Electrical Contractors,Inc., in the Amount of$10,765,692.31 for the Village Creek Water Reclamation Facility Primary Area Switchgear Improvements,Provide for Project Costs and Contingencies for a Total Construction Cost in the Amount of $11,200,000.00,Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future debt for the Village Creek Water Reclamation Facility Primary Area Switchgear Improvements Project; 2. Adopt the attached appropriation ordinance increasing estimated appropriations in the Water and Sewer CP Fund in the amount of $11,200,000.00 and reducing the overall CP appropriation authority;and 3. Authorize execution of a contract with Texsun Electrical Contractors, Inc.,in the Amount of$10,765,692.31 for the Village Creek Water Reclamation Facility Primary Area Switchgear Improvements. DISCUSSION: This construction contract will replace and/or rehabilitate critical electrical infrastructure that is corroded,obsolete,difficult to maintain,or unsafe to operate at the primary effluent pump stations, primary sludge pump stations,the bar screen buildings,and the generator distribution station.On May 17,2016(M&C C-27720),the City Council awarded an Engineering Agreement with Gupta and Associates,Inc.,for the Design of the Replacement,Removal and/or Modification of the Primary Area Switchgear at the Village Creek Water Reclamation Facility(VCWRF)which was amended one time providing additional funding for surveying, geotechnical investigation,and structural and electrical design. The project was advertised for bid on September 21,2017 and September 28, 2017 in the Fort Worth Star-Telegram, On November 09,2017 the following bids were received: idler [Baso Bid Contract Time Texsun Electrical 548 Contractors $10,765,692.31 Calendar Days ACME Electric $11,227,382.31 Company Facility $11,435,192.31 Solutions Group In addition to the contract cost,the amount of$300,000.00 is required for project contingencies and$134,307.69 is provided for inspection,testing, project management and Staff time. Construction is anticipated to commence in February 2018,with a contract time of 548 calendar days,the project is estimated to be complete by Fall 2019.This project will have no impact on the Water Department's operating budget when complete. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund.Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Commercial Paper(CP)Program will be used to provide interim financing for this project until debt is issued.To the extent resources other than the Water and Sewer portfolio are used to provide interim financing,the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio(currently approximately one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short-term financing source,another funding source will be required,which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned.Once debt associated with this project is sold,bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. The City Council adopted the Water Department's Fiscal Year 2017-2021 Five Year Capital Improvement Plan on January 24,2017,Mayor and Council Communication(M&C G-18927).This City Council adopted plan includes this specific project,with funding identified through the CP program to be reimbursed with future revenue bonds.In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years.This debt must be issued within approximately three years to provide reimbursement for these expenses.If that does not occur,the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods.Adoption of this resolution does not obligate the City to sell bonds,but preserves the ability to reimburse the City from tax-exempt bond proceeds. M/WBE OFFICE: Texsun Electrical Contractors,Inc.,is in compliance with City's BDE Ordinance by committing to seven percent MBE participation. The City's MBE goal on this project is seven percent. The project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance,funds will be available in the Water and Sewer CP Fund for this project.The Water and Sewer CP Fund includes authority of$150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer,the balance will be$114,825,529.00.Funding for this project is depicted in the table below: Fund Existing Future project Total* Ap ropriations Appropriations 2016 Water and Sewer $612,800.00 $0.00 $612,800.00 Bond Fund 56005 Water/Sewer CP Fund $275,000.00 $11,200,000.00 $11,475,000.00 56014 Project $887,800.00 $11,200,000.00 $12,087,800.00 Total *Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDS): IQ Fund Department Account Project program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project program Activity Budget Reference# Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Dellartment Head: Kara Shuror (8819) Additional Information Contact: Farida Goderya (8214) ATTACHMENTS 1. 60VCWRF PRIMARY AREA SWITCHGEAR IMP-CONSTRUCTION 60_AOO_18 Reyj.docx (Public) 2. 60VCWRF PRIMARY SWITCHGEAR-TEXSUN CONSTR-REIMB RESOLUTIONr.doc (Public) 3. FID Table for 60VCWRF PRIMARY AREA SWITCHGEAR CONSTRUCTION.pdf (cFw tntemat) 4. SAM searchResults for Texsun ndf (cFw internal) 5. Texsun Electrical Compliance Memo.pdf (cFw tntemai) 6. VCWRF Switchgear.pdf (Public) 7. Village Creek Misc Swgr-Texsun ethics form 1295,2df (Public) CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT NO. CO2648 ADDENDUM NO. 1 The following additions, deletions, modifications, or clarifications, along with all attachments shall be made to the appropriate sections of the Specifications and Contract Documents and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. The Plans, Specifications, and Contract Documents shall be modified as required by the following items: SPECIFICATIONS: 1. Specification section 26 13 22: Medium Voltage Sealed Deadfront Distribution Switchgear a. Paragraph 2.01.A: Delete and replace with following: "Subject to compliance with Contract Documents, the following Manufacturer is acceptable: 1. S&C Electric." b. Paragraph 2.03.B.1: Delete and replace with following: "All enclosures shall be made of 316 stainless steel, single welded, sized as shown on the drawings, and manufactured to ANSI C37.72 and C57.12.28 standards." THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE WITH THE BID FORM. GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE �%%%t -tE OF TF11 //�q 115692 •�� 0#44`.4CENS;�'�2�� 4%/0 L 09/29/2017 Addendum No. 1 1 Village Creek WRF Miscellaneous Switchgear Replacement September 29,2017 CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT NO. CO2648 ADDENDUM NO. 2 The following additions, deletions, modifications, or clarifications, along with all attachments shall be made to the appropriate sections of the Specifications and Contract Documents and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. The Plans, Specifications, and Contract Documents shall be modified as required by the following items: SPECIFICATIONS: 1. Specification section 00 45 40: Minority Business Enterprise Specifications a. 3b Paragraph: Delete and replace with the following: "The City's MBE goal on this project is 7% of the total bid value of the contract." 2. Specification Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance a. Revise the Construction MBE Goal from 14%to 7%. 3. Specification section 26 00 00: Electrical- General Provisions a. Paragraph 1.01.x: Delete and replace with the following: "The work includes demolition of existing electrical equipment, associated conductors and raceways. Included is the removal of ductbanks and manholes. The contractor shall visit the site and verify the size of the ductbanks to be removed by inspection at the manholes and other places where the conduits transition from concealed to exposed. The contractor shall include all labor and expense to remove the ductbanks, provide fill dirt to replace the volume of ductbank removed and compact to 95%. The contractor shall reseed grass areas and repair streets or sidewalks disturbed by the removal of ductbanks shown or specified to be removed." 4. Specification section 26 05 33: Raceways, Boxes and Fittings a. Paragraph 3.01. CA. Revise item no. 4 in Raceway System column with the following: "Rigid Non-Metallic, Schedule 80 PVC (RNC)Type" 5. Specification section 26 05 43: Underground System Addendum No. 2 1 Village Creek WRF Miscellaneous Switchgear Replacement October 11, 2017 a. Paragraph 2.01. A.7. Delete and replace with the following: "Concrete encasement for raceways and ductbanks shall be normal weight concrete weighing not more than 145 pounds per cubic foot with compressive strength, a minimum of 3500 pounds per square inch, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of 3/4-inch, a slump of four to six inches and flow freely without the use of vibrators. Install red dye of 40 pounds per 10 cubic yards of concrete, installed in the truck at the concrete plant." 6. Specification section 26 11 16: Substation Transformers a. Delete Paragraph 3.02"Factory Witness Tests" in its entirety. 7. Specification section 26 12 19: Pad-Mounted Transformers a. Delete Paragraph 2.12 "Witness Testing" in its entirety. 8. Specification section 26 13 22: Medium Voltage Sealed Deadfront Distribution Switchgear a. Paragraph 2.08: Delete and replace title with the following: "WITNESS TESTING(APPLICABLE FOR SELECTOR SWITCH SS-51 AND SELECTOR SWITCH SS-52 ONLY)" b. Paragraph 2.08.6: Delete and replace with the following: "The number of Owner representatives witnessing the tests will be 3 persons and the number of Engineer representatives witnessing the tests will be 2 persons." c. Factory witness testing intended for selector switch SS-51 and SS-52 only. 9. Specification section 26 18 39: Medium Voltage Control Centers a. Modify header to"MEDIUM VOLTAGE MOTOR CONTROL CENTERS." b. Delete Paragraph 2.12"Witness Testing" in its entirety. PLANS: 1. Sheet No. EA-11: Generator Distribution Station Building Basement Plan- Modification a. Add note 10 as follows: "Contractor shall cut the existing underground conduits, minimum of 1 foot away from the external wall of the building. Provide couplings/connectors as required to connect new underground conduits to existing conduits." b. Add note 10 call out to plan view. 2. Sheet No. SD-02: Primary Sludge Pump Station No.2 Foundation Plan a. Delete and replace note 7 with the following: Addendum No.2 2 Village Creek WRF Miscellaneous Switchgear Replacement October 11, 2017 "Remove and reinstall metal fencing at existing equipment pad as necessary for excavation and installation of duct bank." 3. Sheet No. SD-04: Primary Sludge Pump Station No.2 Foundation Plan a. Modify section to show existing 8 inches void space below equipment pad. Add callout for void space to read as follows: "8 inches void space to remain." 4. Sheet No. SJ-02: Primary Sludge Pump Station No.1 Foundation Plan a. Delete and replace note 7 with the following: "Remove and reinstall metal fencing at existing equipment pad as necessary for excavation and installation of duct bank." 5. Sheet No. SJ-04: Primary Sludge Pump Station No.1 Foundation Plan a. Modify section to show existing 8 inches void space below equipment pad. Add callout for void space to read as follows: "8 inches void space to remain." THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE WITH THE BID FORM. GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE 1 �; ��c. rigs #; *.�.NNN.NNINN.AN / «:NEST GUPTA / 115692 10/11/2017 Addendum No.2 3 Village Creek WRF Miscellaneous Switchgear Replacement October 11, 2017 CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT NO. CO2648 ADDENDUM NO. 3 The following additions, deletions, modifications, or clarifications, along with all attachments shall be made to the appropriate sections of the Specifications and Contract Documents and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. The Plans, Specifications, and Contract Documents shall be modified as required by the following items: GENERAL: 1. Bid Opening Date is moved from October 26, 2017 to November 09, 2017. 2. Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter is included in the addendum. SPECIFICATIONS: 1. Specification section 00 00 00: Table of Contents a. Division 26 - Electrical: Add the following specification section to the list: "26 13 13 Medium Voltage Metal-Clad Switchgear" b. Appendix: Add the following to the list: "Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter" 2. Specification section 00 11 13: Invitation to Bidders a. Delete specification in its entirety and replace with specification 00 11 13 Invitation to Bidders, attached to this addendum. 3. Specification section 00 41 00: Bid Form a. Paragraph 7. Bid Submittal: Delete the first sentence and replace with the following: "This Bid is submitted on November 09, 2017 by the entity named below." 4. Specification section 00 42 43: Proposal Form a. Delete specification in its entirety and replace with specification 00 42 43 Proposal Form, attached to this addendum. Addendum No. 3 1 Village Creek WRF Miscellaneous Switchgear Replacement October 18, 2017 5. Specification section 01 11 00: Summary of Work a. Delete specification in its entirety and replace with specification 01 1100 Summary of Work, attached to this addendum. 6. Specification section 26 12 19: Pad-Mounted Transformers a. Paragraph 2.05.D: Delete and replace with the following: "One-inch drain valve with sample valve for oil testing. Provide externally accessible port for oil sampling and testing." b. Delete paragraph 2.06. B in its entirety. 7. Specification section 26 13 13: Medium Voltage Metal-Clad Switchgear a. Add specification 26 13 13 Medium Voltage Metal-Clad Switchgear to the project manual, attached to this addendum. 8. Specification section 26 13 22: Medium Voltage Sealed Deadfront Distribution Switchgear a. Delete paragraph 2.04. D in its entirety. 9. Specification section 26 18 39: Medium Voltage Motor Control Centers a. Paragraph 1.02. J: Delete and replace with the following: "Section 26 13 13 Medium Voltage Metal Clad Switchgear" b. Paragraph 2.03. B.1: Delete and replace with the following: "Enclosures shall be NEMA 3R, Non-Walk-In enclosures." c. Delete Paragraph 2.03. F in its entirety. d. Paragraph 2.04. A.1: Delete and replace with the following: "The MVMCC will not include the main section. A transition section from the main switchgear shall be included with a continuous bus to provide power to the MVMCC. Refer to Medium Voltage Metal-Clad Switchgear 26 13 13 for main section." e. Delete paragraph 2.05.A.2.b in its entirety. f. Paragraph 2.05. A.3: Add the following: "Manufacturer shall determine the fuse and CT ratios based on actual motor parameters." g. Delete paragraph 2.05. B.1.a.1.b in its entirety. 10.Specification section 26 24 19: Low Voltage Motor Control Centers a. Delete Paragraph 2.04.A.8 in its entirety. Addendum No. 3 2 Village Creek WRF Miscellaneous Switchgear Replacement October 18, 2017 11.Appendix: Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter a. Include specification Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter to the project manual, attached to this addendum PLANS: 1. Sheet No. EA-05: Generator Distribution Station Building: Existing Basement Level an Below Grade Plan - Demolition a. Delete existing conduit between transformer PA-53 and SWGBHV. It is abandoned and not intended to be reconnected. 2. Sheet No. EA-07: Generator Distribution Station Building: Switchgear MA and Switchgear MB One-line diagram- Modification a. Add kirk-key on the input side of Selector Switches SS-51 and SS52. 3. Sheet No. EA-08: Generator Distribution Station Building: Selector Switches SS-51 and SS52 One-line Diagrams- Modification a. Delete this sheet in its entirety and replace with new sheet EA-08 attached to this addendum. 4. Sheet No. EA-09: Generator Distribution Station Building: Conduit and Conductor Schedule and Interface Diagram a. Conduit and Conductor Schedule: Delete 5kV insulation rating for 480V feeders PA53-P and PA54-P. 5. Sheet No. EA-11: Generator Distribution Station Building: Basement Plan - Modification a. Delete existing conduit between transformer PA-53 and SWGBHV. It is abandoned and not intended to be reconnected. 6. Sheet No. EA-12: Generator Distribution Station Building: Ductbank Sections a. Delete this sheet in its entirety and replace with new sheet EA-12 attached to this addendum. 7. Sheet No. EC-03: Area B Odor Control- Electrical Distribution- Modification a. Delete and replace note 5 as follows: "The pad mounted switchgear manufacturer shall be responsible for providing and coordinating transition section for connection to pad mounted transformer." 8. Sheet No. ED-26: Primary Effluent Pump Station No.2: Schematic-I a. Delete Power Factor Correction Capacitor(PFCC). 9. Sheet No. EJ-27: Primary Effluent Pump Station No.1: Schematic-I Addendum No. 3 3 Village Creek WRF Miscellaneous Switchgear Replacement October 18, 2017 a. Delete Power Factor Correction Capacitor(PFCC). ATTACHMENTS: 1. 00 11 13 Invitation to Bidders- Reissued 2. 00 42 43 Proposal Form - Reissued 3. 00 11 00 Summary of Work- Reissued 4. 26 13 13 Medium Voltage Metal-Clad Switchgear- New 5. Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter 6. EA-08- Reissued 7. EA-12 - Reissued THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE WITH THE BID FORM. GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE y ���y�PtE O• �'c�qJ+'/ / P��EET GUPTA 10/18/2017 Addendum No. 3 4 Village Creek WRF Miscellaneous Switchgear Replacement October 18, 2017 CITY OF FORT WORTH VILLAGE CREEK WRF MISCELLANEOUS SWITCHGEAR REPLACEMENT PROJECT NO. CO2648 ADDENDUM NO. 4 The following additions, deletions, modifications, or clarifications, along with all attachments shall be made to the appropriate sections of the Specifications and Contract Documents and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this addendum in the space provided on the Bid Form. The Plans, Specifications, and Contract Documents shall be modified as required by the following items: PLANS: 1. Sheet No. E-05: Existing Enlarged Site Plan a. Show Yard Pump located next to the EMH-36. 2. Sheet No. ED-13: Primary Effluent Pump Station No.2: MCC-PE2 One-line Diagram - Modification a. Delete separate PT feeding Power Monitoring Meter'PM 1-2'. b. Use only 1 PT to feed both Feeder Protection Relay'FP1-2' and Power Monitoring Meter'PM1-2'. c. Provide 2 separate fuses on secondary of PT. 3. Sheet No. ED-14: Primary Effluent Pump Station No.2: MCC-PE2C One-line Diagram - Modification a. Delete separate PT feeding Power Monitoring Meter'PM 1-2C'. b. Use only 1 PT to feed both Feeder Protection Relay'FP1-2C' and Power Monitoring Meter'PM1-2C'. c. Provide 2 separate fuses on secondary of PT. 4. Sheet No. EF-12: Primary Sludge Pump Station No.3: Primary Clarifier 13 and 16 Plan - Modification a. Delete note no.3. Delete callouts for note no.3. Renumber note no.4 to be note no. 3. Revise callout for note no. 4 to be note no. 3. b. Show new conduit between Junction Box J-6 to wireway and junction box J-7 and wireway. c. Riser Diagram for Primary Clarifier No.13: Addendum No. 4 1 Village Creek WRF Miscellaneous Switchgear Replacement November 02, 2017 1. Add a separate disconnect switch to provide separate disconnects for drives 13A and 13B. 2. Add Oil Switch for Primary Clarifier No. 13. Provide 4#14 control wires between Junction Box J-1 and Oil Switch. 3. Revise wires for tag MCPS3-5AP/C to 6#12 2#12G, 16#14 in 2" C. 4. Add 2#14 from wireway to Beacon. 5. Revise control wires between wireway and control station CS- PC13 to 4#14, #14G in 3/4"C. d. Riser Diagram for Primary Clarifier No.16: 1. Add a separate disconnect switch to provide separate disconnects for drives 16A and 16B. 2. Add Oil Switch for Primary Clarifier No. 16. Provide 4#14 control wires between Junction Box J-2 and Oil Switch. 3. Revise wires for tag MCPS3-6AP/C to 6#12 2#12G, 16#14 in 2" C. 4. Add 2#14 from wireway to Beacon. 5. Revise control wires between wireway and control station CS- PC16 to 4#14, #14G in 3/4" C. 5. Sheet No. EF-13: Primary Sludge Pump Station No.3: Primary Clarifier 13 and 16 Details a. Detail B: Add a disconnect switch. b. Detail B: Modify control station to 2 push buttons. 6. Sheet No. EF-14: Primary Sludge Pump Station No.3: Primary Clarifier 14 and 17 Plan - Modification a. Delete note no.3. Delete callouts for note no.3. Renumber note no.4 to be note no. 3. Revise callout for note no. 4 to be note no. 3. b. Show new conduit between Junction Box J-11 to wireway and junction box J-12 and wireway. c. Riser Diagram for Primary Clarifier No.14: 1. Add a separate disconnect switch to provide separate disconnects for drives 14A and 14B. 2. Add Oil Switch for Primary Clarifier No. 14. Provide 4#14 control wires between Junction Box J-11 and Oil Switch. Addendum No.4 2 Village Creek WRF Miscellaneous Switchgear Replacement November 02,2017 3. Revise wires for tag MCPS3-5BP/C to 6#12, 2#12G, 16#14 in 2" C. 4. Add 2#14 from wireway to Beacon. 5. Revise control wires between wireway and control station CS- PC14 to 4#14, #14G in 3/4" C. d. Riser Diagram for Primary Clarifier No.17: 1. Add a separate disconnect switch to provide separate disconnects for drives 17A and 17B. 2. Add Oil Switch for Primary Clarifier No. 17. Provide 4#14 control wires between Junction Box J-12 and Oil Switch. 3. Revise wires for tag MCPS3-6BP/C to 6#12, 2#12G, 16#14 in 2" C. 4. Add 2#14 from wireway to Beacon. 5. Revise control wires between wireway and control station CS- PC17 to 4#14, #14G in 3/4" C. 7. Sheet No. EF-15: Primary Sludge Pump Station No.3: Primary Clarifier 14 and 17 Details a. Detail B: Add a disconnect switch. b. Detail B: Modify control station to 2 push buttons. 8. Sheet No. EF-16: Primary Sludge Pump Station No.3: MCC-PS3 One-line Diagram - I a. Reference MCC-PS3 circuit No. 5B -Add a separate disconnect switch from junction box to provide separate disconnects for drives 14A and 14B. b. Reference MCC-PS3 circuit No. 6B-Add a separate disconnect switch from junction box to provide separate disconnects for drives 17A and 17B. 9. Sheet No. EF-17: Primary Sludge Pump Station No.3: MCC-PS3 One-line Diagram— II and Speed Controller Elevation a. Reference MCC-PS3 circuit No. 5A-Add a separate disconnect switch from junction box to provide separate disconnects for drives 13A and 13B. b. Reference MCC-PS3 circuit No. 6A-Add a separate disconnect switch from junction box to provide separate disconnects for drives 16A and 16B. c. Add note no. 5 as "Connect power to the Yard Watering Pump by using existing wire and conduit. Install new J-box in the basement of Primary Sludge Pump Station No. 3 to splice wires. The Yard Watering Pump is located next to EMH- 36. Refer to sheet E-05." d. Add call out for note no. 5 for Yard Watering Pump on the One-line diagram. Addendum No. 4 3 Village Creek WRF Miscellaneous Switchgear Replacement November 02, 2017 10.Sheet No. EF-19: Primary Sludge Pump Station No.3: Conduit and Conductor Schedule a. Conduit Tag: MCPS3-5A P/C: Revise number of sets to 2. Add 16#14 control wires. Revise conduit size to 2". b. Conduit Tag: MCPS3-6A P/C: Revise number of sets to 2. Add 16#14 control wires. Revise conduit size to 2". c. Conduit Tag: MCPS3-7A P/C: Add 12#14 control wires. Revise conduit size to 2". d. Conduit Tag: MCPS3-513 P/C: Revise number of sets to 2. Add 16#14 control wires. Revise conduit size to 2". e. Conduit Tag: MCPS3-613 P/C: Revise number of sets to 2. Add 16#14 control wires. Revise conduit size to 2". f. Conduit Tag: MCPS3-76 P/C: Add 12#14 control wires. Revise conduit size to 2". 11. Sheet No. EF-30: Primary Clarifier Schematic-III a. Delete this sheet in its entirety and replace with new sheet EF-30 attached to this addendum. 12. Sheet No. EJ-14: Primary Effluent Pump Station No.1: MCC-PE1A One-line Diagram - Modiflcation a. Delete separate PT feeding Power Monitoring Meter'PM 1-1 A'. b. Use only 1 PT to feed both Feeder Protection Relay 'FP1-1A' and Power Monitoring Meter'PM1-1A'. c. Provide 2 separate fuses on secondary of PT. 13. Sheet No. EJ-15: Primary Effluent Pump Station No.1: MCC-PE1B One-line Diagram - Modification a. Delete separate PT feeding Power Monitoring Meter'PM 1-1B'. b. Use only 1 PT to feed both Feeder Protection Relay'FP1-16' and Power Monitoring Meter'PM1-16'. c. Provide 2 separate fuses on secondary of PT. ATTACHMENTS: 1. EF-30 - Reissued Addendum No. 4 4 Village Creek WRF Miscellaneous Switchgear Replacement November 02,2017 THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE WITH THE BID FORM. GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE %%%% .P;v,of,rF11 it of GUPTA / �..y .».....«.y«/ 00 o 115692 •�eAw 11/02/2017 Addendum No. 4 5 Village Creek WRF Miscellaneous Switchgear Replacement November 02, 2017 001113-1 INVITATION TO BIDDERS Page 1 of 2 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement Proiect,City Proiect No.02648 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 until 1:30 P.M.CST,Thursday,November 09,2017,and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: Replace the 15kV switches,transformers,substations and motor control centers and switchgear in the Primary Area. Electrical improvements include replacing 2300V switchgear,480V motor control centers,transformers, 15kV selector switches,associated wire and conduit at the following process areas: Sludge Pump Stations 1-4,Bar Screens 1-3, Odor Control,and Primary Effluent PS 1&2. PREQUALIFICATION 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. Additional requirements for special prequalification procedures for this proiect are outlined in the INSTRUCTIONS TO BIDDERS and previous special pre-qualification by FWWD will not be considered. Bidders must be qualified through both the City's standard qualifications process and special prequalification requirements for this proiect. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at httv://www.fortworthtexas.jzoy/Rurchasin>--J 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 on the City's Buzzsaw website. PREBID CONFERENCE CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 001113-2 INVITATION TO BIDDERS Page 2 of 2 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: October 5,2017 TIME: 9:OOAM PLACE: Village Creek WRF Plant Arlington,Texas 76012 LOCATION: Administration Building Conference Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING 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. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Goderva,PE,City of Fort Worth Email: Farida.Goderyana fortworthtexas.gov Phone: 817-392-8214 Attn: Puneet Gupta,PE,Gupta&Associates Inc. Email: muptaa,2aiconsultin2.com Phone: 972-490-7661 ADVERTISEMENT DATES September 21,2017 September 28,2017 END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 0021 13-1 INSTRUCTIONS TO BIDDERS Page I of 10 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. 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. 1.2.2.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. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.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. 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 3.1.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: 3.1.1. Paving—Requirements document located at; https://proj ectpoint.buzzsaw.com/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Contractor%20Prequalification/TPW%2OPaving %20Contractor%2OPrequalification%2OProgram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAV ING%2000NTRACTORS.PDF?public 3.1.2.Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 https://projectpoint.buzzsaw.com/fortworth%ov/F,esources/02%20- %20Construction%2ODocuments/Contractor%2OPregualification/TP W%2OPavin� %20Contractor%2OPregualification%2OProgram/PREOUALIFICATION%20REO UIREMENTS%20FOR%2OPAV ING%2000NTRACTORS.PDF?public 3.1.3. Water and Sanitary Sewer—Requirements document located at; https:Hproi ectpoint.buzzsaw.coin/fortworthgov/Resources/02%20- %20Construction%2ODocuinents/Contractor%2OPregualification[Water%2Oand%2 OSanitary%2OSewer%20Contractor%2OPrequalification%2OProgram/W SS%20pre qual%20requirements.doc?public 3.2.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. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.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. 3.4.In addition to prequalification,additional requirements for qualification may be required within various sections of the Contract Documents. 3.5.Special qualifications required for this project include the following: 3.5.1.This one-time special proiect-specific process will pregualify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation,evaluation of proposed manager and proiect 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,at least fourteen(14)calendar days 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 in an expedited manner. 3.5.2.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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 3.5.3.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 the proiect for which bids are to be received. Experience must be on proiects 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. Reference must include a contact person name,telephone number,project name,total cost and type work done. 3.5.4.Personnel and Schedule Compliance Record: The prospective bidder shall submit the name and resumes for the proposed proiect manager and proiect superintendent. This information shall include a list of all proiects that the proposed proiect manager and proiect superintendent completed with the last five(5)years to demonstrate ability to coordinate complex plant rehabilitation work and to whom they were employed. Provide a list of contact persons for all proiects(preferably field inspectors or resident engineers)with names and phone numbers for the last five years' proiects. 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. 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. 4.1.2.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. 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. 4.1.4. 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." 4.1.5. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.6. 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. 4.1.7. 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. 4.1.8. 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. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 4.2.1. f:4.2.1.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. 4.2.2. 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. 4.2.3. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.3.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 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. 4.4.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. 5. Availability of Lands for Work,Etc. 5.1.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. 5.2.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. 5.3. 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. 6. Interpretations and Addenda CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.1.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:Puneet Gupta,PE,Gupta&Associates,Inc. Email: muWaAmaiconsultina.com Phone: 972490-7661 City of Fort Worth 200 Texas Street Fort Worth,TX 76102 Attn:Farida Goderva,PE,Water Department Email:Farida.Goderya(&fortworthtexas.aov Phone:817-392-8214 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via Buzzsaw at https://proiectpoint.buzzsaw.com/fortworthgov/Advertised%20Bids?public 6.4.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. 7. Bid Security 7.1.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. 7.2.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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 8. Contract Times 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. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items 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,6.05B and 6.05C of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors,Suppliers and Others 11.1. 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. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.3. 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. 12.4. 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. 12.5. 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. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. 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. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. 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. 13. Submission of Bids 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. 14. Modification and Withdrawal of Bids 14.1. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids 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. 16. Bids to Remain Subject to Acceptance 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. 17. Evaluation of Bids and Award of Contract 17.1. 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. 17.1.1. 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. 17.2. 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. 17.3. 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 fumish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 00 21 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.4. 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. 17.5. 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. 17.6. 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. 17.7. A contract is not awarded until formal City Council authorization.If the Contract is to be awarded,City will award the Contract within 90 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. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 00 35 13 BID FORM Page 1 of 1 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. hWY .ethics.state-fx-us,4oCIS. �:- CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Texsun Electrical Contractors Inc. By: Tom Crew 4646 Mansfield Highway Signature: 0 -� Fort Worth Texas 76119-7504 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook-Rev1 (1).xls 0035 13 BID FORM Page 1 of 1 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 1b 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://www.ethics.state.tx.us/forms/CIS.pdf ❑ CIQ Form is on file with City Secretary l� CIQ Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary [v7 CIS Form is being provided to the City Secretary BIDDER: Texsun Electrical Contractors Inc By: Tom Crew 4646 Mansfield Highway Signature: /`t'►2 l�l,�� Fort Worth, Texas 76119 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Bid Proposal 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. OFFICE USE ONLY 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 F ��, 2 Office Held 3 Name of vendor described by Sections 176.001(7)and 176.003(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. 5 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). Date Gift Accepted _ Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 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. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code. Signature of Local Government Officer AFf IX NOTARY STAMP SFAt AE30VE Sworn to and subscribed before me,by the said _ _ this the day of------- _ .20 to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer 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 otherside. 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 Government Code§ 176.001(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 terms are defined by Subchapter B,Chapter 573,Government Code. Local Government Code§176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income,that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11%30/2015 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. IJ Name of vendor who has a business relationship with Vocal governmental entity. Te,xS�n E1ec-�r%ca1 COnUckCAO;S . Trac 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 filed questionnaire was incomplete or inaccurate.) 21 Name of local government officer about whom the information is being disclosed. NA Name of Officer -!!J Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? 71 Yes 71 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? Yes F1 No 5 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. 6 E] Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§ 176.006(a)and(a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager 3 c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement City Project No.: CO2648 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. 3. Prequalification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal 00 41 00 BID FORM Page 2 of 3 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Electrical Construction as described in Section 00 11 13 Invitation to Bidders, Paragraph 1.02 4. Time of Completion 4.1. The Work will be substantially complete within 503 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. The Work will be complete for Final Acceptance within 548 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. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 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 Bid Total Base Bid $10,765,692.31 Total Bid $10,765,692.31 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Novemer 09,2017 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial �M following Addenda: By: �V`" ' Addendum No. 1: c� (Signature) Addendum No. 2: TL- Addendum No. 3: 7-c-- Tom Crew Addendum No. 4: TL- (Printed Name) Title: President Company: Texsun Electrical Contractors Inc. Corporate Seal: Address: 4646 Mansfield Highway Fort Worth Texas 76119-7504 State of Incorporation: Texas Email: --- Phone: (817) 535-4802 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook-Rev1 (1).xls 00 42 43 BIDPROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSAL FORM Q 3 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist DesUnit of Bid Item No. Measure Measure Quantity Unit Price Bid Value 1 Sludge Pump Station 4 Area-Electrical Equipment LS _ ,(excludes equipment in Bid,Item 24�� _i __ 1 _ _ $52,000.00 2 Sludge Pump Station 4 Area-Electrical Work �LS A 1 _ $450,000.00 3 Sludge Pump Station 4 Area-Structural&Platform _ LS 1 $350,000.00 4 Sludge Pump Station 3 Area-Electrical Equpiment LS (excludes eauii ment in Bid Item 24) 1 _ $137,000.00 5 Sludge Pump Station 3 Area-Electrical Work LS 1 _ $925,000.00 _ 6 Sludge Pump Station 3 Area-Structural&Platform LS 1 $350,000.00 7 Sludge Pump Station 1 Area-Electrical LS� 1 $635,000.00 8 Bar Screen 1 &3 Area-Electrical _ LS - 1� $360,000.00 9 Odor Control B Area-Electrical Equipment(excludes LS eq_uipment in Bid Item 1 d_ _ $48,000.00 10 Odor Control B Area-Electrical Work _ LST M1 w! $85,000.00 11 Primary Effluent Pump Staton 2 Area-Electrical LS Equipment_(_excludes equipment in Bid Item 24Z _�� 1 _ __ $556,000.00 12 Primary Effluent Pump Staton 2 Area-Electrical Work �LS 1 $820,000.00 13 Primary Effluent Pump Staton 2 Area-Structural& LS 1 $550,000.00 Canopy 14 Primary Effluent Pump Staton 1 Area-Electrical LS EquWp ent(excludes equipment in Bid Item 24) 1 $629,000.00 15 Primary Effluent Pump Staton 1 Area-Electrical Work LS 1 $830,000.00 16 Primary Effluent Pump Staton 1 Area-Structural& LS Cano_y 1 _ $550,000.00 17 GDS Area-Electrical Equipment(excludes equipment LS� in Bid Item 24) 1 $308,000.00 18 GDS Area-Electrical Work LS 1 $740,000.00 19 GDS Area-Structural LS 1 $100,000.00 20 Instrumentation&Controls System LS 1 $388,500.00 21 Structural Piers LS 1 $100,000.00 22 Yard Electrical LS 1 $200,000.00 23 Miscellaneous Electrical and Instrumentation Items LS 1 $457,000.00 24 Medium Voltage Deadfront Distribution Switchgear LS 1 $1,145,192.31 $1,145,192.31 Base Bid Total Bid $10,765,692.31 END OF SECTION CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Bid Proposal GREATAAMERIC.4N, GREAT AMERICAN INSURANCE COMPANY OF NEW YORK INSURANCE GROUP NEW YORK BID BOND Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business): Texsun Electrical Contractors Great American Insurance Company of New York 2435 N. Central Expressway 4646 Mansfield Highway Fort Worth, TX 76119 Ste 600 Richardson, TX 75080 OWNER: (Name, legal status and address) City of Fort Worth Water Department 200 Texas St Fort Worth, TX 76102 BOND AMOUNT: $ 5% Five percent of the amount bid PROJECT: (Name, location or address, and Project number, if any) Village Creek WRF Miscellaneous Switchgear Replacement, CO2648 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 Surety 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 (60) days in the aggregate 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 this3rd day of November 2017 Texsun Electrical Contractors 00 (Principal) 0 (Witness) (Title) / 1 `nn GREAT AMERICAN INSURANCE COMPANY OF NEW YORK �� ?�► (Sure y) (Seal) (Witness) - (Attorney-in- c0 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 THREE No.0 15002 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 ALL OF ALL STEVEN W.DOBSON AUSTIN, $100,000,000.00 WALTER E.BENSON JR. TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN 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 11TH day of FEBRUARY , 2016 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK cutvaAre a J • 4"— Assistant Secretary uivisiona[Senior dice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 11TH day of FEBRUARY 2016 ,before me personally appeared DAVID C.KITCHIN,to me 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 authooriittyy.. Ae NOW Nolary Pubic,SM of ft My Comnlialon 6�0�16�020 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 eithergiven 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-SA-_day of *v Vvb�- COAIOAAIe.6a 41, 'e. .3 Assistant Secretary S1186L(06/15) 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 B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of 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. Ul BIDDER: Texsun Electrical Contractors Inc. By: Tom Crew r6/v ° 6/ 4646 Mansfield Highway 1 0 (Signature) Fort Worth Texas 76119-7504 Title: President Date: 11- 9- 111 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook-Rev1 (1).xls 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 B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of 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. EZ BIDDER: Texsun Electrical Contractors Inc By: Tom Crew 4646 Mansfield HighwayL G' Fort Worth, Texas (Signature) 76119 Title: President Date: 02/05/2018 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Proposal 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 4 SECTION 00 4511 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 31 st 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. 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. A 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. A 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 4 A. Financial Statements.Financial statement submission must be provided in accordance with the following: 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: (1) express an unqualified opinion,or(2)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 prequalification 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 Prequalification 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 4 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 004511-4 BIDDERS PREQUALIFICATIONS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 004512 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 Prequalification Expiration Date Electrical Construction as described in Section 00 11 13 Texsun Electrical Contractors Inc. 4/30/2018 Invitation to Bidders, Paragraph 1.02 #REF! Company Narne Here or space Date Here or space #REF! Company Name Here or space Date Here or space #REF! Company 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: Tom Crew 4646 Mansfield Highway ��� 6 1w/ 0 (Signature) Fort Worth Texas 76119-7504 Title: President Date: A- 9—-1— 1 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook-Rev1 (1).xls FoRTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or ❑ Has less than$6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development,8-inch diameter and smaller Water Distribution,Urban and Renewal,8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV,8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 0045 13-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIDP,All Sizes Sewer Collection System,Development,8-inches and smaller Sewer Collection System,Urban/Renewal,8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning,8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so,state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition,list any City employee who is the spouse,child,or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together.If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as'various".The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are convect and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 2 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02648. Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Texsun Electrical Contractors, Inc By: Tom Crew Company (Please Print) _ �6 4646 Mansfield Hwy Signature: Address Fort Worth, TX 76119 Title: President City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared Tom Crew , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 05 day of February , 2018. 1 C Notary Public in and for the a e of Texas HOLLIE PAGE END OF SECTION ;Notary Public. State of Texas comm.Expires 06-03-2018 Notary ID 128288529 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 004526-2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 2 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE SPECIFICATIONS APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal 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 apply to this bid. MBE PROJECT GOALS 2 The City's MBE goal on this project is 7%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. 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. Meet 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. 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 fazed andlor emailed copy will not_be accepted. 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 005243-1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on January 9, 2018 is made by and between the City of Forth Worth, a Texas home rule municipality, acting 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: Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement City Project No.CO2648 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 substantially complete within 503 days after the date when Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The work will be complete for Final Acceptance within 548 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 005243-2 Agreement Page 2 of 6 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 damages for delay (but not as a penalty), Contractor shall pay City Six Hundred an Fifty Dollars ($650.00) for each day that expires after the time specified in Paragraph 3.2 for Substantial Completion until the City issues the Letter of Substantial Completion in accordance with SC-14.10 of the Supplementary Conditions. After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work for Final Acceptance within 45 days from the date of Substantial Completion, or any proper extension thereof granted by the City, 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. 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 Ten Million Seven Hundred Sixty Five Thousand Six Hundred Ninety Two Dollars and Thirty One Cents.($10,765,692.31). 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 specific) 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 j. Form 1295 Certification No. 2-c 17 3. General Conditions. 4. Supplementary Conditions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 005243-3 Agreement Page 3 of 6 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. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 005243-4 Agreement Page 4 of 6 7.4 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. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 005243-5 Agreement Page 5 of 6 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'). Contractor: City of Fort`worth Texsun Electrical Contractors, Inc. By: ��-yy� Jesus J.Chapa By: fpr r� Assistant City Manager (Signature) Date i Tom Crew Attest: (Printed Name) City S cretary 0, &OP, (Seal) Title: President Address: ' 4646 Mansfield Hwy M&C -- 2- `Z Fort worth,Tx 76119 Date: ofI Q6,Cql I 2..0 # Ab)a_Qs it 1, S City/State/Zip: Contract Compliance Manager: By signing,I acknowledge that I am the person 2/5/2018 responsible for the monitoring and Date administration of this contract,including ensuring all performance and reporting requirements. 1. 2 1 2T tX Farida Goderya,P.E. Sr.Project Manager A rov as to Form and Legality: Douglas . Black Assistant City Attorney APPROVAL RECOMMENDED: C. IDI th Morgan, CTOR,r Department CITY OF FORT WORTH Village Creek Wcement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project N 02648 Revised January 9,2018 OFFICIAL RICOR CITY81CRETAR PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. S' a e Title Date 005243-6 Agreement Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 006113-1 PERFORMANCE BOND Page 1 of 2 Bond No.2206741 SECTION 00 61 13 PERFORMANCE 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,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 Ten Million Seven Hundred Sixty Five Thousand Six sum of,H,lnded Ninety Two&31/100's Dollars ($ 10,765,692.31 ),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 9th day of January ,2018 ,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 Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement,City Project No.02648 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 perform 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. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 0061 13-2 PERFORMANCE BOND Page 2 of 2 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 5th day of February 2018 PRINCIPAL: Texsun Electrical Contractors BY: ✓ r✓�� 1,(V�� Signature ATTEST: um Law Pies%c�ed (Principal) Seer tary Name and Title Address: 4646 Mansfield Hwy Ft. Worth,TX 76119 J Witness as to Principal SURETY: Great American Insurance Company of New York BY: Sign ure John W. Schuler,Attorney-in-fact Name and Title Address: 2435 N. Central Expressway,Ste. 600 Richardson,TX 75080 Witness as to 91trety Telephone Number: 800-365-6065 *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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 0061 14-1 PAYMENTBOND Page 1 of 2 SECTION 00 6114 Bond No.2206741 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 ofI undcedNinegy fwo ygje4 ty Five Thousand Six Dollars ($ 10,765,692.31 ), 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 9th day of January , 2018 , 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 Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement,City Project No. 02648. 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 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9.2018 0061 14-2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of February 2018 PRINCIPAL: Texsun Electrical Contractors ATTEST: BY: Signature o icm CAew . (Principal) Secretary Name and Title Address: 4646 Mansfield Hwy P Ft.Worth,TX 76119 vclu Witness as to Principal SURETY: Great American Insurance Company of New York ATTEST: BY: "V—, , c�� p d),)L-w Signature John W. Schuler,Attorney-in-fact (Surety) Secretary Name and Title Address: 2435 N. Central Expressway,Ste.600 Richardson,TX 75080 Witness as to Surety 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9.2018 006119-1 MAINTENANCE BOND Page 1 of 4 Bond No.2206741 SECTION 00 61 19 MAINTENANCE 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, 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 Ten Million Seven Hundred Sixty Five Thousand Six Dollars ($10,765,692.31 ), 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 9th day of January ,2018 ,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 Village Creek Water Reclamation Facility Miscellaneous Switchgear Replacement,City Project No.02648. 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 itselfto 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 WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02648 Revised January 9,2018 006119-2 MAINTENANCE BOND Page 2 of 4 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 Tarrant 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 WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 006119-3 MAINTENANCE BOND Page 3 of 4 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of February 2018 PRINCIPAL: Texsun Electrical Contractors BY: Signature ATTEST: r I� i r_rn CJ c ew �S es\c,O nA (Principal)Secretary Name and Title Address: 4646 Mansfield Hwy Ft.Worth,TX 76119 Witness as to Principal SURETY: Great American Insurance Company of New York BY:� V_� Sign 2[ture John W. Schuler,Attorney-in-fact ATTEST: p Name and Title Tt .4-J Address: 2435 N. Central Expressway,Ste. 350 (Surety) Secretary Richardson,TX 75080 f� V�. L-_l _Z;," Witness as to Surety Telephone Number: 800-365-6065 *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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No.02648 Revised January 9,2018 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 THREE No.0 15002 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 ALL OF ALL STEVEN W.DOBSON AUSTIN, $100,000,000.00 WALTER E.BENSON JR. TEXAS This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF,the GREAT AMERICAN 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 11TH day of FEBRUARY , 2016 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK cwraurE � /1 l/• l • Assistant Secretary Divisional Senior Vice President DAVID C.KITCHIN(877-377-2405) STATE OF OHIO,COUNTY OF HAMILTON-ss: On this 11TH day of FEBRUARY 2016 ,before me personally appeared DAVID C.KITCHIN,to me 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. &=A. **9K**t a,,,- a /'� Ir1ol�►Pllbl� hbdOhb Mice lb onEvia0611,�20 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 J day of '�� SEAL /` • ,._. Assistant Secretary S1185L(06/15) r .r Great American Insurance Company of New York �-iA GMEWCAN Gc+e.#American A11[atnce I nssurame Company Great Amer(can Insurance Company IMPORTANT NOTICE.- 7o obtain information or make a complaint: Yon rosy Contact tha Texas Departrt w of Insurance to obtain information on companies, coverages,rights or complaints at: 1-800-252-3439 You may writc the Texas Departmesit of insurance at: P.O.Box 149104 Austin,TX 78714.9104 FAX#1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the fbilowing address: Mailing Address: Sheat American Insurance Company Claim P.O.Hoy.2575 Cincinnati. Ohio 45201-2575 Physical Address: Grant American Insurance Company Claim 580 WRlmit Street Ah Floor Cincinnati, Ohio 45202-3180 You may also contact the Grcat American Ittimomcc Company Claim office by telephone at; Telephone Number. 1-513-369-5069 PREMIUM OR CIA 111 DISPUTES: If you have a dispute coneeming a proodurn,you should contact the went first.If you have a dispute concerning a claim,you should contact the company first.if the dispute is not resolvid, you rosy contact the Texas Department of Insurance. ATTACH TINS NOTICE TO YOUR BOND: This notice is for iafbmudon only and does not become a part or condition of the attached document. F."67A tILCl) 0061 25- 1 CERTIFICATE.OF INSURANCE Page I of 2 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous S%%itcheear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cth Project No 02648 ReN iced Januar\ 9,2018 0061 25-2 CERTIFICATE OF INSURANCE Page 2 of 2 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 9,2018 Ac R® CERTIFICATE OF LIABILITY INSURANCE DATE(MYYY) o2/o21201/zo1 s THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Theresa Mazur,CIC CISR ACSR NAME: Central Insurance Agency AICC No Ext): (512)451-6551 �A/� Not. (512)454-0183 6000 N Lamar Blvd E-MAIL tmazur@centralins.com ADDRESS: _ INSURER(S)AFFORDING COVERAGE _ NAIC# Austin TX 78752 INSURERA United Fire&Casualty Company 13021 INSURED INSURER B: Texas Mutual Insurance Company 22945 TEXSUN ELECTRICAL CONTRACTORS INC INSURERC: 4646 MANSFIELD HIGHWAY INSURERD INSURER E: FORT WORTH TX 76119 INSURER F: - COVERAGES CERTIFICATE NUMBER: 2017/18 MASTER Pkg& REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW FIAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCU MENT 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 J - ADD SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE - INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A�AG�fiO RETrE�-- 100,000 MI ---- CLAIMS-MADE ]OCCUR PRESES Ea occLrrence S MED EXP(Any one person) $ 5,000 A 85311769 10/01/2017 10/01/20181,000,000 PERSONAL&ADV INJURY $ - --------- ----- 2,000,000 - GE.N'I AGGRI_GATE LIMIT APPLIES PE R GENERALAGGREGATE S X POLICY r ] PRo f —� ,000,000 _ JECI L L�0 PRODUCTS-COMP/OPAGG 9 OTHER XLEAD $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 _ Ea accident _- X ANYAUTO BODILY INJURY(Per person) S A OWNED SCHEDULED 85311769 10/01/2017 10/01/2018 BODILY INJURY(Per accident) $ _ AUTOS ONLY __ AUTOS —_ HIRED NON-OWNFD PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY Per accident Underinsured motorist $ 1,000,000 X UMBRELLA LIAB """ 5 000 000 OCCUR EACH OCCURR_FNCF 5 _ A EXCESS LIAB CLAIMS MADE. AGGREGATE. S 85311769 10/01/2017 10/01/2018 5,000,000 _ -1 _ _ _ DLLJ I/V�/I RE_T6NTION S _10,000---- -- _ S WORKERS COMPENSATION _ <_ STATUTE ORH- ANDEMPLOYERS LIABILITY y/N 1,000,000 ANY PROPRIETOR,PAR?NEFLE XL CLJ FIVE= - E L EACHACCIDI NT S B OF F ICERMEMBER EXCI UDED1 [ NIA 0001222218 03/24/2017 03/24/2018 --- -- - ---- ---- - -- IMan datory in NH) I L L DIS_EASE-L--A EMPLOYEE S 1,000,000 If yes describe under J 1,000,000 DESCRIPTION OF OPERAi IONS below E L.DISEASE-ROL ICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES ( 101,Additional Remarks Schedule,maybe attached if more space is required) Village Creek WRF Misc Switchgear Replacement,City Project No.02648 The certificate holder is and Additional Insured when called for by written contract or agreement per CG2010 04 13 Waiver of Subrogation applies per CG7208 02 15.The auto policy additional Insured and waiver applies per CA7109 01 06 and Workers Comp Waiver applies per WC42 03 04B. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febr=yyZ 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 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............................................................................................................................I I 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:FebnmayZ 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 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-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.............................................................................................................................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:FebnrffyZ 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 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 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:Febn=yZ 2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice................................................................................................................... . .......62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&rumy Z 2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1–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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2.2016 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:FebmmyZ 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:Febn=YZ 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 Bidder 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, kerosene, 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:Fe6nrryZ 2016 007200-I 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 Proj ect. 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:Febnmry2,2016 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 fiunishing, 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 terms 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:FebnmyZ2016 0072 00-1 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," groper," "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:Febnoy ,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:FdmimyZ 2016 007200-1 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: 1. 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. Contractor's Review of Contract Documents During Per 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2.2016 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:Febnmy 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:FelwaryZ 2016 007200-1 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; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnaayZ 2016 007200-1 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. ndicated: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:Febn=yZ 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, strictures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of constriction 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 constriction stakes or other customary method of marking to establish line and grades for roadway and utility constriction, 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:FebmmyZ2016 007200-1 GENERAL CONDITIONS Page IS 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 4.06.G shall obligate Contractor to indemnify any individual or entityfrom 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:Febnmy Z 2016 00 7200-1 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:F&uary 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:FdxuatyZ 2016 00 72 00-1 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:Febmary Z 2016 00 7200-1 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:Febn=yZ2016 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:Febn=y2,2016 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 0132 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 DOCUMENTS Revision:FebruayZ 2016 0072 00-1 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:Febnxffy 2,2016 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.B. 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.B. 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 Revision:Febn=yZ 2016 007200-1 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:Fetnay Z 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 31 st 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:Fdxumy2.2016 0072 00-1 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:FebnrmyZ2016 0072 00-1 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.B. 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 SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 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/taxforms/93-forns.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:Fehnuy2.2016 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 (1) 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=yZ 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 andlor 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:Fd xuary Z 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. 6.18 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:Feiaumy2.2016 00 7200-1 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 maintenance 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:Felwaryy Z 2016 007200-1 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.B.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. TIHS 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 I� 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 DOCUMENTS Revision:FcbmmyZ 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGH1 WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. ONUS. ION 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 Right 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 directly 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:FebnmyZ2016 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 1964 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:Febn=yZ 2016 007100-1 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:Febnruy Z 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:FebnimyZ 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:FdxunyZ 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnayZ2016 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:Felxuary Z 2016 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 11.01 Cost of the Work A. Costs Included. The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, 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 11.013, 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 SPECIFICATION DOCUMENTS Revision:FdxumyZ 2016 007200-1 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:Febnmy2,2016 007200-1 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 11.0LA.1 or specifically covered by Paragraph 11.0I.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 Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the 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 11.01.A and I1.01.B, 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: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxunyZ2016 0072 00-1 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy 2,2016 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:FetxuazyZ 2016 0072 00-1 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, 11.0l.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 11.01.A.4 and 11.0l.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 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FelayZ 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 11.0l.A.1 and 11.0l.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 I1.0l.A.6, and 11.01.B; 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:FelwaryZ 2016 0072 00-1 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:FdxuaryZ2016 0072 00-1 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, Punishing 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:Febmmy2,2016 007200-1 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 terns 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 terns 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 correct 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 corrected 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 SPECIRCATION DOCUMENTS Revision:FebnuffyZ 2016 0072 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:Febnr8y2,2016 0072 00-1 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 therein, 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy Z 2016 0072 00-1 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:Febnffiy Z 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:FdxumyZ 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 14.05.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:FebuauyZ2016 0072 00-1 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 Retainage 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:Febmmy Z 2016 007200-1 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:FebnnryZ2016 00 72 00-1 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.D); 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:FebwaryZ 2016 0072 00-1 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 15.023, 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:Febn=yZ 2016 0072 00-1 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 fiunished 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. CrIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmwyy2,2016 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:FebnayZ2016 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—NUSCELLANEOUS 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:Febnmy2,2016 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:Febnmy Z 2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS 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. DEFINED TERMS 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. MODIFICATIONS AND SUPPLEMENTS The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01,"Defined Terms" Add Definition: Substantial Completion—The date at which the Work(or a specified part thereof)has pro rgressed to thepoint where,in the opinion of the City,the Work(or a specified part thereof)is sufficiently complete,in accordance with the Asreement and all Contract Documents,so that the Work(or a Vecified part thereof)can be utilized for the purposes for which it is intended. The terms "substantially complete"and"substantially completed"as applied to all or part of the Work refer to Substantial Completion thereof. SC-3.03B.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A 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. SC4.01A.1.,"Availability of Lands" The following is a list of known outstanding right-of-way,and/or easement to be acquired,if any as of July 28,2017: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC4.01A.2,-AVAILABILITY OF LANDS" Utilities or obstructions to be removed,adjusted,and/or relocated The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated as of July 28,2017 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, and do not bind the City. SC4.02A.,-SUBSURFACE AND PHYSICAL CONDITIONS" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None. 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. SC4.06A.,"HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE" The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-5.03A.,-CERTIFICATES OF INSURANCE" The entities listed below are"additional insureds as their interest may appear"including their respective officers,directors,agents and employees. 1. City 2. Consultant:Gupta&Associates,Inc. 3. Consultant:Mbroh Engineering,Inc. 4. Consultant:JQ Infrastructure 5. Other:None SC-5.04A.,"CONTRACTOR'S INSURANCE" 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: 5.04A.Workers'Compensation,under Paragraph GC-5.04A. Statutory limits CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 Employer's liability $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy limit SC-5.04B.,"CONTRACTOR'S INSURANCE" 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. 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. SC 5.04C.,"CONTRACTOR'S INSURANCE" 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. $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person/ $500,000 Bodily Injury per accident/ $100,000 Property Damage SC-5.04D.,"CONTRACTOR'S INSURANCE" The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and material deliveries to cross railroad properties and tracks.None. 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 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. 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 property: (1) General Aggregate: $Confirm Limits with Railroad CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 (2) Each Occurrence: $Confirm Limits with Railroad 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. 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. 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. SC-6.04.,"PROJECT SCHEDULE" Project schedule shall be tier 5 for the project. SC-6.07.,"WAGE RATES" 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) SC-6.09.,"PERMITS AND UTILITIES" SC-6.09A.,"CONTRACTOR OBTAINED PERMITS AND LICENSES" 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 SC-6.09B."CITY OBTAINED PERMITS AND LICENSES" CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 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. SC-6.09C."OUTSTANDING PERMITS AND LICENSES" The following is a list of known outstanding permits and/or licenses to be acquired,if any as of July 28, 2017: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02.,"COORDINATION" 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 McCarthyPeak Flow city SC-8.01,"COMMUNICATIONS TO CONTRACTOR" As Required SC-9.01.,"CITY'S PROJECT MANAGER" The City's Project Manager for this Contract is Farida Goderya,P.E.,or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C.,"TESTS AND INSPECTIONS" None. SC-16.01C.1,"METHODS AND PROCEDURES" None. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 8 3 SECTION 011100 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 11 -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. a. Bid Item 1 —Sludge Pump Station 4 Area—Electrical Equipment:This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switchgear,motor controls;low voltage switchgear,transformers,panelboards and other major equipment. This item does not include medium voltage sealed deadfront distribution switchgear. b. Bid Item 2—Sludge Pump Station 4 Area—Electrical Work:This bid item shall include all necessary activities to provide all electrical work associated with the Sludge Pump Station 4 Area including;conductors,raceway and all associated boxes,fittings and miscellaneous associated items;lighting and lighting controls,conductors,raceway and raceway fittings and installing equipment. The building grounding,lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment shall be included. This item does not include the cost of major electrical equipment. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 011100-2 SUMMARY OF WORK Page 2 of 8 c. Bid Item 3—Sludge Pump Station 4 Area—Structural&Platform:This bid item shall include all necessary activities required for the complete construction of the platform including; concrete foundation; and all other equipment, materials,and services required to construct the platform. This item is intended to cover the cost of the structure only and does not include any of the electrical or HVAC equipment. This item does not include the cost of piers. d. Bid Item 4—Sludge Pump Station 3 Area—Electrical Equipment:This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switchgear,motor controls;low voltage switchgear,transformers,panelboards and other major equipment. This item does not include medium voltage sealed deadfront distribution switchgear. e. Bid Item 5—Sludge Pump Station 3 Area—Electrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Sludge Pump Station 3 Area including; conductors,raceway and all associated boxes,fittings and miscellaneous associated items;lighting and lighting controls,conductors,raceway and raceway fittings and installing equipment. The building grounding,lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment shall be included. This item does not include the cost of major electrical equipment. f. Bid Item 6—Sludge Pump Station 3 Area—Structural&Platform: This bid item shall include all necessary activities required for the complete construction of the platform including;concrete foundation; and all other equipment, materials,and services required to construct the platform. This item is intended to cover the cost of the structure only and does not include any of the electrical or HVAC equipment. This item does not include the cost of piers. g. Bid Item 7—Bar Screen 1 &3 Area—Electrical:This bid item shall include all necessary activities to provide all electrical work associated with the Bar Screen 1 &3 Area including,motor controls,conductors and associated raceway and cable tray;low voltage switchgear,transformers,panelboards, conductors,raceway and all associated boxes,fittings and miscellaneous associated items; lighting and lighting controls,conductors,raceway and raceway fittings.The building grounding,lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment housed in this building shall be included. h. Bid Item 8—Sludge Pump Station 1 Area—Electrical:This bid item shall include all necessary activities to provide all electrical work associated with the Sludge Pump Station 1 Area including,motor controls,conductors and associated raceway and cable tray;low voltage switchgear,transformers, panelboards,conductors,raceway and all associated boxes,fittings and miscellaneous associated items;lighting and lighting controls,conductors, raceway and raceway fittings.The building grounding,lightning protection system and testing of all electrical items as specified shall be included. Complete testing of all electrical equipment housed in this building shall be included. i. Bid Item 9—Odor Control B Area—Electrical Equipment:This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switchgear,motor controls;low voltage switchgear, transformers,panelboards and other major equipment. This item does not include medium voltage sealed deadfront distribution switchgear. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 011100-3 SUMMARY OF WORK Page 3 of 8 Bid Item 10—Odor Control B Area—Electrical Work:This bid item shall include all necessary activities to provide all electrical work associated with the Odor Control B Area including; conductors,raceway and all associated boxes, fittings and miscellaneous associated items;lighting and lighting controls, conductors,raceway and raceway fittings and installing equipment.The building grounding, lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment shall be included. This item does not include the cost of major electrical equipment. j. Bid Item 11 —Primary Effluent Pump Station 2 Area—Electrical Equipment: This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switchgear,motor controls;low voltage switchgear,transformers,panelboards and other major equipment. This item does not include medium voltage sealed deadfront distribution switchgear. Bid Item 12—Primary Effluent Pump Station 2 Area—Electrical Work:This bid item shall include all necessary activities to provide all electrical work associated with the Primary Effluent Pump Station 2 Area including; conductors,raceway and all associated boxes,fittings and miscellaneous associated items;lighting and lighting controls,conductors,raceway and raceway fittings and installing equipment.The building grounding,lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment shall be included. This item does not include the cost of major electrical equipment. k. Bid Item 13—Primary Effluent Pump Station 2 Area—Structural&Canopy: This bid item shall include all necessary activities required for the complete construction of the canopy including;concrete foundation;and all other equipment,materials,and services required to construct the canopy. This item is intended to cover the cost of the structure only and does not include any of the electrical or HVAC equipment. This item does not include the cost of piers. 1. Bid Item 14—Primary Effluent Pump Station 1 Area—Electrical Equipment: This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switchgear,motor controls;low voltage switchgear,transformers,panelboards and other major equipment. This item does not include medium voltage sealed deadfront distribution switchgear. in. Bid Item 15—Primary Effluent Pump Station 1 Area—Electrical Work:This bid item shall include all necessary activities to provide all electrical work associated with the Primary Effluent Pump Station 1 Area including; conductors,raceway and all associated boxes,fittings and miscellaneous associated items; lighting and lighting controls,conductors,raceway and raceway fittings and installing equipment.The building grounding,lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment shall be included. This item does not include the cost of major electrical equipment. n. Bid Item 16—Primary Effluent Pump Station 1 Area—Structural&Canopy: This bid item shall include all necessary activities required for the complete construction of the canopy including; concrete foundation;and all other equipment,materials,and services required to construct the canopy. This item is intended to cover the cost of the structure only and does not include any of the electrical or HVAC equipment. This item does not include the cost of piers. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add#3 011100-4 SUMMARY OF WORK Page 4 of 8 o. Bid Item 17—GDS Area—Electrical Equipment:This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switchgear,motor controls;low voltage switchgear, transformers,panelboards and other major equipment. This item does not include medium voltage sealed deadfront distribution switchgear. Bid Item 18—GDS Area—Electrical Work:This bid item shall include all necessary activities to provide all electrical work associated with the GDS Area including;conductors,raceway and all associated boxes, fittings and miscellaneous associated items;lighting and lighting controls,conductors, raceway and raceway fittings and installing equipment.The building grounding,lightning protection system and testing of all electrical items as specified shall be included.Complete testing of all electrical equipment shall be included. This item does not include the cost of major electrical equipment. p. Bid Item 19—GDS Area—Structural:This bid item shall include all necessary activities required for the complete construction of the equipment pads including;concrete foundation;and all other equipment,materials,and services required to construct the equipment pads. This item does not include the cost of piers. q. Bid Item 20—Instrumentation&Controls System:This bid shall include all field instrumentation and all required fittings to include all boxes,mounting hardware,testing and calibration of all field instruments either new or existing which are being reincorporated into the new system,all DCS equipment, associated power supply equipment,enclosures,raceway,conductors not included in previous bid items,programming and testing shall be included for a complete and fully operational instrumentation and control system. r. Bid Item 21 —Structural Piers:This bid item shall include all work,labor and materials necessary for installation of concrete piers associated with the platform foundations. This includes concrete,rebar,drilling equipment, disposal of surplus materials and excess excavation,and any incidental work and materials not otherwise provided for in these specifications. s. Bid Item 22—Yard Electrical:This bid item shall include all below grade duct banks,duct bank grounding,duct bank terminations into existing structural and duct banks under new structures including all stub ups at either new or existing structures,all new manholes and hand holes as shown or otherwise required by specifications,raceway and conductors,all conductors including medium voltage,low voltage,instrumentation analog conductors and Ethemet digital signal cables from connection point of origin to termination points either inside or outside of any existing or new structure.All testing of conductors both medium and low voltage shall be included. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add#3 011100-5 SUMMARY OF WORK Page 5 of 8 t. Bid Item 23—Miscellaneous Electrical and Instrumentation Items: This bid item shall include all remaining items not included in the electrical bid items previously listed.This item shall include all electrical work in the various facilities and existing buildings including but not limited to raceways,fittings, boxes,conductors,miscellaneous instrumentation and associated items shown or specified,all testing and calibration not previously listed,miscellaneous lighting,with associated raceway,conductors and controls,electrical raceway, panels,conductors,controls,boxes,fittings and all miscellaneous electrical items not previously listed,testing,electrical power system studies specified including those associated with the generator,short circuit and load flow and arch flash mitigation studies specified or otherwise required for a complete and operable system. u. Bid Item 24—Medium Voltage Sealed Deadfront Distribution Switchgear:This bid item shall include the medium voltage sealed deadfront distribution switchgear,equipment only,as shown on the plans and specified in section 26 13 22. The attached letter in the appendix includes a pre-negotiated price and scope of work. 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. Examination of the Site 1. Visit the site,to compare drawings and specifications with any work in place,and observe all site conditions,including other work,if any,is being performed. Failure to visit the site shall not relieve the Contractor from the necessity of fiunishing materials or performing work required to complete work in accordance with the Contract Documents. D. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 011100-6 SUMMARY OF WORK Page 6 of 8 E. 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. S. 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. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 011100-7 SUMMARY OF WORK Page 7 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 011100-8 SUMMARY OF WORK Page 8 of 8 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add#3 012500-1 SUBSTITUTION PROCEDURES Page l of 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 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. Request for Substitution-General 1. Within 90 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4. No additional contract time will be given for substitution. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 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 Rejected City Date CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Pagel of4 SECTION 013119 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 1. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 4 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised August I7,2012 013119-4 PRECONSTRUCTION MEETING Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised August 17,2012 013120-1 PROJECT MEETINGS Pagel of 4 SECTION 013120 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. 13 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 4 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 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 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013120-4 PROJECT MEETINGS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CrFY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013213-1 SCHEDULE OF VALUES Page 1 of 2 SECTION 0132 13 SCHEDULE OF VALUES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation,submittal,updating,status reporting and management of the Schedule of Values B. 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 included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule of Values 1. General a. Prepare a schedule of values in conjunction with the preparation of the progress schedule. 1) Coordinate preparation of schedule of values and progress schedule. b. Correlate line items with other administrative schedules and the forms required for the work,including the progress schedule,payment request form,listing of subcontractors,schedule of allowances,schedule of alternatives,listing of products and principal suppliers and fabricators,and the schedule of submittals. c. Provide breakdown of the Contract Sum in accordance with measurement and payment sections and with sufficient detail to facilitate continued evaluation of payment requests and progress reports. 1) Break down principal subcontract amounts into several line items in accordance with section measurement and payment. d. Round off to the nearest whole dollar,but with the total equal the Contract Sum. 1.5 SUBMITTALS A. Schedule of Values 1. Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the last day of the month. CITY OF FORT WORTH STANDARD CONSTRUCTION Village Creek WRF Miscellaneous Switchgear Replacement SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No.02648 September 2017 013213-2 SCHEDULE OF VALUES Page 2 of 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Schedule shall be experienced in the preparation of schedules of similar complexity. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION Village Creek WRF Miscellaneous Switchgear Replacement SPECIFICATION DOCUMENTS—WATER FACILITY PROJECTS City Project No.02648 September 2017 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 6 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 6 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 6 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 6 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. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 6 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. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013233-1 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 013300-1 SUBMITTALS Page I 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 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. 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 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 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 t/2 inches x 11 inches to 8 t/2 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 E. Submittal Content CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 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. Include with each submittal a copy of the relevant specification section,including relevant addendum updates. a. Indicate in the left margin,next to each pertinent paragraph,either compliance with a check(4)or deviation with a consecutive number(1,2,3). b. Provide a list of all numbered deviations with a clear explanation and reason for the deviation. 12. 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 1) 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: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 a. Standard prepared data for manufactured products(sometimes referred to as catalog data) 1) 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 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 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 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 1) 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 famished 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 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. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 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. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 6 SECTION 013513 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. Coordination with the Texas Department of Transportation 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 g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. 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. When work requires coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen a. Measurement CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 6 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 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. 13 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 A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation(TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation 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. Wanting 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 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: CITY OF FORT WORTH village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 6 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 1 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 0131 13 G. Water Department Coordination CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 6 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. H. Coordination with United States Army Corps of Engineers(USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required,meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required,meet all requirements set forth in each designated railroad permit. This includes,but is not limited to,provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. J. 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. K. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 6 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 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. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City 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. 13 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 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 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 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 1 week before water for construction is desired CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the proj ect. 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 [OR] 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 4 SECTION 015713 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 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 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 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 4 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 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 TXR150000 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) TYR150000 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 1) 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 0133 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 4 B. Modified SWPPP 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City in accordance with Section 0133 00. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 015713-4 STORM WATER POLLUTION PREVENTION Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 016000-1 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 01 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] CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 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. 13 REFERENCES[NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 016600-3 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 017123 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 0133 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. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 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 City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City,a sufficient number of stakes or markings have been lost,destroyed or disturbed,by Contractor's neglect,such that the contracted Work cannot take place,then the Contractor will be required to pay the City for new staking with a 25 percent markup.The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 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 Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features,including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection,curvature,etc.(All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults(All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs,stubouts,dead-end lines (10) Air Release valves(Manhole rim and vent pipe) (11) Blow off valves(Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe(each 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. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection,curvature,etc. (c) Cleanouts 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 ensure coordination 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 for the Contractor's use are 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) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the convection 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 convect the installation in accordance with the Contract Documents. 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 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 [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017423-1 CLEANING Page 1 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. 13 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 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 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 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 [ort] 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/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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017423-3 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017423-4 CLEANING Page 4 of 4. If no longer required for maintenance of erosion facilities,and upon approval by City,remove erosion control from site. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page I of 4 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 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. 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 4 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 0178 39 2. Operation and Maintenance Data,if required,in accordance with Section 0178 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 4 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 [OR] 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017719-4 CLOSEOUT REQUIREMENTS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July I,2011 017823-1 OPERATION AND MAINTENANCE DATA Page I of 6 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 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 1.2 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. 13 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum,white,for typed pages 2) Holes reinforced with plastic,cloth or metal c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 6 d. Drawings 1) Provide reinforced punched binder tab,bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product,or each piece of operating equipment. 1) Provide typed description of product,and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title"OPERATING AND MAINTENANCE INSTRUCTIONS". 2) 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: 1) The name,address and telephone number of the subcontractor or installer 2) A list of each product required to be included,indexed to content of the volume 3) Identify area of responsibility of each 4) 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. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 6 5. Copy of each warranty,bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) 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 1) Catalog number,size,composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content,for moisture protection and weather exposure products: a. Manufacturer's data,giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation 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 1) Function,normal operating characteristics and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up,break-in,routine and normal operating instructions 2) Regulation,control,stopping,shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to"trouble shooting" 3) Disassembly,repair and reassembly 4) Alignment,adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 6 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 1) Function,normal operating characteristics,and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to"trouble shooting" 3) Disassembly,repair and reassembly 4) 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 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 6 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017823-6 OPERATION AND MAINTENANCE DATA Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 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 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. 13 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 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. Accuracy of Records 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 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 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 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 Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 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] 33 PREPARATION [NOT USED] 3.4 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. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. 2) 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. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 2) Show,by symbol or note,the vertical location of the Item("under slab","in ceiling plenum","exposed",and the like). 3) 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. 3.5 REPAIR/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[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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised July 1,2011 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 6 SECTION 02 4113 SELECTIVE SITE DEMOLITION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls(less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from 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 3123 23—Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Payment a. Remove Sidewalk: for saw cutting,removal,hauling,disposal,tools, equipment,labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. This Item shall be considered subsidiary and no other compensation will be allowed. b. Remove Steps: for saw cutting,removal,hauling,disposal,tools,equipment, labor and incidentals needed to execute work.This Item shall be considered subsidiary and no other compensation will be allowed. c. Remove ADA Ramp and landing: for saw cutting,removal,hauling,disposal, tools,equipment,labor and incidentals needed to execute work. Work includes ramp landing removal.This Item shall be considered subsidiary and no other compensation will be allowed. d. Remove Driveway: for saw cutting,removal,hauling,disposal,tools, equipment,labor and incidentals needed to remove improved driveway by type. This Item shall be considered subsidiary and no other compensation will be allowed. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 6 e. Remove Fence: for removal,hauling,disposal,tools,equipment,labor and incidentals needed to remove fence.This Item shall be considered subsidiary and no other compensation will be allowed. f. Remove Guardrail: for removing materials,loading,hauling,unloading,and storing or disposal;furnishing backfill material;backfilling the postholes;and equipment,labor,tools,and incidentals.This Item shall be considered subsidiary and no other compensation will be allowed. g. Remove Retaining Wall(less than 4 feet tall): for saw cutting,removal, hauling,disposal,tools,equipment,labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts as a wall footing)shall be paid as sidewalk removal.This Item shall be considered subsidiary and no other compensation will be allowed. h. Remove Mailbox: for removal,hauling,disposal,tools,equipment,labor and incidentals needed to execute work.This Item shall be considered subsidiary and no other compensation will be allowed. i. Remove Rip Rap: for saw cutting,removal,hauling,disposal,tools,equipment, labor and incidentals needed to execute work. This Item shall be considered subsidiary and no other compensation will be allowed. j. Remove Miscellaneous Concrete Structure: for saw cutting,removal,hauling, disposal,tools,equipment,labor and incidentals needed to execute work. This Item shall be considered subsidiary and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete,asphalt paving or brick unit pavers. 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,STORAGE,AND HANDLING[NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 3123 23. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 6 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 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy,expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. B. Remove Steps 1. Remove step to nearest existing dummy,expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy,expansion or construction joint on existing sidewalk. D. Remove Driveway 1. Sawcut existing drive,curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy,expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy,expansion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals(livestock,pets,etc.)within the fenced areas during construction operation and while removing fences. F. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 6 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall(less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power-driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 6 3.5 REPAIR[NOT USED] 3.6 RE-INSTALLATION[NOT USED] 3.7 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 0241 13-6 SELECTIVE SITE DEMOLITION Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised September 2017 024115-1 PAVING REMOVAL Page 1 of 6 SECTION 02 4115 PAVING REMOVAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving,asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials 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 1133 -Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Payment a. Remove Concrete Paving: for saw cutting,removal,hauling,disposal,tools, equipment,labor and incidentals needed to execute work.This Item shall be considered subsidiary and no other compensation will be allowed. b. Remove Asphalt Paving: for saw cutting,removal,hauling,disposal,tools, equipment,labor and incidentals needed to execute work.This Item shall be considered subsidiary and no other compensation will be allowed. c. Remove Brick Paving: for saw cutting,removal,salvaging,cleaning,hauling, disposal,tools,equipment,labor and incidentals needed to execute work.This Item shall be considered subsidiary and no other compensation will be allowed. d. Remove Concrete Curb and Gutter:for saw cutting,removal,hauling,disposal, tools,equipment,labor and incidentals needed to execute work.This Item shall be considered subsidiary and no other compensation will be allowed. e. Remove Concrete Valley Gutter: for saw cutting,removal,hauling,disposal, tools,equipment,labor and incidentals needed to execute work. f. Wedge Milling: for all milling,hauling milled material to salvage stockpile or disposal,tools,labor,equipment and incidentals necessary to execute the work. g. Surface Milling: for all milling,hauling milled material to salvage stockpile or disposal,tools,labor,equipment and incidentals necessary to execute the work. h. Butt Milling: for all milling,hauling milled material to salvage stockpile or disposal,tools,labor,equipment and incidentals necessary to execute the work. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised February 2,2016 0241 15-2 PAVING REMOVAL Page 2 of 6 i. Pavement Pulverization: for all labor,material,equipment,tools and incidentals necessary to pulverize,remove and store the pulverized material,undercut the base,mixing,compaction,haul off,sweep,and dispose of the undercut material. j. Remove speed cushion: for removal,hauling,disposal,tools,equipment,labor, and incidentals needed to execute the work.This Item shall be considered subsidiary and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section.Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans,or for pavements or structures removed for CONTRACTOR's convenience. 1.3 REFERENCES A. ASTM International(ASTM): a. D698,Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12 400 ft-lbFft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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 CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS[NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade-Stake and flag locations. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised February 2,2016 024115-3 PAVING REMOVAL Page 3 of 6 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent,existing pavement. B. Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth,parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint,saw joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that joint,edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting,saw to a new, neat,straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3A.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1. Sawcut: See 3A.B. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3A.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed,stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces,mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised February 2,2016 0241 15-4 PAVING REMOVAL Page 4 of 6 f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. If the existing base is brick and cannot be milled,remove a 5 foot width of the existing brick base. See 3.3.G,for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing,in one pass or two passes,the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power,traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck,all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes,or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement(0-inch cut)at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges,oil film,and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C.surface contacts the curb face,the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface,in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters,bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised February 2,2016 024115-5 PAVING REMOVAL Page 5 of 6 G. Remove Brick Paving 1. Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re-use,clean,palletize,and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 1. Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. b. Temporarily remove and store the 8-inch deep pulverized material,then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5%Portland cement. b. See Section 32 1133. 3. Mixing: see Section 32 1133. 4. Compaction: see Section 32 1133. 5. Finishing: see Section 32 1133. 6. Curing: see Section 32 1133. 7. If the existing pavement has a combination of 10 inches of H.M.A.C.and crushed stonelgravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR[NOT USED] 3.6 RE-INSTALLATION[NOT USED] 3.7 FIELD 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised February 2,2016 024115-6 PAVING REMOVAL Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 Revised February 2,2016 03 1000-1 CONCRETE FORMWORK Page l of 10 SECTION 03 10 00 CONCRETE FORMWORK PART 1 -GENERAL 1.01 SUMMARY A. Section includes: 1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown, specified and required to furnish and install concrete formwork. The Work also includes: a. Providing openings in formwork to accommodate the Work under this and other Sections and building into the formwork all items such as sleeves,anchor bolts, inserts and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the formwork. 2. Coordinate formwork specifications herein with the requirements for finished surfaces specified in Section 03 30 00,Cast-In-Place Concrete. C. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 1.02 QUALITY ASSURANCE A. CONTRACTOR shall examine the substratum and the conditions under which concrete formwork is to be performed, and notify the ENGINEER, in writing,of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. B. Reference Standards: Comply with applicable provisions and recommendations of the following,except as otherwise shown or specified. Where conflicts may occur between the reference standards,the more restrictive provisions shall apply. 1. ACI 117,Standard Tolerances for Concrete Construction and Materials. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-2 CONCRETE FORMWORK Page 2 of 10 2. ACI 301,Standard Specifications for Structural Concrete. 3. ACI 318/318R, Building Code Requirements for Reinforced Concrete. 4. ACI 350,Code requirements for environmental engineering concrete structures 5. ACI 347,Guide for Concrete Formwork. 6. ASTM C 805,Test Method for Rebound Number of Hardened Concrete. 7. US Product Standard,PS-1-83 for Construction and Industrial Plywood. C. Allowable Tolerances: 1. Construct and erect concrete formwork in accordance with ACI 117,301 and 347 2. Forms,shores,reshores,falsework,bracing,and other temporary supports shall be designed by the Contractor to support all loads imposed during construction including weight of construction equipment,live loads,and lateral loads due to wind and imbalance or discontinuity of building components. 3. The Contractor shall be responsible for determining when temporary supports and bracing may be safely removed,but in no case shall the curing time before form removal be less than specified herein. 4. Construct formwork to provide completed concrete surfaces complying with the following tolerances: D. Vertical alignment: 1. Overall lines,surfaces and arises less than 100 feet in height—maximum 1 inch not to exceed a%"in any 10-feet. 2. Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height-1/2 inch. 3. Lines,surfaces and arises greater than 100 feet in height-1/1000 times the height but not more than 6 inches. 4. Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height-1/2000 times the height but not more than 3 inches. 5. Vertical plane of all walls—1/4 inch in 10 feet. E. Lateral alignment: 1. Members-1 inch. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-3 CONCRETE FORMWORK Page 3 of 10 2. Centerline of openings 12 inches or smaller and edge location of larger openings in slabs -1/2 inch. 3. Sawcuts,joints,and weakened plane embedments in slabs-3/4 inch. 4. All: 1/4 inch in 10 feet. F. Level alignment: 1. Elevation of slabs-on-grade—maximum 3/4 inch not to exceed X-inch in any 10-feet. 2. Elevation of top surfaces of formed slabs before removal of shores-3/4 inch. 3. Elevation of formed surfaces before removal of shores-3/4 inch. 4. Lintels,sills,parapets, horizontal grooves,and other lines exposed to view-1/2 inch. 5. All—X inch in 10 feet. G. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns and thickness of walls and slabs. 1. 12 inch dimension or less-plus 3/8 inch to minus 1/4 inch. 2. Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 3. Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. H. Relative alignment: 1. Stairs: a. Difference in height between adjacent risers-1/8 inch. b. Difference in width between adjacent treads-1/4 inch. c. Maximum difference in height between risers in a flight of stairs-3/8 inch. d. Maximum difference in width between treads in a flight of stairs-3/8 inch. 2. Grooves: a. Specified width 2 inches or less-1/8 inch. b. Specified width between 2 inches and 12 inches-1/4 inch. 3. Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view-1/4 inch in 10 feet not to exceed 3/4 inch. 4. All other conditions-3/8 inch in 10 feet. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-4 CONCRETE FORMWORK Page 4 of 10 5. Offsets between pieces of formwork facing material: a. Class A-Architecturally or prominently exposed surfaces-1/8 inch gradual or abrupt. b. Class B-Surfaces to receive plaster or stucco-1/4 inch gradual or abrupt. c. Class C-Exposed surfaces in generally unfinished spaces-1/4 inch abrupt, 1/2 inch gradual. d. Class D-Concealed surfaces-1 inch gradual or abrupt. I. CONTRACTOR shall install all formwork and accessories for all facilities in accordance with manufacturers'instructions. J. When high range water reducer(superplasticizer)is used in concrete mix,forms shall be designed for full hydrostatic pressure in accordance with ACI 347. K. Make joints in forms watertight. L. Limit panel deflection to 1/360th of each component span to achieve tolerances specified. 1.03 SUBMITTALS A. Shop Drawings: 1. Submit for information purposes the following: a. Copies of manufacturer's data and installation instructions for proprietary materials, including form coatings,manufactured form systems,ties and accessories. 1.04 PRODUCT DELIVERY,STORAGE AND HANDLING A. On delivery to job site,place materials in area protected from weather,in accordance with manufacturers' recommendations. B. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering. Provide for adequate air circulation or ventilation. Store materials in accordance with the manufacturers' recommendations. C. Handle materials to prevent damage in accordance with the manufacturers' recommendations. 1.05 QUALIFICATIONS A. Formwork Designer: Formwork,falsework,and shoring design shall be by an engineer licensed in the state of Texas. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-5 CONCRETE FORMWORK Page 5 of 10 PART 2 -PRODUCTS 2.01 FORM MATERIALS A. Forms for Smooth Finish Concrete: 1. Unless otherwise shown or specified,construct formwork for smooth concrete surfaces with plywood, metal, metal-framed plywood-faced,or other panel type materials acceptable to ENGINEER,to provide continuous,straight,smooth as-cast surfaces with no wood grain or other surface texture imparted by the formwork. Furnish in largest practical sizes to minimize number of joints and to conform to joint system shown or specified. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Forms for Standard Finish Concrete: 1. Form concrete surfaces designated to have a standard formed finish with plywood, lumber,metal,or other acceptable material. Provide lumber that is dressed on at least two edges and one side. C. Forms for Architecturally Finished Concrete: 1. Form finish concrete surfaces with units of face design,size,arrangement,and configuration as shown or as required to meet Project's job mock-up requirements. Provide solid backing and form supports to ensure stability of form liners. 2. Form Material: Overlaid plywood, U.S. Products Standard PS-1-83 for Construction and Industrial Plywood. B-B high density overlaid concrete form,Class I. 3. Form Reuse: See Section 3.9 of this specification. D. Form Ties: 1. Provide factory-fabricated, removable or snapoff metal form ties,designed to prevent form deflection,and to prevent spalling of concrete surfaces upon removal. Materials used for tying forms will be subject to approval of ENGINEER. 2. Unless otherwise shown on the Drawings, provide ties so that portion remaining within concrete after removal of exterior parts is at least 1.5-inch from the outer concrete surface. Unless otherwise shown, provide form ties that will leave a hole no larger than 1-inch diameter in the concrete surface. 3. Ties for exterior walls, below grade walls, and walls subject to hydrostatic pressure shall have integral waterstops. 4. All ties shall leave a uniform,circular hole when forms are removed. S. Wire ties are not acceptable. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-6 CONCRETE FORMWORK Page 6 of 10 E. Form Release Agent: 1. Material: Release agent shall not bond with,stain,or adversely affect concrete surfaces, and shall not impair subsequent treatments of concrete surfaces when applied to forms or form liners. A ready-to-use water based material formulated to reduce or eliminate surface imperfections,containing no mineral oil or organic solvents. Environmentally safe, meeting local,state,and federal regulations and can be used in potable water facilities meeting NSF 61 requirements. 2. Manufacturers and Products: a. BASF. b. SIKA. c. Or approved equal. F. Void Forms:See Section 03 1114. 2.02 DESIGN OF FORMWORK A. Design,erect,support, brace and maintain formwork so that it shall safely support vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by formwork system or in-place construction that has attained adequate strength for this purpose. Construct formwork so that concrete members and structures are of correct size,shape, alignment,elevation and position. B. Design forms and falsework to include values of live load,dead load,weight of moving equipment operated on formwork,concrete mix,height of concrete drop,vibrator frequency,ambient temperature,foundation pressures,stresses, lateral stability,and other factors pertinent to safety of structure during construction. C. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations,using wedges or jacks or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. D. Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection, in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment,free from irregularities and within allowable tolerances. For long span members without intermediate supports, provide camber in formwork as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads. E. Design formwork to be readily removable without impact,shock or damage to concrete surfaces and adjacent materials. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-7 CONCRETE FORMWORK Page 7 of 10 F. Provide formwork 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. PART 3 -EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed 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 FORM CONSTRUCTION A. Construct forms complying with the requirements of ACI 347 to the exact sizes,shapes,lines and dimensions shown as required to obtain accurate alignment, location and grades to tolerances specified and to obtain level and plumb work in finish structures. Provide for openings,offsets, keyways, recesses,moldings, rustications, reglets,chamfers, blocking, screeds, bulkheads,anchorages and inserts,and other features required. Use selected materials to obtain required finishes. Finish shall be as determined by approved mock-up or sample panel, if specified. B. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses,and the like,to prevent swelling and assure ease of removal. C. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement,and for placement of concrete. Brace temporary closures and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in locations as inconspicuous as possible,consistent with requirements of the Work. Form intersecting planes of openings to provide true,clean-cut corners,with edge grain of plywood not exposed as form for concrete. D. Falsework: 1. Erect falsework and support,brace and maintain it to safely support vertical,lateral and asymmetrical loads applied until such loads can be supported by in-place concrete structures. Construct falsework so that adjustments can be made for take-up and settlement. 2. Provide wedges,jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished Work of required dimensions. E. Forms for Smooth Finish Concrete: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031000-8 CONCRETE FORMWORK Page 8 of 10 1. Do not use metal cover plates for patching holes or defects in forms. 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. 3. Use extra studs,walers and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses, rustication joints and projections with smooth-finish materials,and install in forms with sealed joints to prevent displacement. F. Corner Treatment: 1. Form exposed corners of beams,walls,foundations,bases and columns to produce smooth,solid,unbroken lines,except as otherwise shown. All exposed corners shall be chamfered. 2. Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Use rigid PVC chamfers for all architecturally formed concrete. Extend terminal edges to required limit and miter chamfer strips at changes in direction. 3. Reentrant and unexposed corners may be formed either square or chamfered. G. Joints: 1. Refer to Section 03 15 16,Concrete Joints,of these Specifications for treatment of joints.Locate as shown on the Drawings and specified. H. Openings and Built-In Work: 1. Provide openings in concrete formwork shown or required by other Sections. Refer to Paragraph 1.01.8.,above,for the requirements of coordination. 2. Accurately place and securely support items to be built into forms. I. Sealing Formwork: 1. All formwork joints shall be tight fitting or otherwise sealed to prevent loss of cement paste. 2. All formwork,which rests against concrete surfaces,shall be provided with a compressible gasket material between the concrete and edge of form to fill any irregularities and create a tight seal. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 1000-9 CONCRETE FORMWORK Page 9 of 10 J. Cleaning and Tightening: 1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips,wood, sawdust,dirt or other debris just before concrete is to be placed. Retighten forms immediately after concrete placement,as required to eliminate cement paste leaks. 3.03 FORM COATINGS A. Coat form contact surfaces with a non-staining form-coating compound before reinforcement is placed. Do not allow excess form coating material to accumulate in the forms or to come into contact with surfaces which will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions. B. Coat steel forms with a non-staining, rust-preventative form oil or otherwise protect against rusting. Rust-stained steel formwork is not acceptable. C. Do not use form coatings on form surfaces covered with CPF liner material. 3.04 INSTALLATION OF EMBEDDED ITEMS A. Set and build into the formwork,anchorage devices and other embedded items,shown, specified or required by other Sections. Refer to Paragraph 1.01 for the requirements of coordination. Use necessary setting drawings,diagrams, instructions and directions. B. Edge Forms and Screeds Strips for Slabs: 1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finished slab surface. Provide and secure units to support screeds. 3.05 FIELD QUALITY CONTROL A. Before concrete placement,CONTRACTOR shall check the formwork,including tolerances, lines,ties,tie cones,and form coatings. CONTRACTOR shall make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. B. During concrete placement CONTRACTOR shall check formwork and related supports to ensure that forms are not displaced and that completed Work shall be within specified tolerances. C. If CONTRACTOR finds that forms are unsatisfactory in any way,either before or during placing of concrete, placement of concrete shall be postponed or stopped until the defects have been corrected, and reviewed by ENGINEER. D. Finished concrete not meeting the tolerance and finish requirements specified will be subject to rejection and replacement of the work at no additional expense to the Owner. Concrete surface treatments such as coatings and other finishes shall not be installed until the Owner has approved the concrete. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 1000-10 CONCRETE FORMWORK Page 10 of 10 3.06 REMOVAL OF FORMS A. Nonsupporting forms(sides of beams,walls,columns,and similar parts of Work)may be removed after cumulatively curing at not less than 50 degrees F for 24 hours from time of concrete placement if: B. Concrete is sufficiently hard so as not to sustain damage by form removal operations. C. Curing and protection operations are maintained. D. Elevated Structural Slabs or Beams: In accordance with ACI 318/318R,Chapter 6,and at such time as concrete has reached compressive strength equal to 80 percent of specified 28-day compressive strength as determined by test cylinders. E. Continue curing in accordance with Section 03 30 00,Cast-In-Place Concrete even after the removal of Forms and Supports. F. When high-early strength concrete is specified,a schedule for removal of forms will be developed in the field from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. G. Form facing material shall remain in place a minimum of four days after concrete placement, unless otherwise approved by ENGINEER. H. Results of suitable control tests of field-cured specimens may be used as evidence that the concrete has attained sufficient strength and that supporting forms and shoring may be removed prior to the periods indicated herein. I. The time for removal of all forms will be subject to ENGINEER'S approval. 3.07 PERMANENT SHORES A. Provide permanent shores as defined in ACI 347. B. Reshores shall not be permitted. 3.08 RE-USE OF FORMS A. Clean and repair surfaces of forms to be re-used in the Work. Split,frayed,delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact surfaces as specified for new formwork. B. When forms are extended for successive concrete placement,thoroughly clean surfaces, remove fins and laitance,and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use"patched"forms for exposed concrete surfaces. Form surfaces shall be subject to ENGINEER'S approval. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-1 CONCRETE JOINTS Page l of 12 SECTION 03 15 16 CONCRETE JOINTS PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials,equipment and incidentals as shown, specified and required to furnish and install concrete joints. 2. The types of concrete joints required include the following: a. Construction joints. b. Expansion joints. c. Control joints. d. Isolation joints. e. Waterstops. B. General: All joints subject to hydrostatic pressure or in contact with soil,except non-water bearing slabs-on-grade,shall be provided with continuous waterstop. C. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 1.02 QUALITY ASSURANCE A. Regulatory Requirements: Acceptance of pourable joint filler for potable water structures by federal EPA or by state health agency. 1. Pourable Joint Filler: Certified as meeting NSF 61. B. Qualifications: Water stop manufacturer shall demonstrate 5 years,minimum,continuous successful experience in production of PVC water stops. C. Reference Standards: Comply with applicable provisions and recommendations of the following,except as otherwise shown or specified: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-2 CONCRETE JOINTS Page 2 of 12 1. ACI 301,Standard Specifications for Structural Concrete. 2. ASTM C 920,Standard Specification for Elastomeric Joint Sealants. 3. ASTM D 412,Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension. 4. ASTM D 624,Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 5. ASTM D 1752,Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 6. ASTM D 2240,Test Method for Rubber Property—Durometer Hardness. 7. CRD-0572, U.S.Army Corps of Engineers Specifications for Polyvinyl-Chloride Waterstop. 8. ANSI/NSF 61, Drinking Water System Components-Health Effects. D. All manufactured items shall be installed in accordance with manufacturer's instructions. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all materials required. 2. Layout of all construction and expansion joint locations prior to the submittal of steel reinforcement Shop Drawings. B. Samples: Submit for approval the following: 1. Polyvinyl chloride waterstops for joints for each cross section type used. 2. Preformed and cork expansion joint fillers. 1.04 PRODUCT DELIVERY,STORAGE AND HANDLING A. All materials used for joints in concrete shall be stored on platforms or in enclosures and covered to prevent contact with the ground and exposure to the weather and direct sunlight. Storage and handling requirements of the manufacturer shall also be followed. PART 2- PRODUCTS 2.01 WATERSTOPS A. Polyvinyl Chloride: 1. Material Requirements: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 031516-3 CONCRETE JOINTS Page 3 of 12 a. Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins,stabilizers, and other materials necessary to meet the requirements of these Specifications and the requirements of CRD-CS72. No reclaimed or scrap material shall be used. b. Tensile strength of finished waterstop: 1400 psi, minimum. c. Ultimate elongation of finished waterstop: 280 percent, minimum. d. Minimum thickness shall be 3/8-inch. e. Waterstops shall be provided with a minimum of seven ribs equally spaced at each end on each side. The first rib shall be at the edge. Ribs shall be a minimum of 1/8- inch in height. 2. Construction Joints: Waterstops shall be centerbulb ribbed type and 6-inches minimum in width, unless shown otherwise. 3. Expansion Joints:Waterstops shall be centerbulb ribbed type and 9-inches minimum in width, unless shown otherwise. The centerbulb shall have a minimum outside diameter of 7/8-inch. 4. Product and Manufacturer: Provide one of the following: a. Vinylex. b. Greenstreak Plastic Products Company 2.02 HYDROPHILIC WATERSTOP MATERIALS A. General Material Properties 1. Hydrophilic waterstop materials shall be bentonite-free and shall expand by a minimum of 80 percent of dry volume in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast. Provide only where indicated in the Contract Documents. 2. The material shall be composed of resins and polymers which absorb water and cause an increase in volume in a completely reversible and repeatable process.The waterstop material shall be dimensionally stable after repeated wet-dry cycles with no deterioration of swelling potential. 3. Select materials which are recommended by the manufacturer for the type of liquid to be contained. B. Hydrophilic Waterstop: 1. The minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 1516-4 CONCRETE JOINTS Page 4 of 12 2. Product and Manufacturer: Provide one of the following: a. Duroseal Gasket, by BBZ USA, Inc. b. Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. c. SikaSwell S,by Sika Corporation. C. Hydrophilic Sealant: 1. The hydrophilic sealant shall adhere firmly to concrete,metal,and PVC in dry or damp condition. When cured it shall be elastic indefinitely. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Paste,by BBZ USA, Inc. b. Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. D. Hydrophilic Injection Resin 1. Hydrophilic injection resin shall be acrylate-ester based. The viscosity shall be less than 50 cps. The resin shall be water soluble in its uncured state,solvent free,and non-water reactive. In the cured state it shall form a solid hydrophilic flexible material which is resistant to permanent water pressure and shall not attack bitumen,joint sealants,or concrete. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Inject 1K/2K, by BBZ USA, Inc. b. Sika Injection 29,by Sika Corporation. 2.03 PREFORMED EXPANSION JOINT FILLER A. Provide preformed expansion joint filler complying with ASTM D 1752,Type I (sponge rubber)or Type II (cork). 2.04 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Provide a water-soluble non-flammable,surface-retardant roughener at all construction joints unless specified otherwise. B. Product and Manufacturer: Provide one of the following: 1. Rugasol-S,as manufactured by Sika Corporation for horizontal joints only. 2. Concrete Surface Retarder-Formula 5,as manufactured by Euclid Chemical Company,for horizontal joints only. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-5 CONCRETE JOINTS Page 5 of 12 3. Concrete Surface Retarder-Formula F,as manufactured by Euclid Chemical Company,for vertical joints only. 2.05 EPDXY BONDING AGENT A. Provide a two-component epoxy-resin bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sikadur 32 Hi-Mod LPL,as manufactured by Sika Corporation. 2. Eucopoxy LPL,as manufactured by the Euclid Chemical Company. 2.06 EPDXY-CEMENT BONDING AGENT A. Provide a three component epoxy resin-cement blended formulated as a bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sika Armatec 110 EpoCem,as manufactured by Sika Corporation. 2. Corr-Bond, as manufactured by the Euclid Chemical Company. 2.07 NEOPRENE BEARING PADS A. Product and Manufacturer: Provide one of the following: 1. 65 Durometer,Sheet Neoprene No. 1200,as manufactured by Williams Products Company. 2. Or approved equal. 2.08 JOINT SEALANT A. Sealant used in expansion joints and other locations where it is shown and which will be subject to being submerged by water for any period of time shall be a two part polyurethane type sealant meeting the requirements of ASTM C 920,Type M,Class 25. The sealant shall be specially formulated for continuous submerged conditions. The manufacturer's recommended primer must be used with the sealant. B. The sealant shall meet the following requirements(measured at 73 degrees F and 50 percent RH): 1. Ultimate hardness(ASTM D 2240,Type A,Shore): 20 to 45. 2. Tensile strength(ASTM D 412):200 psi, minimum. 3. Ultimate elongation (ASTM D412):400 percent, minimum. 4. Tear strength (ASTM D 624,die C): 75 pounds per inch of thickness, minimum. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-6 CONCRETE JOINTS Page 6 of 12 5. Color: light gray unless noted otherwise by Architect or Owner. C. Product and Manufacturer: Provide one of the following: 1. Permapol RC-270 Reservoir Sealant, as manufactured by Products Research and Chemical Corporation. 2. Sikaflex-2c,as manufactured by Sika Corporation. 2.09 SEALANT ACCESSORIES A. Backer Rod: Backer rod shall be an extruded closed-cell polyethylene foam rod. The material shall be compatible with the sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width at joints less than 3/4-inch wide and 1/4-inch larger in diameter at joints 3/4-inch and wider. B. Bond Breaker Tape: Bond breaker shall be polyethylene or TFE-fluorocarbon self adhesive tape,as recommended by the manufacturer. PART 3- EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed 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 CONSTRUCTION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install construction joints as shown on the Drawings and specified in this specification. Additional construction joints shall be located as follows: 1. In walls locate joints at a spacing of 40 feet maximum and approximately 10 feet from corners. 2. In foundation slabs and slabs on grade locate joints at a spacing of approximately 40 feet. Place concrete in a strip pattern not to exceed 80 feet long, unless otherwise indicated on the Drawings. 3. In mats and structural slabs and beams,at a spacing of approximately 40 feet. Locate joints in compliance with ACI 301, unless otherwise indicated on the Drawings. 4. Provide other additional construction joints as required to satisfactorily complete all Work. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-7 CONCRETE JOINTS Page 7 of 12 C. Horizontal Joints: 1. Roughen concrete at the interface of construction joints by abrasive blasting, hydroblasting,or the use of surface retardants and water jets to expose the aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping.Where PVC waterstops are present, use surface retardants unless otherwise approved by ENGINEER. Immediately before placing fresh concrete,thoroughly clean the existing contact surface using a stiff brush or other tools and a stream of water under pressure. The surface shall be clean and wet, but free from pools of water at the moment the fresh concrete is placed. 2. Remove laitance,waste mortar or any other substance which may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placement or where dirt or other bond reducing contaminants are on the surface,additional light abrasive blasting or hydroblasting shall be done to remove laitance and all bond reducing materials just prior to concrete placement. 3. Place a 2-inch thick coat of mortar,one part sand and one part cement with water added to a flowable consistency or a 6-inch layer of Construction Joint Grout,as specified in Section 03 60 00,Grout,over the contact surface of the old concrete. Place fresh concrete before the mortar or grout has attained its initial set. If the concrete mix has the slump increased to at least 6-inches by addition of a high range water reducer, the placement of mortar or grout may be omitted. D. Vertical Joints: 1. Apply roughener to the form in a thin,even film by brush,spray or roller in accordance with the manufacturer's instructions. After roughener is dry,concrete may be placed. 2. When concrete has been placed, remove joint surface forms as early as is necessary to allow for removal of the surface retarded concrete. Forms covering member surfaces shall remain in place as required by Section 03 10 00,Concrete Formwork. Wash loosened material off with high-pressure water spray to obtain roughened surface subject to approval by ENGINEER. Alternately,the surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate. The outer 1-inch of each side of the joint face shall be masked and protected from the blasting to avoid damage to the member surface. 3.03 EXPANSION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install expansion joints where shown on the Drawings. Install joint filler in accordance with manufacturer's instructions. Sealants shall be installed as specified herein. 3.04 CONTROL JOINTS A. Control joints shall be provided in non-water bearing slabs on grade only where specifically shown. A groove,with a depth of at least 25 percent of the member thickness,shall be CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-8 CONCRETE JOINTS Page 8 of 12 formed or saw-cut in the concrete. This groove shall be filled with joint sealant material as specified in Section 07 92 00. Control joints shall not be placed in structured slabs or slab on carton void forms. B. Where the control joint is formed by sawcutting,the cut shall be made immediately after the concrete has set enough to support the saw and be cut without being damaged. The concrete shall be kept continually moist until the cutting operation.Cut shall be made within four hours of concrete placement. C. Control joints may be formed with a tool or by insertion of a joint forming strip. After the concrete has gained its design strength,the upper portion of the joint forming strip shall be removed and the void filled with sealant. 3.05 ISOLATION JOINTS A. Wherever a sidewalk, paving or other slab on grade abuts a concrete structure and is not shown doweled into that structure, an isolation joint shall be provided. Such joint shall be formed by a 1/2-inch joint filler with the upper 1/2-inch of the joint filled with sealant. 3.06 WATERSTOPS A. General: 1. Comply with the requirements of ACI 301 and as specified below. All joints shall be made in accordance with manufacturer's instructions. 2. Obtain ENGINEER'S approval for waterstop locations not shown on the Drawings. 3. Provide polyvinyl chloride waterstops in all joints in concrete which are intended to retain liquid or are located below grade up to an elevation at least 12-inches above grade or to an elevation at least 12-inches above overflow liquid level in tanks, whichever is higher,except where otherwise shown on the Drawings or noted. B. Polyvinyl Chloride Waterstop: 1. Tie waterstop to reinforcement,at a maximum spacing of 18-inches,so that it is securely and rigidly supported in the proper position during concrete placement. Continuously inspect waterstops during concrete placement to ensure their proper positioning. 2. Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations. It is required that: a. The material shall not be damaged by heat sealing. b. The splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-9 CONCRETE JOINTS Page 9 of 12 c. The continuity of the waterstop ribs and of its tubular center axis shall be maintained. 3. Only butt type joints of the ends of two identical waterstop sections shall be allowed to be made while the material is in the forms. 4. All joints with waterstops involving more than two ends to be jointed together,and all joints which involve an angle cut, alignment change,or the joining of two dissimilar waterstop sections shall be prefabricated by CONTRACTOR or manufacturer prior to placement in the forms,allowing not less than 24-inch long strips of waterstop material beyond the joint. Upon being inspected and approved,such prefabricated waterstop joint assemblies shall be installed in the forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of waterstop in place in the forms. S. Where a centerbulb waterstop intersects and is jointed with a non-centerbulb waterstop,care shall be taken to seal the end of the centerbulb, using additional PVC material,if required. 6. The symmetrical halves of the waterstops shall be equally divided between the concrete placements at the joints and centered within the joint width,unless shown otherwise. Centerbulb waterstops shall be placed in expansion joints so that the centerbulb is centered on the joint filler material. 7. When any waterstop is installed in the forms or is embedded in the first concrete placement and the waterstop remains exposed to the atmosphere for more than four days,suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of the sun during the entire exposure and until the exposed portion of the waterstop is embedded in concrete. 8. Waterstop placed in joints intended for future concrete placement shall be protected from direct rays of the sun by temporary means until a permanent cover is installed so that the waterstop is not exposed to the direct rays of the sun for more than a total of four days. C. Hydrophilic Waterstop and Sealant 1. Where a hydrophilic waterstop or sealant is called for in the Contract Documents, or where approved by the ENGINEER, it shall be installed with the manufacturer's instructions and recommendations;except,as modified herein. 2. When requested by the ENGINEER,the manufacturer shall provide technical assistance in the field. 3. The waterstop or sealant shall be located as near as possible to the center of the joint and it shall be continuous around the entire joint. The minimum distance from the edge of the waterstop to the face of the member shall be 3-inches. 4. Where a hydrophilic rubber waterstop is used in combination with PVC waterstop,the hydrophilic rubber waterstop shall overlap the PVC waterstop for a minimum of 6- CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-10 CONCRETE JOINTS Page 10 of 12 inches. The contact surface between the hydrophilic rubber waterstop the PVC waterstop shall be filled with hydrophilic sealant. S. Where wet curing methods are used,hydrophilic rubber waterstop and sealant shall be applied after curing water is removed and just prior to the closing up of the forms for the concrete placement. Hydrophilic rubber waterstop and sealant shall be protected from the direct rays of the sun and from becoming wet prior to concrete placement. If the material does become wet and expands,it shall be allowed to dry until it has returned to its original cross sectional dimensions before concrete is placed. 6. The hydrophilic rubber waterstop shall be installed in a bed of hydrophilic sealant, 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,concrete nails,with washers of a diameter equal to the waterstop width,shall be placed to secure the waterstop to the concrete at a maximum spacing of 18-inches. 7. Prior to installation of hydrophilic sealant,the concrete surface shall be wire brushed or sand blasted to remove any laitance or other materials that may interfere with the bonding. Surfaces of metal or PVC to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown on the Contract Documents, it shall be placed in a built up bead which has a triangular cross section with each side of the triangle at least 3/4-inch in length,unless indicated otherwise. Concrete shall not be placed until the sealant has cured as recommended by the manufacturer. 3.07 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days or to existing concrete. B. Use epoxy-cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 90 days or to existing concrete. 2. For all locations where bonding agent is required and concrete cannot be placed within the open time period of epoxy bonding agent. C. Use a cement-water slurry as a bonding agent for toppings and concrete fill to new concrete. The cement water slurry shall be worked into the surface with a stiff bristle broom and concrete shall be placed before the cement-water slurry dries. D. Handle and store bonding agent in compliance with the manufacturer's printed instructions, including safety precautions. E. Mix the bonding agent in complete accordance with the instructions of the manufacturer. F. Before placing fresh concrete,thoroughly roughen and clean hardened concrete surfaces and coat with bonding agent not less than 1/16-inch thick. Place fresh concrete while the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-11 CONCRETE JOINTS Page l 1 of 12 bonding agent is still tacky(within its open time),without removing the in-place bonding agent coat,and as directed by the manufacturer. 3.08 SEALANT INSTALLATION A. Sealants shall be installed according to the manufacturer's recommendations for sealant which is to be subjected to continuous submerged conditions and the following requirements. Prior to sealant installation,CONTRACTOR shall arrange to have a representative of the sealant manufacturer instruct the installation crew doing the Work as to the proper methods of surface preparation, mixing,and application of the sealant. B. Surfaces to receive sealant shall be cleaned of all materials which could interfere with proper bonding. Concrete surfaces shall have all fins or other defects removed or repaired and shall receive a light abrasive blasting prior to priming and sealant application. All surfaces to receive sealant shall be completely dry. C. Spaces to receive sealant shall be filled with joint filler as shown. Where not shown,the space shall be filled with joint filler or a backer rod so that the depth of sealant does not exceed the width of the space. Where the bottom of the space to receive sealant is formed by a material other than backer rod,a bond breaker tape shall be placed. The maximum sealant depth,at middle of the joint width,shall be 1/2-inch. D. The primer and sealant used shall be supplied by the same manufacturer. No sealant shall be placed without the use of a primer. E. Self-leveling sealants shall only be used in joints with a slope less than 0.5 percent and where maximum and minimum sealant depths can be maintained. Non-sag sealant shall be used at all other locations and may be used instead of self-leveling sealant. All non-sag sealant shall be tooled to a uniform concave surface before skinning and curing begins. F. Sealant material shall be conditioned to be within the optimum temperature range recommended by the manufacturer for installation for a minimum of 16 hours prior to installation. Installation shall proceed only when the substrate is at a temperature recommended by the manufacturer. Sealant shall not be placed if there is a threat of imminent rainfall. CONTRACTOR shall submit a letter certifying that the applied sealants were installed in accordance with the manufacturer's recommendations,including temperature, relative humidity,etc. G. All joints to receive sealant shall be inspected by the ENGINEER prior to sealant placement. H. All sealant shall achieve final cure at least seven days before the structure is filled with water. I. Any sealant which,after the manufacturer's recommended curing time for the job conditions,fails to fully and properly cure shall be completely removed. The surfaces to receive sealant shall be completely cleaned of all traces of the improperly cured sealant and primer. The specified sealant shall then be reinstalled. All costs of such removal,surface treatment,and reinstallation shall be at the expense of CONTRACTOR. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 15 16-12 CONCRETE JOINTS Page 12 of 12 3.09 BEARING PAD INSTALLATION A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with manufacturer's instructions. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-1 CONCRETE REINFORCEMENT Page 1 of 8 SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1- GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown, specified and required to furnish and install concrete reinforcement. 2. The extent of concrete reinforcement is shown. 3. The Work includes fabrication and placement of reinforcement including bars,ties and supports,and welded wire fabric for concrete,encasements and fireproofing. B. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following,except as otherwise shown or specified: 1. ASTM A82,Specification for Steel Wire,Plain,for Concrete Reinforcement. 2. ASTM A184,Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185,Specification for Steel Welded Wire Fabric, Plain,for Concrete Reinforcement. 4. ASTM A496,Specification for Steel Wire, Deformed,for Concrete Reinforcement. 5. ASTM A497,Specification for Steel Welded Wire Fabric, Deformed,for Concrete Reinforcement. 6. ASTM A615,Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-2 CONCRETE REINFORCEMENT Page 2 of 8 7. ASTM A706,Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement. 8. ASTM A775,Specification for Epoxy-Coated Reinforcing Steel Bars. 9. ACI 315,Manual of Standard Practice for Detailing Reinforced Concrete Structures. 10. ACI 318, Building Code Requirements for Structural Concrete. 11. ACI 350,Code Requirements for Environmental Engineering Concrete Structures. 12. ACI SP66, Detailing Manual. 13. CRSI 1MSP,Concrete Reinforcing Steel Institute(CRSI) Manual of Standard Practice. B. Allowable Placing Tolerances: Comply with ACI 318,Chapter 7-Details of Reinforcement except as specified below: 1. All reinforcing shall be placed to within plus or minus X inch of locations specified in the Drawings. 2. Concrete surfaces which are in contact with liquids:Two-inch minimum coverage. 1.03 SUBMITTALS A. Shop Drawings:Submit for approval the following: 1. Manufacturer's specifications and installation instructions for all materials and reinforcement accessories. 2. Drawings for fabrication,bending,and placement of concrete reinforcement. Comply with ACI 315,Parts A and B. For walls,show elevations to a minimum scale of 1/4-inch to one foot. For slabs,show top and bottom reinforcing on separate plan views. Show bar schedules,stirrup spacing,diagrams of bent bars,arrangements and assemblies,as required for the fabrication and placement of concrete reinforcement unless otherwise noted. Splices shall be kept to a minimum. Splices in regions of maximum tension stresses shall be avoided whenever possible. 3. Drawings detailing the location of all construction and expansion joints as required under Section 03 15 16, Concrete Joints,shall be submitted and approved before Shop Drawings for reinforcing steel are submitted. B. Certificates: 1. Submit one copy of steel producer's certificates of mill analysis,tensile and bend tests for reinforcing steel. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-3 CONCRETE REINFORCEMENT Page 3 of 8 1.04 DELIVERY,HANDLING AND STORAGE A. Deliver concrete reinforcement materials to the site bundled,tagged and marked. Use metal tags indicating bar size, lengths,and other information corresponding to markings shown on placement diagrams. B. Store concrete reinforcement material at the site to prevent damage and accumulation of dirt or excessive rust. Store on heavy wood blocking so that no part of it will come in contact with the ground. PART 2- PRODUCTS 2.01 MATERIALS A. Reinforcing Bars:ASTM A 615,and as follows: 1. Provide Grade 60 for all bars, unless indicated otherwise. B. Mechanical Couplers: Reinforcement bars may be spliced with a mechanical connection when permitted by the ENGINEER in writing. This connection shall be a full mechanical connection which shall develop in tension or compression, as required,at least 125 percent of specified yield strength (fy)of the bar in accordance with ACI 318.Form saver couplers are allowable upon approval by the Engineer. Provide one of the following: 1. Lenton or Lenton Form Saver by Erico. 2. BarGrip or Grip-Twist by Dayton. C. Steel Wire: ASTM A 82. D. Welded Smooth Wire Fabric: ASTM A 185. 1. Furnish in flat sheets, not rolls. E. Supports for Reinforcement: Bolsters,chairs,spacers and other devices for spacing, supporting and fastening reinforcement in place. 1. Use wire bar type supports complying with CRSI "Manual of Standard Practice" recommendations,except as specified below. Do not use wood,brick,or other unacceptable materials. 2. For slabs on grade,use precast concrete blocks,4-inch square in plan,with embedded tie wire as specified by CRSI, "Manual of Standard Practice". The precast concrete blocks shall have the same or higher compressive strength as specified for the concrete in which they are located. 3. For all concrete surfaces,where legs of supports are in contact with forms, provide supports complying with CRSI "Manual of Standard Practice"as follows: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-4 CONCRETE REINFORCEMENT Page 4 of 8 a. At formed surfaces in contact with soil,weather,or liquid or located above liquid, supports shall be CRSI Class 1 for maximum protection. The plastic coating on the legs shall extend at least 1/2-inch upward from the form surface. b. At interior dry surfaces(not located above liquid),supports shall be either Class 1 or Class 2 for moderate protection. c. At formed surfaces with an architectural finish, use stainless steel protected legs (Type B). 4. Over waterproof membranes, use precast concrete chairs. F. Drilled Dowels 1. Adhesive material for drilled dowels shall be a vinylester resin,epoxy resin, urethane methacrylate,or vinyl urethane resin. Polyester resin shall not be used. The resin shall be a high modulus,moisture insensitive type. The resin shall be packaged in a cartridge type dispensing system with a mixing nozzle.The resin shall be formulated to maintain its bond and integrity under continuous submergence by water. The adhesive anchoring systems shall have an ultimate capacity in excess of 125 percent of the yield strength of the reinforcing steel at an embedment of 12 bar diameters. 2. Adhesive systems shall be: a. HIT HY 200,manufactured by Hilti Corporation. b. RE-500, manufactured by Hilti Corporation. c. AT30,manufactured by Simpson Strong-Tie. 2.02 FABRICATION A. General: Fabricate reinforcing bars to conform to required shapes and dimensions,with fabrication tolerances complying with CRSI,"Manual of Standard Practice". In case of fabricating errors,do not re-bend or straighten reinforcement in a manner that will damage or weaken the material. B. Unacceptable Materials: Reinforcement with any of the following defects will not be permitted in the Work: 1. Bar lengths, bends,and other dimensions exceeding specified fabrication tolerances. 2. Bends or kinks not shown on approved Shop Drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-5 CONCRETE REINFORCEMENT Page 5 of 8 PART 3- EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which concrete reinforcement 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. Comply with the applicable recommendations of specified codes and standards,and CRSI, "Manual of Standard Practice",for details and methods of reinforcement placement and supports. B. Clean reinforcement to remove loose rust and mill scale,earth,ice,and other materials which reduce or destroy bond with concrete. C. Position,support,and secure reinforcement against displacement during formwork construction or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters,spacers and hangers,as required. 1. Place reinforcement to obtain the minimum concrete coverages as shown in the Drawings and as specified in ACI 318. Arrange,space,and securely tie bars and bar supports together with 16 gage wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placement of concrete,CONTRACTOR shall demonstrate to ENGINEER that the specified cover of reinforcement has been attained,by using a surveying level or string line. 3. Reinforcing steel shall not be secured to forms with wire, nails or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. D. Install welded wire fabric in as long lengths as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire. 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. E. Provide sufficient numbers of supports of strength required to carry reinforcement. Do not place reinforcing bars more than 2-inches beyond the last leg of any continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Lap Splices: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-6 CONCRETE REINFORCEMENT Page 6 of 8 1. Provide standard reinforcement splices by lapping ends, placing bars in contact,and tying tightly with wire. Comply with requirements shown on the Drawings for minimum lap of spliced bars. G. Mechanical Couplers: 1. Mechanical butt splices shall be in accordance with the recommendation of the manufacturer of the mechanical splicing device. Butt splices shall develop 125 percent of the specified minimum yield tensile strength of the spliced bars or of the smaller bar in transition splices. Bars shall be flame dried before butt splicing. Adequate jigs and clamps or other devices shall be provided to support,align, and hold the longitudinal centerline of the bars to be butt spliced in a straight line. H. Welding 1. Welded splicing of reinforcing is not permitted. Tack welding of crossing bars for assembly of reinforcement is prohibited. 2. Field cutting of reinforcing shall be performed using saws or bolt cutters.Torch cutting of bars shall not be permitted. I. Drilled Dowels 1. Drilled dowels shall be reinforcing dowels set in a resin adhesive in a hole drilled into hardened concrete. 2. Holes shall be drilled to the adhesive anchor system manufacturer's recommended diameter and depth to develop the required pullout resistance but shall not be greater in diameter than 1/4-inch more than the nominal bar diameter nor less than 12 times the nominal bar diameter in depth. 3. The hole shall be drilled by methods which do not interfere with the proper bonding of the resin. Only masonry type drill bits shall be used. 4. Existing reinforcing steel in the vicinity of proposed holes shall be located prior to drilling. The location of holes to be drilled shall be adjusted to avoid drilling through or nicking any existing reinforcing bars only after approval by the ENGINEER. 5. The hole shall be brushed(non-metallic bristle brush only)and blown clean with clean, dry compressed air to remove all dust and loose particles. 6. Resin shall be injected into the hole through the injection system-mixing nozzle(and any necessary extension tubes)placed to the bottom of the hole. The discharge end shall be withdrawn as resin is placed but kept immersed to prevent formation of air pockets. The hole shall be filled to a depth that ensures that excess material is expelled from the hole during dowel placement. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-7 CONCRETE REINFORCEMENT Page 7 of 8 7. Dowels shall be twisted during insertion into the partially filled hole so as to guarantee full wetting of the bar surface with adhesive. The bar shall be inserted slowly enough to avoid developing air pockets. 3.03 INSPECTION OF REINFORCEMENT A. Concrete shall not be placed until the reinforcing steel is inspected and permission for placing concrete is granted by the Owner Representative. All concrete placed in violation of this provision will be rejected. B. Formwork for walls and other vertical members will not be closed up until the reinforcing steel is inspected and permission for placing concrete is granted by ENGINEER. All concrete placed in violation of this provision will be rejected. C. Testing of Drilled Dowels: Owner Representative shall employ a testing agency to perform field quality control testing of the drilled dowel installation. After completion of the manufacturer's recommended curing period and prior to placement of connecting reinforcing,ten percent of drilled dowels installed shall be proof tested for pullout. The drilled dowels shall be tensioned to 60 percent of the specified yield strength. Where dowels are located less than six bar diameters from the edge of concrete,the ENGINEER will determine the tensile load required for the test. If any dowels fail, all installed dowels shall be tested. Dowels that fail shall be reinstalled and retested at CONTRACTOR'S expense. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 032000-8 CONCRETE REINFORCEMENT Page 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-1 CAST IN PLACE CONCRETE Page 1 of 40 SECTION 03 30 00 CAST IN PLACE CONCRETE PART 1-GENERAL 1.01 DESCRIPTION A. Scope: 1. Provide all labor,materials,equipment and incidentals as shown,specified and required to furnish and install cast-in-place concrete. 2. The Work includes providing concrete consisting of portland cement,fine and coarse aggregate,water,and approved admixtures;combined, mixed,transported, placed, finished and cured. The Work also includes: a. Providing openings in concrete to accommodate the Work under this and other Sections and building into the concrete all items such as sleeves, frames, anchor bolts, inserts and all other items to be embedded. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed in the concrete. C. Classifications of Concrete: 1. Class A(4,000 psi)concrete shall be steel reinforced and includes the following: a. All concrete,unless indicated otherwise. 2. Class B(3,500 psi)concrete shall be placed without forms or with simple forms,with little or no reinforcing,and includes the following unless indicated otherwise: a. Concrete fill within structures. b. Duct banks. c. Unreinforced encasements. d. Curbs and gutters. e. Sidewalks. f. Pavement. g. Thrust blocking. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-2 CAST IN PLACE CONCRETE Page 2 of 40 3. Class C(2,000 psi)concrete shall be unreinforced and used where required as concrete fill under foundations, mud slabs,filling abandoned piping and wherever"lean" concrete is required on the Drawings. 4. Class D(350 psi)flowable fill shall be unreinforced and used for filling large underground abandoned spaces and other locations identified in the Drawings. 5. Mass concrete requirements shall apply for the following concrete elements for Class A concrete: a. Wall sections greater than 42-inches thick. D. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR'S responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of CONTRACTOR'S Work. 1.02 QUALITY ASSURANCE A. Qualifications: 1. Mix Designer: Licensed professional engineer registered in the state of Texas. 2. Batch Plant: Currently certified by the National Ready Mixed Concrete Association. B. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ACI 207.111-05, Mass Concrete. 2. ACI 207.211-07, Effect of Restraint,Volume Change,and Reinforcement on Cracking of Mass Concrete. 3. ACI 207.411-05,Cooling and Insulating Systems for Mass Concrete. 4. ACI 214, Recommended Practice for Evaluation of Strength Test Results of Concrete. 5. ACI 301,Specifications for Structural Concrete(includes ASTM Standards referred to herein). 6. ACI 304, Guide for Measuring, Mixing,Transporting and Placing Concrete. 7. ACI 305, Hot Weather Concreting. 8. ACI 306,Cold Weather Concreting. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-3 CAST IN PLACE CONCRETE Page 3 of 40 9. ACI 309,Guide for Consolidation of Concrete. 10. ACI 311,Guide for Concrete Inspection. 11. ACI 318, Building Code Requirements for Structural Concrete. 12. ACI 350,Code Requirements for Environmental Engineering Concrete Structures 13. ANSI/NSF 61, Drinking Water System Components-Health Effects. 14. AASHTO M 182, Burlap Cloth Made From Jute or Kenaf. 15. AASHTO TP 23, Proposed Standard Method of Test for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 16. ASTM C 31, Practice for Making and Curing Concrete Test Specimens in the Field. 17. ASTM C 33,Specification for Concrete Aggregates. 18. ASTM C 39,Test Method for Compressive Strength of Cylindrical Concrete Specimens. 19. ASTM C 42,Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 20. ASTM C 94,Specification for Ready-Mixed Concrete. 21. ASTM C109,Test Method for Compressive Strength of Hydraulic Cement Mortars. 22. ASTM C 143,Test Method for Slump of Hydraulic-Cement Concrete. 23. ASTM C 150,Specification for Portland Cement. 24. ASTM C 157,Test Method for Length Change of Hardened Hydraulic-Cement Mortar and Concrete. 25. ASTM C 171,Specification for Sheet Materials for Curing Concrete. 26. ASTM C 172, Practice for Sampling Freshly Mixed Concrete. 27. ASTM C 231,Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 28. ASTM C 260,Specification for Air-Entraining Admixtures for Concrete. 29. ASTM C 309,Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 30. ASTM C 330,Specification for Lightweight Aggregates for Structural Concrete. 31. ASTM C 494,Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-4 CAST IN PLACE CONCRETE Page 4 of 40 32. ASTM C 618,Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 33. ASTM C 882,Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 34. ASTM C 1240,Specification for Silica Flume for Use as a Mineral Admixture in Hydraulic- Cement Concrete, Mortar,and Grout. 3S. ASTM E 1S4,Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs,on Walls,or as Ground Cover. 36. ASTM E 329,Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used for Construction. 37. ACI 117 Specification for Tolerances for Concrete Construction and Materials 38. ACI SP-15 Field Reference Manual 39. ASTM C138 Standard Test Method for Unit Weight,Yield and Air Content(Gravimetric) of Concrete 40. ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory 41. ASTM C900 Standard Test Method for Pullout Strength of Hardened Concrete 42. ASTM C928,Standard Specification for Packaged,Dry,Rapid Harding Cementitious Materials for Concrete Repairs. C. Concrete Testing Service: 1. CONTRACTOR shall employ,at its own expense,testing laboratories experienced in design and testing of concrete materials and mixes to perform material evaluation tests and to design concrete mixes. The same laboratory shall not be employed to both design concrete mixes and provide field testing. a. Testing agency shall meet the requirements of ASTM E 329 and ASTM C1077. b. Selection of a testing laboratory is subject to ENGINEER'S approval. c. Submit a written description of the proposed concrete testing laboratory giving qualifications of personnel, laboratory facilities and equipment, and other information that may be requested by ENGINEER. Field test shall be made by an ACI Concrete Field Testing Technician Grade I in accordance with ACI CPI, or OWNER approved equal, unless exceptions to field personnel are allowed by the ENGINEER and/or OWNER. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-5 CAST IN PLACE CONCRETE Page 5 of 40 2. Materials and installed Work may require testing and retesting,as directed by ENGINEER,at any time during the progress of the Work. Allow free access to material stockpiles and facilities at all times. Tests not specifically indicated to be done at CONTRACTOR'S expense, including the retesting of rejected materials and installed Work. Failure to detect defective work or materials early will not prevent rejection if a defect is discovered later nor shall it obligate the OWNER to final acceptance. D. Qualifications of Water-Reducing Admixture Manufacturer: 1. Water-reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. CONTRACTOR shall furnish copy of manufacturer's quality assurance handbook to document the existence of the program. Manufacturer shall maintain a concrete testing laboratory that has been approved by the Cement and Concrete Reference Laboratory at the Bureau of Standards,Washington, D.C. 2. Provide a qualified concrete technician employed by the admixture manufacturer to assist in proportioning the concrete for optimum use of the admixture. The concrete technician,shall advise on proper addition of the admixture to the concrete and on adjustment of the concrete mix proportions to meet changing jobsite conditions. E. Laboratory Trial Batch: 1. Each concrete mix design specified shall be verified by a laboratory trial batch,unless indicated otherwise. 2. Each trial batch shall include the following testing: a. Aggregate gradation for fine and coarse aggregates. b. Fly ash testing to verify meeting specified properties, unless the fly ash supplier provides certification by an independent testing laboratory. C. Slump. d. Air content. e. Compressive strength based on three cylinders each tested at seven days and at 28 days. f. Shrinkage test as specified herein for Class A concrete mix designs. 3. Each trial batch shall provide the following information: a. Project identification name and number. b. Date of report. c. Complete identification of aggregate source of supply. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-6 CAST IN PLACE CONCRETE Page 6 of 40 d. Tests of aggregates for compliance with specified requirements. e. Scale weight of each aggregate. f. Absorbed water in each aggregate. g. Brand,type and composition of cement. h. Brand,type and amount of each admixture. i. Amounts of water used in trial mixes. j. Proportions of each material per cubic yard. k. Gross weight and yield per cubic yard of trial mixtures. I. Measured slump. m. Measured air content. n. Compressive strength developed at seven days and 28 days, from not less than three test cylinders cast for each seven day and 28 day test,and for each design mix. o. Shrinkage test results where required and as specified herein. 4. The requirement for a trial batch may be waived if the required test information has been provided in a previous laboratory trial batch run on the identical mix design within the previous two years. The same brand,type,and source of all materials must have been used. F. Shrinkage Test: 1. Drying shrinkage tests will be made for the trial batch as specified herein. 2. Drying shrinkage specimens shall be 4-inch by 4-inch by 11-inch prisms with an effective gage length of 10-inches,fabricated,cured,dried and measured in accordance with the requirements of ASTM C 1S7 modified as follows:specimens shall be removed from molds at an age of 23±1 hours after trial batching,shall be placed immediately in water at 70°F±3°F for at least 30 minutes,and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73°F t3°F. Measurement to determine expansion expressed as a percentage of original length shall be made at age seven days. This length at age seven days shall be the base length for drying shrinkage calculations("0"days drying age). Specimens then shall be stored immediately in a humidity control room maintained at 73°F±3°F and SO percent±4 percent relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14,21,and 28 days of drying after seven days of moist curing. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-7 CAST IN PLACE CONCRETE Page 7 of 40 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at"0"days drying age)and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001-inch at each test age. If the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch,the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein. G. Sample Panels: 1. Provide sample panels of wall finishes,12-inches by 12-inches by 3-inches thick. Perform revisions and corrective work required to produce finished concrete and surfaces as required by ENGINEER. a. Construct additional sample panels as may be required if original results are not satisfactory. 2. The continuity of color and texture for exposed concrete surfaces is of prime importance. Maintain such controls and procedures,in addition to those specified,as is necessary to provide continuous match of concrete Work with accepted samples. H. Mock-up Panels: 1. Fabricate mock-up panels representative of specified finished surfaces after sample form panels are approved,at locations on the site as directed by ENGINEER. Form, reinforce,mix,cast,cure and finish mock-up panels using selected materials and construction methods proposed for the Work. Provide mock-up panels as follows: a. Wall section of"L"-shaped panels, approximately 4 feet high by 3 feet each side by 8-inches thick and set on an 18-inch wide by 8-inch thick base, unless otherwise shown. Form faces to represent each specified formed surface finish. Include not less than two form ties,two form panel intersections,one vertical construction joint and one horizontal construction joint. Construction joints are specified in Section 03251, Concrete Joints,of these Specifications. b. Column section, approximately four feet high and not less than 12-inches diameter for round sections and not less than 12-inches in least dimension for rectangular sections for each specified formed finish, unless otherwise shown. Set column sections on a 6-inch thick concrete base which extends 8-inches beyond the column. Chamfer exposed edges of rectangular sample columns. c. Slab-on-grade section, approximately four feet square and a minimum of 4-inches thick for each applied finish, with at least one construction joint and one expansion joint, if used. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-8 CAST IN PLACE CONCRETE Page 8 of 40 2. Reinforce mock-up panels as required to prevent cracking and to be structurally stable or as shown on the Drawings,but reinforcing steel shall not be less than 0.25 percent of the gross concrete cross section in each direction. 3. Protect mock-up panels from damage and do not remove them without written permission from ENGINEER. When directed,demolish mock-up panels and remove from the site. 1.03 SUBMITTALS A. Samples: Submit samples of materials as specified and as otherwise may be requested by ENGINEER, including names, sources and descriptions. Submittal data shall demonstrate compliance with all requirements of this specification. Any deviations from the specifications shall be clearly noted in the submittal and justification presented for the deviation. B. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications with application and installation instructions for proprietary materials and items, including admixtures, bonding agents and repair materials. 2. List of concrete materials and concrete mix designs proposed for use. Include the results of all tests performed to qualify the materials and to establish the mix designs. 3. The following information,if ready-mixed concrete is used. a. Physical capacity of mixing plant. b. Trucking facilities available. c. Estimated average amount that can be produced and delivered to the site during a normal eight hour day,excluding the output to other customers. 4. Manufacturer's Certificate of Compliance: a. Portland Cement. b. Admixtures. c. Fly Ash. d. Aggregates. e. Bonding Agent. f. Bond Breakers. g. Patching Materials. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-9 CAST IN PLACE CONCRETE Page 9 of 40 h. Admixtures: Manufacturers'Certificate of Proper Installation. C. Laboratory Test Reports: Submit copies of laboratory test reports for concrete cylinders, materials and mix design tests. ENGINEER'S review will be for general information only. Production of concrete to comply with specified requirements is the responsibility of CONTRACTOR. D. Submit notarized certification of conformance to referenced standards when requested by ENGINEER. E. Delivery Tickets: Furnish to OWNER representative copies of all delivery tickets for each load of concrete at the time of delivery to the site. Provide items of information as specified in ASTM C 94,Section 16.1. F. Administrative Submittals: Concrete Coordination Meeting Minutes. G. Qualifications of Finishes: Submit qualifications of the finishing contractor and the finishers who will perform the Work. H. Drawings: Submit concrete placement drawings showing the lift numbers, locations of all joints, concrete mix design being placed, concrete finishes, and all pertinent embedded items including embed plates and angles, sleeves, pipes, conduits, anchors, gate thimbles, etc. 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 required embedments as specified and where shown in the Drawings. Submit information for acceptance of proposed construction joints not otherwise shown in the Drawings. I. Submit notification of placement to the OWNER's representative at least 24 hours in advance of concrete placement. J. Submit a work plan for cold weather concreting and hot weather concreting describing proposed methods and procedures for complying with the requirements of this specification. K. Mass Concreting: 1. Heat Flow Analysis: Prior to construction, the CONTRACTOR shall submit a heat flow analysis for mass concrete elements which calculates the maximum allowable concrete temperature (internal) in accordance with ACI 207.211 and the maximum allowable temperature differential in accordance with ACI 207.1R. The calculation shall be performed well in advance of construction to allow for revisions to concrete mix designs when required. The analysis shall be based on the design assumption that cracking as a result of heat of hydration during concrete curing shall not occur. Calculations shall be sealed by a registered engineer licensed in the state of Texas and shall consider means and methods proposed by the CONTRACTOR for construction jointing, specified section thicknesses,and arrangement of structural elements. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-10 CAST IN PLACE CONCRETE Page 10 of 40 2. The CONTRACTOR shall submit a Thermal Control Plan for mass concrete elements to include, as a minimum,the following: a. Concrete mix design used in the heat flow analysis. b. Duration and methods of curing for each mass concrete element. c. Procedures for controlling concrete temperatures at the time of placement. d. Methods for controlling temperature differentials within the concrete placement. e. Temperature sensor system used to measure internal concrete temperatures and temperature differentials. f. Field measures to ensure conformance with the maximum concrete temperature and temperature differential requirements. 3. Where method of precooling of concrete is obtained by Liquid Nitrogen (LN) mix injection, CONTRACTOR shall submit plan for injection procedures, source and supplier of LN, written safety plan alerting workers as to potential dangers of LN exposures and plan of action in case of LN spill of pipe break. 1.04 PRODUCT DELIVERY,STORAGE AND HANDLING A. All materials used for concrete must be kept clean and free from all foreign matter during transportation and handling and kept separate until measured and placed in the mixer. Bins or platforms having hard clean surfaces shall be provided for storage. Suitable means shall be taken during hauling, piling and handling to ensure that segregation of the coarse and fine aggregate particles does not occur and the grading is not affected. Ensure that product delivery of concrete conforms to the requirements of ASTM C94 and ACI 304. B. Cementitious Materials:Store cementitious materials in dry,weather tight buildings, bins or silos that will exclude contaminants. C. Aggregates: Store and handle aggregates in a manner that will avoid segregation and prevent contamination with other materials or other sizes of aggregates. Store aggregates to drain freely. D. Water and Ice: Protect mixing water and ice from contamination during storage and delivery. E. Admixtures: Protect stored admixtures against contamination, evaporation, or damage. Provide agitating equipment for admixtures used in the form of suspensions or nonstable solutions to ensure thorough distribution of the ingredients. Protect liquid admixtures from freezing and from temperature changes that effect their characteristics. Comply with all manufacturer guidelines for proper storage and handling of the material. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-11 CAST IN PLACE CONCRETE Page I 1 of 40 1.05 CONCRETE COORDINATION MEETING A. A Concrete Coordination Meeting shall be held to review the detailed requirements of CONTRACTOR'S proposed concrete design mixes, to determine the procedures for producing proper concrete construction, and to clarify the roles of the parties involved shall be held no later than 14 days after the Notice to Proceed. B. All parties involved in the concrete Work shall attend the meeting, including but not limited to the following: 1. CONTRACTOR'S representative. 2. Testing laboratory representative. 3. Concrete subcontractor. 4. Reinforcing steel subcontractor and detailer. 5. Concrete supplier. 6. Admixture manufacturer's representative. 7. ENGINEER and OWNER. C. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and place. The ENGINEER shall be notified no less than five days prior to the date of the Concrete Coordination Meeting. PART 2-PRODUCTS 2.01 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement,ASTM C 150,Type II. Type 1/II cement will not be permitted due to mass of sections. 2. Use portland cement made by a well-known acceptable manufacturer and produced by not more than one plant. Alternate cement sources may be used provided that a mix design has been accepted and a trial batch verifying performance has been made.All cement shall be produced by the dry-kiln process.Contractor shall provide written certification of the production of cement by the dry-kiln process. 3. Do not use cement which has deteriorated because of improper storage or handling. B. Fly Ash Mineral Admixture: 1. Mineral admixtures,when used,shall meet the requirements of ASTM C 618 Class F, except as follows: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-12 CAST IN PLACE CONCRETE Page 12 of 40 a. The loss on ignition shall be a maximum of 4 percent. b. The maximum percent of sulfur trioxide(503)shall be 4.0. 2. Fly ash shall be considered to be a cementitious material. 3. Laboratory trial batches shall be tested to determine compliance with strength requirements,times of setting,slump,slump loss,and shrinkage characteristics. 4. A substitution by weight,of the portland cement by fly ash,so that the total tricalcium aluminate content of the resulting cement plus fly ash is not greater than eight percent, will be considered. However,the fly ash shall not exceed 15 percent by weight of the cement plus fly ash for Class A concrete,nor 25 percent for Class B and C concrete. For Mass Concrete,fly ash replacement shall not exceed 25% by weight of the cement plus fly ash unless the mix designer can substitute use of higher percentages through past mix design applications acceptable to the Engineer. 2.02 AGGREGATES A. General: Aggregates shall conform to the requirements of ASTM C 33 and as herein specified. 1. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite,marcasite,ochre,or other materials that can cause stains on exposed concrete surfaces. B. Fine Aggregate: Clean,sharp, natural sand free from loam, clay, lumps or other deleterious substances. 1. Dune sand, bank run sand and manufactured sand are not acceptable. C. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter,as follows: 1. Crushed stone,processed from natural rock or stone. 2. Washed gravel,either natural or crushed. Use of slag and pit or bank run gravel is not permitted. D. The grading of the combined aggregate shall meet the following requirements: 1. Not more than 75 or less than 50 percent of the combined aggregate that is retained on the No.8 sieve shall also be retained on the 3/8-inch sieve. 2. The percent of the combined aggregate passing No.8 sieve shall not be less than 34 nor more than 40 percent of the combined aggregate for mixtures that contain 564 lbs/yd3 of cementitious materials content. For every 94 Ib variation from 564 lbs.add or deduct 2.5 percent from the percent passing the No.8 sieve.The higher the amount of CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-13 CAST IN PLACE CONCRETE Page 13 of 40 cementitious materials,the less the amount of aggregate passing the No.8 sieve aggregate required for mixture mobility and vice versa. 3. The percent of the combined aggregate retained on any two consecutive sieves shall not be less than 14 percent of the combined aggregate. 2.03 WATER AND ICE A. Mixing water and ice, including reprocessed water, used in the production and curing of concrete shall meet the requirements of ASTM C94 and shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other substances that may be deleterious to concrete or steel. 2.04 CONCRETE ADMIXTURES A. Provide admixtures produced by established reputable manufacturers, and use in compliance with the manufacturer's printed instructions. All admixtures shall be compatible and by a single manufacturer capable of providing qualified field service representation. Admixtures shall not contain thiocyanates nor more than 0.05 percent chloride ion, and shall be non-toxic in the concrete mix after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise authorized in writing by ENGINEER. B. Air-Entraining Admixtures: ASTM C 260. 1. Product and Manufacturer: Provide one of the following: a. Sika Corporation. b. BASF. c. W.R.Grace&Company. C. Water-Reducing Admixture: ASTM C 494,Type A. 1. Proportion all Class A and Class B concrete with non-air entraining, normal setting, water-reducing,aqueous solution of a modification of the salt of polyhydroxylated organic acids. The admixture shall not contain any lignin, nitrates or chlorides added during manufacture. 2. Product and Manufacturer: Provide one of the following: a. Euclid Chemical Company. b. BASF. c. W.R.Grace&Company. d. Sika Corporation. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-14 CAST IN PLACE CONCRETE Page 14 of 40 D. High Range Water-Reducing Admixture(HRWR): ASTM C 494,Type F/G. 1. High range water-reducer shall be used in classifications of concrete,where specified, and shall be permitted,at CONTRACTOR'S option,in all other classifications of concrete. It shall be added to concrete in compliance with the manufacturer's printed instructions. The specific admixture formulation shall be as recommended by the manufacturer for the project conditions. Provide one of the following: a. Sika Corporation. b. BASF. c. W.R.Grace&Company. d. Euclid Chemical Company. E. Set-Control Admixtures: ASTM C 494,as follows: 1. Type B, Retarding. 2. Type C,Accelerating. 3. Type D,Water-reducing and Retarding. 4. Type E,Water-reducing and Accelerating. S. Type F,Water-reducing, high range admixtures. 6. Type G,Water-reducing, high range,and retarding admixtures. F. Calcium Chloride:Calcium chloride shall not be used. G. Shrinkage Reducing Admixture 1. A shrinkage reducing admixture shall be permitted to be used in the mix design where necessary to meet specified shrinkage limitations provided that specified strength requirements are met and there is no reduction in sulfate resistance and no increase in permeability. 2. Shrinkage reducing admixtures shall be one of the following: a. Grace Construction Products. b. BASF. H. If superplasticizers are used in mix designs,the mix shall be slumped at site prior to addition of plasticizer. I. Corrosion Inhibiting Admixtures CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-15 CAST IN PLACE CONCRETE Page 15 of 40 1. Corrosion inhibiting admixture shall be a calcium nitrite solution containing a minimum of 30 percent calcium nitrite. It shall be added at a dosage rate of five gallons per cubic yard of concrete. 2. The quantity of mix water shall be adjusted to account for the water portion of the calcium nitrite solution. 3. As the calcium nitrite solution accelerates setting time, retarding admixtures shall be provided as required. 4. Product and Manufacturer: Provide one of the following: a. Grace Construction Products. b. BASF. c. Euclid Chemical Company. 2.05 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes subject to the following minimum limitations. The final mix design proportions shall be developed by the supplier and shall meet the requirements of this specification: Coarse Minimum Maximu Minimum Classificatio Aggregate' Cementitiou m Slump Air Compressive n Size A Size B s W/C z Air Strength'(psi) (lbs/cy) RatiO4 Class"A" #57 #8 564 0.45 411 4000 Max. 1.5 Class"B" #57 or#67 517 0.50 4P1 S+/_ 3500 Max. 1.5 <----------------no requirements-------- Class"C" Any ASTM C 33 -> 2000 Class"D" No requirements 300 1. Coarse aggregate size numbers refer to ASTM C 33. Where a size A and B are listed, it is intended that the smaller size B aggregate is to be added, replacing a portion of the coarse and/or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with a sand content not exceeding 41 percent of total aggregate. 2. The slumps listed are prior to the addition of high range water reducer(super plasticizer). 3. Mix designs shall be made for all but Class C,which does not require a trial batch,so that the compressive strength achieved for the laboratory trial batches will be no less than 125 percent of the specified design strength. This is to assure meeting the design CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-16 CAST IN PLACE CONCRETE Page 16 of 40 strength for all concrete batched during the project. Design compressive strength shall be based on 28-day strengths except strengths for Mass Concrete elements shall be based on 56-day strengths. 4. The quantity of water to be used in the determination of the water-cementitious materials ratio shall include free water on aggregates in excess of SSD and the water portion of admixtures. S. For Mass Concrete elements,the amount of cement shall be minimized to avoid concrete strengths exceeding 500 psi more than specified. B. Use an independent testing facility acceptable to ENGINEER for preparing and reporting proposed mix designs. 1. The testing facility shall not be the same as used for field quality control testing. C. Submit written reports of laboratory trial batch test results for proposed mixes of concrete to ENGINEER at least 15 days prior to start of Work. Do not begin concrete production until mixes have been approved by ENGINEER. D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the OWNER and as accepted by ENGINEER. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by ENGINEER before using the revised mixes. E. Admixtures: 1. Use air-entraining admixture in all concrete, unless otherwise shown or specified. Add air-entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the prescribed limits. 2. Water reducing or high-range water reducing admixtures shall be used in all Class A concrete. 3. 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. F. Slump Limits with High Range Water Reducer 1. Slump shall not exceed that specified in item A above prior to adding high range water- reducer and shall not exceed 7.5 inches, measured at point of placement,after adding high range water reducer. G. Shrinkage Limitation 1. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch,as measured at 21-day drying age or at 28-day drying age shall be 0.039 percent CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-l7 CAST IN PLACE CONCRETE Page 17 of 40 or 0.045 percent,respectively. CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to Class A concretes. 2. If the trial batch results fail to meet the shrinkage limitation,the mix shall be redesigned to reduce shrinkage. Alternately,CONTRACTOR may use a higher shrinkage mix when acceptable to the ENGINEER provided that the amount of shrinkage reinforcement in the structures is increased as determined by the ENGINEER to resist the higher levels of shrinkage stresses. The additional reinforcing shall be provided at CONTRACTOR'S expense. H. Size of Coarse Aggregate:The nominal maximum size of coarse aggregate shall be one-inch but not exceed three-fourths of the minimum clear spacing between reinforcing bars, one- fifth of the narrowest dimension between side forms, or one-third of the thickness of slabs or toppings 2.06 BONDING AGENT A. Provide epoxy and epoxy-cement bonding agents as specified in Section 03 15 16,Concrete Joints. 2.07 CONCRETE CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf,weighing approximately 10 ounces per square yard and complying with AASHTO M 182,Class 3. B. Curing Mats: Curing mats shall be heavy carpets or cotton mats, quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. C. Moisture Retaining Cover: One of the following,complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap-polyethylene sheet. D. Curing Compound: ASTM C 309 Type 1-D(water retention requirements): 1. Provide fugitive dye. 2. Product and Manufacturer: Provide one of the following: a. Super Aqua Cure VOX, as manufactured by The Euclid Chemical Company. b. Sealtight 1100,as manufactured by W.R. Meadows, Incorporated. c. MasterKure,as manufactured by BASF. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-18 CAST IN PLACE CONCRETE Page 18 of 40 3. Curing compound must be applied by roller or power sprayer. 2.08 FINISHING AIDS A. Evaporation Retardant: 1. Product and Manufacturer: Provide one of the following: a. Confilm,as manufactured by BASF. b. Eucobar,as manufactured by Euclid Chemical Company. c. SikaFilm by Sika Corporation. 2.09 CRACK INJECTION MATERIALS A. Epoxy: 1. Epoxy for injection shall be a low viscosity,high modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: a. Sikadur 3S, Hi-Mod L.V. and Sikadur 31, Hi-Mod Gel, as manufactured by Sika Corporation. b. Eucopoxy Injection Resin,as manufactured by The Euclid Chemical Company. B. Hydrophilic Resin 1. Hydrophilic resin shall be an acrylic-ester based resin with a maximum viscosity of SO cps. It shall cure into a flexible rubber-like material that has the potential for unrestrained increase in volume in excess of 100 percent in the presence of water. 2. Products and Manufacturers: Provide one of the following: a. Duroseal Inject,as manufactured by BBZ USA,Inc. b. Sika Injection 29,by Sika Corporation. 2.10 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be a prepackaged polymer-modified cementitious repair mortar with the following minimum properties: 1. Compressive strength at one day: 2000 psi(ASTM C 109). 2. Compressive strength at 28 days: 6000 psi(ASTM C 109). 3. Bond strength at 28 days: 1800 psi (ASTM C 882 modified). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-19 CAST IN PLACE CONCRETE Page 19 of 40 B. Concrete repair mortar shall be: 1. Five Star Structural Concrete, manufactured by Five Star Products, Inc. The formulation recommended by the manufacturer for the specific application conditions shall be used. 2. SikaTop 122 Plus,SikaTop 123 Plus,SikaTop 111 Plus,or Sikacem 133,manufactured by the Sika Corporation. The formulation,among those listed, recommended by the manufacturer for the specific application conditions shall be used. 3. MasterEmaco S488 CI or S466 Cl,manufactured by Master Builders Inc. The formulation,among those listed, recommended by the manufacturer for the specific application conditions shall be used. 4. Verticoat,Verticoat Supreme,or Euco SR-VO, manufactured by the Euclid Chemical Company, The formulation,among those listed, recommended by the manufacturer for the specific application conditions shall be used. C. Cement Mortar: Cement mortar shall consist of a mix of one part cement to 1 1/2 parts sand with sufficient water to form a trowelable consistency. Minimum compressive strength at 28 days shall be 4000 psi. Where required to match the color of adjacent concrete surfaces, white portland cement shall be blended with standard portland cement so that,when dry,the patching mortar shall match the color of the surrounding concrete. 2.11 MOISTURE BARRIER A. Moisture Barrier: ASTM E 154: 1. Provide moisture barrier cover over prepared base material or carton void format all buildings and where shown on the Drawings. Use polyethylene membrane not less than 10 mils thick, lapping at least 9-inches at joints. 2.12 MASS CONCRETE MONITORING SYSTEM A. The temperature monitoring and recording system for Mass Concrete elements shall consist of temperature sensors connected to a data acquisition system capable or printing, storing and downloading data to a computer. B. Monitoring system shall be obtained from a reputable source with at least 3-years prior experience of mass concrete monitoring. Acceptable monitoring systems are as follows: 1. Intellirock Concrete Maturity and Temperature Monitoring System; Engius LLC, Stillwater,OK;www.engius.com. 2. Or Engineer approved equal. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-20 CAST IN PLACE CONCRETE Page 20 of 40 PART 3-EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed 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 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or it may be produced by the ready-mixed process. Batch plants shall comply with the recommendations of ACI 304,and shall have sufficient capacity to produce concrete of the qualities specified,in quantities required to meet the construction schedule. All plant facilities are subject to testing laboratory inspection and acceptance of the OWNER. 2. Mixing: a. Mix concrete with an approved rotating type batch machine, except where hand mixing of very small quantities may be permitted. b. Remove hardened accumulations of cement and concrete frequently from drum and blades to assure acceptable mixing action. c. Replace mixer blades when they have lost ten percent of their original height. d. Use quantities such that a whole number of bags of cement is required, unless otherwise permitted. B. Ready-Mix Concrete: 1. Comply with the requirements of ASTM C 94,and as herein specified. Proposed changes in mixing procedures,other than herein specified, must be accepted by ENGINEER before implementation. a. Plant equipment and facilities: Conform to National Ready-Mix Concrete Association "Plant and Delivery Equipment Specification". b. Mix concrete in revolving type truck mixers that are in good condition and which produce thoroughly mixed concrete of the specified consistency and strength. c. Do not exceed the proper capacity of the mixer. d. Mix concrete for a minimum of two minutes after arrival at the job site, or as recommended by the mixer manufacturer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-21 CAST IN PLACE CONCRETE Page 21 of 40 e. Do not allow the drum to mix while in transit. f. Mix at proper speed until concrete is discharged. g. Maintain adequate facilities at the job site for continuous delivery of concrete at the required rates. h. Provide access to the mixing plant for ENGINEER at all times. C. Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery in order to prevent delay of placing the concrete after mixing, or holding dry-mixed materials too long in the mixer before the addition of water and admixtures. 3.03 TRANSPORTING CONCRETE A. Transport and place concrete not more than 90 minutes when ambient temperatures are below 80 degrees and 60 minutes when temperatures are above 80 degrees,after water has been added to the dry ingredients.Any time beyond that specified is subject for immediate rejection by the OWNER'S representative. B. Take care to avoid spilling and separation of the mixture during transportation. C. Do not place concrete in which the ingredients have been separated. D. Do not retemper partially set concrete. E. Use suitable and approved equipment for transporting concrete from mixer to forms. F. Transport and deliver concrete in equipment conforming to ASTM C94. 3.04 PREPARATION FOR CONCRETING A. All reinforcement, installation of waterstop and positioning of embedded items shall be inspected and approved by the OWNER's representative a minimum of four hours prior to concrete placement. B. Subgrade surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water,mud, and debris at the time of placing concrete. C. All reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds, dirt, or any other substance which would interfere with proper bonding with concrete. Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-22 CAST IN PLACE CONCRETE Page 22 of 40 D. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. E. Joint surfaces shall be prepared as required by Section 03 1516,Concrete Joints. 3.05 CONCRETE PLACEMENT A. General: Place concrete continuously so that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified in Section 03 15 16, Concrete Joints. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure which will cause segregation. 1. Screed concrete that is to receive other construction to the proper level to avoid excessive skimming or grouting. 2. Do not use concrete which becomes non-plastic and unworkable,or does not meet the required quality control limits,or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the job site and dispose of it in an acceptable location. 3. Do not place concrete until all forms,bracing,reinforcement,and embedded items are in final and secure position. 4. Do not place footings in freezing weather unless adequate precautions are taken against frost action. S. Do not place footings, piers or pile caps on frozen soil. 6. Unless otherwise approved,place concrete only when ENGINEER is present. 7. Allow a minimum of three days before placing concrete against a slab or wall already in place. B. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free standing water. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-23 CAST IN PLACE CONCRETE Page 23 of 40 b. For horizontal surfaces place a 2-inch layer of mortar, one part sand and one part cement with water added to a flowable consistency, or a 6-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grout, over the hardened concrete surface. c. Place fresh concrete before the mortar/grout has attained its initial set. d. If a high range water reducer is used to increase the concrete slump to at least 6- inches,the mortar/grout layer may be omitted. 2. Bonding of fresh concrete to fully-cured hardened existing concrete shall be accomplished by using a bonding agent as specified in Section 0315 16,Concrete Joints. C. Concrete Conveying: 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practical by methods that will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment,including chutes,free of hardened concrete, debris,water,snow, ice and other deleterious materials. 3. Do not use chutes for distributing concrete, unless approved in writing by ENGINEER. a. Provide sketches showing methods by which chutes will be employed when requesting such approval. b. Design chutes, if permitted, with proper slopes and supports to permit efficient handling of the concrete. 4. Pumping concrete is permitted, however do not use aluminum pipe for conveying. D. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18-inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place concrete at such a rate that concrete that is being integrated with fresh concrete is still plastic. 2. Do not permit concrete to free fall within the form from a distance exceeding four feet. Where high range water reducer is used to extend slump to at least 6-inches,the maximum free fall of concrete may be increased to six feet. If a 12-inch thick layer of construction joint grout,as specified in Section 03 1516,Concrete Joints,is placed on the horizontal joint,concrete with slump extended by a high range water reducer may free fall up to eight feet in walls that are 24-inches and thicker. Use"elephant trunks" CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-24 CAST IN PLACE CONCRETE Page 24 of 40 to prevent free fall and excessive splashing on forms and reinforcement. Free falls in excess of four feet shall be discontinued if there is any evidence of segregation. 3. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand-spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the applicable recommended practices of ACI 309. Vibration of forms and reinforcing will not be permitted,unless otherwise accepted by ENGINEER. S. Where height of concrete placement in walls exceeds 8 feet,temporary windows shall be installed in the formwork to facilitate vibration. The windows shall be properly closed when the height of concrete approaches the windows. Location,size,and spacing of the windows shall be determined by CONTRACTOR to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the layer of concrete and at least 6-inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 7. Do not place concrete in beam and slab forms until the concrete previously placed in columns and walls is no longer plastic. 8. Force concrete under pipes,sleeves,openings and inserts from one side until visible from the other side to prevent voids. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation,within the limits of construction joints,until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs,and against bulkheads of slabs on ground,as specified for formed concrete structures. 4. Bring slab surfaces to the correct level. Smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. S. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, an evaporation retardant shall be applied in CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-25 CAST IN PLACE CONCRETE Page 25 of 40 accordance with the manufacturer's recommendations,when required by the ENGINEER. F. Quality of Concrete Work: 1. Make all concrete solid,compact and smooth, and free of laitance, cracks and cold joints. 2. All concrete for liquid retaining structures,and all concrete in contact with earth,water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to the extent directed by ENGINEER,or repair to the satisfaction of ENGINEER,surfaces which contain cracks or voids,are unduly rough,or are in any way defective. Thin patches or plastering shall not be acceptable. 4. All leaks through concrete that exhibit any flowing water,and cracks, holes or other defective concrete in areas of potential leakage,shall be repaired and made watertight by CONTRACTOR. S. Repair, removal,and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to the OWNER. G. Cold Weather Placing: 1. Protect all concrete Work from physical damage or reduced strength that could be caused by frost,freezing actions,or low temperatures,in compliance with the requirements of ACI 306 and as herein specified. 2. When the air temperature has fallen to or may be expected to fall below 40°F, provide adequate means to maintain the temperature,in the area where concrete is being placed,at between 50°F and 70°F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film. Maintain the heat and protection,if necessary,to ensure that the ambient temperature does not fall more than 30°F in the 24 hours following the seven-day period. Avoid rapid dry-out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40°F,uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 55°F and not more than 85°F at point of placement. 4. Do not use frozen materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Ascertain that forms,reinforcing steel,and adjacent concrete surfaces are entirely free of frost,snow and ice before placing concrete. 5. Do not use salt and other materials containing antifreeze agents or chemical accelerators,or set-control admixtures, unless approved by ENGINEER, in mix designs. H. Hot Weather Placing: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-26 CAST IN PLACE CONCRETE Page 26 of 40 1. For conventional concrete: a. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. b. When ambient air temperature is at or above 85°F, cool ingredients before mixing to maintain concrete temperature at the time of placement below 907 for horizontal placements including slabs and flatwork, and below 95°F for vertical placements including walls and columns. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water. In addition, the reduction in time from addition of mix water to placement or the use of a set retarding admixture may be required. c. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. d. Wet forms thoroughly before placing concrete. e. Do not place concrete at a temperature so as to cause difficulty from loss of slump, flash set,or cold joints. f. Do not use set-control admixtures, unless approved by ENGINEER in mix designs. g. Obtain ENGINEER'S approval of other methods and materials proposed for use. 2. For Mass Concrete, meet the requirements for conventional concrete above with the following exceptions and limitations: a. When ambient air temperature is at or above 85°F, cool ingredients before mixing to maintain concrete temperature at time of placement below 857. Methods of cooling may include: i. Mixing water may be chilled,of chipped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water and shall not exceed 50 percent of the total mix water weight. ii. Inject Liquid Nitrogen (LN) into the mix at batching. Amount of LN to be used shall consider the amount of concrete being batched and the distance the concrete must be transported. I. Mass Concrete Temperature Monitoring 1. Concrete temperature sensors shall be located such that the maximum temperature difference within a Mass Concrete element can be monitored. As a minimum, concrete temperatures shall be monitored at the calculated hottest location on at least two outer CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-27 CAST IN PLACE CONCRETE Page 27 of 40 faces, two corners and top surfaces. Temperature readings shall be recorded on an hourly basis. A redundant set of sensors shall be installed near the primary sensors. Comparisons between the primary and redundant sensors shall be monitored for consistency. Temperature readings shall be maintained until the following three requirements are satisfied: a. The internal peak temperature is reached and begins to decline. b. The difference between interior concrete temperature and the average daily ambient temperature is less than the allowable temperature difference (40 degrees F)for three consecutive days. c. There are no mass concrete elements to be cast directly adjacent. 2. Temperature recordings shall be submitted daily to the OWNER's field representative. 3.06 FINISH OF FORMED SURFACES A. Standard Form Finish: 1. Standard form finish shall be basically smooth and even but shall be permitted to have texture imparted by the form material used. Defects shall be repaired as specified herein. 2. Use standard form finish for the following: a. Exterior vertical surfaces from the foundation up to one foot below grade. b. Vertical surfaces not exposed to view. c. Other areas shown. B. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that will impart a smooth,hard, uniform texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas as specified herein. 2. Use smooth form finish for the following: a. Exterior surfaces that are exposed to view. b. Surfaces that are to be covered with a coating material. The material may be applied directly to the concrete or may be a covering bonded to the concrete such as waterproofing, dampproofing, painting or other similar system. c. Interior vertical surfaces of liquid containers. d. Interior and exterior exposed beams and undersides of slabs. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-28 CAST IN PLACE CONCRETE Page 28 of 40 e. Surfaces to receive an abrasive blasted finish. f. Surfaces to receive a smooth rubbed or grout cleaned finish. g. Other areas shown. C. Smooth Rubbed Finish: 1. Provide smooth,Class A, rubbed finish to concrete surfaces,which have received smooth form finish and where all defects have been repaired,as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. 2. Except where surfaces have been previously covered as specified above,use smooth, Class A, rubbed finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. c. Interior and exterior horizontal surfaces,except exterior exposed slabs and steps. d. Interior exposed vertical surfaces of liquid containers down to one foot below liquid level. e. Other areas shown on the Drawings. D. Abrasive Blasted Finish 1. Provide abrasive blasted finish where shown on the Drawings. 2. Where abrasive blasted finish is indicated, it shall be applied to a smooth formed finish after the end of the curing period,with all defects repaired,to match the approved finish provided on the mock-up panel. 3. Heavy Abrasive Blasted Finish:Abrasive blast to uniformly expose coarse aggregate. 4. Light Abrasive Blasted Finish:Abrasive blast to uniformly expose fine aggregate. E. Related Unformed Surfaces: 1. At tops of walls,horizontal offsets,and similar unformed surfaces occurring adjacent to formed surfaces,strike off smooth and finish with a texture matching the adjacent formed surfaces. Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed surfaces, unless otherwise shown. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-29 CAST IN PLACE CONCRETE Page 29 of 40 3.07 SLAB FINISHES A. Float Finish: 1. After placing concrete slabs,do not work the surface further until ready for floating. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently. Check and level the surface plane to a tolerance not exceeding 1/4-inch in ten feet when tested with a ten foot straightedge placed on the surface at not less than two different angles. Cut down high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth,granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid containers, except those to receive grout topping. b. Exterior below grade horizontal surfaces. c. Surfaces to receive additional finishes, except as shown on the Drawings or specified. B. Trowel Finish: 1. After concrete has stiffened sufficiently to permit operation and after bleed water has disappeared, hand or machine float the surface. Follow immediately by steel troweling at least twice with hand or machine trowels. 2. Consolidate the concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with a surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would telegraph through applied floor covering system. 3. Use trowel finish for the following: a. Interior exposed slabs, unless otherwise shown or specified. b. Slabs to receive resilient floor finishes. C. Non-Slip Broom Finish: 1. Immediately after float finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fine fiber-bristle broom, unless otherwise directed by the ENGINEER. Coordinate the required final finish with ENGINEER before application. 2. Use Non-Slip Broom Finish for the following: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-30 CAST IN PLACE CONCRETE Page 30 of 40 a. Exterior exposed horizontal surfaces subject to light foot traffic. b. Interior and exterior concrete steps and ramps. c. Horizontal surfaces which will receive a grout topping or a concrete equipment base slab. 3.08 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature,and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared from the concrete surface. Keep continuously moist for not less than 72 hours.At the end of this period,initial curing may be terminated and final curing begun. 3. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least seven days and in accordance with ACI 301 procedures for a total curing period,initial plus final,of at least ten days. For concrete sections over 30-inches thick,continue final curing for an additional seven days,minimum. Avoid rapid drying at the end of the final curing period. B. Curing Methods: 1. Water retaining and below grade structures shall be moist cured by the addition of water to maintain the surface in a continually wet condition. Other concrete shall be cured by moist curing, by moisture retaining cover curing,or by the use of curing compound(except where coatings or surface treatments are specified). Use curing compound at water retaining and below grade structures only in cold weather when temperatures are expected to be below freezing only when permitted by ENGINEER. a. For curing, use water that is free of impurities that could etch or discolor exposed, natural concrete surfaces. 2. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water-fog spray. c. Covering the concrete surface with curing mats,thoroughly saturating the mats with water, and keeping the mats continuously wet with sprinklers or porous hoses. Place curing mats so as to provide coverage of the concrete surfaces and edges, with a 4-inch lap over adjacent mats. If necessary, the curing cover shall be weighted to maintain contact with the concrete surface. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-31 CAST IN PLACE CONCRETE Page 31 of 40 d. At the end of the curing period apply one coat of curing compound, unless concrete surface is to receive a topping or coating or application is waived by the ENGINEER. 3. Provide moisture retaining cover curing as follows: a. Cover the concrete surfaces with the specified moisture retaining cover for curing concrete, placed in the widest practical width with sides and ends lapped at least 3- inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 4. Provide liquid curing compound as follows: a. Apply the specified curing compound to all concrete surfaces when permitted by ENGINEER. Slabs to receive terrazzo floors, chemical resistant heavy duty concrete topping or ceramic tile or chemical hardeners, shall not be cured with liquid curing compound, but shall be moisture cured. The compounds shall be applied immediately after final finishing in a continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas that are subjected to heavy rainfall within three hours after initial application. Maintain the continuity of the coating and repair damage to the coat during the entire curing period b. When curing compound is authorized for application to water retaining or below grade members, it shall be applied at the manufacturer's recommended coverage rate and then applied again at the same rate to provide twice the recommended coverage. c. At the end of the curing period, curing compound shall be removed where required by the ENGINEER. C. Curing Formed Surfaces: 1. Cure formed concrete surfaces, including the undersides of girders, beams,supported slabs and other similar surfaces by moist curing with the forms in place unloosened for the full curing period or until forms are removed. Where wood forms are kept in place, water shall be added to keep the forms wet. If forms are removed,continue curing by methods specified above, as applicable. D. Curing Unformed Surfaces: 1. Initially cure unformed surfaces,such as slabs,floor topping, and other flat surfaces by using the appropriate method specified above. 2. Final cure unformed surfaces, unless otherwise specified, by utilizing methods specified above,as applicable. E. Temperature of Concrete During Curing: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-32 CAST IN PLACE CONCRETE Page 32 of 40 1. When the atmospheric temperature is 40°F and below, maintain the concrete temperature between 50°F and 707 continuously throughout the curing period.When necessary, make arrangement before concrete placing for heating,covering,insulation or housing as required to maintain the specified temperature and moisture conditions continuously for the concrete curing period. Provide cold weather protection complying with the requirements of ACI 306. 2. When the atmospheric temperature is 80°F and above,or during other climatic conditions which will cause too rapid drying of the concrete,make arrangements before the start of concrete placing for the installation of wind breaks or shading,and for fog spraying,wet sprinkling,or moisture retaining covering. Protect the concrete continuously for the concrete curing period. Provide hot weather protection complying with the requirements of ACI 305, unless otherwise specified. 3. Maintain concrete temperature as uniformly as possible,and protect from rapid atmospheric temperature changes. Avoid temperature changes in concrete which exceed 5°F in any one hour and 407 in any 24 hour period. Provide necessary heating or cooling as required to prevent such temperature changes. 4. Mass Concrete: Meet the requirements specified in Item 3 above and the following exceptions and limitations. a. The maximum allowable internal concrete temperature during curing shall not exceed 150°F at the calculated hottest point in the concrete as determined in the Heat Flow Analysis. b. The maximum allowable temperature differential between the calculated hottest point in the concrete and the concrete surface shall be as determined in the Heat Flow Analysis but shall not exceed 40°F. c. Insulating curing blankets shall be used on all Mass Concrete elements to provide for thermal protection. Thermal insulating blankets shall be left in place until each of the following are satisfied: I. Temperature readings shall be maintained until the internal peak temperature is reached and begins to decline. ii. The difference between interior concrete temperature and the average daily ambient temperature is less than the allowable temperature difference (40 degrees F)for three consecutive days. iii. There are no mass concrete elements to be cast directly adjacent. F. Protection from Mechanical Injury: 1. During the curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock,excessive vibration,and from damage caused by rain or flowing water. Protect all finished concrete surfaces from damage by subsequent construction operations. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-33 CAST IN PLACE CONCRETE Page 33 of 40 3.09 FIELD QUALITY CONTROL A. The CONTRACTOR shall employ a testing laboratory to perform field quality control testing. ENGINEER will direct the number of tests and cylinders required. CONTRACTOR shall make standard compression test cylinders and entrained air tests as specified below, under the direct inspection by ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required including, scale, glass tray, cones, rods, molds, air tester,thermometer, curing in a heated storage box, and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage and curing, as specified in Section 0145 23, Testing and Inspection Services, and transportation required by the testing. B. Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during the placement of concrete, as follows: a. Sampling Fresh Concrete: ASTM C 172. b. Concrete sampling for quality assurance: Concrete that is to be pumped or conveyed by bucket or crane shall be sampled at the point of discharge from the truck for information, including slump; and shall be sampled at the point of placement for acceptance of slump and air content. c. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one for each set of compressive strength test specimens. d. Air Content: ASTM C 231; one for every other concrete load at point of discharge, or when required by an indication of change. e. Compressive Strength Tests: ASTM C 39; one set of compression cylinders for each 50 cubic yards or fraction thereof, of each mix design placed in any one day; one specimen tested at seven days, and three specimens tested at 28 days. For Mass Concrete elements, additional sets shall be obtained to determine compressive strengths at 56, 90 and 120 days, and one reserve cylinder for later testing directed by the OWNER. Cylinders for Mass Concrete shall be 6-inch x 12-inch cylinders containing concrete wet screened to 1-1/2-inch maximum size. Correlation tests shall be made well in advance of actual construction to compare the strength of the wet screened concrete tested at control age with appropriate size test specimen containing the full mass concrete tested at design age. i. Adjust mix if test results are unsatisfactory and resubmit for ENGINEER'S approval. ii. Concrete that does not meet the strength requirements is subject to rejection and removal from the Work, or to other such corrective measures as directed by ENGINEER, at the expense of CONTRACTOR. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-34 CAST IN PLACE CONCRETE Page 34 of 40 f. Compression Test Specimens: ASTM C 31; make one set of four standard cylinders for each compressive strength test,unless otherwise directed by the ENGINEER. i. Cast,store and cure specimens as specified in ASTM C 31. g. Water Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken in accordance with AASHTO TP 23. h. Concrete Temperature: Test hourly when air temperature is 40°F and below, and when 80°F and above;and each time a set of compression test specimens is made. 2. The testing laboratory shall submit certified copies of test results directly to ENGINEER and CONTRACTOR within 24 hours after tests are made. 3. Representatives of the following testing agency will inspect,sample,and/or test materials.When it appears that the material furnished or work performed fails to conform to the Contract Documents,the testing agency will immediately report such deficiency to the OWNER's representative,ENGINEER,and CONTRACTOR. 4. The testing agency and its representative are not authorized to revoke,alter,relax,or release any requirements of the Contract Documents, nor to accept any portion of the Work. S. The testing agency will report test and inspection results that pertain to the Work to the ENGINEER,CONTRACTOR and OWNER's representative within 7 days after tests and inspections are performed. 6. Other Testing Services:The CONTRACTOR shall pay for the following testing services performed,when necessary and/or requested by the OWNER: a. Additional testing and inspection required due to changes in materials or mixture proportions requested by the CONTRACTOR. b. Additional testing of materials or concrete due to failure to meet requirements of the Contract Documents. C. Evaluation of Quality Control Tests: 1. Do not use concrete delivered to the final point of placement,which has slump or total air content outside the specified values. 2. When water content testing indicates water-cementitious materials ratio to exceed specified requirements by more than 0.02, remaining batches needed to complete the concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as needed to bring the subsequently batched concrete within the specified water-cementitious materials ratio. Additional testing shall be done to verify compliance with the specified water-cementitious materials ratio. Concrete production for further concrete placements shall not resume until CONTRACTOR has identified the cause of the excess water in the mix and revised batching procedures CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-35 CAST IN PLACE CONCRETE Page 35 of 40 and/or adjustments to mix design needed to bring water-cementitious materials ratio into conformance with specified requirements have been accepted by the Engineer. 3. Compressive strength tests for laboratory-cured cylinders will be considered satisfactory if the averages of all sets of three consecutive compressive strength tests results equal or exceed the 28 day design compressive strength of the type or class of concrete;and, no individual strength test falls below the required compressive strength by more than 500 psi. a. Where questionable field conditions may exist during placing concrete or immediately thereafter, strength tests of specimens cured under field conditions will be required by ENGINEER to check the adequacy of curing and protecting of the concrete placed. Specimens shall be molded at the same time and from the same samples as the laboratory cured specimens. i. Provide improved means and procedures for protecting concrete when the 28 day compressive strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders. ii. When laboratory-cured cylinder strengths are appreciably higher than the minimum required compressive strength, field-cured cylinder strengths need not exceed the minimum required compressive strength by more than 500 psi even though the 85 percent criterion is not met. iii. If individual tests of laboratory-cured specimens produce strengths more than 500 psi below the required minimum compressive strength, or if tests of field- cured cylinders indicate deficiencies in protection and curing, provide additional measures to assure that the load-bearing capacity of the structure is not jeopar- dized. If the likelihood of low-strength concrete is confirmed and computations indicate the load-bearing capacity may have been significantly reduced, tests of cores drilled from the area in question will be required at CONTRACTOR'S expense. b. If the compressive strength tests fail to meet the minimum requirements specified, the concrete represented by such tests will be considered deficient in strength and subject to replacement, reconstruction or to other action approved by ENGINEER. 4. For Mass Concrete elements, compressive strength tests for laboratory-cured cylinders will be considered satisfactory if the averages of all sets of three consecutive compressive strength tests results equal or exceed the 56-day design compressive strength of the class of concrete by no more than 500 psi; and no individual strength test falls below the required compressive strength by more than 500 psi. Control specimens developed at the beginning of the Project will be used for comparison to strength tests at 56 days. Where continued strength gain is shown in the control cylinders at later stages of curing, the CONSULTING ENGINEER may use the control specimen values in evaluation of field cylinders. D. Testing Concrete Structure for Strength: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-36 CAST IN PLACE CONCRETE Page 36 of 40 1. When there is evidence that the strength of the in-place concrete does not meet specification requirements,CONTRACTOR shall employ at its expense the services of a concrete testing service to take cores drilled from hardened concrete for compressive strength determination. Tests shall comply with the requirements of ASTM C 42 and the following: a. Take at least three representative cores from each member or suspect area at locations directed by ENGINEER. b. Strength of concrete for each series of cores will be considered satisfactory if their average compressive strength is at least 85 percent and no single core is less than 75 percent of the 28 day required compressive strength. c. Report test results to ENGINEER, in writing, on the same day that tests are made. Include in test reports, the Project Identification Name and Number, date, name of CONTRACTOR, name of concrete testing service, location of test core in the structure,type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength and type of break(corrected for length-diameter ratio), direction of applied load to core with respect to horizontal plane of the concrete as placed, and the moisture condition of the core at time of testing. 2. Fill core holes solid with non-shrink,high strength grout,and finish to match adjacent concrete surfaces. 3. Conduct static load test and evaluations complying with the requirements of ACI 318 if the results of the core tests are unsatisfactory,or if core tests are impractical to obtain, as directed by ENGINEER. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Temporary Openings 1. Openings in concrete walls and/or slabs required for passage of Work or installation of equipment and not shown on the Drawings shall be provided,but only with approval of the ENGINEER. 2. All temporary openings made in concrete shall be provided with waterstop in below grade or water retaining members. Continuity of required reinforcement shall be provided in a manner acceptable to the ENGINEER. 3. Temporary openings left in concrete structures shall be filled with concrete after the Work causing the need for the opening is in place, unless otherwise shown or directed by the ENGINEER. Mix, place and cure concrete as specified herein,to blend with in-place construction. Provide all other miscellaneous concrete filling shown or required to complete the Work. B. Equipment Bases: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-37 CAST IN PLACE CONCRETE Page 37 of 40 1. Unless specifically shown otherwise,provide concrete bases for all pumps and other equipment. CONTRACTOR shall coordinate and construct bases to the dimensions shown,or as required to meet manufacturers;requirements and Drawing elevations. Where no specific elevations are shown,bases shall be 6-inches thick and extend 3- inches outside the metal equipment base or supports. Bases shall have smooth trowel finish, unless a special finish such as terrazzo,ceramic tile or heavy duty concrete topping is required. In those cases, provide appropriate concrete finish. 2. Include all concrete equipment base work not specifically included under other Sections. 3. In general, place bases up to 1-inch below the metal base. Properly shim equipment to grade and fill 1-inch void with non-shrink grout as specified in Section 03 60 00,Grout. C. Curbs: 1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel-troweling surfaces to a hard,dense finish with corners,intersections,and terminations slightly rounded. 2. Exterior curbs shall have rubbed finish for vertical surfaces and a broomed finish for top surfaces. 3.11 CONCRETE REPAIRS A. Repair of Formed Surfaces: 1. The following defects shall be repaired in all types of formed finishes: a. Spalls, bugholes, honeycombs, air bubbles, rock pockets, form depressions, and other defects that are more than 1/4-inch in depth. b. Holes from tie rods and other form tie systems. c. Fins, offsets and other projections that extend more than 1/4-inch beyond the designated member surface. d. Structural cracks,as defined by the ENGINEER. e. Non-structural cracks, as defined by the ENGINEER, which are greater than 0.010- inch wide. In water retaining members, elevated slabs subject to rainfall and washdown, and below grade members, any crack that shows any amount of leakage. Where it is not possible to verify that a crack is not leaking, it shall be repaired. 2. The following defects shall be repaired in smooth finish surfaces,in addition to those listed above: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-38 CAST IN PLACE CONCRETE Page 38 of 40 a. Spalls, air bubbles, bugholes, honeycombs, rock pockets, form depressions, and other defects which extend to more than 1/2-inch in width in any direction, no matter how deep. b. Spalls, air bubbles, rock pockets, form depressions, and other defects of any size that exceed three in number in a 12-inch square or 12 in number in a three foot square. c. Fins,offsets and other projections shall be completely removed and smoothed. d. Scratches and gouges in the surface. e. Texture and color irregularities. At water retaining surfaces, texture and color irregularities need not be repaired when greater than 12-inches below the minimum normal operating water surface, except where such defects are indicative of reduced durability. 3. Where a smooth rubbed or grout cleaned finish is specified, minor surface defects repairable by the finishing process need not be repaired prior to the finish application, when approved by the ENGINEER. B. Method of Repair of Formed Surfaces: 1. Repair and patch defective areas with cement mortar or concrete repair mortar immediately after removal of forms and as directed by ENGINEER. Repairs made to water bearing and buried surfaces shall be made with repair mortar only. Repairs of form tie holes on water bearing or buried surfaces shall be made with non-shrink grout as specified in Section 03 60 00,Grout. 2. Cut out honeycomb, rock pockets,voids,and holes left by tie rods and bolts,down to solid concrete but,in no case,to a depth of less than 1-inch for cement mortar and 1/2- inch for repair mortar. Make edges of cuts perpendicular to the concrete surface. Before placing the cement mortar,thoroughly clean and brush-coat the area to be patched with the specified bonding agent. Where concrete repair mortar is used, bonding agent shall be optional and the surface prepared and mortar placed per manufacturers recommendations. a. Repairs at exposed-to-view surfaces shall match the color of surrounding concrete, except color matching is not required for the interior surfaces of liquid containers up to one foot below liquid level. CONTRACTOR shall impart texture to repaired surfaces to match texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. 3. Structural cracks shall be pressure grouted using an injectable epoxy using a pumped pressure system. Apply in accordance with the manufacturer's directions and recommendations. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-39 CAST IN PLACE CONCRETE Page 39 of 40 4. Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. S. Determination of the crack type shall be made by the ENGINEER. 6. Fill holes extending through concrete by means of a plunger-type gun or other suitable device from the least exposed face, using a flush stop held at the exposed face to ensure completely filling. At below grade and water retaining members,fill holes with concrete repair mortar except use a color matched cement mortar for the outer 2-inches at exposed to view surfaces. 7. Where powerwashing and/or scrubbing is not adequate, abrasive blast exposed-to-view surfaces that require removal of stains,grout accumulations,sealing compounds,and other substances marring the surfaces. Use sand finer than No.30 and air pressure from 15 to 2S psi. C. Repair of Unformed Surfaces: 1. Test unformed surfaces,such as monolithic slabs,for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as herein specified. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having the required slope. Correct high and low areas as herein specified. 3. Repair finish of unformed surfaces that contain defects that adversely affect the durability of the concrete. Surface defects include crazing,cracks in excess of 0.01-inch wide,spalling, popouts,honeycomb, rock pockets,and other objectionable conditions. 4. Repair structural cracks in all structures and non-structural cracks in water-holding structures. In water-holding structures,where the dry face of the concrete member can be observed,cracks that show any rate of water flow shall be repaired. Where the dry face of the member cannot be observed,all cracks shall be repaired. D. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding,after the concrete has cured sufficiently so that repairs can be made without damage to adjacent areas. 2. Correct low areas in unformed surfaces during,or immediately after completion of surface finishing operations by cutting out the low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Where the concrete has already set and repairs are required,sawcut around the perimeter of the area to be repaired to a 1/2-inch depth and remove concrete so that the minimum thickness of the repair is 1/2-inch. Apply specified concrete repair mortar in accordance with the manufacturer's directions and recommendations. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-40 CAST IN PLACE CONCRETE Page 40 of 40 3. Repair defective areas,except random cracks and single holes not exceeding 1-inch diameter,by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean,square cuts,and expose reinforcing steel with at least 3/4-inch clearance all around. The minimum thickness of the repair shall be 1.5-inches. Dampen all concrete surfaces in contact with patching concrete and brush with the specified bonding agent. Place patching concrete while the bonding agent is still tacky. Mix patching concrete of the same materials and proportions to provide concrete of the same classification as the original adjacent concrete. Place,compact and finish as required to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 4. Repair isolated random non-structural cracks(in members which are not below grade or water retaining),and single holes not over 1-inch diameter,by the dry-pack method. Groove the top of cracks,and cut out holes to sound concrete and clean of dust,dirt and loose particles. Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry-pack before the cement grout takes its initial set. Mix dry-pack,consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry-pack mixture in place and finish to match adjacent concrete. Keep patched areas continuously moist for not less than 72 hours. 5. Structural cracks shall be pressure grouted using an injectable epoxy. Apply in accordance with the manufacturer's directions and recommendations. 6. Non-structural cracks in below grade and water retaining structures shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. 7. Determination of the crack type shall be made by the ENGINEER. 8. Assure that surface is acceptable for flooring material to be installed in accordance with manufacturer's recommendations. E. Other Methods of Repair; 1. Repair methods not specified above may be used if approved by ENGINEER. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-1 GROUT Page i of 12 SECTION 03 60 00 GROUT PART 1-GENERAL 1.01 DESCRIPTION A. Scope: 1. Provide all labor,materials,equipment,and incidentals as shown,specified and required to furnish and install grout. 2. The types of grout include the following: a. Non-Shrink Grout: This type of grout is to be used wherever grout is shown in the Contract Documents, unless another type is specifically referenced. Two classes of non-shrink grout(Class I and II)and areas of application are specified herein. b. Non-Shrink Epoxy Grout(Class III). c. Grout Fill,Topping Grout. d. Construction Joint Grout. B. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of CONTRACTOR's Work. C. Application: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise, grouts shall be provided as listed below whether called for on the Drawings or not. Application Type of Grout Beam and column(1 or 2 story) base plates less than Non-shrink Class II 16-inches in the least dimension. Column base plates(greater than 2 story or larger Non-shrink Class I than 16-inches in the least dimension). Base plates for storage tanks and other non- Non-shrink Class I motorized equipment and machinery less than 30 horsepower. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-2 GROUT Page 2 of 12 Machinery over 30 horsepower and equipment under Non-shrink Class III 30 horsepower but subject to severe shock loads and high vibration. Filling blockout spaces for embedded items such as Non-shrink Class II (Class I railing posts,gate guide frames,etc. where placement time exceeds 15 minutes). Toppings and concrete fill less than 4-inches thick. Grout Fill,Topping Grout. Toppings and concrete fill greater than 4-inches thick. Class B Concrete in accordance with Section 03 30 00,Cast-In-Place Concrete. All anchor bolts and reinforcing steel set in grout. Refer to Section 03 20 00, Concrete Reinforcement, and Section 05 50 01, Anchorages. Any application not listed above,where grout is called Non-shrink Class I,unless for on the Drawings. noted otherwise. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following,except as otherwise shown or specified. 1. ACI 211.1,Practice for Selecting Proportions for Normal, Heavy-Weight and Mass Concrete. 2. ACI 301,Specification for Structural Concrete(Includes ASTM Standards referred to herein). 3. ASTM C 33,Specification for Concrete Aggregates. 4. ASTM C 109,Test Method for Compressive Strength of Hydraulic Cement Mortars(using 2-in.or 50 mm.Cube Specimens). 5. ASTM C 150,Specification for Portland Cement. 6. ASTM C 230,Specification for Flow Table for use in Tests of Hydraulic Cement. 7. ASTM C 531,Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars,Grouts, and Monolithic Surfacings. 8. ASTM C 579,Test Method for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-3 GROUT Page 3 of 12 9. ASTM C 827,Test Method for Early Volume Change of Cementitious Mixtures. 10. ASTM C 882,Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete. 11. ASTM C 937,Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 12. ASTM C 939,Text Method for Flow of Grout for Preplaced-Aggregate Concrete(Flow Cone Method). 13. ASTM C 1107,Specification for Packaged Dry, Hydraulic-Cement Grout(Non-shrink). 14. ASTM C 1181,Test Method for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts. 15. ASTM D 696,Test Method for Coefficient of Linear Thermal Expansion of Plastics. B. Field Tests: 1. Compression test specimens will 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 will be performed as specified in ASTM C 109 at intervals during construction as selected by the ENGINEER. 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 will be performed as specified in ASTM C 579, Method B,at intervals during construction as selected by the ENGINEER. 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 not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. 1.03 SUBMITTALS A. Shop Drawings,submit for approval the following: 1. For Grout Fill and Construction Joint Grout,copies of grout design mix and laboratory test reports for grout strength tests. B. Reports and Certificates,submit for approval the following: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-4 GROUT Page 4 of 12 1. For proprietary materials,submit copies of manufacturer's certification of compliance with the specified properties for Class 1, II,and III grouts. 2. Submit certified testing lab reports for ASTM C 1107,Grade B and Grade C(as revised herein) requirements for Class I and II grouts tested at a fluid consistency for temperatures of 45,73.4,90°F with a pot life of 30 minutes at fluid consistency. 3. Submit certification that materials meet specification requirements for nonproprietary materials. 4. Submit certifications that all grouts used on the project are free of chlorides or other chemicals causing corrosion. S. Manufacturer's specifications and installation instructions for all proprietary materials. 1.04 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. 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 I Non-Shrink Grout: 1. Class I non-shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for precision grouting and where watertightness and non-shrink reliability in both plastic and hardened states are critical. Refer to areas of application as specified herein. 2. Shall meet the requirements of ASTM C 1107 Grade C and B(as modified below)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. b. At temperatures of 45,73.4,and 95°F. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-5 GROUT Page 5 of 12 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. Fluid grout shall pass through the flow cone,with a continuous flow,one hour after mixing. 6. Product and Manufacturer: Provide one of the following: a. Masterflow 928,as manufactured by BASF. b. Hi-Flow Grout, as manufactured by the Euclid Chemical Company C. Class II Non-Shrink Grout: 1. Class II non-shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for general purpose grouting applications as specified herein. 2. Shall meet the requirements of ASTM C 1107 and the following requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency(140 percent flow on ASTM C 230,five drops in 30 seconds). b. Fluid working time of at least 15 minutes. c. Flowable for at least 30 minutes. 3. The grout when tested shall not bleed 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. Set Grout,as manufactured by BASF, Inc. b. NS Grout,as manufactured by the Euclid Chemical Company. D. Class III 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 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-6 GROUT Page 6 of 12 instructions shall be printed on each container in which the materials are packaged. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. 2. Product and Manufacturer: Provide one of the following: a. E3-HP,as manufactured by The Euclid Chemical Company. b. Sikadur 42 Grout Pak,as manufactured by Sika Corporation. c. Masterflow 648 CP,as manufactured by BASF. 3. 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 C 827 (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. 4. 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 C 531. 5. 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 C 1181. 6. The seven day compressive strength shall be a minimum of 13,000 psi when tested in accordance to the requirements of ASTM C 579. 7. The grout shall be capable of maintaining at least a flowable consistency for a minimum of 30 minutes at 707. 8. 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 C 882. 9. The effective bearing area shall be a minimum of 95 percent. 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 03 30 00,Cast-In-Place Concrete, shall apply except as noted otherwise herein. 2. Topping grout and concrete fill shall contain a minimum of 564 pounds of cement per cubic yard with a maximum water cement ratio of 0.45. Where concrete fill is thicker than 4-inches,Class B concrete,as specified in Section 03 30 00,Cast-In-Place Concrete, may be used when accepted by the ENGINEER. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-7 GROUT Page 7 of 12 3. Coarse aggregate shall be graded as follows: U.S.STANDARD PERCENT BY SIEVE SIZE WEIGHT PASSING 1/2-inch 100 3/8-inch 90 to 100 No.4 20 to 55 No.8 5 to 30 No. 16 0 to 10 No.30 0 4. Final mix design shall be as determined by trial mix design under supervision of the approved testing laboratory. 5. Strength: Minimum compressive strength of Grout Fill at the end of 28 days shall be 4000 psi. F. Construction Joint Grout: 1. Construction Joint Grout approximates Class A concrete, as specified in Section 03 30 00,Cast-In-Place Concrete,with aggregate coarser than 1/2-inch removed. The mix shall be designed as flowable with a high mortar content. It is intended to be placed over construction joints and mixed with Class A concrete as specified in Section 03 30 00,Cast-In-Place Concrete. The mix requirements are as follows: a. Compressive Strength: 4,500 psi minimum at 28-days. b. Maximum Water-Cement Ratio: 0.45 by weight. c. Coarse Aggregate: ASTM C33, No.8 size. d. Fine Aggregate: ASTM C33, approximately 60 percent by weight of total aggregate. e. Air Content: 8±1 percent. f. Minimum Cement Content: 752 pounds per cubic yard. G. Requirements for Grout Fill and Construction Joint 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-8 GROUT Page 8 of 12 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. Submit written reports to ENGINEER of proposed mix of grout at least 30 days prior to start of Work. Do not begin grout production until mixes have been approved by ENGINEER. 3. 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-Proportioning. However,mixes need not be designed for greater than 125 percent of the specified strength, regardless of the standard deviation of the production facility. 4. Field Experience Method: When field experience methods are used to select grout proportions,establish proportions as specified in ACI 301,Section 4. 5. 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. 2.02 CURING MATERIALS A. Curing materials shall be as specified in Section 03 30 00, Cast-in-Place Concrete, and as recommended by the manufacturer of prepackaged grouts. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-9 GROUT Page 9 of 12 2.03 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. B. The slump for topping grout and grout fill shall be adjusted to match placement and finishing conditions,but shall not exceed 4-inches. C. The slump for Construction Joint Grout shall be 7 t 1-inches. 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, Cast-In-Place Concrete. 4. Grout shall be cured following manufacturer's instructions for prepackaged grout and the requirements in Section 03 30 00,Cast-In-Place Concrete,for grout fill and topping grout. B. Columns, Beams and Equipment Bases: 1. Epoxy grout: After shimming equipment 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 epoxy grout. 2. Non-shrink, non-metallic grout: After shimming columns, beams and equipment 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-10 GROUT Page 10 of 12 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 non-shrink, non-metallic grout. 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 non-shrink, non-metallic grout. Bevel grout at juncture with post so that moisture flows away from post. D. Construction Joints: 1. Place a 2-inch minimum thick layer of Construction Joint Grout over the contact surface of the old concrete at the interface of horizontal construction joints as specified in Section 03251,Concrete Joints,and Section 03 30 00,Cast-In-Place Concrete. E. 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 hydroblasting exposing the aggregates to ensure bonding to the base slab. 2. 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 concrete shall be placed until the slab is complete free from standing pools or ponds of water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping or fill concrete shall be placed while the slurry is still wet. The topping and fill 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,Cast-In-Place Concrete. F. Grout Fill CTIY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 036000-11 GROUT Page 11 of 12 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,Cast- In-Place Concrete. 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,no water, dry cement or mixture of dry cement and sand shall be applied to the surface. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 60 00-12 GROUT Page 12 of 12 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 05 1200-1 STRUCTURAL STEEL Page 1 of 12 SECTION 05 12 00 STRUCTURAL STEEL PART 1- GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide labor, materials,equipment, and incidentals as shown, specified, and required to furnish and install structural steel framing, including surface preparation and shop priming. 2. Structural steel framing is the Work defined in AISC 303,Section 2, and as shown or indicated in the Contract Documents. The Work also includes: a. Providing openings in and attachments to structural steel framing to accommodate the Work under this and other Sections, and providing for structural steel framing items such as anchorage devices,studs,and all items required for which provision is not specifically included under other Sections. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before structural steel framing Work. C. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of the CONTRACTOR's Work. 1.02 QUALITY ASSURANCE A. Qualifications: 1. Steel Fabricator: a. Structural steel fabricating plant shall possess current certificate from AISC stating that the fabrication facility complies with requirements for certification of"Standard for Steel Building Structures(STD)"of AISC's quality certification program. Fabricating plant shall maintain this certification throughout time of fabrication for this Project. In lieu of the AISC certification a steel fabricator with a minimum of five years experience in fabrication of jobs of similar size and complexity shall be acceptable.Submit qualifications for review and approval. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-2 STRUCTURAL STEEL Page 2 of 12 2. Welders and Welding Processes: a. Qualify welding processes and welding operators in accordance with AWS D1.1/D1.1M,Section 5, Qualification. b. Each welder employed on or to be employed for the Work shall possess current AWS certification in the welding process with which welder will be working. Certifications shall be current and valid throughout the Work. 3. Surveyor: a. Engage a registered professional land surveyor legally qualified to practice in the same jurisdiction as the Site, and experienced in providing surveying services of the kind indicated. b. Responsibilities include but are not necessarily limited to: i. Performing or supervising performance of field survey work to check lines and elevations of concrete and masonry bearing surfaces,and locations of anchorage devices and similar devices, before steel erection proceeds. ii. Notifying CONTRACTOR and ENGINEER in writing when surveyed Work does not comply with the Contract Documents. iii. Submit to CONTRACTOR field survey reports. B. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. Where conflicts may occur between the reference standards,the more restrictive provisions shall apply. 1. AISC 303,Code of Standard Practice for Steel Buildings and Bridges. 2. AISC 325,Steel Construction Manual. 3. AISC 360,Specification for Structural Steel Buildings. 4. ASME B46.1, Surface Texture (Surface Roughness,Waviness and Lay). 5. ASTM A6/A6M,Specification for General Requirements for Rolled Structural Steel Bars, Plates,Shapes, and Sheet Piling. 6. ASTM A36/A36M,Specification for Carbon Structural Steel. 7. ASTM A53/A53M,Specification for Pipe,Steel, Black and Hot-Dipped,Zinc-Coated, Welded and Seamless. 8. ASTM A108,Specification for Steel Bar,Carbon and Alloy, Cold-Finished. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-3 STRUCTURAL STEEL Page 3 of 12 9. ASTM A194/A194M,Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service,or Both. 10. ASTM A325,Specification for Structural Bolts,Steel, Heat-Treated, 120/105 ksi Minimum Tensile Strength. 11. ASTM A490,Specification for Structural Bolts,Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 12. ASTM A500/A500M,Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 13. ASTM A563,Specification for Carbon and Alloy Steel Nuts. 14. ASTM A572/A572M,Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. 15. ASTM A992/A992M,Specification for Structural Steel Shapes. 16. ASTM E329,for Agencies Engaged in Construction Inspection,Special Inspection,or Testing Materials Used in Construction. 17. ASTM F436,Specification for Hardened Steel Washers. 18. ASTM F593,Specification for Stainless Steel Bolts, Hex Cap Screws,and Studs. 19. ASTM F959,Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners. 20. ASTM F1852,Specification for"Twist off'Type Tension Control Structural Bolt/Nut/Washer Assemblies,Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 21. AWS D1.1/D1.1M,Structural Welding Code-Steel. 22. CMAA 74,Specifications for Top Running&Under Running Single Girder Electric Traveling Cranes Utilizing Under Running Trolley Hoist. 23. ISO 2859-1,Sampling Procedures for Inspection by Attributes--Part 1:Sampling Schemes Indexed by Acceptance Quality Limit(AQL)for Lot-by-lot Inspection. 24. ISO 4017, Hexagon Head Screws--Product Grades A and B. 25. RCSC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 1.03 SUBMITTALS A. Action Submittals:Submit the following: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 05 1200-4 STRUCTURAL STEEL Page 4 of 12 1. Shop Drawings: a. Complete details and schedules for fabrication and shop assembly of members and details,schedules, procedures,and diagrams showing proposed sequence of erection. Shop Drawings shall not be reproductions of Contract Drawings. b. Include complete information for fabrication of the structure's components, including but not limited to location,type,and size of bolts,details of blocks,copes and cuts,connections,camber,holes,member sizes and lengths,and other pertinent data. Clearly indicate welds using standard AWS notations and symbols, and clearly show or indicate size,length,and type of each weld. c. Setting drawings,templates,and directions for installing anchorage devices. 2. Product Data: a. Manufacturer's specifications and installation instructions for products listed below. i. High-strength bolts of each type,including nuts and washers. ii. Welding electrodes and rods. iii. Load indicator bolts and washers. B. Informational Submittals:Submit the following: 1. Certificates. a. Fabricator's AISC quality certification. b. Welders'certifications. c. Certified reports of laboratory tests on previously-manufactured, identical materials,and other data as necessary,to demonstrate compliance with the Contract Documents for the materials listed below: i. Structural steel of each type, including certified mill reports indicating chemical and physical properties. ii. High-strength bolts of each type, including nuts and washers. 2. Supplier Instructions: a. Installation data, handling,and storage instructions. 3. Source Quality Control Submittals: a. When performed or when required by ENGINEER,submit results of source quality control testing and inspections performed at the mill or shop. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-5 STRUCTURALSTEEL Page 5 of 12 4. Field Quality Control Submittals: a. Written field survey reports for all bearing surfaces surveyed,verifying tolerance requirements, areas out of tolerance,and corrective measures required. S. Qualifications Statements. a. Land surveyor. 1.04 DELIVERY,STORAGE AND HANDLING A. Storage: 1. Protect steel members and packaged materials from corrosion and deterioration. 2. Do not store materials in or on the building or structure in manner that may cause distortion or damage to structural steel members, building,or supporting structures. PART 2-PRODUCTS 2.01 MATERIALS A. Steel Types: 1. W-Shapes and WT-Shapes:ASTM A992/A992M. 2. S-shapes and Channels:ASTM A572/A572M,Grade 50. 3. Hollow Structural Sections:ASTM A500/A500M,Grade B 4. Angles, Plates,and Bars:ASTM A36/A36M. S. Steel Pipe:ASTM A53/A53M,Grade B. B. Anchorages, Fasteners,and Connectors: 1. washers,as follows: 2. Anchorage Devices: Refer to Section 05 50 01,Anchorages. 3. Headed Stud Type Shear Connectors:ASTM A108,Grades 1010/1020,complying with AWS D1.1/D1.1M,Section 7. a. High-Strength Threaded Fasteners: Heavy hexagonal structural bolts, heavy hexagon nuts,and hardened Unless otherwise indicated,fasteners shall be quenched and tempered medium-carbon steel bolts,nuts and washers,complying with ASTM A325,Type I,nuts complying with ASTM A563C,A563DH or A194/A194M 2H,and hardened washers complying with ASTM F436. Bolts, nuts and washers shall be hot- dip galvanized where shown or indicated. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-6 STRUCTURAL STEEL Page 6 of 12 b. Use quenched and tempered alloy steel bolts, nuts and washers,complying with ASTM A490,only at locations where shown or indicated in the Contract Documents. ASTM A490 bolts shall not be galvanized. c. Tension control bolts,when used,shall comply with ASTM F1852. d. Compressible washer-type direct-tension indicators,when used,shall comply with ASTM F959,Type 325. 4. Threaded Rod: Provide threaded rods with heavy hexagon nuts, and hardened washers, as follows: a. Interior and Dry Locations: Provide threaded carbon steel rods complying with ASTM A36,with heavy hex nuts complying with ASTM A563A, unless otherwise shown or indicated on the Drawings. b. Exterior, Buried,or Submerged Locations,or When Exposed to Wastewater: Provide stainless steel threaded rods complete with washers complying with ASTM F593, AISI Type 316,Condition A,with ASTM A194/A194M,Grade 8S(nitronic 60)stainless steel nuts. Other AISI types may be used when approved by ENGINEER. C. Electrodes for Welding: E70XX complying with AWS D1.1/D1.1M. 2.02 FABRICATION A. Shop Fabrication and Assembly: 1. General: a. Fabricate and assemble structural assemblies in the shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC 325,the Contract Documents, and as shown on approved Shop Drawings. Provide camber in structural members as shown or indicated. b. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence that will expedite erection and minimize handling of materials for storage and minimize handling at the Site. c. Where finishing is required,complete the assembly, including welding of units, before commencing finishing operations. Provide finish surfaces of members exposed-to-view in the completed Work that are free of markings, burrs,and other defects. B. Connections: 1. Shop Connections: a. Unless otherwise shown or indicated,shop connections maybe welded or high- strength bolted connections. Welds shall be 3/16-inch minimum. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-7 STRUCTURAL STEEL Page 7 of 12 b. Where reaction values of beam are not shown or indicated,connections shall be detailed to support one-half the total uniform load capacity tabulated in tables contained in AISC 32S for allowable loads on beams for the associated shape,span, and steel specified for the beam. c. Shop-welded connections shall be detailed to eliminate or minimize eccentricity in the connection. d. End-connection angles fastened to webs of beams and girders,and the thickness of angles,size, and extent of fasteners or shop welds,shall comply with tables of "Framed Beam Connections" in AISC 32S. Connections shall be two-sided, unless otherwise shown or indicated. 2. Field Connections: a. Field connections, unless otherwise shown or indicated,shall be made with high- strength bolts,and shall be bearing-type connections. b. Use field welding only where shown or indicated or where approved by ENGINEER. 3. High-Strength Bolted Construction: a. Provide high-strength threaded fasteners in accordance with RCSC Specifications for Structural Joints using ASTM A32S or ASTM A490 Bolts. b. High-strength bolt design shear values shall be as specified in AISC 32S for bolts with threads in the shear plane for bearing type connections,or as specified in this Section for slip-critical connections. c. Bolted connections shown or indicated as"SC"shall comply with slip-critical connection requirements in RCSC Specifications for Structural Joints Using ASTM A32S or ASTM A490 Bolts. i. Faying surfaces shall have a Class A surface condition. ii. Slip-critical bolts shall be fully pre-tensioned to 70 percent of minimum specified tensile strength of the bolt using one of the following methods: a) Turn of nut with matchmarking. b) Twist-off tension control bolt(ASTM F18S2). c) Direct tension indicator washer(ASTM F9S9). d. Minimum bolt diameter shall be 3/4-inch,unless otherwise shown or indicated. 4. Welded Construction:Comply with AWS D1.1/D1.1M for procedures,appearance,and quality of welds,and methods used in correcting defective welding Work. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-8 STRUCTURAL STEEL Page 8 of 12 a. Assemble and weld built-up sections by methods that produce true alignment of axes without warp. S. Where rigid connections are required by stresses shown or indicated, provide web shear reinforcement and stiffeners in accordance with AISC 360. 6. Moment connections shown but not detailed on the Drawings shall be detailed for bending moments and shears indicated on the Drawings. C. Bracing: 1. Bracing for which stress is not shown or indicated shall have minimum two-bolt connection,or shop-welded connection of equivalent strength. 2. Vertical bracing and knee braces connecting to columns shall be on the centerline of columns,unless otherwise shown or indicated. 3. Knee braces shall be at 45-degree angle,unless otherwise shown or indicated. 4. Gussets shall be not less than 3/8-inch thick,unless otherwise shown or indicated. D. Columns:Column shafts shall have finished bearing surface roughness not greater than 500 micro-inch in accordance with ASME 846.1,and ends shall be square within tolerances for milled ends in accordance with ASTM A6/A6M at the base and at splice lines. E. Structural Tubing:Properly seal structural tubing to protect internal surfaces. F. Holes and Appurtenances for Other Work: 1. Provide holes required for securing other work to structural steel framing,and for passage of other work through steel framing members,as shown on the approved Shop Drawings. If large block-outs are required and approved,reinforce the webs to develop specified shears. Provide threaded nuts welded to framing and other specialty items as shown or indicated to receive other work. 2. Cut,drill,or punch holes perpendicular to metal surfaces. Do not flame-cut holes or enlarge holes by burning. Drill holes in bearing plates. 2.03 SOURCE QUALITY CONTROL A. Inspection and Testing at the Mill or Shop: 1. Perform fabricator's standard procedures for source quality control,including inspections and testing. 2. Materials and fabrication procedures shall be subject to inspection and tests in mill and shop,conducted by a qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 051200-9 STRUCTURALSTEEL Page 9 of 12 2.04 GALVANIZING A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to structural steel according to ASTM A 123/A 123M. 1. Fill vent holes and grind smooth after galvanizing. B. Galvanizing: Steel items shall be hot-dip galvanized as noted in the Drawings (including any associated fasteners). PART 3-EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which the Work will be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 ERECTION A. General:Comply with AISC 303,AISC 360,and the Contract Documents. B. Checking of Lines and Elevations: Before proceeding with structural steel erection,furnish services of a qualified surveyor to check lines and elevations of concrete and masonry bearing surfaces,and locations of anchorage devices and similar devices. Immediately report discrepancies to ENGINEER. Do not proceed with erection until defective Work that will support structural steel is corrected,including agreeing with ENGINEER upon compensating adjustments(if any)to structural steel Work. C. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy-lines to achieve proper alignment of structures as erection proceeds. D. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete the Work. Provide sufficient planking to comply with Laws and Regulations,and provide tightly-planked substantial floor within two stories or 30 feet, whichever is less, below each tier of steel beams on which work is performed. E. Anchorage Devices: 1. Provide anchorage devices,including anchor bolts,and other connectors required for securing structural steel to foundations and other in-place construction. 2. Provide templates and other devices necessary for presetting anchorage devices to accurate locations. 3. Refer to Section 05 50 01,Anchorages,for anchorage requirements. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 05 1200-10 STRUCTURAL STEEL Page 10 of 12 F. Setting Bases and Bearing Plates: 1. Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on steel wedges or other adjusting devices. 3. Tighten anchorage devices after supported members are positioned and plumbed. Do not remove wedges or shims, but if protruding,cut off flush with edge of base or bearing plate prior to packing with grout. 4. Place grout between bearing surfaces and bases or plates in accordance with Section 03 60 00,Grout. Finish exposed surfaces, protect installed materials,and allow to cure in accordance with grout manufacturer's instructions,and as otherwise required. S. Do not use leveling plates or wood wedges. G. Field Assembly: 1. Set structural frames accurately to the lines and elevations shown and indicated. Align and adjust the various members forming part of a complete frame or structure before permanently fastening. Before assembly,clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual members of structure within tolerances as specified in AISC 325. For members requiring accurate alignment, provide clip angles,lintels,and other members,with slotted holes for horizontal adjustment at least 3/8-inch in each direction,or more when required. 3. Splice members only where shown or indicated. H. Erection Bolts:On exposed-to-view,welded construction, remove erection bolts,fill holes with plug welds,and grind smooth at exposed surfaces. I. Connections: 1. Comply with AISC 325 forbearing,adequacy of temporary connections,alignment,and the removal of paint on surfaces adjacent to field welds. 2. Do not enlarge inadequate holes in members by burning or by using drift pins,except in secondary bracing members. Ream holes that must be enlarged to admit bolts. J. Gas Cutting: Do not use gas-cutting torches for correcting fabrication defects in structural framing. Cutting will be allowed only on secondary members that are not under stress,as approved by ENGINEER. Finish gas-cut sections equal to a sheared appearance,when allowed. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-34 CAST IN PLACE CONCRETE Page 34 of 40 f. Compression Test Specimens: ASTM C 31; make one set of four standard cylinders for each compressive strength test,unless otherwise directed by the ENGINEER. i. Cast,store and cure specimens as specified in ASTM C 31. g. Water Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken in accordance with AASHTO TP 23. h. Concrete Temperature: Test hourly when air temperature is 40°F and below, and when 80°F and above; and each time a set of compression test specimens is made. 2. The testing laboratory shall submit certified copies of test results directly to ENGINEER and CONTRACTOR within 24 hours after tests are made. 3. Representatives of the following testing agency will inspect,sample,and/or test materials.When it appears that the material furnished or work performed fails to conform to the Contract Documents,the testing agency will immediately report such deficiency to the OWNER's representative, ENGINEER,and CONTRACTOR. 4. The testing agency and its representative are not authorized to revoke,alter,relax,or release any requirements of the Contract Documents,nor to accept any portion of the Work. S. The testing agency will report test and inspection results that pertain to the Work to the ENGINEER,CONTRACTOR and OWNER's representative within 7 days after tests and inspections are performed. 6. Other Testing Services:The CONTRACTOR shall pay for the following testing services performed,when necessary and/or requested by the OWNER: a. Additional testing and inspection required due to changes in materials or mixture proportions requested by the CONTRACTOR. b. Additional testing of materials or concrete due to failure to meet requirements of the Contract Documents. C. Evaluation of Quality Control Tests: 1. Do not use concrete delivered to the final point of placement,which has slump or total air content outside the specified values. 2. When water content testing indicates water-cementitious materials ratio to exceed specified requirements by more than 0.02, remaining batches needed to complete the concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as needed to bring the subsequently batched concrete within the specified water-cementitious materials ratio. Additional testing shall be done to verify compliance with the specified water-cementitious materials ratio. Concrete production for further concrete placements shall not resume until CONTRACTOR has identified the cause of the excess water in the mix and revised batching procedures CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-33 CAST IN PLACE CONCRETE Page 33 of 40 3.09 FIELD QUALITY CONTROL A. The CONTRACTOR shall employ a testing laboratory to perform field quality control testing. ENGINEER will direct the number of tests and cylinders required. CONTRACTOR shall make standard compression test cylinders and entrained air tests as specified below, under the direct inspection by ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required including, scale,glass tray, cones, rods, molds, air tester,thermometer, curing in a heated storage box, and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage and curing, as specified in Section 0145 23, Testing and Inspection Services, and transportation required by the testing. B. Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during the placement of concrete, as follows: a. Sampling Fresh Concrete: ASTM C 172. b. Concrete sampling for quality assurance: Concrete that is to be pumped or conveyed by bucket or crane shall be sampled at the point of discharge from the truck for information, including slump; and shall be sampled at the point of placement for acceptance of slump and air content. c. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one for each set of compressive strength test specimens. d. Air Content: ASTM C 231; one for every other concrete load at point of discharge, or when required by an indication of change. e. Compressive Strength Tests: ASTM C 39; one set of compression cylinders for each 50 cubic yards or fraction thereof, of each mix design placed in any one day; one specimen tested at seven days, and three specimens tested at 28 days. For Mass Concrete elements, additional sets shall be obtained to determine compressive strengths at 56, 90 and 120 days, and one reserve cylinder for later testing directed by the OWNER. Cylinders for Mass Concrete shall be 6-inch x 12-inch cylinders containing concrete wet screened to 1-1/2-inch maximum size. Correlation tests shall be made well in advance of actual construction to compare the strength of the wet screened concrete tested at control age with appropriate size test specimen containing the full mass concrete tested at design age. i. Adjust mix if test results are unsatisfactory and resubmit for ENGINEER'S approval. ii. Concrete that does not meet the strength requirements is subject to rejection and removal from the Work,or to other such corrective measures as directed by ENGINEER,at the expense of CONTRACTOR. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-32 CAST IN PLACE CONCRETE Page 32 of 40 1. When the atmospheric temperature is 40°F and below,maintain the concrete temperature between 50°F and 70°F continuously throughout the curing period.When necessary, make arrangement before concrete placing for heating,covering,insulation or housing as required to maintain the specified temperature and moisture conditions continuously for the concrete curing period. Provide cold weather protection complying with the requirements of ACI 306. 2. When the atmospheric temperature is 80°F and above,or during other climatic conditions which will cause too rapid drying of the concrete,make arrangements before the start of concrete placing for the installation of wind breaks or shading,and for fog spraying,wet sprinkling,or moisture retaining covering. Protect the concrete continuously for the concrete curing period. Provide hot weather protection complying with the requirements of ACI 305, unless otherwise specified. 3. Maintain concrete temperature as uniformly as possible,and protect from rapid atmospheric temperature changes. Avoid temperature changes in concrete which exceed 5°F in any one hour and 407 in any 24 hour period. Provide necessary heating or cooling as required to prevent such temperature changes. 4. Mass Concrete: Meet the requirements specified in Item 3 above and the following exceptions and limitations. a. The maximum allowable internal concrete temperature during curing shall not exceed 150°F at the calculated hottest point in the concrete as determined in the Heat Flow Analysis. b. The maximum allowable temperature differential between the calculated hottest point in the concrete and the concrete surface shall be as determined in the Heat Flow Analysis but shall not exceed 40°F. c. Insulating curing blankets shall be used on all Mass Concrete elements to provide for thermal protection. Thermal insulating blankets shall be left in place until each of the following are satisfied: i. Temperature readings shall be maintained until the internal peak temperature is reached and begins to decline. ii. The difference between interior concrete temperature and the average daily ambient temperature is less than the allowable temperature difference (40 degrees F)for three consecutive days. iii. There are no mass concrete elements to be cast directly adjacent. F. Protection from Mechanical Injury: 1. During the curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock,excessive vibration,and from damage caused by rain or flowing water. Protect all finished concrete surfaces from damage by subsequent construction operations. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-31 CAST IN PLACE CONCRETE Page 31 of 40 d. At the end of the curing period apply one coat of curing compound, unless concrete surface is to receive a topping or coating or application is waived by the ENGINEER. 3. Provide moisture retaining cover curing as follows: a. Cover the concrete surfaces with the specified moisture retaining cover for curing concrete, placed in the widest practical width with sides and ends lapped at least 3- inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 4. Provide liquid curing compound as follows: a. Apply the specified curing compound to all concrete surfaces when permitted by ENGINEER. Slabs to receive terrazzo floors, chemical resistant heavy duty concrete topping or ceramic tile or chemical hardeners, shall not be cured with liquid curing compound, but shall be moisture cured. The compounds shall be applied immediately after final finishing in a continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas that are subjected to heavy rainfall within three hours after initial application. Maintain the continuity of the coating and repair damage to the coat during the entire curing period b. When curing compound is authorized for application to water retaining or below grade members, it shall be applied at the manufacturer's recommended coverage rate and then applied again at the same rate to provide twice the recommended coverage. c. At the end of the curing period, curing compound shall be removed where required by the ENGINEER. C. Curing Formed Surfaces: 2. Cure formed concrete surfaces,including the undersides of girders, beams,supported slabs and other similar surfaces by moist curing with the forms in place unloosened for the full curing period or until forms are removed. Where wood forms are kept in place, water shall be added to keep the forms wet. If forms are removed,continue curing by methods specified above,as applicable. D. Curing Unformed Surfaces: 1. Initially cure unformed surfaces,such as slabs,floor topping,and other flat surfaces by using the appropriate method specified above. 2. Final cure unformed surfaces, unless otherwise specified, by utilizing methods specified above, as applicable. E. Temperature of Concrete During Curing: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-30 CAST IN PLACE CONCRETE Page 30 of 40 a. Exterior exposed horizontal surfaces subject to light foot traffic. b. Interior and exterior concrete steps and ramps. c. Horizontal surfaces which will receive a grout topping or a concrete equipment base slab. 3.08 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature,and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared from the concrete surface. Keep continuously moist for not less than 72 hours.At the end of this period,initial curing may be terminated and final curing begun. 3. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least seven days and in accordance with ACI 301 procedures for a total curing period,initial plus final,of at least ten days. For concrete sections over 30-inches thick,continue final curing for an additional seven days,minimum. Avoid rapid drying at the end of the final curing period. B. Curing Methods: 1. Water retaining and below grade structures shall be moist cured by the addition of water to maintain the surface in a continually wet condition. Other concrete shall be cured by moist curing,by moisture retaining cover curing,or by the use of curing compound(except where coatings or surface treatments are specified). Use curing compound at water retaining and below grade structures only in cold weather when temperatures are expected to be below freezing only when permitted by ENGINEER. a. For curing, use water that is free of impurities that could etch or discolor exposed, natural concrete surfaces. 2. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water-fog spray. c. Covering the concrete surface with curing mats,thoroughly saturating the mats with water, and keeping the mats continuously wet with sprinklers or porous hoses. Place curing mats so as to provide coverage of the concrete surfaces and edges, with a 4-inch lap over adjacent mats. If necessary, the curing cover shall be weighted to maintain contact with the concrete surface. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-29 CAST IN PLACE CONCRETE Page 29 of 40 3.07 SLAB FINISHES A. Float Finish: 1. After placing concrete slabs,do not work the surface further until ready for floating. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently. Check and level the surface plane to a tolerance not exceeding 1/4-inch in ten feet when tested with a ten foot straightedge placed on the surface at not less than two different angles. Cut down high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling,refloat the surface to a uniform, smooth,granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid containers, except those to receive grout topping. b. Exterior below grade horizontal surfaces. c. Surfaces to receive additional finishes, except as shown on the Drawings or specified. B. Trowel Finish: 1. After concrete has stiffened sufficiently to permit operation and after bleed water has disappeared, hand or machine float the surface. Follow immediately by steel troweling at least twice with hand or machine trowels. 2. Consolidate the concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance,and with a surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would telegraph through applied floor covering system. 3. Use trowel finish for the following: a. Interior exposed slabs, unless otherwise shown or specified. b. Slabs to receive resilient floor finishes. C. Non-Slip Broom Finish: 1. Immediately after float finishing,slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fine fiber-bristle broom, unless otherwise directed by the ENGINEER. Coordinate the required final finish with ENGINEER before application. 2. Use Non-Slip Broom Finish for the following: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-28 CAST IN PLACE CONCRETE Page 28 of 40 e. Surfaces to receive an abrasive blasted finish. f. Surfaces to receive a smooth rubbed or grout cleaned finish. g. Other areas shown. C. Smooth Rubbed Finish: 1. Provide smooth,Class A, rubbed finish to concrete surfaces,which have received smooth form finish and where all defects have been repaired,as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. 2. Except where surfaces have been previously covered as specified above,use smooth, Class A, rubbed finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. c. Interior and exterior horizontal surfaces,except exterior exposed slabs and steps. d. Interior exposed vertical surfaces of liquid containers down to one foot below liquid level. e. Other areas shown on the Drawings. D. Abrasive Blasted Finish 1. Provide abrasive blasted finish where shown on the Drawings. 2. Where abrasive blasted finish is indicated,it shall be applied to a smooth formed finish after the end of the curing period,with all defects repaired,to match the approved finish provided on the mock-up panel. 3. Heavy Abrasive Blasted Finish:Abrasive blast to uniformly expose coarse aggregate. 4. Light Abrasive Blasted Finish:Abrasive blast to uniformly expose fine aggregate. E. Related Unformed Surfaces: 1. At tops of walls,horizontal offsets,and similar unformed surfaces occurring adjacent to formed surfaces,strike off smooth and finish with a texture matching the adjacent formed surfaces. Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed surfaces, unless otherwise shown. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-27 CAST IN PLACE CONCRETE Page 27 of 40 faces, two corners and top surfaces. Temperature readings shall be recorded on an hourly basis. A redundant set of sensors shall be installed near the primary sensors. Comparisons between the primary and redundant sensors shall be monitored for consistency. Temperature readings shall be maintained until the following three requirements are satisfied: a. The internal peak temperature is reached and begins to decline. b. The difference between interior concrete temperature and the average daily ambient temperature is less than the allowable temperature difference (40 degrees F)for three consecutive days. c. There are no mass concrete elements to be cast directly adjacent. 2. Temperature recordings shall be submitted daily to the OWN ER's field representative. 3.06 FINISH OF FORMED SURFACES A. Standard Form Finish: 1. Standard form finish shall be basically smooth and even but shall be permitted to have texture imparted by the form material used. Defects shall be repaired as specified herein. 2. Use standard form finish for the following: a. Exterior vertical surfaces from the foundation up to one foot below grade. b. Vertical surfaces not exposed to view. c. Other areas shown. B. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that will impart a smooth, hard, uniform texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas as specified herein. 2. Use smooth form finish for the following: a. Exterior surfaces that are exposed to view. b. Surfaces that are to be covered with a coating material. The material may be applied directly to the concrete or may be a covering bonded to the concrete such as waterproofing, dampproofing, painting or other similar system. c. Interior vertical surfaces of liquid containers. d. Interior and exterior exposed beams and undersides of slabs. CITY OF FORT WORTH village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-26 CAST IN PLACE CONCRETE Page 26 of 40 1. For conventional concrete: a. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. b. When ambient air temperature is at or above 85°F, cool ingredients before mixing to maintain concrete temperature at the time of placement below 90°F for horizontal placements including slabs and flatwork, and below 95°F for vertical placements including walls and columns. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water. In addition, the reduction in time from addition of mix water to placement or the use of a set retarding admixture may be required. c. Cover reinforcing steel with water-soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. d. Wet forms thoroughly before placing concrete. e. Do not place concrete at a temperature so as to cause difficulty from loss of slump, flash set,or cold joints. f. Do not use set-control admixtures, unless approved by ENGINEER in mix designs. g. Obtain ENGINEER'S approval of other methods and materials proposed for use. 2. For Mass Concrete, meet the requirements for conventional concrete above with the following exceptions and limitations: a. When ambient air temperature is at or above 85°F, cool ingredients before mixing to maintain concrete temperature at time of placement below 85°F. Methods of cooling may include: I. Mixing water may be chilled,of chipped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated in the total amount of mixing water and shall not exceed 50 percent of the total mix water weight. ii. Inject Liquid Nitrogen (LN) into the mix at batching. Amount of LN to be used shall consider the amount of concrete being batched and the distance the concrete must be transported. I. Mass Concrete Temperature Monitoring 1. Concrete temperature sensors shall be located such that the maximum temperature difference within a Mass Concrete element can be monitored. As a minimum, concrete temperatures shall be monitored at the calculated hottest location on at least two outer CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-25 CAST IN PLACE CONCRETE Page 25 of 40 accordance with the manufacturer's recommendations,when required by the ENGINEER. F. Quality of Concrete Work: 1. Make all concrete solid,compact and smooth, and free of laitance,cracks and cold joints. 2. All concrete for liquid retaining structures,and all concrete in contact with earth,water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to the extent directed by ENGINEER,or repair to the satisfaction of ENGINEER,surfaces which contain cracks or voids,are unduly rough, or are in any way defective. Thin patches or plastering shall not be acceptable. 4. All leaks through concrete that exhibit any flowing water,and cracks, holes or other defective concrete in areas of potential leakage,shall be repaired and made watertight by CONTRACTOR. 5. Repair, removal,and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to the OWNER. G. Cold Weather Placing: 1. Protect all concrete Work from physical damage or reduced strength that could be caused by frost,freezing actions,or low temperatures, in compliance with the requirements of ACI 306 and as herein specified. 2. When the air temperature has fallen to or may be expected to fall below 407, provide adequate means to maintain the temperature,in the area where concrete is being placed,at between 50°F and 70°F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film. Maintain the heat and protection,if necessary,to ensure that the ambient temperature does not fall more than 30°F in the 24 hours following the seven-day period. Avoid rapid dry-out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40°F, uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 55°F and not more than 85"F at point of placement. 4. Do not use frozen materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Ascertain that forms,reinforcing steel,and adjacent concrete surfaces are entirely free of frost,snow and ice before placing concrete. 5. Do not use salt and other materials containing antifreeze agents or chemical accelerators,or set-control admixtures, unless approved by ENGINEER,in mix designs. H. Hot Weather Placing: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-24 CAST IN PLACE CONCRETE Page 24 of 40 to prevent free fall and excessive splashing on forms and reinforcement. Free falls in excess of four feet shall be discontinued if there is any evidence of segregation. 3. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand-spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the applicable recommended practices of ACI 309. Vibration of forms and reinforcing will not be permitted,unless otherwise accepted by ENGINEER. S. Where height of concrete placement in walls exceeds 8 feet,temporary windows shall be installed in the formwork to facilitate vibration. The windows shall be properly closed when the height of concrete approaches the windows. location,size,and spacing of the windows shall be determined by CONTRACTOR to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the layer of concrete and at least 6-inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 7. Do not place concrete in beam and slab forms until the concrete previously placed in columns and walls is no longer plastic. 8. Force concrete under pipes,sleeves,openings and inserts from one side until visible from the other side to prevent voids. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation,within the limits of construction joints,until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs,and against bulkheads of slabs on ground,as specified for formed concrete structures. 4. Bring slab surfaces to the correct level. Smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. S. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, an evaporation retardant shall be applied in CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-23 CAST IN PLACE CONCRETE Page 23 of 40 b. For horizontal surfaces place a 2-inch layer of mortar, one part sand and one part cement with water added to a flowable consistency, or a 6-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grout, over the hardened concrete surface. c. Place fresh concrete before the mortar/grout has attained its initial set. d. If a high range water reducer is used to increase the concrete slump to at least 6- inches,the mortar/grout layer may be omitted. 2. Bonding of fresh concrete to fully-cured hardened existing concrete shall be accomplished by using a bonding agent as specified in Section 03 15 16,Concrete Joints. C. Concrete Conveying: 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practical by methods that will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment, including chutes,free of hardened concrete, debris,water,snow, ice and other deleterious materials. 3. Do not use chutes for distributing concrete, unless approved in writing by ENGINEER. a. Provide sketches showing methods by which chutes will be employed when requesting such approval. b. Design chutes, if permitted, with proper slopes and supports to permit efficient handling of the concrete. 4. Pumping concrete is permitted, however do not use aluminum pipe for conveying. D. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18-inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place concrete at such a rate that concrete that is being integrated with fresh concrete is still plastic. 2. Do not permit concrete to free fall within the form from a distance exceeding four feet. Where high range water reducer is used to extend slump to at least 6-inches,the maximum free fall of concrete may be increased to six feet. If a 12-inch thick layer of construction joint grout,as specified in Section 03 1516,Concrete Joints, is placed on the horizontal joint,concrete with slump extended by a high range water reducer may free fall up to eight feet in walls that are 24-inches and thicker. Use"elephant trunks" CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-22 CAST IN PLACE CONCRETE Page 22 of 40 D. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater nor shall CONTRACTOR allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the ENGINEER. E. Joint surfaces shall be prepared as required by Section 03 15 16,Concrete Joints. 3.05 CONCRETE PLACEMENT A. General: Place concrete continuously so that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified in Section 03 15 16, Concrete Joints. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure which will cause segregation. 1. Screed concrete that is to receive other construction to the proper level to avoid excessive skimming or grouting. 2. Do not use concrete which becomes non-plastic and unworkable,or does not meet the required quality control limits,or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the job site and dispose of it in an acceptable location. 3. Do not place concrete until all forms,bracing,reinforcement,and embedded items are in final and secure position. 4. Do not place footings in freezing weather unless adequate precautions are taken against frost action. 5. Do not place footings, piers or pile caps on frozen soil. 6. Unless otherwise approved, place concrete only when ENGINEER is present. 7. Allow a minimum of three days before placing concrete against a slab or wall already in place. B. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free standing water. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-21 CAST IN PLACE CONCRETE Page 21 of 40 e. Do not allow the drum to mix while in transit. f. Mix at proper speed until concrete is discharged. g. Maintain adequate facilities at the job site for continuous delivery of concrete at the required rates. h. Provide access to the mixing plant for ENGINEER at all times. C. Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery in order to prevent delay of placing the concrete after mixing, or holding dry-mixed materials too long in the mixer before the addition of water and admixtures. 3.03 TRANSPORTING CONCRETE A. Transport and place concrete not more than 90 minutes when ambient temperatures are below 80 degrees and 60 minutes when temperatures are above 80 degrees,after water has been added to the dry ingredients. Any time beyond that specified is subject for immediate rejection by the OWNER'S representative. B. Take care to avoid spilling and separation of the mixture during transportation. C. Do not place concrete in which the ingredients have been separated. D. Do not retemper partially set concrete. E. Use suitable and approved equipment for transporting concrete from mixer to forms. F. Transport and deliver concrete in equipment conforming to ASTM C94. 3.04 PREPARATION FOR CONCRETING A. All reinforcement, installation of waterstop and positioning of embedded items shall be inspected and approved by the OWNER's representative a minimum of four hours prior to concrete placement. B. Subgrade surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water,mud, and debris at the time of placing concrete. C. All reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds, dirt, or any other substance which would interfere with proper bonding with concrete. Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired. CTTY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-20 CAST IN PLACE CONCRETE Page 20 of 40 PART 3-EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed 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 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or it may be produced by the ready-mixed process. Batch plants shall comply with the recommendations of ACI 304,and shall have sufficient capacity to produce concrete of the qualities specified,in quantities required to meet the construction schedule. All plant facilities are subject to testing laboratory inspection and acceptance of the OWNER. 2. Mixing: a. Mix concrete with an approved rotating type batch machine, except where hand mixing of very small quantities may be permitted. b. Remove hardened accumulations of cement and concrete frequently from drum and blades to assure acceptable mixing action. c. Replace mixer blades when they have lost ten percent of their original height. d. Use quantities such that a whole number of bags of cement is required, unless otherwise permitted. B. Ready-Mix Concrete: 1. Comply with the requirements of ASTM C 94,and as herein specified. Proposed changes in mixing procedures,other than herein specified,must be accepted by ENGINEER before implementation. a. Plant equipment and facilities: Conform to National Ready-Mix Concrete Association "Plant and Delivery Equipment Specification". b. Mix concrete in revolving type truck mixers that are in good condition and which produce thoroughly mixed concrete of the specified consistency and strength. c. Do not exceed the proper capacity of the mixer. d. Mix concrete for a minimum of two minutes after arrival at the job site, or as recommended by the mixer manufacturer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-19 CAST IN PLACE CONCRETE Page 19 of 40 B. Concrete repair mortar shall be: 1. Five Star Structural Concrete, manufactured by Five Star Products, Inc. The formulation recommended by the manufacturer for the specific application conditions shall be used. 2. SikaTop 122 Plus,SikaTop 123 Plus,SikaTop 111 Plus,or Sikacem 133,manufactured by the Sika Corporation. The formulation,among those listed, recommended by the manufacturer for the specific application conditions shall be used. 3. MasterEmaco 5488 Cl or 5466 Cl,manufactured by Master Builders Inc. The formulation,among those listed, recommended by the manufacturer for the specific application conditions shall be used. 4. Verticoat,Verticoat Supreme,or Euco SR-VO, manufactured by the Euclid Chemical Company, The formulation,among those listed, recommended by the manufacturer for the specific application conditions shall be used. C. Cement Mortar: Cement mortar shall consist of a mix of one part cement to 1 1/2 parts sand with sufficient water to form a trowelable consistency. Minimum compressive strength at 28 days shall be 4000 psi. Where required to match the color of adjacent concrete surfaces, white portland cement shall be blended with standard portland cement so that,when dry,the patching mortar shall match the color of the surrounding concrete. 2.11 MOISTURE BARRIER A. Moisture Barrier: ASTM E 154: 1. Provide moisture barrier cover over prepared base material or carton void format all buildings and where shown on the Drawings. Use polyethylene membrane not less than 10 mils thick,lapping at least 9-inches at joints. 2.12 MASS CONCRETE MONITORING SYSTEM A. The temperature monitoring and recording system for Mass Concrete elements shall consist of temperature sensors connected to a data acquisition system capable or printing, storing and downloading data to a computer. B. Monitoring system shall be obtained from a reputable source with at least 3-years prior experience of mass concrete monitoring. Acceptable monitoring systems are as follows: 1. Intellirock Concrete Maturity and Temperature Monitoring System; Engius LLC, Stillwater,OK;www.engius.com. 2. Or Engineer approved equal. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 03 30 00-18 CAST IN PLACE CONCRETE Page 18 of 40 3. Curing compound must be applied by roller or power sprayer. 2.08 FINISHING AIDS A. Evaporation Retardant: 1. Product and Manufacturer: Provide one of the following: a. Confilm,as manufactured by BASF. b. Eucobar,as manufactured by Euclid Chemical Company. c. SikaFilm by Sika Corporation. 2.09 CRACK INJECTION MATERIALS A. Epoxy: 1. Epoxy for injection shall be a low viscosity,high modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: a. Sikadur 35, Hi-Mod L.V. and Sikadur 31, Hi-Mod Gel, as manufactured by Sika Corporation. b. Eucopoxy Injection Resin,as manufactured by The Euclid Chemical Company. B. Hydrophilic Resin 1. Hydrophilic resin shall be an acrylic-ester based resin with a maximum viscosity of 50 cps. It shall cure into a flexible rubber-like material that has the potential for unrestrained increase in volume in excess of 100 percent in the presence of water. 2. Products and Manufacturers: Provide one of the following: a. Duroseal Inject,as manufactured by BBZ USA,Inc. b. Sika Injection 29, by Sika Corporation. 2.10 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be a prepackaged polymer-modified cementitious repair mortar with the following minimum properties: 1. Compressive strength at one day: 2000 psi(ASTM C 109). 2. Compressive strength at 28 days: 6000 psi(ASTM C 109). 3. Bond strength at 28 days: 1800 psi (ASTM C 882 modified). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-17 CAST IN PLACE CONCRETE Page 17 of 40 or 0.045 percent,respectively. CONTRACTOR shall only use a mix design for construction that has first met the trial batch shrinkage requirements. Shrinkage limitations apply only to Class A concretes. 2. If the trial batch results fail to meet the shrinkage limitation,the mix shall be redesigned to reduce shrinkage. Alternately,CONTRACTOR may use a higher shrinkage mix when acceptable to the ENGINEER provided that the amount of shrinkage reinforcement in the structures is increased as determined by the ENGINEER to resist the higher levels of shrinkage stresses. The additional reinforcing shall be provided at CONTRACTOR'S expense. H. Size of Coarse Aggregate: The nominal maximum size of coarse aggregate shall be one-inch but not exceed three-fourths of the minimum clear spacing between reinforcing bars, one- fifth of the narrowest dimension between side forms, or one-third of the thickness of slabs or toppings 2.06 BONDING AGENT A. Provide epoxy and epoxy-cement bonding agents as specified in Section 03 15 16,Concrete Joints. 2.07 CONCRETE CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182,Class 3. B. Curing Mats: Curing mats shall be heavy carpets or cotton mats, quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. C. Moisture Retaining Cover: One of the following,complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap-polyethylene sheet. D. Curing Compound: ASTM C 309 Type 1-D(water retention requirements): 1. Provide fugitive dye. 2. Product and Manufacturer: Provide one of the following: a. Super Aqua Cure VOX, as manufactured by The Euclid Chemical Company. b. Sealtight 1100,as manufactured by W.R. Meadows, Incorporated. c. MasterKure,as manufactured by BASF. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-16 CAST IN PLACE CONCRETE Page 16 of 40 strength for all concrete batched during the project. Design compressive strength shall be based on 28-day strengths except strengths for Mass Concrete elements shall be based on 56-day strengths. 4. The quantity of water to be used in the determination of the water-cementitious materials ratio shall include free water on aggregates in excess of SSD and the water portion of admixtures. S. For Mass Concrete elements,the amount of cement shall be minimized to avoid concrete strengths exceeding 500 psi more than specified. B. Use an independent testing facility acceptable to ENGINEER for preparing and reporting proposed mix designs. 1. The testing facility shall not be the same as used for field quality control testing. C. Submit written reports of laboratory trial batch test results for proposed mixes of concrete to ENGINEER at least 15 days prior to start of Work. Do not begin concrete production until mixes have been approved by ENGINEER. D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at no additional cost to the OWNER and as accepted by ENGINEER. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by ENGINEER before using the revised mixes. E. Admixtures: 1. Use air-entraining admixture in all concrete,unless otherwise shown or specified. Add air-entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the prescribed limits. 2. Water reducing or high-range water reducing admixtures shall be used in all Class A concrete. 3. 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. F. Slump Limits with High Range Water Reducer 1. Slump shall not exceed that specified in item A above prior to adding high range water- reducer and shall not exceed 7.5 inches,measured at point of placement,after adding high range water reducer. G. Shrinkage Limitation 1. The maximum concrete shrinkage for specimens cast in the laboratory from the trial batch,as measured at 21-day drying age or at 28-day drying age shall be 0.039 percent CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-15 CAST IN PLACE CONCRETE Page 15 of 40 1. Corrosion inhibiting admixture shall be a calcium nitrite solution containing a minimum of 30 percent calcium nitrite. It shall be added at a dosage rate of five gallons per cubic yard of concrete. 2. The quantity of mix water shall be adjusted to account for the water portion of the calcium nitrite solution. 3. As the calcium nitrite solution accelerates setting time, retarding admixtures shall be provided as required. 4. Product and Manufacturer: Provide one of the following: a. Grace Construction Products. b. BASF. c. Euclid Chemical Company. 2.05 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes subject to the following minimum limitations. The final mix design proportions shall be developed by the supplier and shall meet the requirements of this specification: Coarse Minimum Maximu Minimum Classificatio Aggregate' Cementitiou m Slump Air Compressive n Size A Size B s W/C Z N Strength3(psi) (lbs/cy) RatiO4 Air Class"A" #57 #8 564 0.45 4" 5+/- 4000 Max. 1.5 Class"B" #57 or#67 517 0.50 401 5+/- 3500 Max. 1 1.5 <--------------no requirements----------------- Class"C" Any ASTM C 33 -� 2000 Class"D" No requirements 300 1. Coarse aggregate size numbers refer to ASTM C 33. Where a size A and B are listed, it is intended that the smaller size B aggregate is to be added, replacing a portion of the coarse and/or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with a sand content not exceeding 41 percent of total aggregate. 2. The slumps listed are prior to the addition of high range water reducer(super plasticizer). 3. Mix designs shall be made for all but Class C,which does not require a trial batch,so that the compressive strength achieved for the laboratory trial batches will be no less than 125 percent of the specified design strength. This is to assure meeting the design CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-14 CAST IN PLACE CONCRETE Page 14 of 40 D. High Range Water-Reducing Admixture(HRWR): ASTM C 494,Type F/G. 1. High range water-reducer shall be used in classifications of concrete,where specified, and shall be permitted,at CONTRACTOR'S option,in all other classifications of concrete. It shall be added to concrete in compliance with the manufacturer's printed instructions. The specific admixture formulation shall be as recommended by the manufacturer for the project conditions. Provide one of the following: a. Sika Corporation. b. BASF. c. W.R.Grace&Company. d. Euclid Chemical Company. E. Set-Control Admixtures: ASTM C 494,as follows: 1. Type B, Retarding. 2. Type C,Accelerating. 3. Type D,Water-reducing and Retarding. 4. Type E,Water-reducing and Accelerating. S. Type F,Water-reducing, high range admixtures. 6. Type G,Water-reducing,high range,and retarding admixtures. F. Calcium Chloride: Calcium chloride shall not be used. G. Shrinkage Reducing Admixture 1. A shrinkage reducing admixture shall be permitted to be used in the mix design where necessary to meet specified shrinkage limitations provided that specified strength requirements are met and there is no reduction in sulfate resistance and no increase in permeability. 2. Shrinkage reducing admixtures shall be one of the following: a. Grace Construction Products. b. BASF. H. If superplasticizers are used in mix designs,the mix shall be slumped at site prior to addition of plasticizer. I. Corrosion Inhibiting Admixtures CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-13 CAST IN PLACE CONCRETE Page 13 of 40 cementitious materials,the less the amount of aggregate passing the No.8 sieve aggregate required for mixture mobility and vice versa. 3. The percent of the combined aggregate retained on any two consecutive sieves shall not be less than 14 percent of the combined aggregate. 2.03 WATER AND ICE A. Mixing water and ice, including reprocessed water, used in the production and curing of concrete shall meet the requirements of ASTM C94 and shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other substances that may be deleterious to concrete or steel. 2.04 CONCRETE ADMIXTURES A. Provide admixtures produced by established reputable manufacturers, and use in compliance with the manufacturer's printed instructions. All admixtures shall be compatible and by a single manufacturer capable of providing qualified field service representation. Admixtures shall not contain thiocyanates nor more than 0.05 percent chloride ion, and shall be non-toxic in the concrete mix after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise authorized in writing by ENGINEER. B. Air-Entraining Admixtures: ASTM C 260. 1. Product and Manufacturer: Provide one of the following: a. Sika Corporation. b. BASF. c. W.R.Grace&Company. C. Water-Reducing Admixture: ASTM C 494,Type A. 1. Proportion all Class A and Class B concrete with non-air entraining, normal setting, water-reducing,aqueous solution of a modification of the salt of polyhydroxylated organic acids. The admixture shall not contain any lignin, nitrates or chlorides added during manufacture. 2. Product and Manufacturer: Provide one of the following: a. Euclid Chemical Company. b. BASF. c. W.R.Grace&Company. d. Sika Corporation. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-12 CAST IN PLACE CONCRETE Page 12 of 40 a. The loss on ignition shall be a maximum of 4 percent. b. The maximum percent of sulfur trioxide(S03)shall be 4.0. 2. Fly ash shall be considered to be a cementitious material. 3. Laboratory trial batches shall be tested to determine compliance with strength requirements,times of setting,slump,slump loss,and shrinkage characteristics. 4. A substitution by weight,of the portland cement by fly ash,so that the total tricalcium aluminate content of the resulting cement plus fly ash is not greater than eight percent, will be considered. However,the fly ash shall not exceed 15 percent by weight of the cement plus fly ash for Class A concrete,nor 25 percent for Class B and C concrete. For Mass Concrete,fly ash replacement shall not exceed 25%by weight of the cement plus fly ash unless the mix designer can substitute use of higher percentages through past mix design applications acceptable to the Engineer. 2.02 AGGREGATES A. General: Aggregates shall conform to the requirements of ASTM C 33 and as herein specified. 1. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, marcasite,ochre,or other materials that can cause stains on exposed concrete surfaces. B. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 1. Dune sand,bank run sand and manufactured sand are not acceptable. C. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter,as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel,either natural or crushed. Use of slag and pit or bank run gravel is not permitted. D. The grading of the combined aggregate shall meet the following requirements: 1. Not more than 75 or less than 50 percent of the combined aggregate that is retained on the No.8 sieve shall also be retained on the 3/8-inch sieve. 2. The percent of the combined aggregate passing No.8 sieve shall not be less than 34 nor more than 40 percent of the combined aggregate for mixtures that contain 564 lbs/yd3 of cementitious materials content. For every 94 Ib variation from 564 lbs.add or deduct 2.5 percent from the percent passing the No.8 sieve.The higher the amount of CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-11 CAST IN PLACE CONCRETE Page 11 of 40 1.05 CONCRETE COORDINATION MEETING A. A Concrete Coordination Meeting shall be held to review the detailed requirements of CONTRACTOR'S proposed concrete design mixes, to determine the procedures for producing proper concrete construction, and to clarify the roles of the parties involved shall be held no later than 14 days after the Notice to Proceed. B. All parties involved in the concrete Work shall attend the meeting, including but not limited to the following: 1. CONTRACTOR'S representative. 2. Testing laboratory representative. 3. Concrete subcontractor. 4. Reinforcing steel subcontractor and detailer. 5. Concrete supplier. 6. Admixture manufacturer's representative. 7. ENGINEER and OWNER. C. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and place. The ENGINEER shall be notified no less than five days prior to the date of the Concrete Coordination Meeting. PART 2-PRODUCTS 2.01 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement,ASTM C 150,Type II. Type 1/II cement will not be permitted due to mass of sections. 2. Use portland cement made by a well-known acceptable manufacturer and produced by not more than one plant. Alternate cement sources may be used provided that a mix design has been accepted and a trial batch verifying performance has been made.All cement shall be produced by the dry-kiln process.Contractor shall provide written certification of the production of cement by the dry-kiln process. 3. Do not use cement which has deteriorated because of improper storage or handling. B. Fly Ash Mineral Admixture: 1. Mineral admixtures,when used,shall meet the requirements of ASTM C 618 Class F, except as follows: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-10 CAST IN PLACE CONCRETE Page 10 of 40 2. The CONTRACTOR shall submit a Thermal Control Plan for mass concrete elements to include, as a minimum,the following: a. Concrete mix design used in the heat flow analysis. b. Duration and methods of curing for each mass concrete element. c. Procedures for controlling concrete temperatures at the time of placement. d. Methods for controlling temperature differentials within the concrete placement. e. Temperature sensor system used to measure internal concrete temperatures and temperature differentials. f. Field measures to ensure conformance with the maximum concrete temperature and temperature differential requirements. 3. Where method of precooling of concrete is obtained by Liquid Nitrogen (LN) mix injection, CONTRACTOR shall submit plan for injection procedures, source and supplier of LN, written safety plan alerting workers as to potential dangers of LN exposures and plan of action in case of LN spill of pipe break. 1.04 PRODUCT DELIVERY,STORAGE AND HANDLING A. All materials used for concrete must be kept clean and free from all foreign matter during transportation and handling and kept separate until measured and placed in the mixer. Bins or platforms having hard clean surfaces shall be provided for storage. Suitable means shall be taken during hauling, piling and handling to ensure that segregation of the coarse and fine aggregate particles does not occur and the grading is not affected. Ensure that product delivery of concrete conforms to the requirements of ASTM C94 and ACI 304. B. Cementitious Materials: Store cementitious materials in dry,weather tight buildings, bins or silos that will exclude contaminants. C. Aggregates: Store and handle aggregates in a manner that will avoid segregation and prevent contamination with other materials or other sizes of aggregates. Store aggregates to drain freely. D. Water and Ice: Protect mixing water and ice from contamination during storage and delivery. E. Admixtures: Protect stored admixtures against contamination, evaporation, or damage. Provide agitating equipment for admixtures used in the form of suspensions or nonstable solutions to ensure thorough distribution of the ingredients. Protect liquid admixtures from freezing and from temperature changes that effect their characteristics. Comply with all manufacturer guidelines for proper storage and handling of the material. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 033000-9 CAST IN PLACE CONCRETE Page 9 of 40 h. Admixtures: Manufacturers'Certificate of Proper Installation. C. Laboratory Test Reports: Submit copies of laboratory test reports for concrete cylinders, materials and mix design tests. ENGINEER'S review will be for general information only. Production of concrete to comply with specified requirements is the responsibility of CONTRACTOR. D. Submit notarized certification of conformance to referenced standards when requested by ENGINEER. E. Delivery Tickets: Furnish to OWNER representative copies of all delivery tickets for each load of concrete at the time of delivery to the site. Provide items of information as specified in ASTM C 94,Section 16.1. F. Administrative Submittals: Concrete Coordination Meeting Minutes. G. Qualifications of Finishes: Submit qualifications of the finishing contractor and the finishers who will perform the Work. H. Drawings: Submit concrete placement drawings showing the lift numbers, locations of all joints, concrete mix design being placed, concrete finishes, and all pertinent embedded items including embed plates and angles, sleeves, pipes, conduits, anchors, gate thimbles, etc. 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 required embedments as specified and where shown in the Drawings. Submit information for acceptance of proposed construction joints not otherwise shown in the Drawings. I. Submit notification of placement to the OWNER's representative at least 24 hours in advance of concrete placement. J. Submit a work plan for cold weather concreting and hot weather concreting describing proposed methods and procedures for complying with the requirements of this specification. K. Mass Concreting: 1. Heat Flow Analysis: Prior to construction, the CONTRACTOR shall submit a heat flow analysis for mass concrete elements which calculates the maximum allowable concrete temperature (internal) in accordance with ACI 207.211 and the maximum allowable temperature differential in accordance with ACI 207.1R. The calculation shall be performed well in advance of construction to allow for revisions to concrete mix designs when required. The analysis shall be based on the design assumption that cracking as a result of heat of hydration during concrete curing shall not occur. Calculations shall be sealed by a registered engineer licensed in the state of Texas and shall consider means and methods proposed by the CONTRACTOR for construction jointing, specified section thicknesses,and arrangement of structural elements. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 05 1200-11 STRUCTURAL STEEL Page 11 of 12 K. Touch-up Painting: 1. Unless otherwise specified,comply with touch-up painting requirements in Section 09 9100, Painting. 2. Immediately after erection,clean field welds, bolted connections,and damaged or abraded areas of shop-applied paint. Apply paint to exposed areas with the same paint or coating material applied in the shop. Apply by brush or spray to provide not less than the dry film thickness specified in Section 09 9100, Painting. 3. Repair damage to any galvanized surfaces using cold galvanizing compound. 3.03 FIELD QUALITY CONTROL A. Site Tests and Inspections: Materials and erection procedures shall be subject to inspection and tests at the Site conducted by qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents. 1. CONTRACTOR shall engage independent testing and inspection laboratory to inspect high-strength bolted connections and welded connections and to perform tests and prepare test reports. a. Testing laboratory shall conduct and interpret tests, prepare and state in each report of results whether test specimens comply with the Contract Documents and specifically indicate all deviations. b. High-strength Bolted Connections: Each high-strength bolted connection shall be visually inspected. Inspection shall identify whether the Work complies with Sections 2,3,and 8 of RCSC Specifications for Structural Joints Using ASTM A325 or A490 Bolts. i. For connections that are slip-critical or subject to axial tension,inspector shall verify proper pre-tensioning. ii. For connections that are not slip critical and not subject to direct tension, bolt does not need to be inspected for bolt tension, but shall be visually inspected to verify that plies of connected elements are in snug contact. iii. Where bolts or connections are defective,correct defective workmanship, remove and replace,or correct as required defective bolts and connections. CONTRACTOR shall pay for correcting defective Work and tests required to confirm integrity of corrected Work. c. Welds: Each weld shall be visually inspected. i. Where visually defective welds are evident,further test welds using non- destructive methods.CONTRACTOR shall pay for non-destructive testing. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 05 1200.12 STRUCTURAL STEEL Page 12 of 12 ii. Correct,or remove and replace,defective Work as directed by ENGINEER. iii. CONTRACTOR shall pay for corrections and subsequent tests required to determine weld compliance with the Contract Documents. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 053000-1 METAL ROOF DECKING Page 1 of 6 SECTION 05 30 00 METAL ROOF DECKING PART 1-GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals required to furnish and install the galvanized metal decking as shown and specified. 2. Metal decking Work shall include roof sump pans, cant strips, ridge and valley plates, and metal closure strips. The Work also includes: a. Cutting and flashing of openings to accommodate the Work under this and other Sections, and providing for the metal decking at all items required for which provision is not specifically included under other Sections. 3. Finish painting shall be as specified in Section 09 9100. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the metal decking. C. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 1.02 QUALITY ASSURANCE A. Manufacturer shall have a minimum of ten (10) years of experience in the production of substantially similar equipment,and shall show evidence of satisfactory operation in at least ten(10)installations. B. Reference Standards and Codes: Comply with applicable provisions and recommendations of the following,except as otherwise shown or specified: 1. AISI,Specification for the Design of Cold-Formed Steel Structural Members. 2. AWS D1.1,Structural Welding Code. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 053000-2 METAL ROOF DECKING Page 2 of 6 3. SDI,Steel Roof Deck Design Manual. 4. ASTM A 36,Structural Steel. S. ASTM A 446, Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality. 6. MIL-P-21035,(Ships) Paint,High Zinc Dust Content,Galvanizing Repair. C. Unless otherwise specified or indicated on the Drawings, design, fabrication and erection shall be in accordance with the current edition of the American Iron and Steel Institute's "Light Gauge Steel Design Specification." Steel decking shall be delivered, stored, handled and installed in such a manner that it will not be damaged or deformed. D. Design of Decking and Connections: 1. All details shown are typical, similar details apply to similar conditions, unless otherwise shown or specified. Verify dimensions at the site without causing delay in the Work. E. Qualification of Welding Work: 1. Qualify welding processes and welding operators in accordance with AWS D1.1, Section 5-Qualification. 2. Decking welded in place is subject to inspection and testing. Expense of removing and replacing any portion of decking for testing purposes will be borne by the OWNER if welds are found to be satisfactory; otherwise CONTRACTOR shall pay all costs involved. Remove Work found to be defective and provide new acceptable Work. 1.03 PERFORMANCE REQUIREMENTS A. Compute the properties of metal deck sections on the basis of the effective design width as limited by the provisions of the AISI Specifications. Provide no less than the deck section properties shown,including section modulus and moment of inertia per foot of width. B. Allowable Deflection: Design and fabricate deck for a maximum deflection of 1/240 of the clear span under the total uniform dead and live load. C. Uplift Loading: Install and anchor roof deck units to resist gross uplift loading of 50 pounds per square foot at areas within 8'0" of roof edges and 30 pounds per square foot for other roof areas. 1.04 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Shop Drawings showing layout of deck panels, anchorage details and every condition requiring closure panels,supplementary framing,special jointing or other accessories. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 053000-3 METAL ROOF DECKING Page 3 of 6 2. Submit complete erection drawings, including type of decking section, adaptations around openings and other special conditions, method of welding sections to supporting structural steel, procedure for attaching end closure plates and butt joint cover plates, and miscellaneous flashing. 3. Where the steel beams or decking are to support loads, framing, monorails, hangers or any other items effecting design and detailing of connections, the CONTRACTOR shall obtain Shop Drawings from all subcontractors, review these Shop Drawings, coordinate all interrelated work and submit a complete combined submittal to the ENGINEER for written approval prior to the start of the metal decking Work. PART 2-PRODUCTS 2.01 MATERIALS A. Galvanized Steel Sheet: ASTM A 446, Grade A. Before forming, the steel shall receive a protective metal coating of zinc conforming to ASTM A 525, with a minimum of class G90 coating. The decking shall be 20-gauge,unless otherwise indicated on the Drawings. B. Deck sections shall be as shown on the Drawings. Decking having cross-sectional properties, which differ from the indicated, may be used provided that the structural properties of the proposed decking are equal to or greater than, the structural properties of the decking indicated. The diaphragm shear values established by testing shall be equal to shear values established for the decking indicated. C. Decking,where indicated,shall have sheet lengths that cover three or more spans wherever practicable. D. Accessories shall be formed of the same material as used for the steel deck. Deck units receiving concrete fill shall be formed with integral locking lugs or embossments to provide a mechanical lock between the steel deck and the concrete. E. Miscellaneous Steel Shapes: ASTM A 36. F. Galvanizing Repair Paint: High zinc-dust content paint for repair of damaged galvanized surfaces complying with Military Specifications MIL-P-21035. G. Product and Manufacturer: Provide one of the following: 1. Vulcraft. 2. CSI Manufacturing. 3. Verco Manufacturing. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 053000-4 METAL ROOF DECKING Page 4 of 6 PART 3-EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine conditions under which decking is to be installed and notify ENGINEER, in writing,of any unsatisfactory condition existing or whenever design of decking and connection may not be clearly indicated. Do not proceed with the Work until unsatisfactory conditions or deficiencies have been corrected in a manner acceptable to ENGINEER. 3.02 WORKMANSHIP A. Prior to commencement of any Work, the decking manufacturer shall furnish an affidavit certifying to the yield strength, unit design stress and gauge of the metal,which will be used for the decking fabrication, and test-established diaphragm shear values for the decking supplied using indicated connections. B. Metal decking shall be installed according to the manufacturer's recommendations. The decking manufacturer's recommendations, as approved, are hereby made a part of the Contract Documents. Failure to conform to this requirement shall be ample justification for rejection of the material. C. Steel decking shall be provided complete, including all cutting, shaping, fitting, drilling, welding, ridge plates, valley plates, reinforcing plates for all openings in the deck and miscellaneous pieces necessary for proper installation and weathertight construction. D. Special care shall be exercised not to damage or overload the decking during installation. The maximum uniform distribution load shall not exceed 20 psf. The decking shall not be used for storage or as a working platform until the sheets have been welded into position. Decking stored at the site before erection shall be stacked on platforms or pallets and covered with tarpaulins or other suitable weathertight covering. E. Deck units shall not be placed on supporting members until all connections are completed and the supporting assembly has its final design strength and capacity. F. Decking shall be installed in a continuous operation to avoid delays in the construction. G. The steel deck units shall be placed on the supporting framework, aligned, and adjusted to final position before being permanently fastened. H. If the supporting beams are not properly aligned or sufficiently level to permit proper bearing of steel units, CONTRACTOR shall take corrective action to ensure properly aligned Work. 1. The decking sheet shall be formed at the longitudinal sides in such a manner that they will overlap and/or interlock. All interlocking seams shall be button punched at 12-inches on center,unless indicated otherwise on the Drawings. End laps shall occur over bearings only. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 053000-5 METAL ROOF DECKING Page 5 of 6 J. Where the end of sheets overlap,they shall be die-formed in such manner that the sheet in the next row telescopes and snugly overlaps the sheet laid previously; end overlaps at bearings shall not be less than 2-inches. Sheets that abut at supports without overlapping may be provided, in which case, steel underlapping die-formed sleeves, having a minimum width of 2-inches, shall be provided to connect the abutting sheets. Where the ends of the decking sheets abut without overlapping at the supports, each end of the decking sheets shall have a minimum bearing of 3-inches on the supports and shall be welded to the supports as the underlapping sleeve connectors are installed. K. The steel decking shall provide a continuous uniform slope, with practically flush top surfaces, and shall be installed in straight and continuous rows, as far as practicable, with ribs at right angles to the supporting members. L. All sheets shall be 36-inches wide. Narrower closure the strips shall not be less than 18- inches wide and shall be welded to adjacent full sheet with 1-inch long seam welds at 12- inches on center. M. Flashing: Provide zinc coated continuous flashing for deck units at openings and at deck perimeters, if necessary, in order to contain concrete fill. Flashing shall be detailed and installed to prevent concrete leakage. N. Connection Plates: Provide 14-gauge galvanized bent plate sections as shown or required over perimeter and interior framing to allow specified welding to parallel supports. 0. Where suspended ceilings occur,appropriate hanger supports shall be provided;coordinate with ceiling system manufacturer and installer. P. After erection, all damaged surfaces shall be primed with a zinc dust type primer paint. Q. All Work not in conformance with these Specifications and/or generally accepted standards of the trade shall be deemed defective by the ENGINEER and shall be rejected. All Work which is defective shall be corrected or replaced as directed by the ENGINEER. Corrections, redesign,and replacement of defective Work shall be at the CONTRACTOR'S expense. R. After erection, all surfaces shall be cleaned and left free of all grime and dirt. Decking shall be cleaned with solvents, if necessary, to provide a surface which will readily bond with concrete fill. Remove unused materials,tools,scaffolding and debris from the premises,and leave the area broom clean. 3.03 WELDING A. Steel deck units shall be fastened to steel framework by the arc welding process. Welds shall be free of sharp points or edges. All welds shall be cleaned immediately, by chipping or wire brushing,and shall be coated with a zinc dust type primer paint. B. Welding shall conform to the applicable requirements of the AISC "Light Gauge Steel Design" and all welding shall be done by qualified welders. Welder qualifications shall be in accordance with AWS Specification 63.0,"Standard Qualification Procedures." CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 053000-6 METAL ROOF DECKING Page 6 of 6 C. Decking sheets shall be fastened to the steel framework at all supports as indicated on the drawings. D. Weld all connection angles and plates to supporting members and decking with specified welds indicated on the drawings. E. Any weld found to be defective shall be replaced before concrete is placed. Decking shall be erected and properly aligned prior to welding. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-1 MISCELLANEOUS METAL FABRICATIONS Pagel of 8 SECTION 05 50 00 MISCELLANEOUS METAL FABRICATIONS PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown on the Drawings,specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. 2. The Work also includes: a. Providing openings in the miscellaneous metal fabrications to accommodate the Work under this and other Sections and attaching to the miscellaneous metal fabrications all items such as sleeves, bands, studs, fasteners and all items required for which provision is not specifically included in other Sections. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron,steel and aluminum shapes, plates, bars,castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: 1. Aluminum ladders. 2. Aluminum ladder safety cages. 3. Loose steel lintels. 4. Shelf angles. 5. Extruded aluminum stair nosings. 6. Fall prevention system. 7. Bollards. 8. Metal grating. 9. Miscellaneous framing and supports. 10. Miscellaneous accessories and fasteners. 11. Seat Angles,supports and brackets. D. Related Sections: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-2 MISCELLANEOUS METAL FABRICATIONS Page 2 of 8 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following,except as otherwise shown and specified: 1. ASTM A 36,Specification for Carbon Structural Steel. 2. ASTM A48,Standard Specification for Gray Iron Casting. 3. ASTM A 53,Specification for Pipe Steel, Black and Hot-Dipped,Zinc-Coated,Welded and Seamless. 4. ASTM A 123,Specification for Zinc(Hot Dip Galvanized)Coatings on Iron and Steel Products. S. ASTM A 153,Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware. 6. ASTM A 240,Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate,Sheet and Strip for Pressure Vessels. 7. ASTM A 276,Stainless and Heat-Resisting Steel Bars and Shapes. 8. ASTM A 320,Specification for Alloy Steel Bolting Material for Low Temperature Service. 9. ASTM A 500,Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 10. ASTM A 572,Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. 11. ASTM A 992,Specification for Structural Steel Shapes. 12. ASTM B 209,Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 13. ASTM B 211,Specification for Aluminum and Aluminum-Alloy Bars, Rods and Wire. 14. ASTM B 221,Specification for Aluminum-Alloy Extruded Bars, Rods,Wire,Shapes and Tubes. 15. ASTM B 308,Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. 16. ANSI A14.3,Safety Requirements for Fixed Ladders. 17. AWS D1.1,Structural Welding Code. 18. NAAMM,Metal Finishes Manual. 19. OSHA. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-3 MISCELLANEOUS METAL FABRICATIONS Page 3 of 8 B. Field Measurements: 1. Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible,so as to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations,and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. 2. Copies of manufacturer's specifications, load tables,dimension diagrams,anchor details,and installation instructions for products to be used in miscellaneous metal Work. PART 2 -PRODUCTS 2.01 MATERIALS A. Steel Plates,Shapes and Bars: ASTM A 36. B. Aluminum: 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified,or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 221. 3. Plate and Sheet: ASTM B 209. 4. Bars, Rods and Wire: ASTM B 211. C. Stainless Steel: 1. Plates,Sheets and Bars: ASTM A 240 or A 276,Type 304L or Type 316 stainless steel. 2. Submerged or intermittently submerged: Type 316 stainless steel. 3. Non-submerged: Type 304L stainless steel unless noted otherwise in the Drawings or specs. D. Stainless Steel Fasteners and Fittings: ASTM A 320,Type 304L or Type 316 Stainless Steel. E. Zinc Coated Hardware: ASTM A 153. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-4 MISCELLANEOUS METAL FABRICATIONS Page 4 of 8 F. Surface Preparation and Shop Priming: All steel shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 9100. 2.02 MISCELLANEOUS METAL ITEMS A. Aluminum Ladders: 1. Fabricate ladders for the locations shown on the Drawings,with dimensions,spacings,details and anchorages as shown on the Drawings,and specified. Comply with the requirements of ANSI A14.3,except as otherwise shown on the Drawings or specified. a. Unless otherwise shown on the Drawings, provide 1-1/2 inch diameter schedule 40 side rails spaced 18-inches apart,minimum. b. Provide extruded square rungs,spaced 12-inches on centers, maximum with non-slip surface on the top of each rung. Adhesive strips for non-slip surfaces will not be allowed. 2. Fit rungs in centerline of side rails, plug weld and grind smooth on outer rail faces. 3. Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers. Use welded or bolted brackets,designed for adequate support and anchorage,and to hold the ladder clear of the wall surface with a minimum of 7-inches clearance from wall to centerline of rungs. Unless otherwise shown on the Drawings,or approved by the ENGINEER,extend rails 42-inches above top rung,and return rails to wall or structure, unless other secure handholes are provided. If the adjacent structure does not extend above the top rung,goose neck the extended rails back to the structure to provide secure ladder access. 4. Use extruded aluminum conforming to alloy and temper 6061 T6. B. Aluminum Ladder Safety Cages: 1. Fabricate ladder safety cages from extruded flat bars,assembled by welding or riveting. Unless otherwise shown on the Drawings, provide 1/2-inch by 3-inch top,bottom and intermediate hoops spaced not more than five feet on centers;and 3/8-inch by 2-inch vertical bars,secured to each hoop. Space vertical bars approximately 9-inches on centers. Fasten assembled safety cage to ladder rails and adjacent construction as shown on the Drawings. Grind all welds,sharp edges and projections smooth. 2. Comply with the requirements of ANSI A14.3. 3. Use extruded aluminum conforming to alloy and temper 6061 T6. C. Loose Steel Lintels: 1. Provide loose structural steel lintels for openings and recesses in masonry walls and partitions as shown on the Drawings. Weld adjoining members together to form a single unit where shown on the Drawings. Provide not less than 8-inches bearing at each side of openings, unless otherwise shown on the Drawings. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-5 MISCELLANEOUS METAL FABRICATIONS Page 5 of 8 a. Galvanize loose steel lintels to be installed in exterior walls and other exposed conditions. D. Shelf Angles: 1. Provide structural steel shelf angles of sizes shown on the Drawings for attachment to concrete or masonry construction. Provide slotted holes to receive 3/4-inch bolts,spaced not more than 6-inches from ends and not more than 24-inches on centers, unless otherwise shown on the Drawings. a. Galvanize shelf angles shall be installed on exterior construction. E. Extruded Aluminum Stair Nosings: 1. Fabricate of sizes and configurations as shown on the Drawings. a. Unless otherwise shown on the Drawings,provide ribbed abrasive filled type, using black abrasive filler. 2. Provide anchors for embedding in concrete,either integral or applied to treads,as standard with the manufacturer. 3. Product and Manufacturer: Provide stair nosings by one of the following: a. American Abrasive Metals Company. b. Wooster Products Incorporated. F. Fall Prevention System: All ladders longer than 12-feet shall be provided with a fall prevention system. The system shall meet OSHA standards. 1. The system shall consist of a rail permanently attached to the ladder to which a harness belt is attached. The rail shall be notched and constructed of aluminum. Ladder attachments shall b provided as required by the manufacturer. A removable extension section shall be provided at the top of the ladder. 2. Product and Manufacturer: Provide one of the following: a. Saf-T-Climb by Norton Company. b. Or approved equal. G. Bollards: Provide 8-inch diameter,Schedule 40 black steel pipe,4-feet-0-inches above grade,4- feet-0-inches below grade. Fill with concrete and mound top. Bollards shall be primed in the shop. Surface preparation and painting shall conform to the requirements of Section 09 9100. H. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports,which are not a part of the structural steel framework and are required to complete the Work. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-6 MISCELLANEOUS METAL FABRICATIONS Page 6 of 8 2. Fabricate miscellaneous units to the sizes,shapes and profiles shown on the Drawings or, if not shown on the Drawings,of the required dimensions to receive adjacent grating,plates, tanks,doors,or other work to be retained by the framing. Except as otherwise shown on the Drawings,fabricate from structural shapes,plates,and bars,of all welded construction using mitered corners,welded brackets and splice plates and a minimum number of joints for field connection. Cut,drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Furnish units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise shown on the Drawings,space anchors,24-inches on centers,and provide units the equivalent of 1-1/4 by 1/4 by 8-inch strips. b. Galvanize exterior miscellaneous frames and supports. c. Galvanize miscellaneous frames and supports where indicated. I. Fasteners and Fittings: Provide Type 316 stainless steel,for all aluminum fabrications,and zinc coated hardware for all galvanized fabrications,unless otherwise shown on the Drawings or specified. J. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop,unless noted otherwise. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 9100. K. Galvanizing: All galvanizing of fabricated steel items to comply with the requirements of ASTM A 123. L. Aluminum Finish: Provide an Architectural Class 1 anodized finish, AA M32C22 A41, clear, as specified in NAAMM Manual. M. Metal gratings: 1. General: a. Fabricate grating to cover areas indicated on the Drawings. b. Unless otherwise indicated on the Drawings,grating over an opening shall cover entire opening. c. Make cutouts in grating where required for equipment access or protrusion, including valve operators or stems,and gate frames. d. Band ends of grating and edges of cutouts in grating: i. End banding: 1/4 inch less than height of grating,with top of grating and top edge of banding flush. ii. Cutout banding: Full-height of grating. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-7 MISCELLANEOUS METAL FABRICATIONS Page 7 of 8 iii. Use banding of same material as grating. iv. Panel layout: Enable installation and subsequent removal of grating around protrusions or piping. V. Openings 6 inches and larger: Lay out grating panels with edges of 2 adjacent panels located on centerline of opening. vi. Openings smaller than 6 inches: Locate opening at edge of single panel. vii. Where an area requires more than 1 grating section to cover area,clamp adjacent grating sections together at 1/4-points with fasteners acceptable to ENGINEER. a. Fabricate steel grating sections in units weighing not more than 80 pounds each. 2. Heavy-duty steel grating: a. Heavy-duty type,fabricated from structural steel and designed in accordance with AASHTO Standard Specifications for Highway Bridges,using H-20 loading. b. Hot-dip galvanized after fabrication in accordance with ASTM A 123. c. Manufacturers:One of the following or equal: LReliance Steel Products Company, Heavy-Duty Steel Grating. ii.Seidelhuber Metal Products, Inc.,equivalent product. PART 3 -EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the conditions under which the Work is to be performed and notify the ENGINEER, in writing, of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Set miscellaneous metal fabrications accurately in location,alignment and elevation, plumb, level,true and free of rack,measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. B. Anchor securely as shown on the Drawings or as required for the intended use, using concealed anchors wherever possible. C. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections, which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld,cut or abrade CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055000-8 MISCELLANEOUS METAL FABRICATIONS Page 8 of 8 the surfaces of exterior units,which have been hot-dip galvanized after fabrication, and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials: 1. Coat all surfaces of aluminum in contact with dissimilar materials,such as concrete,masonry and steel. a. Surface Preparation: Solvent clean. b. Shop Prime: i. Generic Description:Polyamide Epoxy. ii. Product and Manufacturer:Tnemec 66 Hi-Build Epoxoline,2.0-3.0 dry mils. E. Coordinate all embedded metal assemblies to be embedded in concrete with the fabricator/manufacturer prior to construction. F. Metal gratings: 1. General: a. Allow 1/8-inch maximum clearance between ends of grating and inside face of vertical leg of shelf angles. b. Horizontal bearing leg of shelf angles shall be 2 inches minimum. c. Install aluminum plate or angles where necessary to fill openings at changes in elevation and at openings between equipment and grating. d. Install angle stops at ends of grating. e. Installed grating shall not slide out of rebate or off support. f. Weld stops in place, unless otherwise specified or indicated on the Drawings. g. Top surfaces of grating sections adjacent to each other shall lie in same plane. 2. Heavy-.duty steel grating: a. Support on hot-dip galvanized structural steel rebates embedded and anchored in concrete. b. Use for roadways,traffic areas,and where indicated on the Drawings. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055001-1 ANCHORAGES Page 1 of 6 SECTION 05 50 01 ANCHORAGES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor,materials,equipment and incidentals as shown on the Drawings,specified,and required to furnish and install anchorages,including anchor bolts,toggle bolts and concrete inserts. B. This Section includes all anchor bolts,toggles and inserts required for the Work, but not specified under other Sections. C. The types of Work using the anchor bolts,toggles and inserts include,but are not limited to the following: 1. Rails. 2. Sluice and slide gates. 3. Hangers and brackets. 4. Equipment. S. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HVAC Work. 8. Metal,wood and plastic fabrications. 9. Shelf angles and masonry lintels. D. Related Sections: 1. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055001-2 ANCHORAGES Page 2 of 6 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. 1. ASTM A 36,Specification for Carbon Structural Steel. 2. ASTM A 123,Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. 3. ASTM A 153,Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware. 4. ASTM A 307,Specification for Carbon Steel Bolts and Studs,60,000 psi Tensile Strength. 5. ASTM A 484,Specification for General Requirements for Stainless and Heat-Resisting Steel Bars, Billets and Forgings. 6. ASTM A 525,Specification for General Requirements for Steel Sheet,Zinc-Coated(Galvanized)by the Hot-Dip Process. 7. ASTM A 536,Specification for Ductile Iron Castings. 8. ASTM A 570,Specification for Steel,Sheet and Strip,Carbon, Hot-Rolled,Structural Quality. 9. ASTM B 633,Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10. ASTM F 593,Stainless Steel Bolts; Hex Cap Screws,and Studs. 11. Federal Specification FF-S-325 for Concrete Expansion Anchors. 12. Federal Specifications WW-H-171E for Malleable Iron. 13. ICBO, International Conference of Building Officials. 14. International Building Code. B. Inserts shall be ICBO, UL or FM approved. C. Toggle Bolts' Federal Specification FF-B-588C,Type I,Class A,Style 1. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, load tables,dimension diagrams and installation instructions for the devices. 3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and installation requirements for the anchorage devices. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055001-3 ANCHORAGES Page 3 of 6 PART 2 -PRODUCTS 2.01 DESIGN CRITERIA A. When the size, length or load carrying capacity of an anchor bolt,toggle bolt,or concrete insert is not shown on the Drawings, provide the following: 1. For anchor bolts(cast-in-place), provide the size,length and capacity required to carry the design load based on the values and requirements given in the International Building Code. 2. For concrete anchors(adhesive types)and concrete inserts, provide the size, length,type, and capacity required to carry the design load based on the values and requirements given in the ICBO Evaluation Report,or similar certifications by UL or FM,for the anchor to be used. Alternately the capacity may be based on independent testing lab capacities for tension and shear strength using a minimum safety factor of four. Consideration of reduced capacity due to spacing and edge distance shall be made. B. Determine design loads as follows: 1. For equipment anchors, use the design load recommended by the equipment manufacturer and approved by ENGINEER. 2. For pipe hangers and supports, use one half of the total weight of: pipe,fittings,and water contained in pipe, plus the full weight of valves and accessories located between the hanger or support in question. 3. Concrete anchors shall develop ultimate shear and pull-out loads of not less than the following values in 4,000 psi concrete: Bolt Diameter Min.Shear Min. Pull-Out Load Inches Pounds Pounds 1/2 5,000 7,600 5/8 8,000 12,000 3/4 11,500 17,000 7/8 15,700 20,400 1 20,500 28,400 2.02 MATERIALS A. Anchor Bolts: 1. For equipment, provide stainless steel bolts and hardware complying with ASTM F 593,AISI Type 316 headed or non-headed type with nitronic 60 stainless steel nuts and locknuts, unless otherwise indicated. Provide A307 galvanized anchor bolts at structural columns unless indicated otherwise in the Drawings. 2. For equipment, provide anchor bolts,which meet the equipment manufacturer's recommendations for size, material, and strength.Anchors shall be Type 316 stainless steel. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055001-4 ANCHORAGES Page 4 of 6 3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. 4. Locate and accurately set the anchor bolts using templates or other devices as required. 5. Protect threads and shank from damage during installation of equipment and structural steel. 6. Comply with manufacturer's required embedment length and necessary anchor bolt projection. B. Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593,AISI Type 316 with nitronic 60 stainless steel nuts and locknuts unless indicated otherwise. 2. Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete or grout-filled masonry. The adhesive system shall use a two-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt,unless noted otherwise on the Drawings. 4. Product and Manufacturer: a. HIT HY-200 with Safe Set Technology, Injection Adhesive Anchor System,as manufactured by Hilti. b. Set-Anchoring Adhesive System,as manufactured by Simpson. c. No substitutes will be considered. C. Sleeved Expansion Anchors for Installation in Concrete Masonry: 1. Provide Type 316 stainless steel anchors complete with nuts and washers. 2. Product and Manufacturer: Provide anchors by one of the following: a. Sleeve Anchors,as manufactured by Hilti Fastening Systems, Incor-porated. b. No substitutes will be considered. D. Concrete Inserts: 1. For piping,grating,floor plate and masonry lintels,provide malleable iron inserts. Comply with Federal Specification WW-H-171E(Type 18). Provide those recommended by the manufacturer for the required loading. 2. Finish shall be black. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055001-5 ANCHORAGES Page 5 of 6 3. Product and Manufacturer: Provide inserts by one of the following: a. Figure 282,as manufactured by Anvil International. b. No. 380,as manufactured by Hohmann and Barnard, Incorporated. c. Blue Banger Hanger by Simpson. E. Toggle Bolts: 1. Provide spring-wing toggle bolts,with two-piece wings. 2. Provide Type 316 stainless steel bolts. 3. Product and Manufacturer: Provide toggle bolts by one of the following: a. The Rawlplug Company, Incorporated. b. Haydon Bolts, Incorporated. F. Powder activated fasteners and other types of bolts and fasteners not specified herein shall not be used, unless approved by ENGINEER. G. Expansion anchors will not be allowed except where approved by the Engineer in writing. PART 3 -EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine areas and conditions under which anchor bolts,toggle bolts and concrete insert Work is to be installed,and notify ENGINEER, in writing,of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 INSTALLATION A. Assure that embedded items are protected from damage and are not filled in with concrete. B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. Do not use adhesive anchors for pure tension applications such as pipe hangers. C. Use toggle bolts for fastening brackets and other elements onto masonry units. D. For the adhesive anchors and adhesive material,CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material. Refer to the Drawings for details. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 055001-6 ANCHORAGES Page 6 of 6 E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.03 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.04 FIELD QUALITY CONTROL A. CONTRACTOR shall employ a testing laboratory to perform field quality testing of installed anchors. Field engineer or OWNER inspector is to determine the level of testing which is required for the various types of adhesive anchors and anchor bolts. A minimum of ten percent of the adhesive anchors are to be tested to SO percent of the ultimate tensile capacity of the adhesive anchor as published in the manufacturer's catalogue. B. If failure of any of the adhesive anchors occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. CONTRACTOR shall correct improper workmanship,remove and replace,or correct as directed by the ENGINEER,all adhesive anchors found unacceptable or deficient,at no additional cost to the OWNER. D. CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F. Provide access for the testing agency to places where Work is being produced so that required inspection and testing can be accomplished. END OF SECTION CrrY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260000-1 ELECTRICAL-GENERAL PROVISIONS Page 1 of 10 Q SECTION 26 00 00 2 ELECTRICAL-GENERAL PROVISIONS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. All electrical work provided under any Division of the Specifications shall fully comply with the requirements of Division 26. D. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. E. The work shall include furnishing and installing the following: 1. Provide a complete raceway system,wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. The Contractor shall coordinate his construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions as required by the Contract Documents. 2. Provide a complete raceway system,wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements,transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions as required by the Contract Documents. 3. Provide a complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions. Install the Data Cables and other specialty cable systems, in accordance with the system manufacturers'installation instructions. Review the raceway layout, prior to installation,with the Process Control System supplier and the cable manufacturer to ensure raceway compatibility with the systems and materials being furnished.Where redundant cables are furnished, install the cables in separate raceways as required by the Contract Documents. 4. Furnish and install precast electrical and instrumentation manholes, hand holes and light pole foundations as required by the Contract Documents. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 5. Coordinate the sequence of demolition with the sequence of construction to maintain plant operation in each area. Remove and demolish equipment and materials in such a sequence that the existing and proposed plant will function properly with no disruption of treatment. 6. Make modifications to existing motor control centers, switchboards, panelboards and motor controllers including installation of circuit breakers,etc.,or disconnection of circuits as required to provide the power supplies to new and existing equipment to maintain the plant in operation. 7. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy themselves as to any question that they might have, relating to existing equipment, condition or construction. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-2 ELECTRICAL-GENERAL PROVISIONS Page 2 of 10 F. Provide all electrical relocation work associated with the relocation of equipment for the existing and new facilities, including disconnecting all existing wiring and conduits and providing new wiring and conduit to the relocated equipment as specified in Section 26 41 19. G. The Contractor is responsible to maintain the Owner's process operations during all construction including any required electrical or control system outages. Prior to bidding, the Contractor shall obtain all needed process operational requirements and restrictions from the Owner's staff during the site visits to determine the effect the operational restrictions may have on the construction schedule and/or bid price. The contractor is required to verify any process related information which may be shown or specified. If the Owner's information conflicts with information in the Contract Documents,the Contractor shall notify the Engineer in writing prior to bidding. As a minimum,the Contractor shall include in the Contract Schedule and Bid Price the following items required to comply with operational requirements: 1. Additional Time and/or Expense 2. Additional Expense for after-hours work, 3. Additional equipment, materials, and personnel. 4. Standby generation with fuel. H. The Bid Price shall be in complete compliance with the Contact Documents. Any exception shall be included in the bid with a detailed explanation that clearly indicates the paragraph of this Specification and/or the item in the Drawings to which the exception applies. The Contractor shall explain in detail the reasons for the exception. The inclusion of an exception and its explanation as specified shall not constitute any obligation on the part of the Engineer /Owner to accept the Bid Price with the exception. 1. This Specification shall have precedence over any conflict in the bidder's submittals and/or descriptive information and the Contract Documents unless an exception is made at the time of bidding as specified herein, and the bid price is accepted with the bidder's exception by the Engineer/Owner. J. The Contractor shall provide all tools, equipment, supplies, and shall perform all labor required to install the equipment specified in the Contract Documents in order to install, test, and place into satisfactory operation in the time specified for completion in the Contract Documents. Failure of any of the Contractors sub-contractors or suppliers to perform the work as specified shall not constitute an acceptable reason for the Owner to grant any change in the Contract Price or additions to the Contract Time. K. The work includes demolition of existing electrical equipment, associated conductors and 2 raceways. Included is the removal of ductbanks and manholes. The Contractor shall visit the site and verify the size of the ductbanks to be removed by inspection at the manholes and other places where the conduits transition from concealed to exposed. The Contractor shall include all labor and expense to remove the ductbanks, provide fill dirt to replace the volume of ductbank removed and compact to 95%. The Contractor shall reseed grass areas and repair streets or sidewalks disturbed by the removal of ductbanks shown or specified to be removed. 1.02 SUBMITTALS A. Submit Shop Drawings, in accordance with Division 1 requirements,for equipment, materials and all other items furnished under each Section of Division 26, except where specifically stated otherwise.An individually packaged submittal shall be made for each Section, and shall contain all of the information required by the Section. Partial submittals will not be accepted and will be returned without review. B. Submittals will not be accepted for Section 26 00 00. C. Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-3 ELECTRICAL-GENERAL PROVISIONS Page 3 of 10 page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted,will be returned without review. D. The Contractor shall check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section may be made per transmittal. E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered or shop work started if shop drawings are marked"APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT"or"NOT APPROVED". F. The Contractor shall have an approved shop drawing in his possession for the Owner's Inspector and Owners Engineer, for verification at the time of delivery of equipment to the job site. G. Up-to-date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved. H. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed on DVDs. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1.03 REFERENCE CODES AND STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC)and with the latest edition of the following codes and standards: 1. National Electrical Safety Code(NESC) 2. Occupational Safety and Health Administration(OSHA) 3. National Fire Protection Association(NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute(ANSI) 6. Insulated Cable Engineers Association(ICEA) 7. Instrument Society of America (ISA) 8. Underwriters Laboratories(UL) 9. Factory Mutual(FM) 10. City of Fort Worth Electrical Code B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. C. All material and equipment,for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-4 ELECTRICAL-GENERAL PROVISIONS Page 4 of 10 conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations,the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents,the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way,the Contractor's responsibility to comply with all Laws and Regulations at all times 1.04 HAZARDOUS AREAS A. Equipment, materials and installation in areas designated as hazardous on the Drawings shall comply with NEC Articles 500, 501, 502 and 503. B. Equipment and materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. 1.05 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.06 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling.When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.07 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the"Record Drawings".The Record Drawings and Specifications shall be kept up to date throughout the project. B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer on a monthly basis. C. Record Drawings shall accurately show the installed condition of the following items: 1. One-line Diagram(s). 2. Raceways and pull boxes. 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle and switch outlet locations. 8. Underground raceway and duct bank routing. The drawings shall include the measured width and height of the duct bank, and shall survey the elevation of the top of the duct bank or record its depth of burial below grade at intervals not to exceed 50 feet along the entire length. Changes in direction between termination points shall be surveyed and recorded on the record drawings. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-5 ELECTRICAL-GENERAL PROVISIONS Page 5 of 10 9. Plan view, measured dimensions and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. 10. Modifications to controls systems or any piece of electrical equipment including field- verified existing controls and all changes clearly identified. D. Submit a typical example of a schedule of control wiring raceways and wire numbers, including the following information: 1. Circuit origin, destination and wire numbers. 2. Field wiring terminal strip names and numbers. E. As an alternate, submit a typical example of point-to-point connection diagrams showing the same information, may be submitted in place of the schedule of control wiring raceways and wire numbers. F. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connection diagram)to the Owner/Engineer. G. The Contractor's retainage shall not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 1.08 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.09 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re-used. B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not submitted and approved for this project. Use of any such material or equipment,will be rejected, removed and replaced by the Contractor,with the approved material and equipment, at his own expense. C. Material and equipment shall be UL listed,where such listing exists. D. The Contractor shall be responsible for all material, product, equipment and workmanship being furnished by him for the duration of the project. He shall replace the equipment if it does not meet the Contract Documents. 1.10 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 and materials shall be handled and stored in accordance with the manufacturer's instructions,and as specified in the individual Specification Sections. 1.11 WARRANTIES A. Manufacturer's warranties shall be as specified in each of the Specification Sections. 1.12 EQUIPMENT IDENTIFICATION A. Identify equipment(disconnect switches, separately mounted motor starters, control stations, etc.)furnished under Division 26 with the name of the equipment it serves. Motor control CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-6 ELECTRICAL-GENERAL PROVISIONS Page 6 of 10 centers,control panels, panelboards, switchboards,switchgear,junction or terminal boxes, transfer switches, etc., shall have nameplate designations as shown on the Drawings. PART 2- PRODUCTS(NOT USED) PART 3- EXECUTION 3.01 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Install each three-phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Owner/Engineer,conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. The Contractor shall submit a Request for Information for any conduit route which is not clearly identified as concealed or exposed in the Contract Documents prior to its installation. D. Where circuits are shown as"home-runs"the Contractor shall field route the raceway. Field routed raceway shall avoid blocking access to equipment either existing or spaces planned for future equipment, shall avoid blocking personnel egress through doors,and shall provide all necessary supports,fittings and boxes for a complete raceway installation. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. F. Except where dimensions are shown,the locations of equipment,fixtures,outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work,which is required due to the Contractor's use of a pre-approved alternate item, arrangement of equipment and/or layout other than specified herein,shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. No additional compensation will be provided for changes in the work,either his/her own or others,caused by such redesign. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches, doors,windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. J. The Contractor shall run all conduit and wire to RTU and/or PLC termination cabinets,where designated on the Drawings. The conduit and wire as shown on the interface drawings may not necessarily be shown on the floor plan. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-7 ELECTRICAL-GENERAL PROVISIONS Page 7 of 10 K. Install conductors carrying low voltage signals(typically twisted shielded pair cables)in raceways totally separate from all other raceways containing power or 120-Volt control conductors. L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats, the HVAC equipment and the motor starters for a complete and operating system.All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. Refer to the HVAC drawings for the locations of the thermostats and controls. M. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete and operating system.All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.02 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. B. No electrical equipment or raceways, shall be attached to or supported from,sheet metal walls. 3.03 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors,walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B. Unless measurements are shown on the drawings, the locations for stubbing up and terminating concealed conduits which are shown on the drawings are approximate. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing. No additional compensation for such change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33. 3.04 CUTTING AND PATCHING A. Coordinate with Divisions 2 and 3 for cutting and patching. B. Core drill holes in concrete floors and walls as required. The Contractor shall obtain written permission from the Owner/Engineer before core drilling any holes larger than two inches. C. Install work at such time as to require the minimum amount of cutting and patching. D. Cutting or drilling holes for the installation of raceway through joists, beams, girders, columns or any other structural members is strictly prohibited. If structural members are cut or drilled, the Contractor shall restore the structural member to its previous condition in complete accordance with the instructions of the Structural Engineer,with no change in contract price regardless of the extent of the repairs required to restore the member to its previous condition. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-8 ELECTRICAL-GENERAL PROVISIONS Page 8 of 10 G. The completed patching work shall restore the surface to its original appearance or better. H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line,they shall be filled with grout of suitable patching material. 3.05 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No extra compensation will be allowed for making these changes. B. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. C. Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not install electrical equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer,or shall be replaced at no additional cost at the Owner/Engineer's discretion. D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged, the entire panel or section shall be replaced, at no additional cost to the Owner. F. NEMA 3R, 4 or 4X enclosures shall not have raceways entering from the top if the enclosure is installed in a damp or wet area. Should raceways be installed entering the top,the enclosure shall be replaced and raceways re-routed to enter the side or bottom. Conductors, if installed shall be removed and replaced. Correction of raceways entering the top and conductor replacement shall be at the Contractor's expense with no change in Contract Price or Time. 3.06 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 26 05 19. 3.07 MANUFACTURER'S SERVICE A. Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section.All settings, including those settings and arc flash labels required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer prior to energizing of the equipment. B. Testing and startup shall not be combined with training.Testing and start-up time shall not be used for manufacturer's warranty repaint. 3.08 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 26 and repair or replace all defective work. Make adjustments to the systems as specified and/or required. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-9 ELECTRICAL-GENERAL PROVISIONS Page 9 of 10 B. Prior to energizing electrical equipment, make all tests as required by the individual specification Sections. Submit a sample test form or procedure. and submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. D. Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction, the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 12 3 rotation on a phase sequenced motor when connected to "A", "B"and"C"phases. G. Mechanical inspection,testing and setting of circuit breakers,disconnect switches, motor starters,control equipment, etc.for proper operation. H. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motor power factor capacitor ratings. K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. L. Refer to the individual equipment sections for additional specific testing requirements. M. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 3.09 TRAINING A. The Contractor shall provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260000-10 ELECTRICAL-GENERAL PROVISIONS Page 10 of 10 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260513-1 MEDIUM VOLTAGE CABLES Page 1 of 12 SECTION 26 05 13 MEDIUM VOLTAGE CABLES PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test the medium voltage cables and accessories as shown on the Drawings and as specified herein. B. This Section shall apply to all temporary and permanent feeders used on the project. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and cable and accessories specified under this Section with all selections, options and exceptions clearly indicated. The date of manufacture for each reel of cable shall be submitted. Cable manufactured 12 months or more prior to the date of this Contract will not be acceptable. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. 2. The wire and cable lugs submittal shall include the type of crimping tool required for use on each size and type of lug, including instructions for use of the tool. 3. Submit layouts to confirm the routing of conductors and all termination points, as shown on the Drawings, including pulling lengths, pulling directions, and any requested splice points. Submit pulling lengths, pulling directions, calculated pulling tensions and any requested splice points. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-2 MEDIUM VOLTAGE CABLES Page 2 of 12 4. Submit the manufacturer's field services engineering cable pulling tension calculations for each pull calculated in each direction to the Engineer/Owner. Copies shall be available in the field for reference prior to each pull being done. B. Certified Tests 1. Submit certified test reports of manufacturers standard production testing and inspection as specified. 2. Submit independent testing firm reports as specified. C. Cable Splicing and Termination Certifications 1. Submit a training certification for each electrician who will do cable splicing and termination, showing that the electrician has received cable splicing training,within the last five years, by one of the specified cable splice manufacturers listed herein.As an alternate,the Contractor may submit evidence that the electrician has successfully completed,within the last five years, a National Joint Apprenticeship Committee(NJATC) course on cable splicing. D. Operation and Maintenance Manuals 1. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits. E. Letter of Compliance with manufacturers installation standards. 1.04 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 meet or exceed ICEA S-93-639 (NEMA WC-74). C. Cables shall comply with Underwriters Laboratories(UL)Standard 1072, IEEE 383 and 1202, #1/0 AWG and larger. D. Field testing and commissioning shall be done in accordance with the cable manufacturers recommendations, unless otherwise modified by this Section. E. NFPA 70—National Electrical Code(NEC) F. 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 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 five years and successfully operating in the field in substantial quantities. B. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-3 MEDIUM VOLTAGE CABLES Page 3 of 12 C. 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. D. Cable shall be UL listed as Type MV-105, and for cable tray use. E. Cable with a manufacture date of greater than 12 months previous 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. Reels not completely restrained,with interlocking flanges or broken flanges, damaged reel covering or any other indication of damaged,will be rejected. C. 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. D. Store cable on a solid,well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. E. 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 Contractor shall warrant the cable against failures of cables from product failure or installation damage for a period of two years from date of project acceptance,and shall remove and replace the cables at his own expense during the two-year warranty period.Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. The Contractor shall also furnish a manufacturer's extended written warranty for a period of five years from the end of the original two-year warranty, covering product replacement due to product failure. 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 duct systems and direct buried installation. C. Cables shall be furnished in reel lengths, each long enough to reach from connection point to connection point without splice, utilizing the manufacturer's published maximum reel length capability for each type and size to be used on this Project. If any length capability is insufficient to provide without splice,the Shop Drawing submittal shall clearly describe the insufficiency, and explain the location required for such a splice. Such exception must be described in detail,and approved by the Owner/Engineer before the cable is ordered. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2605 13-4 MEDIUM VOLTAGE CABLES Page 4 of 12 Installation of such splices without such approval,will require removal of such cable and replacement with another manufacturer's cable meeting the requirements of the location, all at no expense to the Owner/Engineer. D. Cables shall be able to operate continuously at 105°C conductor temperature,with an emergency rating of 140°C and a short circuit rating of 250°C. Emergency overloads shall be possible for periods of up to 100 hours. Five 100-hour emergency overload operations within the life time of the cable shall be possible. E. Medium voltage cable shall be shielded unless specifically shown otherwise on the Drawings. F. Acceptable manufacturers: 1. Okonite Company, Inc. 2. General Cable 3. Southwire 4. Kerite G. 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 CABLE RATINGS AND TYPE A. 5 kV Cable 1. Cable type: Single conductor. 2. Insulation level: 5 kV—133%/8 W-100%. B. 15 kV Cable 1. Cable type: Single conductor. 2. Insulation level: 15 kV—133% 2.03 CABLE CONSTRUCTION A. Medium voltage cables shall be UL Listed MV-105 in accordance with UL 1072, UL CT Cable Tray Listed, meet UL vertical and horizontal flame tests, IEEE 383 and UL 70,000 BTU/HR Ribbon Burner Flame Test, IEEE 1202 flame test, ICEA T-29-520 210,000 BTU/HR Ribbon Burner Flame Test and shall have the following physical characteristics in accordance with ICEA,AEIC and UL standards: 1. Conductor:Annealed uncoated copper, Class B concentric stranded per ASTM B-8. 2. Strand Screen: Extruded semiconducting EPR strand screen meeting or exceeding the electrical and physical requirements of ICEA S-93-639/NEMA WC74&S-97-682 and AEIC S8 and UL 1072. 3. Insulation: Ethylene propylene rubber(EPR) 133% insulation level for the voltage required or specified meeting or exceeding the electrical and physical requirements of CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2605 13-5 MEDIUM VOLTAGE CABLES Page 5 of 12 ICEA S-93-639/NEMA WC74&S-97-682 and AEIC S8 and UL 1072. Cross linked polyethylene(XLPE),tree-retardant cross linked polyethylene(TRXLPE)or insulations other than EPR are not acceptable. The insulation thickness shall be as follows: a. 5 kV—0.115 inches b. 15 kV-0,220 inches 4. Insulation Screen: Extruded semiconducting EPR insulation screen, 6 mils thick, applied directly over the insulation meeting or exceeding the electrical and physical requirements of ICEA S-93-639/NEMA WC74&S-97-682 and AEIC S8 and UL 1072. Overlaying with an extruded insulation shield of thermoset semi-conducting polymeric layer, free stripping.XLPE or TR-XLPE are not acceptable 5. Metallic Shield: 5 mils annealed copper tape helically applied with a minimum overlap of 25%. round wire or flat ribbon wire shields longitudinally or helically applied or corrugated copper tapes are not acceptable. 6. Jacket: Moisture abrasion and flame resistant[polyvinyl chloride(PVC) Chlorosulphonated Polyethylene(CSPE). Meets or exceeds electrical and physical requirements of ICEA S93-6391NEMA WC74,AEIC S8 and UL 1072 for polyvinyl chloride jackets. UL Listed as MV-105 and sunlight resistant per UL 1072. 2.04 CABLE ACCESSORIES A. General 1. Cable termination and splicing material shall be as manufactured by Raychem; 3M Corp.; Elastimold 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 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 five 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 proof tested joints. B. Indoor/Outdoor Cable Termination(5 to 35 kV) 1. Single conductor shielded cable terminations for indoor or applications shall be cold- applied, pre-stretched body with molded skirts, solder-blocked ground braid and solderless ground clamp. 2. Termination shall have a current rating equal to, or greater than the cable ampacity. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-6 MEDIUM VOLTAGE CABLES Page 6 of 12 3. Termination shall accommodate any form of cable shielding or construction without the need for special adapters. 4. Acceptable products: a. 3M Corp.7600 Series b. Raychem TFT-XXXE-SG W/Sheds Series. c. Approved Equal. C. Medium Voltage Cable Splice 1. Single conductor shielded cable terminations for indoor,outdoor and buried applications shall be 15/25kV Class deadbreak separable splices to splice two, three or four cables or to deadend a single cable. They shall be fully shielded, submersible and shall meet the requirements of IEEE Std 386-2006 standard-Separable Insulates Connector Systems. The splices shall be rated for 600A or 900A and shall be suitable for the repair or extension of underground feeders. Installed either direct buried or in a vault, 600A separable splices can be used on all 15 and 25 kV Class power distribution systems. They shall be made of high quality peroxide, cured EPDM rubber to provide excellent electrical,thermal and mechanical reliability. All shall have 5/8 inch-11 UNC 2A copper threads that meet IEEE Std 286-2006 standard requirements for 600A separable connections.The capacitive test point on the insulating plug provides a means of testing the circuit without disturbing the bolted connections. Separable splices and deadbends shall be designed for use on solid dielectric cable(XLPE or EPR)with extruded semiconductive shields and concentric neutral, with or without a jacket. Installation on jacketed concentric neutral cable may require additional sealing material. Cold shrinkable adapters shall be provided for tape shield,linear corrugated and drain wire cable adaptation for use with separable splices. 2. Splice all shielded cables rated 35,000 volts or less with conductor sizes ranging from #4 AWG to 1,000 kcmil in accordance with the instructions provided with the splice. 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(35 kV maximum). The splice kit shall contain all of the necessary materials required to make the splices.A comprehensive step-by-step instruction sheet shall be included with each kit. 4. Acceptable products: a. 3M Corp. QSIII. b. Raychem CAS-XXM-X Series c. Approved equal D. Heat Shrinkable Bus Connection Kits 1. Bus kits shall be capable of insulating bus bars two inches to six inches wide and for connection of one to four cables. Kits shall electrically insulate and environmentally seal the connection and be easily re-enterable. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-7 MEDIUM VOLTAGE CABLES Page 7 of 12 2. Cable-to-bus bar connection kits shall be rated up to 35 kV class and tested in accordance with ANSI C37.20c, Section 5.2.1.4 Test for Bus Bar Insulation and Section 5.2.9 Flame-Retardant Test for Applied Insulation. 3. Manufacturers a. Raychem Corp.,Type BBIT b. Approved equal E. Lugs and Connectors 1. Copper lugs and connectors shall be long barrel type,crimped with standard industry tooling, and made electrically and mechanically secure. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet LIL 486 requirements for 75°C. Lugs larger than#8 AWG shall be long barrel two- hole lugs with NEMA spacing. The lugs and connectors shall be rated for operation through 35 W. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. F. Electrical Grounding Braid 1. Conducting metal braid shall be tinned copper,woven from 240 strands of#30 AWG copper wires and be capable of carrying fault current comparable to that of#6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal. G. Separable Connectors 1. Connectors shall be constructed from peroxide-cured EDPM Rubber and shall have a tin plated copper probe. Connectors shall have a jacket seal to prevent moisture ingress similar or equal to the jacket seal provided by Cooper Industries"Posi-Break"elbow system. Connectors shall meet or exceed the following standards: IEEE 386 Standard for Separable Connectors, IEEE 404 Standard for Cable Joints and Splices, IEEE 48 Standards for Cable Terminations, IEEE 592 Standard for Exposed Semiconducting Shields,ANSI C119.4 Standard for Copper and Aluminum Conductors,AEIC CS8 and ICEA S-94-469 and S-92-684 Latest Standards for Cables Rated 5,000—46,000 Volts. 2. Ratings Parameter 15 kV Class BIL 95 kV AC withstand voltage(one minute) 34 kV DC withstand voltage (10 minutes) 53 kV 3. Operational temperature ratings:—40°C to 65°C. 4. Manufacturers a. Cooper Power Systems b. Thomas and Betts CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-8 MEDIUM VOLTAGE CABLES Page 8 of 12 c. Elastimold d. Raychem e. 3M 5. 200 Amp Load Break Elbow Connector—Provide fully insulated shielded load break separable connector with stainless steel reinforced pulling eye, capacitive voltage test port and grounding tabs. Elbows shall be capable of ten full 200 ampere load break operations at 70%—80% power factor. The connector shall withstand one fault close operation at 10 kA for 10 cycles(0.17 seconds) 1.3 max asymmetrical. The connector shall withstand continuous 200 Amperes and momentary 10 kA for 10 cycles. Temperature range for load break hot stick operations are from -20°C to 65°C at altitudes less than 6000 feet. 6. 600 Amp Separable(non load break)Elbow Connectors—Provide fully insulated separable connectors with stainless steel reinforced pulling eye, capacitive voltage test port and grounding tab. Elbows shall be capable of continuously carrying 600 amperes. Connectors shall withstand 25 kA momentary for 10 seconds, and shall have the same operational temperature and altitude ratings of the 200 ampere load break elbow connectors specified herein. 7. Elbow Surge Arrestors—Provide elbow surge arrestors where elbows connect to dead front transformers or pad mounted switchgear. Arrestors shall be distribution class metal oxide varistor type which meets or exceeds IEEE C62.11 for MOVE arrestors. H. Cable Fault Indicators—Provide cable fault indications at all manholes and termination points. 1. Manufacturers a. Cooper STAR current reset faulted circuit indicator b. Thomas and Betts AccuTrip c. SEL AR-URD Underground Auto Ranger 1. 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. 2. Cable tags shall be heat stamped nylon secured by polypropylene cable ties,Thomas& Betts No.TC228-9 or equal. 2.05 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. Manufacturers 1. Ideal Company 2. Polywater, Inc. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2605 13-9 MEDIUM VOLTAGE CABLES Page 9 of 12 3. Cable Grip Co. 2.06 SHOP TESTING A. Perform manufacturers'standard production testing and inspection in accordance with Section 9 of the referenced ICEA standards. 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 ICEA S-93-639 Section 9.8.2. 2. Vertical tray flame test in accordance with IEEE 1202. 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. The Contractor shall employ the services of the field engineering services available from the cable manufacturer for installation,termination and splicing training. The Contractor shall obtain pulling tension calculations for all pulls as specified below. C. The Contractor shall provide a Certificate of Training issued within the last two years. 3.02 INSTALLATION A. Cable Installation 1. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed directly from the manufacturer's reel, with tension-monitoring equipment. Where conductors are found to have been installed without tension—monitoring,the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be installed,tagged and raceways resealed,all at no increase in Contract Price or Contract Time. 2. When temperature is below 50°F, cable reels shall be stored at 70°F for at least 24 hours before installation. 3. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii. The Contractor shall furnish such information to the Owner/Engineer, and the information shall be available at the project site. 4. Where the cable pulling direction is selectable, pull cables from the direction that requires the least tension, and fewer bends in the last 25%of pull. 5. Feed cables into raceway with zero tension and without cable crossover at raceway entrance. 6. The Contractor shall use only approves means of pulling the cable. Cable shall not be pulled using a vehicle or crane. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2605 13-10 MEDIUM VOLTAGE CABLES Page 10 of 12 7. The Contractor shall provide the services of the cable manufacturer to be present during the installation of all sections of the cable. The manufacturer shall provide a report to the Owner at the conclusion of the installation, that to his knowledge,he observed no procedures that were contrary to the recommended installation procedures recommended by the manufacturer. 8. The Contractor shall provide pulling tension calculations for every pull regardless of length. The cable manufacturer's field services engineering shall provide the all pulling tensions for each pull. The calculations shall be done from both directions to determine the least amount of tension required. All pulling tension calculations shall be submitted to the Engineer prior to installation and copies of the calculations shall be available in the field for reference during each pull. B. Splicing and Terminating 1. Cables shall be installed with no splices unless approved by the Engineer/Owner on a case-by-case basis. Proposed splice locations shall be submitted to the Owner/Engineer for approval prior to the start of installation. Cables installed fully or partially which require splices without approval will be rejected and shall be removed and replaced without a change in Contract Price or Time. 2. The work area shall be kept warm,dry and ventilated during splicing and terminating of the cables. 3. Splicing(if previously approved)and terminating shall be performed by electricians having formal training and a minimum of five years'field experience in this type of splicing work with 5 kV and 15 kV cable,as specified herein. 4. Prepare cables in accordance with splice or termination kit manufacturers installation details. 5. Maintain shield continuity around splices. Bond cable shields at each terminal or splice location. 6. Install a neoprene tape wrap around each splice and bonding jumper to provide a watertight environmental seal. 7. Insulate and seal each cable-to-bus termination with heat shrinkable bus connector kits. 8. The Contractor shall provide the services of the manufacturer to inspect the splicing and provide a letter to document his findings.Any deficiencies shall be corrected by the Contractor to the satisfaction of the manufacturer. 9. Cables shall not be bent sharper than the minimum bending radius allowed by the cable manufacturer. Care shall be taken during installation and training the cables to termination points such that the cables are not bent less than the minimum allowed radius at any time for any reason. Straightening a cable bent too sharply is not an acceptable solution. Cables bent with a bending radius less than permitted at any time are rejected and shall be removed and replaced immediately with no increase in Contract Price or Contract Time allowed. 10. Pulling wheels used in a cable pull where a change in the direction of the cable pull is required (such as the entry or exit point or through a man hole)shall have a diameter twice the minimum bending radius of the cable. Minimum bending radius of cables shall be at least 12 times the outside diameter of the cable or larger if required by the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 05 13-11 MEDIUM VOLTAGE CABLES Page 11 of 12 manufacturer. For example, a one-inch diameter cable shall have a minimum bending radius of 12 inches. Pulling wheels for this example shall be 24-inches in diameter, minimum. C. Electric Arc and Fire Proofing 1. In manholes, cable trays and exposed locations,wrap medium voltage cables with one half-lapped layer of Scotch Brand 77 Electric Arc and Fireproofing Tape. Tape shall be secured with a two-layer band of Scotch Brand 69 Glass Electrical Tape over the last wrap. D. 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 tie. 3.03 FIELD TESTING A. Notify the Owner/Engineer at least two weeks prior to scheduling any testing. All testing raw data shall be recorded by hand on paper even if the testing technician is using an electronic means to record the data. All raw data shall be submitted to the Engineer/Owner for their records. No testing will be allowed without either the Engineer's or Owner's representative/ inspector being present during all testing procedures. The witness will sign the raw data forms on which he/she has witnessed being filled in. Any testing done which is not witnessed and the raw data documentation signed by the witness will not be accepted and shall be re-done with the witness present. No increase in Contract Price nor Contract Time will be allowed for retesting. B. Equipment testing and inspection for all new cables shall be performed in accordance with the manufacturer's recommendations on a generic form, and shall include the following: 1. Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. 4. Partial Discharge Test C. Equipment testing and inspection for existing cables shall be performed in accordance with the manufacturer's recommendations, and shall include the following: 1. Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. D. When new cables are shown on the drawings or approved by the Engineer to be spliced into existing cables, Tests 1, 2 and 3 above shall be performed. After test results are approved 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2605 13-12 MEDIUM VOLTAGE CABLES Page 12 of 12 E. Submit certified copies of the test results and leakage plots to the Owner/Engineer in accordance with Division 1 within five days of completion the of the tests. F. Immediately notify the Owner/Engineer 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. G. Defective or Damaged Cables 1. The Owner/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 Owner/Engineer. 2. If, in the opinion of the Owner/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: a. Remove splices and terminations as directed by the Engineer and completely re-test the cables to determine whether the cables are damaged or defective. b. Remove and replace damaged or defective cables as directed by the Owner/Engineer. c. Remake terminations and splices with new kits. d. Completely re-test cable, splices and terminations as previously tested above. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260519-1 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 1 of 12 SECTION 26 05 19 WIRES AND CABLES(1000 VOLT MAXIMUM) PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire,cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications,the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and cable,connectors and accessories, specified under this Section with all selections,options and exceptions clearly indicated. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. Certified Tests 1. Submit a test report of all installed wire insulation tests. C. Operation and Maintenance Manuals 1. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits. 1.04 REFERENCE CODES AND STANDARDS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-2 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 2 of 12 A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NEMA WC-5—Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3. ANSI/TIA/EIA 606A—Standard for telecommunications Infrastructure 1.05 QUALITY ASSURANCE A. The general construction of the wire,cables 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. B. Wire and cable with a manufacture date of greater than 12 months previous will not be acceptable. C. Wire and cable shall be in new condition,with the manufacturers packaging intact, stored indoors since manufacture, and shall not have been subjected to the weather. Date of manufacture shall be clearly visible on each reel. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 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. 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. C. 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 wire and cable. D. Store cable on a solid,well drained location.Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. 1.07 WARRANTY A. The Manufacturer shall warrant the wiring and installation to be free from defects in material and workmanship for one year 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 installation to new operating condition. PART 2- PRODUCTS 2.01 GENERAL CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-3 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 3 of 12 A. Wires and cables shall be of annealed, 98%conductivity, soft drawn tinned copper. B. All conductors shall be Class B stranded. C. Except for control, signal and instrumentation circuits,wire smaller than#12 AWG shall not be used. 2.02 BUILDING WIRE A. All building wire shall be tinned stranded copper conductors,Type XHHW-2 B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 2.03 TRAY CABLE A. Cable for tray use shall be tinned stranded copper conductors,Type XHHW-2 insulation, rated as UL Type TC cable. Cable shall be sunlight resistant and approved for direct burial. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 2.04 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be tinned stranded copper conductor,Type XHHW-2 with green insulation. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 2.05 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor. B. Manufacturers 1. Southwire 2. General Cable CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-4 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 4 of 12 3. Okonite 2.06 CONTROL WIRE AND CABLE A. Control wire shall be tinned NEC Type XHHW-2. B. Multi-conductor control cable,shall be stranded, tinned,#14 AWG 600-volt,XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location. C. Manufacturers 1. Southwire 2. Okonite 3. General Cable 2.07 INSTRUMENTATION CABLE A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and shall be: 1. Single pair cable: a. Conductors: Two#16 AWG stranded,tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers 1) Okonite 2) Belden 2. Three conductor(triad)cable: a. Conductors: Three#16 AWG stranded,tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-5 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 5 of 12 2) Belden 3. Multiple pair cables(where shown on the Drawings): a. Conductor: Multiple pairs,#16 AWG stranded, tinned and twisted on a two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: Individual pairs shielded with 100% Mylar tape and drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite 2) Belden 2.08 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: 1. Category 5e above Grade shielded Cable a. Conductors: Four bonded pair#24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100%aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. UL21047 and UL1666 listed for indoor and dry locations use f. Manufacturers 1) Belden 7957A 2. Category 5e above Grade un-shielded Cable a. Conductors: Four bonded pair#24 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d. NEC CMR e. UL1666 listed for indoor and dry locations use f. Manufacturers CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-6 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 6 of 12 1) Belden 7923A 3. Category 6 above Grade shielded Cable a. Conductors: Four bonded pair#23 AWG Bare Copper b. Insulation: Polypropylene c. Shield: 100%aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. Transmission Standards: Category 6-TIA 568.C.2 f. NEC CMR g. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use h. Manufacturers 1) Belden 7953A 4. Category 6 above Grade un-shielded Cable a. Conductors: Four bonded pair#23 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d. Transmission Standards: Category 6-TIA 568.C.2 e. Nominal Velocity of Propagation: 72% f. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use g. Manufacturers 1) Belden 7940A 5. Category 5e below Grade shielded Cable a. Conductors: Four pair#24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100%aluminum foil polyester tape with drain wire d. Jacket: LLPE(Linear Low Density Polyethylene)with 300-volt rated and manufacturer's identification e. Misc.: NEMA WC-63.1,listed for outdoor and wet locations use f. Water Blocking compound and listed for direct bury applications. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-7 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 7 of 12 g. Manufacturers 1) Belden 7934A 2) Black Box 6. 485 Communications Cable a. Conductors: One pair#24 AWG Tinned Copper b. Insulation: Polyethylene c. Shield: 100%aluminum foil polyester tape with tinned copper drain wire d. Jacket: PVC with 300-volt rated and manufacturer's identification e. Misc.: UL2919 listed for indoor and dry locations use f. Manufacturers 1) Belden 9841 B. Color code for Ethernet communications cables shall be as follows. 1. Green—Phone/Data 2. Red—FIRE Alarm 3. Blue—SCADA 2.09 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. B. Control and Instrumentation Conductors(including graphic panel, alarm, low and high level signals):Termination connectors shall be of the set screw, tongue type, UL Listed for stranded conductor termination C. Manufacturers 1. Phoenix Contact 2. Entrelec 3. Allen Bradley 4. Approved equal D. Lugs and Connectors 1. All lugs and connectors shall be tin plated copper and shall be crimped type, with standard industry tooling. Lugs and connectors shall match the wire size where used, and shall be clearly identified and color coded on the connector.All connections shall be CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-8 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 8 of 12 made for stranded wire and shall be made electrically and mechanically secured. The lugs and connectors shall have a current carving capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75°C. Lugs for#12 AWG up to #6 AWG shall be ring terminals. Conductors#4 AWG and larger shall be two-hole long barrel lugs with NEMA spacing.All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. 2.10 SPLICE MATERIALS A. Power Conductors: Circuits shall be pulled from terminal to terminal,without splicing,except where splicing is shown on the Drawings. No other splicing will be permitted. For wires sizes #8 AWG and smaller, provide color coded wire nuts,with metal inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. For wires greater than #8 AWG, provide a heat shrink insulated, color-coded,die-crimped splice lug,T&B 54XXX,or equal, rubber insulated,with half lap and two layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors(including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.11 WALL AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME-SAFE"as manufactured by the Thomas&Betts Corp. or equal. 2.12 WIRE AND CABLE TAGS A. The Contractor shall use the tagging formats for wire and cable as shown on the Drawings. Where modifications or additions are made to existing wire and cable runs,the Contractor shall replace existing tags with new modified tags. B. Wire tags for wire sizes,#2 AWG and smaller, shall be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible marking process.Character size shall be a minimum of 1/8-inch in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. C. Tags for wires larger than#2 AWG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped-on markers are not acceptable. E. Tagging shall be done in accordance with the execution portion of these Specifications. 2.13 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes#8 or greater,where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire Color 1-Phase, 3 Wire Phase A Black Phase B Blue CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-9 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 9 of 12 Neutral White 208Y/120, Volts Phase A Black 3-Phase,4 Wire Phase B Red Phase C Blue Neutral White 480/277, Volts Phase A Brown 3-Phase,4 Wire Phase B Orange Phase C Yellow Neutral Gray/White with one or more colored stripes 2.14 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. PART 3- EXECUTION 3.01 GENERAL A. Do not install conductors until the raceway system is in place. No conductor shall be installed between outlet points,junction points or splicing points,until raceway sections have been completed, and raceway covers are installed for protection of conductors from damage or exposure to the elements.Any conductor installed in an incomplete raceway system shall be removed from the raceway system and from project site. A complete inspection of such raceway sections shall be completed, before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time,using wire putting lubricant as needed to protect the wire. E. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment.Where conductors are found to have been installed without tension—monitoring,the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at no expense to the Owner. F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. H. Where single conductors and cables in manholes, hand holes, 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 all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding four inches on centers. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-10 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 10 of 12 I. All wire and cable installed in cable trays shall be UL Listed as Type TC,for cable tray use. 3.02 CONDUCTORS 1000 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings,as a minimum. B. Use crimp connectors or long barrel NEMA two-hole lugs as specified on all stranded conductors. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bridle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specked herein. E. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. F. Attach compression lugs, larger than#6 AWG,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. G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges,and install bushings and protective strips of insulating material to protect the conductors. I. For conductors that will be connected by others, provide at least 6 feet spare conductors in freestanding panels and at least two feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. J. Do not combine power conductors. Do not run signal conductors carrying voltages less than 120 volts AC in the same raceway as conductors carrying higher voltages regardless of the insulation rating of the conductors. Do not share neutrals on branch circuits. 3.03 GROUNDING A. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors,cabinets, outlets and other equipment shall be property grounded in accordance with NEC requirements.Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections.Wire connected to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. 3.04 TERMINATIONS AND SPLICES A. No splices of wire and cable will be permitted, except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Power conductors: Terminations shall be made with connectors as specified. Splices,where specifically allowed as stated above, shall be made in a Termination Cabinet(TC). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 2605 19-11 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 11 of 12 C. Control Conductors: Splices of control conductors will not be permitted between terminal points.Terminations shall be made with approved terminals as specified. D. Instrumentation Signal Conductors(including graphic panel,alarm, low and high level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Terminations shall be made with connectors as specified. The shield of pair shielded and triad shielded shall be terminated on terminal strips. Provide dedicated terminal block to every conductor including shields. Double lugging terminations is not acceptable. 3.05 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required. B. Terminal blocks shall be provided at all instrument cable junction boxes,and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete 1/0, multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded at the PLC/RTU.Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Individual circuit shielding shall be provided with its own block. E. Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before termination, peel back the outer sheath, leaving the shield intact.Wrap the drain wire around the conductors, leaving approximately two inches exposed.Wrap the drain wire with two layers of Scotch 33 tape. 3.06 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways.A termination point is defined as any point or junction where a wire or cable is physically connected.This includes terminal blocks and device terminals.A major access point to a raceway is defined as any enclosure; box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged. Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 3.07 CABLE TAGGING A. All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-12 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 12 of 12 B. The cable tag shall be installed where the cable enters and leaves each access point(e.g., junction box, manhole, etc.). In cases of limited access space,a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 3.08 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.09 FIELD TESTS A. Conductors under 600 volts 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 1000- volt megger, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. 3. Minimum acceptable value for insulation resistance is 100 megohms. Lower values shall be acceptable only by the Owner/Engineer's specific written approval. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests to ensure that instrumentation cable shields are isolated from ground,except at the grounding point in the instrumentation control panel. Remove all improper grounds. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260526-1 GROUNDING AND BONDING SYSTEM Page 1 of 6 SECTION 26 05 26 GROUNDING AND BONDING SYSTEM PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System,in strict accordance with Article 250 of the National Electrical Code(NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein,to provide a bonding to earth ground of all metallic materials likely to become energized. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division land Section 26 00 00, shop drawings and product data,for the following: 1. Ground rods. 2. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-2 GROUNDING AND BONDING SYSTEM Page 2 of 6 B. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. UL 467-2007—Grounding and Bonding Equipment 3. NFPA 70E—Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 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, onsite factory work,or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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,or materials, shall be performed by the Contractor at no expense to the Owner. PART 2- PRODUCTS 2.01 RACEWAYS A. Conduit shall be as specified under Section 26 05 33. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be#12 AWG unless otherwise indicated on the drawings. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-3 GROUNDING AND BONDING SYSTEM Page 3 of 6 2.02 CONDUCTORS A. Wire shall be as specified under Section 26 05 19 and 26 05 13. B. Equipment grounding conductors shall be tinned insulated XHHW-2 conductors. Conductors shall be green where available from the wire manufacturers, or marked with green tape as specified under 26 05 19 and 26 05 13. C. Grounding electrode conductors shall be bare tinned copper where direct buried, or encased in concrete. Bare grounding electrode conductors or lightning protection conductors where exposed to damage shall be installed in conduit. Grounding electrode conductors or lightning protection down lead conductors shown, specified or required to be installed in conduit per the NEC with no other conductors shall be bare tinned copper. Bare conductors installed in metallic conduits shall be bonded to the metallic conduit at both ends. D. Grounding electrode conductors routed between concealed grounding electrodes or interconnecting grounding electrode counterpoise loop conductors to exposed (IE"Pigtails") shall be bare tinned copper. 2.03 GROUNDING ELECTRODES A. Ground rods shall be 3/4-inch by 10-foot copper clad steel and constructed in accordance with UL 467.The minimum copper thickness shall be 10 mils. B. Manufacturers for ground rods 1. ERICO 2. Copperweld 3. Approved equal. 2.04 CONNECTORS AND CONNECTIONS A. Waterpipe ground clamps shall be cast bronze. 1. Manufacturers a. Thomas&Betts Co.Cat.JPT b. Bumdy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger g. Approved equal h. The Contractor shall determine and provide the correct size for the pipe. B. Other grounding system clamps,where specified or shown shall be cast bronze. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-4 GROUNDING AND BONDING SYSTEM Page 4 of 6 1. Manufacturers a. Thomas&Betts Co. b. Bumdy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger g. Approved equal. C. All concealed grounding system or lightning protection system connections shall be by an exothermic weld process 1. Manufacturers a. T&B Furseweld SCR1 b. Bumdy Thermoweld c. Cadweld d. Approved equal. 2. Exothermic welded connections shall be used in exposed locations as specified herein. D. Concealed grounding connections which require exothermic welding which are in a Class 1 Division 1 Area as determined by NFPA 820,or the Engineer,or the NEC Authority Having Jurisdiction shall use a Bumdy Hyground Irreversible Compression System,or equal. PART 3- EXECUTION 3.01 INSTALLATION A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect the conductors from damage. The rigid conduits shall be aluminum or PVC-coated aluminum conduits as specified in 26 05 33. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, disassemble them and remake them with new fittings. B. Install equipment grounding conductors in all raceways for the power,control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. C. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors,cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements.Where ground wire is exposed to mechanical damage, install wire in rigid metallic conduit. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-5 GROUNDING AND BONDING SYSTEM Page 5 of 6 D. In NEC classified areas, connection of grounding electrode connections to structural steel columns shall be made with long barrel type one-hole heavy duty copper compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. E. In new construction, bond each building column to the grounding electrode counterpoise system whether nor not specifically shown on the Drawings using grounding electrode conductors. Grounding electrode conductor connections to structural steel columns shall be made with long barrel type one hole heavy duty copper compression lugs, bolted through 1/2- inch maximum diameter holes drilled in the column web,with stainless steel hex head cap screws and nuts. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum #12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-1/2-inch and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled)and fastened with plastic tie wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250.66. I. Provide power system grounding electrodes(ground rods)no closer than twice the length of the ground rod. Where a lightning protection is specified to be provided,the Contractor shall provide a dedicated lightning protection system grounding electrodes(ground rod)at the end of every down lead without regard to the location of the power system grounding electrodes. Bond each lighting protection system grounding electrode to the power system counterpoise system. Refer to Section 26 41 00 for lightning protection system specifications. J. Provide a#1/0 AWG bare tinned grounding conductor the full length of each cable tray system,bond each section and tray fitting to the tray grounding conductor. Route the tray grounding conductor along the outside of the cable tray. Install no grounding clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray grounding conductor to the power system counterpoise grounding electrode system at the end of the tray,or for tray systems installed in a loop configuration, bond in at least two locations at opposite sides of the tray loop. Bond every enclosure to which tray conductors are routed to the tray grounding conductor. Bond every conduit or raceway routing tray conductors away from or to the tray system to the cable tray and to the cable tray grounding conductor. K. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, cable armor,exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. L. Seal exposed connections between different metals with no-oxide paint, Grade A or equal. M. Lay all underground grounding conductors slack and,where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-6 GROUNDING AND BONDING SYSTEM Page 6 of 6 N. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, bonding jumper conductors shall be provided. O. All grounding type receptacles shall be grounded to the outlet boxes with a minimum, #12 AWG XHHW-2 stranded green conductor,connected to the ground terminal of the receptacle and bonded to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceded by no precipitation for a minimum of five days. Submit test results in the form of a graph showing the number of points measured(12 minimum)and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-1 ELECTRICAL SUPPORT HARDWARE Page 1 of 6 SECTION 26 05 29 ELECTRICAL SUPPORT HARDWARE PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install electrical support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1,the manufacturers'names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. The submittal information,for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions(i.e.cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable borehole conditions(dry,water saturated,water filled, underwater) CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 2I,2017 260529-2 ELECTRICAL SUPPORT HARDWARE Page 2 of 6 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. 5. Cure and gel time tables 6. Temperature ranges(storage, installation and in-service). C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed on DVDs. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70 National Electrical Code(NEC) 2. NFPA 70E Standard For Electrical Safety in the Workplace 3. ASTM E 488-96(2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements,ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive- Bonded Anchors,ASTM International 5. AC308;Acceptance Criteria for Post-Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in this Section of the Specifications, having a UL standard, shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-3 ELECTRICAL SUPPORT HARDWARE Page 3 of 6 approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand,type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job-site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements,including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions(temperature range)and expiration date must be supplied with product D. Metal Framing Systems 1. Material shall be new and unused,with no signs of damage from handling. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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. PART 2- PRODUCTS 2.01 ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. HILT[ Kwik Bolt 3 b. Approved equal 2. 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. B. Product Description CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges),washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts shall be manufactured of 316 stainless steel materials conforming to SAE 316. 3. UL 203 Rated. 2.02 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. HILTI HIT-RTZ with HIT-HY 200 MAX. b. Approved equal 2. 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. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end,with washer and nut, inserted into Injection adhesive. Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts shall be manufactured of 316 stainless steel materials conforming to SAE 316 standards. 2.03 U-CHANNEL SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. Tyco Unistrut b. Cooper B-Line c. Super-Strut d. Approved equal 2. 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. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports,trapeze hangers and conduit supports. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-5 ELECTRICAL SUPPORT HARDWARE Page 5 of 6 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces,clevis fittings, U-fittings,Z-fittings,Wing-fittings, Post Bases,channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel material conforming to SAE 316. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. PART 3- EXECUTION 3.01 GENERAL A. The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment or raceways, shall be attached to or supported from,sheet metal walls. D. Install required safety labels. E. Electrical support channel shall be used to construct support assemblies as shown on the drawings. Horizontal braces attached to concrete or CMU walls or structural building steel are permitted as long as the space between the back of the support structures and the attachment points are too small to permit a walk space. No attachments to sheet metal is permitted as specified above. The Contractor shall incorporate additional channel materials and/or provide assemblies of double channel with sufficient members to from a rigid structure whether or not such additional materials or the use of double channel materials are shown, noted or specified or not. Support structures shall be rigid without the use of channels to from angle supports between the back or front of the assembly and the ground. Angle supports are strictly prohibited because they provide tripping hazards. 3.02 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.03 POST INSTALLED ANCHOR SYSTEMS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260524-6 ELECTRICAL SUPPORT HARDWARE Page 6 of 6 A. Prior to installation of the anchor systems,the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.04 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner,or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260533-1 RACEWAYS,BOXES AND FITTINGS Page I of 18 SECTION 26 05 33 2 RACEWAYS, BOXES AND FITTINGS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein.A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to,conduit, device bodies,conduit bodies,raceway boxes, and related materials. B. Raceways and conductors that are listed on the raceway and conductor schedules are generally not shown on the Drawings,except where they are required to pass through a restricted or designated space. Raceways indicated to be run "exposed"on the schedules shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting fixtures, doors and hatches, etc. Raceways indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings,as required. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications,the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1,the manufacturers'names and product designation or catalog numbers of all materials specified. 1. Cut sheets for each individual item shall be submitted. 2. Each cut sheet shall be clearly marked to indicate the item submitted and/or mark out items which are not being submitted for approval. Submittals not clearly marked will be returned with the indication REVISE AND RESUBMIT as a minimum or other indications per the specifications as warranted. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-2 RACEWAYS,BOXES AND FITTINGS Page 2 of 18 B. Submit to the Owner/Engineer,certification that the electricians installing the PVC coated conduit have a five-year minimum experience, in the installation of the product. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. UL 6A—Electrical Rigid Metal Conduit 4. ANSI C80.5—Electrical Rigid Aluminum Conduit 5. UL 514B—Outlet Bodies B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list 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. C. The Contractor's installer of materials specified herein, shall have a minimum of five years' experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. D. Used materials are unacceptable,will be rejected and shall be removed from the job site. Used materials, if installed, shall be removed and replaced with new materials. If new materials are installed with used materials, and the removal of the used materials renders the new materials in an unacceptable condition,such as new conductors installed in used raceway components, (determined by the Engineer/Owner alone)then the new materials shall be removed along with the used materials and replaced. No increase in the Contract Price nor in Contract Time will be allowed. 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. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-3 RACEWAYS,BOXES AND FITTINGS Page 3 of 18 D. Materials showing signs of previous use,jobsite storage at another location, or exposure to the elements or other damage will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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. PART 2- PRODUCTS 2.01 GENERAL A. Raceways and fittings shall be as shown on the Drawings,with a minimum 3/4-inch trade size. B. Where Equipment or Instrumentation device entries are less than 3/4 inch, provide an REA12SA, Cooper Crouse Hinds or equal,for aluminum raceways and ADAPT ADU302930, REDAPT or equal,for 316 stainless applications. 2.02 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduit(CRMC) 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C,ANSI C80.5 and UL 6A. 3. The ends of all couplings,fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. 4. Manufacturers for PVC coated conduit and fittings a. Perma-Cote b. Robroy Industries c. O'Kote, Inc. d. Triangle PWC Inc. e. Ocal. 5. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum,the same thickness as used on the coated aluminum conduit. B. Liquid tight Aluminum Flexible Metal Conduit(LFMC) CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-4 RACEWAYS,BOXES AND FITTINGS Page 4 of 18 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees C,.and meeting NEC Article 351. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire c. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. ALFLEX g. Approved equal. 3. Fittings used with liquid tight flexible aluminum conduit shall be copper-free aluminum and shall conform to FEDSPEC AA50552, and UL-51413. C. Aluminum Flexible Metal Conduit(FMC) 1. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting NEC Article 348, UL land Federal Specification WW-C-566C. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire c. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. Approved equal. 3. Fittings used with aluminum flexible metal conduit shall be copper-free aluminum shall conform to FEDSPEC AA50552. D. Rigid Aluminum Conduit(RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C,ANSI C80.5 and UL 6A. 2. Manufacturer for rigid aluminum conduit and fittings a. Wheatland Tube Company b. Allied CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-5 RACEWAYS,BOXES AND FITTINGS Page 5 of 18 c. Approved equal. E. Rigid PVC Schedule 40 Conduit(RNC) 1. Schedule 40 PVC Rigid Nonmetallic Conduit(RNC)shall be designed for use underground as described in the NEC, resistant to sunlight.The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1O94A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1O94A and UL 5148. Conduit shall have a UL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon c. Kraloy d. Approved equal. F. Rigid PVC Schedule 80 Conduit(RNC) 1. Schedule 80 PVC Rigid Nonmetallic Conduit(RNC)shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon c. Kraloy d. Approved equal. 2.03 WIREWAYS A. All wireways shall be constructed of NEMA 4X 316 stainless steel,with gasketed hinged covers and[stainless steel screws][stainless steel quick-release type latches].Wireway shall have two Breather/Drains for each ten feet of wireway. Breather/Drain shall be located in the bottom, near the ends of the wireway.Wireways shall have integral welded mounting lugs. Bolted-on mounting lugs are unacceptable. B. Manufacturers 1. Industrial Enclosure Corporation 2. Cooper B Line 3. Approved equal. C. Breather/Drains CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-6 RACEWAYS,BOXES AND FITTINGS Page 6 of 18 I. Cooper Crouse-Hinds Type ECD18-316 stainless steel 2. Approved equal. 2.04 RACEWAY BOXES A. Boxes specified herein, including terminal boxes,junction boxes and pull boxes, are for use with raceway systems only, but include switch, receptacle and lighting housings. Boxes used for housing electrical and instrumentation equipment,other than terminal boxes, shall be as described elsewhere in these Specifications.All raceway boxes shall be provided with a common ground point and UL rated. B. All wet and outdoor areas. All boxes shall be NEMA Type 4X of 316 stainless steel with mounting lugs or brackets made on the box, suitable for wall mounting,or have mounting feet where self-standing. Boxes for wall-mounting shall have integral welded-on mounting lugs; Boxes manufactured with holes intended for mounting or bolting on mounting lugs are not acceptable. Drilling through the back of the box to mount is strictly prohibited. Drilled boxes shall be removed and replaced.All boxes shall have continuously welded seams ground smooth,and shall have continuous hinged, gasketed doors. Box bodies shall not be less than 16 gauge. Boxes above 24 inches X 20 inches shall have a three-point type latch with handle as manufactured by Hoffman Engineering Co. series AXXHXXXXSS6LP3PT or equal. Boxes below 24 inches X 20 inches shall have 316 stainless steel luggage type quick release latches, or three-point latch system with all components 316 stainless steel. Latch systems requiring tools to open or close are unacceptable. C. Classified Areas, NEMA 7/4X(Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1. Copper free cast aluminum body and cover 2. Stainless steel hinges 3. Watertight neoprene gasket 4. Stainless steel quarter tum cover bolts with metallic handles. 5. Manufacturers a. Cooper Crouse Hinds Type EJB, Style C b. Appleton Electric Type AJBEW c. Approved Equal D. Chemical Rooms. NEMA 4X constructed as follows: 1. PVC or Fiberglass reinforced polyester body and door. 2. UV inhibitors 3. Stainless steel quarter tum cover bolts with metallic handles. 4. Manufacturers a. Hoffman Polypro CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-7 RACEWAYS,BOXES AND FITTINGS Page 7 of 18 b. Hubbell-Wiegmann Non-Metallic c. Approved Equal E. NEMA 4X Aluminum (Where shown on the Drawings)shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter tum latches(20-inch X 24-inch and below).All others three-point latch 5. Manufacturers a. Hoffman Comline b. EMF Company c. NEMA Enclosures Company d. Hammond Company e. Approved Equal F. NEMA 12(Where shown on the Drawings)shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter tum latches(20-inch X 24-inch and below).All others three-point latch 5. Manufacturers a. Hoffman Comline b. EMF Company c. NEMA Enclosures Company d. Hammond Company e. Approved Equal G. NEMA 4X 316 Stainless Steel enclosures(for all other locations). 1. Type 316 stainless steel, body and door CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-8 RACEWAYS,BOXES AND FITTINGS Page 8 of 18 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter tum latches(20-inch X 24-inch and below).All others three-point 5. Manufacturers a. Hoffman Concept Series b. EMF Company c. NEMA Enclosures Company d. Hammond Company e. Approved Equal H. NEMA 1 or NEMA 1A boxes shall not be used. I. Malleable iron boxes shall not be used. 2.05 DEVICE BOXES A. Device boxes, switch, receptacle,etc., shall be of copper free cast aluminum, and shall have tapered,threaded, hubs,with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD. B. Manufacturers 1. Cooper Crouse-Hinds 2. Appleton 3. Approved equal. 2.06 CONDUIT OUTLET BODIES A. For conduits up to and including 2-1/2 inches,conduit outlet bodies and covers shall be Form 7,copper-free aluminum,with captive screw-clamp cover, neoprene gasket and stainless steel screws and clamps. B. Manufacturers 1. Cooper Crouse-Hinds Form 7 with Mark 7 wedge-nut cover 2. Appleton 3. Approved equal. C. For conduits larger than 2-1/2 inches,junction boxes shall be used. D. All outlet boxes and covers for Class 1 Division 2 areas CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-9 RACEWAYS,BOXES AND FITTINGS Page 9 of 18 1. Manufacturers a. EA Series by Crouse Hinds b. Approved equal. 2. Rated NEMA 7/4X. 2.07 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw B. Manufacturers 1. T&B H150GRA Series 2. Approved equal. 2.08 GROUNDING BUSHINGS A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap.The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application. B. Manufacturers 1. O-Z/Gedney Type ABLG 2. Approved equal. 2.09 RACEWAY SEALANT A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight Sealant,or approved equal. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals 1. O.Z./Gedney Co. Series CSM a. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. b. Type CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2. Approved equal. 2.11 EXPANSION-DEFLECTION COUPLING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 26 05 33-10 RACEWAYS,BOXES AND FITTINGS Page 10 of 18 A. Combination expansion-deflection fittings with 3/4-inch axial expansion and contraction movement,3/4-inch parallel misalignment movement, and up to 30 degrees of angular movement in any direction. It shall be of copper-free aluminum,with exterior bonding jumper of tinned copper braid and 316 stainless grounding straps B. Manufacturers 1. Cooper Crouse-Hinds Model XD 2. Approved equal 2.12 EXPANSION FITTINGS A. Expansion fittings shall be, eight-inch movement,copper-free aluminum,with exterior bonding jumper of tinned copper braid and 316 stainless grounding straps, B. Manufacturers 1. Crouse-Hinds Co.Type XJGSA 2. Approved equal C. Internal grounding D. Nylon tie wraps are not acceptable. 2.13 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous locations. Fittings shall be of copper-free aluminum, consist of seals, breathers and drains of type ED, as required for the application. B. Manufacturers 1. Crouse-Hinds Co. 2. Appleton Electric Co. 3. O.Z./Gedney Co. 4. Approved equal. 2.14 KELLEMS GRIPS A. Kellems grips to support cables shall be of 316 stainless steel. 2.15 CONDUIT MOUNTING EQUIPMENT A. All pull and junction box supports, spacers, conduit support rods, clamps, hangers,channel, nut, bolts,washers,etc. and shall be 316 stainless steel. Nylon tie wraps are not acceptable. 2.16 CONDUIT IDENTIFICATION TAGGING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 26 05 33-10 RACEWAYS,BOXES AND FITTINGS Page 10 of 18 A. Combination expansion-deflection fittings with 3/4-inch axial expansion and contraction movement, 3/4-inch parallel misalignment movement, and up to 30 degrees of angular movement in any direction. It shall be of copper-free aluminum,with exterior bonding jumper of tinned copper braid and 316 stainless grounding straps B. Manufacturers 1. Cooper Crouse-Hinds Model XD 2. Approved equal 2.12 EXPANSION FITTINGS A. Expansion fittings shall be, eight-inch movement, copper-free aluminum,with exterior bonding jumper of tinned copper braid and 316 stainless grounding straps, B. Manufacturers 1. Crouse-Hinds Co. Type XJGSA 2. Approved equal C. Internal grounding D. Nylon tie wraps are not acceptable. 2.13 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous locations. Fittings shall be of copper-free aluminum, consist of seals, breathers and drains of type ED,as required for the application. B. Manufacturers 1. Crouse-Hinds Co. 2. Appleton Electric Co. 3. O.Z./Gedney Co. 4. Approved equal. 2.14 KELLEMS GRIPS A. Kellems grips to support cables shall be of 316 stainless steel. 2.15 CONDUIT MOUNTING EQUIPMENT A. All pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel, nut, bolts,washers, etc. and shall be 316 stainless steel. Nylon tie wraps are not acceptable. 2.16 CONDUIT IDENTIFICATION TAGGING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-9 RACEWAYS,BOXES AND FITTINGS Page 9 of 18 1. Manufacturers a. EA Series by Crouse Hinds b. Approved equal. 2. Rated NEMA 7/4X. 2.07 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight,threaded aluminum, insulated throat, stainless steel grounding screw B. Manufacturers 1. T&B H150GRA Series 2. Approved equal. 2.08 GROUNDING BUSHINGS A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap.The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application. B. Manufacturers 1. O-Z/Gedney Type ABLG 2. Approved equal. 2.09 RACEWAY SEALANT A. Raceway sealant for use in the sealing of raceway hubs,entering or terminating in boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight Sealant, or approved equal. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals 1. O.Z./Gedney Co. Series CSM a. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. b. Type CSMI-XXXP shall be used for all applications that require a recessed sealing bushing. 2. Approved equal. 2.11 EXPANSION-DEFLECTION COUPLING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-8 RACEWAYS,BOXES AND FITTINGS Page 8 of 18 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter tum latches(20-inch X 24-inch and below).All others three-point 5. Manufacturers a. Hoffman Concept Series b. EMF Company c. NEMA Enclosures Company d. Hammond Company e. Approved Equal H. NEMA 1 or NEMA 1A boxes shall not be used. I. Malleable iron boxes shall not be used. 2.05 DEVICE BOXES A. Device boxes, switch, receptacle,etc., shall be of copper free cast aluminum, and shall have tapered,threaded, hubs,with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD. B. Manufacturers 1. Cooper Crouse-Hinds 2. Appleton 3. Approved equal. 2.06 CONDUIT OUTLET BODIES A. For conduits up to and including 2-1/2 inches,conduit outlet bodies and covers shall be Form 7,copper-free aluminum,with captive screw-clamp cover,neoprene gasket and stainless steel screws and clamps. B. Manufacturers 1. Cooper Crouse-Hinds Form 7 with Mark 7 wedge-nut cover 2. Appleton 3. Approved equal. C. For conduits larger than 2-1/2 inches,junction boxes shall be used. D. All outlet boxes and covers for Class 1 Division 2 areas CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-7 RACEWAYS,BOXES AND FITTINGS Page 7 of 18 b. Hubbell-Wiegmann Non-Metallic c. Approved Equal E. NEMA 4X Aluminum (Where shown on the Drawings)shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter turn latches(20-inch X 24-inch and below).All others three-point latch 5. Manufacturers a. Hoffman Comline b. EMF Company c. NEMA Enclosures Company d. Hammond Company e. Approved Equal F. NEMA 12(Where shown on the Drawings)shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter turn latches(204nch X 24-inch and below).All others three-point latch 5. Manufacturers a. Hoffman Comline b. EMF Company c. NEMA Enclosures Company d. Hammond Company e. Approved Equal G. NEMA 4X 316 Stainless Steel enclosures(for all other locations). 1. Type 316 stainless steel, body and door CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-6 RACEWAYS,BOXES AND FITTINGS Page 6 of 18 1. Cooper Crouse-Hinds Type ECD18-316 stainless steel 2. Approved equal. 2.04 RACEWAY BOXES A. Boxes specified herein, including terminal boxes,junction boxes and pull boxes, are for use with raceway systems only, but include switch, receptacle and lighting housings. Boxes used for housing electrical and instrumentation equipment,other than terminal boxes, shall be as described elsewhere in these Specifications.All raceway boxes shall be provided with a common ground point and UL rated. B. All wet and outdoor areas. All boxes shall be NEMA Type 4X of 316 stainless steel with mounting lugs or brackets made on the box, suitable for wall mounting,or have mounting feet where self-standing. Boxes for wall-mounting shall have integral welded-on mounting lugs; Boxes manufactured with holes intended for mounting or bolting on mounting lugs are not acceptable. Drilling through the back of the box to mount is strictly prohibited. Drilled boxes shall be removed and replaced.All boxes shall have continuously welded seams ground smooth, and shall have continuous hinged, gasketed doors. Box bodies shall not be less than 16 gauge. Boxes above 24 inches X 20 inches shall have a three-point type latch with handle as manufactured by Hoffman Engineering Co. series AXXHXXXXSS6LP3PT or equal. Boxes below 24 inches X 20 inches shall have 316 stainless steel luggage type quick release latches, or three-point latch system with all components 316 stainless steel. Latch systems requiring tools to open or close are unacceptable. C. Classified Areas, NEMA 7/4X(Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1. Copper free cast aluminum body and cover 2. Stainless steel hinges 3. Watertight neoprene gasket 4. Stainless steel quarter turn cover bolts with metallic handles. 5. Manufacturers a. Cooper Crouse Hinds Type EJB, Style C b. Appleton Electric Type AJBEW c. Approved Equal D. Chemical Rooms. NEMA 4X constructed as follows: 1. PVC or Fiberglass reinforced polyester body and door. 2. UV inhibitors 3. Stainless steel quarter tum cover bolts with metallic handles. 4. Manufacturers a. Hoffman Polypro CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-5 RACEWAYS,BOXES AND FITTINGS Page 5 of 18 c. Approved equal. E. Rigid PVC Schedule 40 Conduit(RNC) 1. Schedule 40 PVC Rigid Nonmetallic Conduit(RNC)shall be designed for use underground as described in the NEC, resistant to sunlight.The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1O94A and LIL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1 O94A and LIL 5148. Conduit shall have a LIL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon c. Kraloy d. Approved equal. F. Rigid PVC Schedule 80 Conduit(RNC) 1. Schedule 80 PVC Rigid Nonmetallic Conduit(RNC)shall be designed for use above ground and underground as described in the NEC, resistant to sunlight.The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1O94A and LIL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1 O94A and LIL 5148.Conduit shall have a LIL Label. 2. Manufacturers a. Rocky Mountain Colby b. Carlon c. Kraloy d. Approved equal. 2.03 WIREWAYS A. All wireways shall be constructed of NEMA 4X 316 stainless steel,with gasketed hinged covers and[stainless steel screws] [stainless steel quick-release type latches].Wireway shall have two Breather/Drains for each ten feet of wireway. Breather/Drain shall be located in the bottom,near the ends of the wireway.Wireways shall have integral welded mounting lugs. Bolted-on mounting lugs are unacceptable. B. Manufacturers 1. Industrial Enclosure Corporation 2. Cooper B Line 3. Approved equal. C. Breather/Drains CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-4 RACEWAYS,BOXES AND FITTINGS Page 4 of 18 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees C,. and meeting NEC Article 351. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire c. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. ALFLEX g. Approved equal. 3. Fittings used with liquid tight flexible aluminum conduit shall be copper-free aluminum and shall conform to FEDSPEC AA50552, and UL-514B. C. Aluminum Flexible Metal Conduit(FMC) 1. Aluminum flexible metal conduit shall have an interlocked aluminum core,meeting NEC Article 348, UL land Federal Specification WW-C-566C. 2. Manufacturers a. Anaconda Metal Hose Div. b. Southwire c. Anaconda American Brass Co. d. American Flexible Conduit Co., Inc. e. Universal Metal Hose Co. f. Approved equal. 3. Fittings used with aluminum flexible metal conduit shall be copper-free aluminum shall conform to FEDSPEC AA50552. D. Rigid Aluminum Conduit(RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C,ANSI C80.5 and UL 6A. 2. Manufacturer for rigid aluminum conduit and fittings a. Wheatland Tube Company b. Allied CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-3 RACEWAYS,BOXES AND FITTINGS Page 3 of 18 D. Materials showing signs of previous use,jobsite storage at another location, or exposure to the elements or other damage will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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. PART2- PRODUCTS 2.01 GENERAL A. Raceways and fittings shall be as shown on the Drawings,with a minimum 3/4-inch trade size. B. Where Equipment or Instrumentation device entries are less than 3/4 inch, provide an REAI2SA, Cooper Crouse Hinds or equal,for aluminum raceways and ADAPT ADU302930, REDAPT or equal,for 316 stainless applications. 2.02 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduit(CRMC) 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. 2. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shall conform to FED Spec WW-C-540C,ANSI C80.5 and UL 6A. 3. The ends of all couplings,fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. 4. Manufacturers for PVC coated conduit and fittings a. Perma-Cote b. Robroy Industries c. O'Kote, Inc. d. Triangle PWC Inc. e. Ocal. 5. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Liquid tight Aluminum Flexible Metal Conduit(LFMC) CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-2 RACEWAYS,BOXES AND FITTINGS Page 2 of 18 B. Submit to the Owner/Engineer, certification that the electricians installing the PVC coated conduit have a five-year minimum experience, in the installation of the product. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. UL 6A—Electrical Rigid Metal Conduit 4. ANSI C80.5—Electrical Rigid Aluminum Conduit 5. UL 514B—Outlet Bodies B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer,an acceptable list 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. C. The Contractor's installer of materials specified herein, shall have a minimum of five years' experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. D. Used materials are unacceptable,will be rejected and shall be removed from the job site. Used materials, if installed, shall be removed and replaced with new materials. If new materials are installed with used materials, and the removal of the used materials renders the new materials in an unacceptable condition, such as new conductors installed in used raceway components, (determined by the Engineer/Owner alone)then the new materials shall be removed along with the used materials and replaced. No increase in the Contract Price nor in Contract Time will be allowed. 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. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-1 RACEWAYS,BOXES AND FITTINGS Page 1 of 18 SECTION 26 05 33 2 RACEWAYS, BOXES AND FITTINGS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein.A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to, conduit, device bodies, conduit bodies, raceway boxes, and related materials. B. Raceways and conductors that are listed on the raceway and conductor schedules are generally not shown on the Drawings,except where they are required to pass through a restricted or designated space. Raceways indicated to be run "exposed"on the schedules shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes and hoists, lighting fixtures, doors and hatches, etc. Raceways indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings, as required. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings,and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price,and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1,the manufacturers'names and product designation or catalog numbers of all materials specified. 1. Cut sheets for each individual item shall be submitted. 2. Each cut sheet shall be clearly marked to indicate the item submitted and/or mark out items which are not being submitted for approval. Submittals not clearly marked will be returned with the indication REVISE AND RESUBMIT as a minimum or other indications per the specifications as warranted. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—last Revised Add.#2 260529-6 ELECTRICAL SUPPORT HARDWARE Page 6 of 6 A. Prior to installation of the anchor systems,the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.04 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt,dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner,or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-5 ELECTRICAL SUPPORT HARDWARE Page 5 of 6 2. Components shall consist of telescoping channels, slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13/16-inch through 3-1/4 inch. 4. Components shall be assembled by means of flat plate fittings, 90-degree angle fittings, braces,clevis fittings, U-fittings,Z-fittings,Wing-fittings, Post Bases.channel nuts, washers, etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel material conforming to SAE 316. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. PART 3- EXECUTION 3.01 GENERAL A. The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment or raceways, shall be attached to or supported from, sheet metal walls. D. Install required safety labels. E. Electrical support channel shall be used to construct support assemblies as shown on the drawings. Horizontal braces attached to concrete or CMU walls or structural building steel are permitted as long as the space between the back of the support structures and the attachment points are too small to permit a walk space. No attachments to sheet metal is permitted as specified above. The Contractor shall incorporate additional channel materials and/or provide assemblies of double channel with sufficient members to from a rigid structure whether or not such additional materials or the use of double channel materials are shown, noted or specified or not. Support structures shall be rigid without the use of channels to from angle supports between the back or front of the assembly and the ground. Angle supports are strictly prohibited because they provide tripping hazards. 3.02 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.03 POST INSTALLED ANCHOR SYSTEMS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges),washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts shall be manufactured of 316 stainless steel materials conforming to SAE 316. 3. UL 203 Rated. 2.02 ADHESIVE ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. HILTI HIT-RTZ with HIT-HY 200 MAX. b. Approved equal 2. 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. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end,with washer and nut, inserted into Injection adhesive. Anchor shall be used for anchor sizes 3/8 inch and larger. 2. All parts shall be manufactured of 316 stainless steel materials conforming to SAE 316 standards. 2.03 U-CHANNEL SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. Tyco Unistrut b. Cooper B-Line c. Super-Strut d. Approved equal 2. 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. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports,trapeze hangers and conduit supports. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-3 ELECTRICAL SUPPORT HARDWARE Page 3 of 6 approved copy of all such submittals. Delivery of incomplete constructed equipment,onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job-site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 5. Do not use damaged or expired materials. 6. Storage restrictions(temperature range)and expiration date must be supplied with product D. Metal Framing Systems 1. Material shall be new and unused,with no signs of damage from handling. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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. PART2- PRODUCTS 2.01 ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. HILTI Kwik Bolt 3 b. Approved equal 2. 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. B. Product Description CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-2 ELECTRICAL SUPPORT HARDWARE Page 2 of 6 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. 5. Cure and gel time tables 6. Temperature ranges(storage, installation and in-service). C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files including a Table of Contents which is indexed on DVDs. Electronic submittals are mandatory and those which are received not indexed as specified will be returned without review. Hard copy submittals may not be required if so stipulated in the Contract Documents. No change in Contract Amount or Contract Time will be allowed for delays due to unacceptable submittals. 1. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70 National Electrical Code(NEC) 2. NFPA 70E Standard For Electrical Safety in the Workplace 3. ASTM E 488-96(2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements,ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive- Bonded Anchors,ASTM International 5. AC308;Acceptance Criteria for Post-Installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in this Section of the Specifications, having a UL standard, shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260529-1 ELECTRICAL SUPPORT HARDWARE Page 1 of 6 SECTION 26 05 29 ELECTRICAL SUPPORT HARDWARE PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install electrical support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems,adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1,the manufacturers'names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions(i.e.cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions(dry,water saturated,water filled, under water) CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-6 GROUNDING AND BONDING SYSTEM Page 6 of 6 N. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary, bonding jumper conductors shall be provided. O. All grounding type receptacles shall be grounded to the outlet boxes with a minimum, #12 AWG XHHW-2 stranded green conductor, connected to the ground terminal of the receptacle and bonded to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceded by no precipitation for a minimum of five days. Submit test results in the form of a graph showing the number of points measured(12 minimum)and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-5 GROUNDING AND BONDING SYSTEM Page 5 of 6 D. In NEC classified areas, connection of grounding electrode connections to structural steel columns shall be made with long barrel type one-hole heavy duty copper compression lugs, bolted through 1/2-inch maximum diameter holes drilled in the column web,with stainless steel hex head cap screws and nuts. E. In new construction, bond each building column to the grounding electrode counterpoise system whether nor not specifically shown on the Drawings using grounding electrode conductors. Grounding electrode conductor connections to structural steel columns shall be made with long barrel type one hole heavy duty copper compression lugs, bolted through 1/2- inch maximum diameter holes drilled in the column web,with stainless steel hex head cap screws and nuts. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122,except that a minimum#12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-1/2-inch and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel(not spiraled)and fastened with plastic tie wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250.66. I. Provide power system grounding electrodes(ground rods)no closer than twice the length of the ground rod. Where a lightning protection is specified to be provided,the Contractor shall provide a dedicated lightning protection system grounding electrodes(ground rod)at the end of every down lead without regard to the location of the power system grounding electrodes. Bond each lighting protection system grounding electrode to the power system counterpoise system. Refer to Section 26 41 00 for lightning protection system specifications. J. Provide a#1/0 AWG bare tinned grounding conductor the full length of each cable tray system,bond each section and tray fitting to the tray grounding conductor. Route the tray grounding conductor along the outside of the cable tray. Install no grounding clamps on the inside of the tray to avoid damage to tray conductors. Bond the tray grounding conductor to the power system counterpoise grounding electrode system at the end of the tray, or for tray systems installed in a loop configuration, bond in at least two locations at opposite sides of the tray loop. Bond every enclosure to which tray conductors are routed to the tray grounding conductor. Bond every conduit or raceway routing tray conductors away from or to the tray system to the cable tray and to the cable tray grounding conductor. K. All equipment enclosures, motor and transformer frames,conduits systems, cable tray,cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. L. Seal exposed connections between different metals with no-oxide paint, Grade A or equal. M. Lay all underground grounding conductors slack and,where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-4 GROUNDING AND BONDING SYSTEM Page 4 of 6 1. Manufacturers a. Thomas&Betts Co. b. Burndy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger g. Approved equal. C. All concealed grounding system or lightning protection system connections shall be by an exothermic weld process 1. Manufacturers a. T&B Furseweld SCR1 b. Bumdy Thermoweld c. Cadweld d. Approved equal. 2. Exothermic welded connections shall be used in exposed locations as specified herein. D. Concealed grounding connections which require exothermic welding which are in a Class 1 Division 1 Area as determined by NFPA 820, or the Engineer,or the NEC Authority Having Jurisdiction shall use a Bumdy Hyground Irreversible Compression System,or equal. PART 3- EXECUTION 3.01 INSTALLATION A. Route exposed grounding electrode conductors in rigid aluminum conduits to protect the conductors from damage. The rigid conduits shall be aluminum or PVC-coated aluminum conduits as specified in 26 05 33. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, disassemble them and remake them with new fittings. B. Install equipment grounding conductors in all raceways for the power, control and instrumentation systems.Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. C. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements.Where ground wire is exposed to mechanical damage,install wire in rigid metallic conduit. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-3 GROUNDING AND BONDING SYSTEM Page 3 of 6 2.02 CONDUCTORS A. Wire shall be as specified under Section 26 05 19 and 26 05 13. B. Equipment grounding conductors shall be tinned insulated XHHW-2 conductors. Conductors shall be green where available from the wire manufacturers, or marked with green tape as specified under 26 05 19 and 26 05 13. C. Grounding electrode conductors shall be bare tinned copper where direct buried, or encased in concrete. Bare grounding electrode conductors or lightning protection conductors where exposed to damage shall be installed in conduit. Grounding electrode conductors or lightning protection down lead conductors shown, specified or required to be installed in conduit per the NEC with no other conductors shall be bare tinned copper. Bare conductors installed in metallic conduits shall be bonded to the metallic conduit at both ends. D. Grounding electrode conductors routed between concealed grounding electrodes or interconnecting grounding electrode counterpoise loop conductors to exposed (IE"Pigtails") shall be bare tinned copper. 2.03 GROUNDING ELECTRODES A. Ground rods shall be 3/4-inch by 10-foot copper clad steel and constructed in accordance with UL 467.The minimum copper thickness shall be 10 mils. B. Manufacturers for ground rods 1. ERICO 2. Copperweld 3. Approved equal. 2.04 CONNECTORS AND CONNECTIONS A. Waterpipe ground clamps shall be cast bronze. 1. Manufacturers a. Thomas&Betts Co. Cat.JPT b. Bumdy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erico f. Harger g. Approved equal h. The Contractor shall determine and provide the correct size for the pipe. B. Other grounding system clamps,where specified or shown shall be cast bronze. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-2 GROUNDING AND BONDING SYSTEM Page 2 of 6 B. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. UL 467-2007—Grounding and Bonding Equipment 3. NFPA 70E—Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 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,onsite factory work,or failed factory tests will not be permitted. B. Protect equipment during shipment, handling,and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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,or materials, shall be performed by the Contractor at no expense to the Owner. PART2- PRODUCTS 2.01 RACEWAYS A. Conduit shall be as specified under Section 26 05 33. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be#12 AWG unless otherwise indicated on the drawings. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260526-1 GROUNDING AND BONDING SYSTEM Page I of 6 SECTION 26 05 26 GROUNDING AND BONDING SYSTEM PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code(NEC),and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings,and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings,and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division land Section 26 00 00, shop drawings and product data,for the following: 1. Ground rods. 2. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2605 19-12 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 12 of 12 B. The cable tag shall be installed where the cable enters and leaves each access point(e.g., junction box, manhole, etc.). In cases of limited access space, a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 3.08 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment,all entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.09 FIELD TESTS A. Conductors under 600 volts 1. Perform insulation resistance testing of all power circuits below 1000 volts with a 1000- volt megger, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. 3. Minimum acceptable value for insulation resistance is 100 megohms. Lower values shall be acceptable only by the Owner/Engineer's specific written approval. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests to ensure that instrumentation cable shields are isolated from ground,except at the grounding point in the instrumentation control panel. Remove all improper grounds. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 2605 19-11 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 11 of 12 C. Control Conductors: Splices of control conductors will not be permitted between terminal points.Terminations shall be made with approved terminals as specified. D. Instrumentation Signal Conductors(including graphic panel,alarm, low and high level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Terminations shall be made with connectors as specified.The shield of pair shielded and triad shielded shall be terminated on terminal strips. Provide dedicated terminal block to every conductor including shields. Double lugging terminations is not acceptable. 3.05 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required. B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, coaxial cable,data highway cable,discrete 1/0, multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded at the PLC/RTU.Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Individual circuit shielding shall be provided with its own block. E. Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before termination, peel back the outer sheath, leaving the shield intact.Wrap the drain wire around the conductors, leaving approximately two inches exposed. Wrap the drain wire with two layers of Scotch 33 tape. 3.06 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways.A termination point is defined as any point or junction where a wire or cable is physically connected.This includes terminal blocks and device terminals.A major access point to a raceway is defined as any enclosure; box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged.Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 3.07 CABLE TAGGING A. All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-10 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 10 of 12 I. All wire and cable installed in cable trays shall be UL Listed as Type TC,for cable tray use. 3.02 CONDUCTORS 1000 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings, as a minimum. B. Use crimp connectors or long barrel NEMA two-hole lugs as specified on all stranded conductors. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire,and bridle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. E. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. F. Attach compression lugs, larger than#6 AWG,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. G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. I. For conductors that will be connected by others, provide at least 6 feet spare conductors in freestanding panels and at least two feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. J. Do not combine power conductors. Do not run signal conductors carrying voltages less than 120 volts AC in the same raceway as conductors carrying higher voltages regardless of the insulation rating of the conductors. Do not share neutrals on branch circuits. 3.03 GROUNDING A. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits,motors,cabinets, outlets and other equipment shall be properly grounded in accordance with NEC requirements.Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections.Wire connected to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. 3.04 TERMINATIONS AND SPLICES A. No splices of wire and cable will be permitted,except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Power conductors: Terminations shall be made with connectors as specified. Splices,where specifically allowed as stated above, shall be made in a Termination Cabinet(TC). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-9 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 9 of 12 Neutral White 208Y/120, Volts Phase A Black 3-Phase,4 Wire Phase B Red Phase C Blue Neutral White 480/277, Volts Phase A Brown 3-Phase,4 Wire Phase B Orange Phase C Yellow Neutral Gray/White with one or more colored stripes 2.14 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. PART 3- EXECUTION 3.01 GENERAL A. Do not install conductors until the raceway system is in place. No conductor shall be installed between outlet points,junction points or splicing points, until raceway sections have been completed,and raceway covers are installed for protection of conductors from damage or exposure to the elements.Any conductor installed in an incomplete raceway system shall be removed from the raceway system and from project site. A complete inspection of such raceway sections shall be completed, before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment.Where conductors are found to have been installed without tension—monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at no expense to the Owner. F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. H. Where single conductors and cables in manholes, hand holes,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 all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding four inches on centers. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-8 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 8 of 12 made for stranded wire and 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 for 75°C. Lugs for#12 AWG up to #6 AWG shall be ring terminals. Conductors#4 AWG and larger shall be two-hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. 2.10 SPLICE MATERIALS A. Power Conductors: Circuits shall be pulled from terminal to terminal,without splicing,except where splicing is shown on the Drawings. No other splicing will be permitted. For wires sizes #8 AWG and smaller, provide color coded wire nuts,with metal inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. For wires greater than #8 AWG, provide a heat shrink insulated, color-coded, die-crimped splice lug,TSB 54XXX, or equal, rubber insulated,with half lap and two layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors(including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.11 WALL AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME-SAFE"as manufactured by the Thomas&Betts Corp. or equal. 2.12 WIRE AND CABLE TAGS A. The Contractor shall use the tagging formats for wire and cable as shown on the Drawings. Where modifications or additions are made to existing wire and cable runs,the Contractor shall replace existing tags with new modified tags. B. Wire tags for wire sizes,#2 AWG and smaller,shall be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible marking process. Character size shall be a minimum of 1/8-inch in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. C. Tags for wires larger than#2 AWG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped-on markers are not acceptable. E. Tagging shall be done in accordance with the execution portion of these Specifications. 2.13 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes#8 or greater,where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire Color 1-Phase, 3 Wire Phase A Black Phase B Blue CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 2605 19-7 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 7 of 12 g. Manufacturers 1) Belden 7934A 2) Black Box 6. 485 Communications Cable a. Conductors: One pair#24 AWG Tinned Copper b. Insulation: Polyethylene c. Shield: 100%aluminum foil polyester tape with tinned copper drain wire d. Jacket: PVC with 300-volt rated and manufacturer's identification e. Misc.: UL2919 listed for indoor and dry locations use f. Manufacturers 1) Belden 9841 B. Color code for Ethernet communications cables shall be as follows. 1. Green—Phone/Data 2. Red—FIRE Alarm 3. Blue—SCADA 2.09 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. B. Control and Instrumentation Conductors(including graphic panel, alarm, low and high level signals):Termination connectors shall be of the set screw, tongue type, UL Listed for stranded conductor termination C. Manufacturers 1. Phoenix Contact 2. Entrelec 3. Allen Bradley 4. Approved equal D. Lugs and Connectors 1. All lugs and connectors shall be tin plated copper and shall be crimped type,with standard industry tooling. Lugs and connectors shall match the wire size where used, and shall be clearly identified and color coded on the connector.All connections shall be CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-6 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 6 of 12 1) Belden 7923A 3. Category 6 above Grade shielded Cable a. Conductors: Four bonded pair#23 AWG Bare Copper b. Insulation: Polypropylene c. Shield: 100%aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. Transmission Standards: Category 6-TIA 568.C.2 f. NEC CMR g. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use h. Manufacturers 1) Belden 7953A 4. Category 6 above Grade un-shielded Cable a. Conductors: Four bonded pair#23 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d. Transmission Standards: Category 6-TIA 568.C.2 e. Nominal Velocity of Propagation: 72% f. Flame Test Method: UL1666 Vertical Riser listed for indoor and dry locations use g. Manufacturers 1) Belden 7940A 5. Category 5e below Grade shielded Cable a. Conductors: Four pair#24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100%aluminum foil polyester tape with drain wire d. Jacket: LLPE(Linear Low Density Polyethylene)with 300-volt rated and manufacturer's identification e. Misc.: NEMA WC-63.1, listed for outdoor and wet locations use f. Water Blocking compound and listed for direct bury applications. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-5 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 5 of 12 2) Belden 3. Multiple pair cables(where shown on the Drawings): a. Conductor: Multiple pairs,#16 AWG stranded, tinned and twisted on a two-inch lay b. Insulation: PVC with 600-volt,90°C rating c. Shield: Individual pairs shielded with 100%Mylar tape and drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite 2) Belden 2.08 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: 1. Category 5e above Grade shielded Cable a. Conductors: Four bonded pair#24 AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100%aluminum foil polyester tape with drain wire d. Jacket: PVC with 600-volt rated and manufacturer's identification e. UL21047 and UL1666 listed for indoor and dry locations use f. Manufacturers 1) Belden 7957A 2. Category 5e above Grade un-shielded Cable a. Conductors: Four bonded pair#24 AWG Bare Copper b. Insulation: Polyolefin c. Jacket: PVC with 300-volt rated and manufacturer's identification d. NEC CMR e. UL1666 listed for indoor and dry locations use f. Manufacturers CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-4 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 4 of 12 3. Okonite 2.06 CONTROL WIRE AND CABLE A. Control wire shall be tinned NEC Type XHHW-2. B. Multi-conductor control cable, shall be stranded, tinned,#14 AWG 600-volt,XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location. C. Manufacturers 1. Southwire 2. Okonite 3. General Cable 2.07 INSTRUMENTATION CABLE A. Cables for 4-20 ma, RTD, potentiometer and similar signals shall be PLTC rated and shall be: 1. Single pair cable: a. Conductors: Two#16 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90°C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers 1) Okonite 2) Belden 2. Three conductor(triad)cable: a. Conductors: Three#16 AWG stranded, tinned and twisted on two-inch lay b. Insulation: PVC with 600-volt, 90'C rating c. Shield: 100% Mylar tape with drain wire d. Jacket: PVC with manufacturer's identification e. UL1685 listed for underground wet location use f. Manufacturers: 1) Okonite CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-3 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 3 of 12 A. Wires and cables shall be of annealed, 98%conductivity,soft drawn tinned copper. B. All conductors shall be Class B stranded. C. Except for control, signal and instrumentation circuits,wire smaller than #12 AWG shall not be used. 2.02 BUILDING WIRE A. All building wire shall be tinned stranded copper conductors,Type XHHW-2 B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 2.03 TRAY CABLE A. Cable for tray use shall be tinned stranded copper conductors,Type XHHW-2 insulation, rated as UL Type TC cable. Cable shall be sunlight resistant and approved for direct burial. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 2.04 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be tinned stranded copper conductor,Type XHHW-2 with green insulation. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 2.05 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor. B. Manufacturers 1. Southwire 2. General Cable CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260519-2 WIRES AND CABLES(1000 VOLT MAXIMUM) Page 2 of 12 A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NEMA WC-5—Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy 3. ANSI/TIA/EIA 606A—Standard for telecommunications Infrastructure 1.05 QUALITY ASSURANCE A. The general construction of the wire, cables 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. B. Wire and cable with a manufacture date of greater than 12 months previous will not be acceptable. C. Wire and cable shall be in new condition,with the manufacturers packaging intact, stored indoors since manufacture, and shall not have been subjected to the weather. Date of manufacture shall be clearly visible on each reel. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 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. 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. C. 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 wire and cable. D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. 1.07 WARRANTY A. The Manufacturer shall warrant the wiring and installation to be free from defects in material and workmanship for one year 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 installation to new operating condition. PART 2- PRODUCTS 2.01 GENERAL CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 2605 19-1 WIRES AND CABLES(1000 VOLT MAXIMUM) Page l of 12 SECTION 26 05 19 WIRES AND CABLES (1000 VOLT MAXIMUM) PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire,cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and cable, connectors and accessories, specified under this Section with all selections, options and exceptions clearly indicated. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. B. Certified Tests 1. Submit a test report of all installed wire insulation tests. C. Operation and Maintenance Manuals 1. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits. 1.04 REFERENCE CODES AND STANDARDS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,201 260513-12 MEDIUM VOLTAGE CABLES Page 12 of 12 E. Submit certified copies of the test results and leakage plots to the Owner/Engineer in accordance with Division 1 within five days of completion the of the tests. F. immediately notify the Owner/Engineer 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. G. Defective or Damaged Cables 1. The Owner/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 Owner/Engineer. 2. If, in the opinion of the Owner/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: a. Remove splices and terminations as directed by the Engineer and completely re-test the cables to determine whether the cables are damaged or defective. b. Remove and replace damaged or defective cables as directed by the Owner/Engineer. c. Remake terminations and splices with new kits. d. Completely re-test cable,splices and terminations as previously tested above. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 05 13-11 MEDIUM VOLTAGE CABLES Page i i of 12 manufacturer. For example,a one-inch diameter cable shall have a minimum bending radius of 12 inches. Pulling wheels for this example shall be 24-inches in diameter, minimum. C. Electric Arc and Fire Proofing 1. In manholes, cable trays and exposed locations,wrap medium voltage cables with one half-lapped layer of Scotch Brand 77 Electric Arc and Fireproofing Tape. Tape shall be secured with a two-layer band of Scotch Brand 69 Glass Electrical Tape over the last wrap. D. 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 tie. 3.03 FIELD TESTING A. Notify the Owner/Engineer at least two weeks prior to scheduling any testing. All testing raw data shall be recorded by hand on paper even if the testing technician is using an electronic means to record the data. All raw data shall be submitted to the Engineer/Owner for their records. No testing will be allowed without either the Engineer's or Owner's representative/ inspector being present during all testing procedures.The witness will sign the raw data forms on which he/she has witnessed being filled in. Any testing done which is not witnessed and the raw data documentation signed by the witness will not be accepted and shall be re-done with the witness present. No increase in Contract Price nor Contract Time will be allowed for retesting. B. Equipment testing and inspection for all new cables shall be performed in accordance with the manufacturer's recommendations on a generic form,and shall include the following: 1. Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. 4. Partial Discharge Test C. Equipment testing and inspection for existing cables shall be performed in accordance with the manufacturer's recommendations, and shall include the following: 1. Visual and mechanical inspection. 2. Shield continuity test. 3. Insulation resistance test. D. When new cables are shown on the drawings or approved by the Engineer to be spliced into existing cables, Tests 1, 2 and 3 above shall be performed. After test results are approved 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-10 MEDIUM VOLTAGE CABLES Page 10 of 12 7. The Contractor shall provide the services of the cable manufacturer to be present during the installation of all sections of the cable. The manufacturer shall provide a report to the Owner at the conclusion of the installation,that to his knowledge,he observed no procedures that were contrary to the recommended installation procedures recommended by the manufacturer. 8. The Contractor shall provide pulling tension calculations for every pull regardless of length. The cable manufacturers field services engineering shall provide the all pulling tensions for each pull. The calculations shall be done from both directions to determine the least amount of tension required. All pulling tension calculations shall be submitted to the Engineer prior to installation and copies of the calculations shall be available in the field for reference during each pull. B. Splicing and Terminating 1. Cables shall be installed with no splices unless approved by the Engineer/Owner on a case-by-case basis. Proposed splice locations shall be submitted to the Owner/Engineer for approval prior to the start of installation. Cables installed fully or partially which require splices without approval will be rejected and shall be removed and replaced without a change in Contract Price or Time. 2. The work area shall be kept warm, dry and ventilated during splicing and terminating of the cables. 3. Splicing (if previously approved)and terminating shall be performed by electricians having formal training and a minimum of five years'field experience in this type of splicing work with 5 kV and 15 kV cable, as specified herein. 4. Prepare cables in accordance with splice or termination kit manufacturers installation details. 5. Maintain shield continuity around splices. Bond cable shields at each terminal or splice location. 6. Install a neoprene tape wrap around each splice and bonding jumper to provide a watertight environmental seal. 7. Insulate and seal each cable-to-bus termination with heat shrinkable bus connector kits. 8. The Contractor shall provide the services of the manufacturer to inspect the splicing and provide a letter to document his findings.Any deficiencies shall be corrected by the Contractor to the satisfaction of the manufacturer. 9. Cables shall not be bent sharper than the minimum bending radius allowed by the cable manufacturer. Care shall be taken during installation and training the cables to termination points such that the cables are not bent less than the minimum allowed radius at any time for any reason. Straightening a cable bent too sharply is not an acceptable solution. Cables bent with a bending radius less than permitted at any time are rejected and shall be removed and replaced immediately with no increase in Contract Price or Contract Time allowed. 10. Pulling wheels used in a cable pull where a change in the direction of the cable pull is required(such as the entry or exit point or through a man hole)shall have a diameter twice the minimum bending radius of the cable. Minimum bending radius of cables shall be at least 12 times the outside diameter of the cable or larger if required by the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-9 MEDIUM VOLTAGE CABLES Page 9 of 12 3. Cable Grip Co. 2.06 SHOP TESTING A. Perform manufacturers' standard production testing and inspection in accordance with Section 9 of the referenced ICEA standards. 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 ICEA S-93-639 Section 9.8.2. 2. Vertical tray flame test in accordance with IEEE 1202. 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. The Contractor shall employ the services of the field engineering services available from the cable manufacturer for installation, termination and splicing training. The Contractor shall obtain pulling tension calculations for all pulls as specified below. C. The Contractor shall provide a Certificate of Training issued within the last two years. 3.02 INSTALLATION A. Cable Installation 1. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed directly from the manufacturer's reel, with tension-monitoring equipment.Where conductors are found to have been installed without tension—monitoring,the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be installed,tagged and raceways resealed, all at no increase in Contract Price or Contract Time. 2. When temperature is below 50°F,cable reels shall be stored at 70°F for at least 24 hours before installation. 3. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii.The Contractor shall furnish such information to the Owner/Engineer, and the information shall be available at the project site. 4. Where the cable pulling direction is selectable, pull cables from the direction that requires the least tension, and fewer bends in the last 25%of pull. 5. Feed cables into raceway with zero tension and without cable crossover at raceway entrance. 6. The Contractor shall use only approves means of pulling the cable. Cable shall not be pulled using a vehicle or crane. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-8 MEDIUM VOLTAGE CABLES Page 8 of 12 c. Elastimold d. Raychem e. 3M 5. 200 Amp Load Break Elbow Connector—Provide fully insulated shielded load break separable connector with stainless steel reinforced pulling eye, capacitive voltage test port and grounding tabs. Elbows shall be capable of ten full 200 ampere load break operations at 70%—80% power factor. The connector shall withstand one fault close operation at 10 kA for 10 cycles(0.17 seconds) 1.3 max asymmetrical. The connector shall withstand continuous 200 Amperes and momentary 10 kA for 10 cycles. Temperature range for load break hot stick operations are from -20°C to 65°C at altitudes less than 6000 feet. 6. 600 Amp Separable(non-load break) Elbow Connectors—Provide fully insulated separable connectors with stainless steel reinforced pulling eye,capacitive voltage test port and grounding tab. Elbows shall be capable of continuously carrying 600 amperes. Connectors shall withstand 25 kA momentary for 10 seconds, and shall have the same operational temperature and altitude ratings of the 200 ampere load break elbow connectors specified herein. 7. Elbow Surge Arrestors—Provide elbow surge arrestors where elbows connect to dead front transformers or pad mounted switchgear. Arrestors shall be distribution class metal oxide varistor type which meets or exceeds IEEE C62.11 for MOVE arrestors. H. Cable Fault Indicators—Provide cable fault indications at all manholes and termination points. 1. Manufacturers a. Cooper STAR current reset faulted circuit indicator b. Thomas and Betts AccuTrip c. SEL AR-URD Underground Auto Ranger I. 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. 2. Cable tags shall be heat stamped nylon secured by polypropylene cable ties,Thomas& Betts No.TC228-9 or equal. 2.05 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. Manufacturers 1. Ideal Company 2. Polywater, Inc. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260513-7 MEDIUM VOLTAGE CABLES Page 7 of 12 2. Cable-to-bus bar connection kits shall be rated up to 35 kV class and tested in accordance with ANSI C37.20c, Section 5.2.1.4 Test for Bus Bar Insulation and Section 5.2.9 Flame-Retardant Test for Applied Insulation. 3. Manufacturers a. Raychem Corp.,Type BBIT b. Approved equal E. Lugs and Connectors 1. Copper lugs and connectors shall be long barrel type, crimped with standard industry tooling, and made electrically and mechanically secure.The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet LIL 486 requirements for 75°C. Lugs larger than#8 AWG shall be long barrel two- hole lugs with NEMA spacing. The lugs and connectors shall be rated for operation through 35 W. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. F. Electrical Grounding Braid 1. Conducting metal braid shall be tinned copper, woven from 240 strands of#30 AWG copper wires and be capable of carrying fault current comparable to that of#6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal. G. Separable Connectors 1. Connectors shall be constructed from peroxide-cured EDPM Rubber and shall have a tin plated copper probe. Connectors shall have a jacket seal to prevent moisture ingress similar or equal to the jacket seal provided by Cooper Industries"Posi-Break"elbow system. Connectors shall meet or exceed the following standards: IEEE 386 Standard for Separable Connectors, IEEE 404 Standard for Cable Joints and Splices, IEEE 48 Standards for Cable Terminations, IEEE 592 Standard for Exposed Semiconducting Shields,ANSI C119.4 Standard for Copper and Aluminum Conductors,AEIC CS8 and ICEA S-94-469 and S-92-684 Latest Standards for Cables Rated 5,000—46,000 Volts. 2. Ratings Parameter 15 kV Class BIL 95 kV AC withstand voltage(one minute) 34 kV DC withstand voltage(10 minutes) 53 kV 3. Operational temperature ratings:—40°C to 65°C. 4. Manufacturers a. Cooper Power Systems b. Thomas and Betts CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 05 33-11 RACEWAYS,BOXES AND FITTINGS Page 11 of 18 A. The Contractor shall use the tagging formats for conduits as shown on the Drawings.Where modifications or additions are made to existing equipment,the Contractor shall replace existing tags with new modified tags. B. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. C. Identification plates shall be as manufactured by the Panduit Corp. or equal. PART 3- EXECUTION 3.01 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings, the Contractor shall coordinate the placement of raceway systems and related components with other trades and existing installations. B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes,or raceway boxes containing less than twelve inches of bend radius. C. Unless shown on the Drawings or specified otherwise, the raceway type installed with respect to the location shall be as follows, including all materials: Raceway System Location 1. Rigid Galvanized (RSC)Type Not acceptable for use on this Project 2. PVC Coated Aluminum (CRMC)Type All embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raceway stub-ups to a minimum of six inches above finished floor or grade and in Chlorine and Caustic rooms. 3. Liquidtight Flexible Aluminum (LFMC)Type Raceway connection to vibrating equipment, and as shown on the Drawings in all areas. A4. Rigid Non-metallic, Schedule 80 PVC(RNC) Underground encased in red dyed reinforced Type concrete. 5. Rigid Non-metallic, Schedule 80 PVC(RNC) For use only in Chlorine and Caustic Rooms. Type 6. Flexible Aluminum (FMC)Type Fixture whip connection to lighting fixtures in NEMA 12 areas(maximum 3-ft). BX or AC type prefabricated cables are not permitted. 7. Aluminum Rigid Metal(RMC)Type All above grade areas, except for concrete embedded and those areas described in Locations 2 through 6 above. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-12 RACEWAYS,BOXES AND FITTINGS Page 12 of 18 D. All conduit of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. All raceway junction,pull and terminal boxes shall have NEMA ratings for the location in which they are installed, and as specified herein. B. For all raceway boxes, the distance between each raceway entry inside the box and the opposite wall of the box shall not be less than eight times the metric designator(trade size)of the largest raceway in a row. This distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. Each row shall be calculated individually, and the single row that provides the maximum distance shall be used. C. Exposed switch,receptacle and lighting outlet boxes and conduit fittings shall be cast aluminum. D. All boxes shall be provided with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited, and if so installed,shall be removed and replaced,with no increase in the Contract Price or Construction Schedule. E. No penetrations shall be made in the top of boxes in wet locations. 3.03 DEVICE BOX APPLICATIONS A. Device boxes shall be used for mounting wiring devices such as receptacles, switches, thermostats, lighting and other permanently mounted devices.All device boxes shall be installed with a minimum of 1/4-inch air space between the back of the box and the wall or back panel on which it is installed. The space may be created with a number of 316 stainless steel washers or may be mounted using 316 stainless steel slotted channel. 3.04 CONDUIT OUTLET BODIES APPLICATIONS A. Conduit outlet bodies may be used on conduits up to and including 2-1/2 inches, except where junction boxes are shown or otherwise specified. For conduits larger than 2-1/2 inches, junction boxes shall be used. 3.05 CONDUIT HUB APPLICATIONS A. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. B. When conduits contain equipment grounding conductors the wire shall be grounded to the hub(s)associated with that grounding conductor. 3.06 INSULATED GROUNDING BUSHING APPLICATIONS A. Insulated grounding bushings shall be used to terminate raceways where the raceways enter pad-mounted electrical equipment or switchgear from the bottom where there is no wall or floor pan on which to anchor or terminate the raceway. B. All other raceways shall terminate on enclosures with a conduit hub,except for NEMA 7/4X areas. C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-13 RACEWAYS,BOXES AND FITTINGS Page 13 of 18 3.07 CONDUIT FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be installed where conduits cross structure expansion joints, and where installed in exposed conduit runs such that the distance between expansion-deflection fittings does not exceed 150 feet of conduit run. Expansion-deflection fittings are acceptable in indoor locations out of exposure to direct sunlight or other outdoor locations which are shaded. B. Expansion-deflection fittings are not acceptable for use outdoors unless approved in writing on a case-by-case basis from the Engineer/Owner. Where combination expansion-deflection fittings with exposed non-metallic sections, are approved by the Engineer/Owner for use where exposed to sunlight or other outdoor locations which are shaded, an aluminum wrap shall be installed loosely over the non-metallic portion, extending at least two inches beyond the ends. The wrap shall be loosely secured,to permit movement, with at least two 316 SS fasteners. Nylon tie-wraps are not acceptable. C. On exposed conduit transitions from underground to above ground,where the earth has been disturbed to a depth of more than ten feet, an expansion fitting,with a minimum of six inches available movement, shall be installed on the exposed side of the transition, in lieu of a combination expansion-deflection fitting. 3.08 CONDUIT PENETRATION SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.09 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS A. Fittings consisting of sealing fittings, breathers, drains,with sealing compound and fiber, as specified herein, shall be used as required to meet all the requirements of the National Electrical Code. 3.10 CONDUIT TAG APPLICATIONS A. All conduits shall be tagged within one foot of the entry of equipment, and wall and floor penetrations. B. The Contractor shall tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. 3.11 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment,all entrances shall be of the hub type and sealed with Raceway Sealant, as specified herein. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS A. Where a transition is made from PVC raceway to PVC coated aluminum raceway, the PVC raceway shall terminate in a female adapter.A PVC coated aluminum male threaded end, a CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 26 05 33-14 RACEWAYS,BOXES AND FITTINGS Page 14 of 18 PVC coated aluminum male adapter, shall be threaded into the female threaded PVC adapter.After tightening securely, the PVC-coated aluminum and PVC threaded adapter shall be double layered with two-inch vinyl electrical tape,for a distance of two inches each side of the threaded joint to prevent any contact between any exposed aluminum threads and concrete. 3.13 RACEWAY INSTALLATION A. Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points,junction points or splicing points, until all raceway sections are complete, and all raceway covers are installed for protection of conductors from damage or exposure to the elements. Conductors installed into incomplete raceway systems are considered improperly installed and are in violation of the NEC.The occurrence of wire installed in an incomplete installation, shall require the removal of such conductors from the project site, and replacement of the conductors at with no increase in Contract Time or Schedule. The raceway system shall be completed and inspected by the Engineer/Owner, before new conductors are installed. B. No conduit smaller than 3/4-inch electrical trade size, shall be used, nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be provided as necessary. Conduit reducers which are the same type of the raceway shall be installed where manufacturer-provided enclosures are not available with conduit hubs larger than 1/2- inch at the enclosure to terminate 3/4-inch conduit. The raceway fill shall be adjusted to accommodate the smaller opening in the manufacturer-provided enclosure. The Contractor shall notify the Engineer/Owner prior to the installation of the raceway into enclosures with openings smaller than the specified minimum. Raceways installed without notice are considered unacceptable and may be required to be removed at the Engineer's/Owner's discretion. C. All raceways, installed underground,shall be installed in accordance with Section 26 05 43 Underground System, and be a minimum size of two-inch trade size. D. Where raceways enter or leave the raceway system,where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation,such raceways shall be tightly sealed, using 3M 1000NS Watertight Sealant,or approved equal, at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time.Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the Owner.Cleaning or drying of such damaged equipment will not be acceptable. E. Conduit supports, other than for underground raceways, shall be spaced at intervals of eight feet or less, as required by the NEC and as required to obtain rigid construction. Conduits shall be supported near the entry into any enclosure in accordance with the NEC. Conduits shall not be used to support other conduits, nor shall conduits be supported from cable tray. F. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods.The rods shall be not less than 3/8-inch diameter. Surface mounted panel boxes,junction boxes, conduit,etc. shall be supported by strut, to provide a minimum of 1/2-inch clearance between wall and equipment. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 26 05 33-15 RACEWAYS,BOXES AND FITTINGS Page 15 of 18 G. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, anchors shall be as specified in Section 16045 Electrical Support Hardware. H. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. I. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. Offsets in conduit runs shall all be done at the same point and shall all be the same angle so the entire installation appears to be parallel or concentric at every point. All conduits shall be run perfectly straight and true. J. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquid tight or rigid conduits are required.The use of short seal tight elbow fittings for such terminations will not be permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. K. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The wire shall be grounded to the box. L. Conduits shall be installed using threaded fittings. Running threads will not be permitted. M. All conduit fittings on PVC conduit shall be of the glued type. N. Conduits installed which are not in compliance with these requirements shall be removed and reinstalled at the Engineer's/Owner's discretion. If conductors are installed when the improper installation is discovered,the Contractor shall remove the conductors from the raceway, discard them and remove them from the job site, shall replace them, re-terminate and retag them, retest each conductor in accordance with the specifications and retest the function of the system which they connect in its entirety. No increase in Contract Time or Schedule shall be allowed. O. Liquidtight flexible metallic conduit shall be used for the primary and secondary of transformers,generator terminations and other equipment where vibration is present. Use in other locations is not permitted, except for connections to instrumentation transmitters,where multiple penetrations are required. Liquid tight flexible metallic conduit shall have a maximum length not greater than that of a factory manufactured long radius elbow of the conduit size being used.The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". BX or AC type prefabricated cables will not be permitted. P. Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke. Q. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. R. Raceways terminating in Control Panels or enclosures outdoors or any wet or damp location or any location where plant process equipment is located,or any location not otherwise specifically designated as a dry electrical room,control room or office space,which contain electrical equipment or terminal blocks, shall not enter from the top of the enclosure, and the raceway shall be sealed with a watertight sealant as specified herein. Enclosures entered from the top where top entry is prohibited,will be rejected and shall be removed and replaced regardless of the Division which contains the specification for the enclosure. The use of UL Listed conduit closures to restore the NEMA rating of the enclosure will not be accepted. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260533-16 RACEWAYS,BOXES AND FITTINGS Page 16 of 18 Conduit entering the top of the enclosures shall be removed and re-routed to enter the enclosure from the side or bottom. Conductors installed in top entering conduits shall be pulled back to the nearest conduit body or junction box and re-routed with the conduit, provided the conductors are long enough to be re-terminated. Conductors found to be insufficient in length to be re-terminated shall be completely removed and replaced, re-tested, re-tagged, re-tested and the control function of the panel shall be re-tested. If the enclosure is provided by an OEM, the enclosure and its contents shall be returned to the OEM for a new enclosure. No increase in Contract Price nor increase in Contract Time will be allowed the Contractor for making these corrections. S. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wire way or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. Conduits entering from cable tray shall be stubbed into the upper section. T. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7. U. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. V. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits two inches in diameter and larger prior to installing conductors. W. 3/16-inch polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. X. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc. shall be arranged to drain away from the equipment served. If conduit drainage is not possible,conduit seals shall be used to plug the conduits at the point of attachment to the equipment. Y. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. Z. The use of running threads is prohibited. Where such threads are necessary, a three-piece union shall be used. AA.Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces,cold air plenums, etc. shall be sealed with Watertight Sealant as specified herein. I313.Conduits shall be located a minimum of three inches from steam or hot water piping. Where crossings are unavoidable, the conduit shall be kept at least one inch from the covering of the pipe crossed. CC.Conduits terminating at a cable tray shall be supported independently from the cable tray. Provide a conduit support within one foot of the cable tray.The weight of the conduit shall not bear on the cable tray. DD.AII changes of direction on PVC coated steel conduit greater than 20 degrees shall be accomplished using long radius bends.Any field bends shall be made using equipment designed to prevent damage to the PVC coating. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 26 05 33-17 RACEWAYS,BOXES AND FITTINGS Page 17 of 18 END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 26 05 33-18 RACEWAYS,BOXES AND FITTINGS Page 18 of 18 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-1 UNDERGROUND SYSTEM Page I of 10 2 SECTION 26 05 43 UNDERGROUND SYSTEM PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete is specified in Section 26 05 43 Raceways, Boxes and Fittings. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications,the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price,and with no increase in Contract Time. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1 and Section 26 00 00,shop drawings and product data,for the following: 1. Manholes, handholes and associated hardware. 2. Plastic duct spacers B. 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 be returned unreviewed. 1.04 REFERENCE CODES AND STANDARDS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-2 UNDERGROUND SYSTEM Page 2 of 10 A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. ASTM A615/A615M-06a—Standard Specification for Deformed and Plain Carbon-Steel Bars for concrete Reinforcement 4. ASTM A48—Standard Specification for Gray Iron Castings 5. ASTM A536-Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ASTM A48—Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850-Specifications for underground precast concrete utility structures B. All excavation, trenching,and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards(unless otherwise noted): 1. Occupational Safety and Health Administration(OSHA) a. Excavation safety standards(29 CFR Part 1926.650 Subpart P)-Excavation. 2. American Society for Testing and Materials(ASTM) a. ASTM D 698a—Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-Ibf/ft3(600kN-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA(National Precast Concrete Association)Certified Plant. 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, onsite factory work,or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-3 UNDERGROUND SYSTEM Page 3 of 10 C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous orjobsite exposure will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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, or materials shall be performed by the Contractor at no expense to the Owner. PART2- PRODUCTS 2.01 MATERIALS A. Raceway System 1. Raceway system shall be Schedule 80 PVC Rigid Nonmetallic Conduit(RNC), designed for use aboveground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 5148. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal. 2. PVC coated rigid aluminum conduit shall have a minimum 0.040-inch thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating.The ends of all couplings,fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal.Any field bends shall be made using equipment designed to prevent damage to the PVC coating. 3. All underground raceways of the underground system, terminating in manholes or handholes shall use terminators of the same size and type as the raceway 4. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM- BLA-XXDXXXCR,with rubber gasket,or approved equal. 5. Duct spacers shall be as manufactured by Carlon or equal. 6. Where raceways terminate into existing and new manholes, handholes or structures,the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti HIT 150 MAX epoxy anchoring system.The termination of the duct bank steel shall utilize a minimum 24-inch length of reinforcing bar anchored not less than four inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. Q 7. Concrete encasement for raceways and ductbanks shall be normal weight concrete weighing not more than 145 pounds per cubic foot with compressive strength,a minimum of 3500 pounds per square inch, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of 3/4-inch, a slump of four to six inches and flow freely without the use of vibrators. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-4 UNDERGROUND SYSTEM Page 4 of 10 Install red dye of 40 pounds per 10 cubic yards of concrete, installed in the truck at the concrete plant. 8. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. B. Manholes and Handholes 1. General a. Manholes and handholes shall be of the precast concrete type, designed for a Class H2O load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast, Mansfield,TX,or approved equal. 2. Construction a. Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 PSI. Cement shall be Type 1 or Ill. Reinforcing steel shall be Grade 60 with minimum yield strength of 60,000 PSI. Design loadings shall be H-20-44 w/impact. b. The top of all manholes shall be field removable and have stainless steel lifting eyes. c. Duct bank entries into the manhole or handhole shall be centered on the entering wall,and shall contain the appropriate number and size of duct terminators to match the corresponding duct bank. d. Each manhole and handhole shall have a minimum size of 1 inches by 12 inches by 2 inches deep concrete sump in the middle of the floor of the manhole or handhole, or as shown on the Drawings. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36-inch machined gray iron, and AASHTO M306-04/ASTM A48 CL35B Minimum,40,000-pound proof load value(Class H2O X 2.5)"True Traffic"load covers, complete with frame,and"Electric"or"Communication" raised lettering recessed flush,as required,on the cover. Covers shall be V-1600-5,with drop handles as manufactured by East Jordan Iron Works,Ardmore,OK b. All castings shall be made in the USA, cast with the foundry's name, part number, "Made in USA", and production date(example: mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein.All casting shall be true to pattern in form and dimension,free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended.Angles shall be filleted, and arises shall be sharp and true. 4. Access Hatch a. Where access hatches are shown on the Drawings, hatches shall be heavy duty aluminum,for H-20 load rating, sized as shown on the Drawings. Hatches shall be CHS Series as manufactured by East Jordan Iron Works,Ardmore, OK. b. Material shall be 6061-T6 aluminum for bars, angle and extrusions. 1/4-inch diamond plate shall be 5066 aluminum. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-5 UNDERGROUND SYSTEM Page 5 of 10 c. Unit shall have a heavy duty pneumatic-spring,for ease of operation when opening cover. Cover shall be counter-balanced so that one person can easily open the hatch door. d. Frame shall be of extruded aluminum with a continuous 1-1/4 inch anchor flange. A dovetail groove shall be extruded into the seat of the frame with a 1/8"silicone gasket. e. Hinges shall be of heavy-duty design,the material shall be grade 316 stainless steel, with a 3/8-inch grade 316 stainless steel pin. Hinge shall be bolted to the channel frame and diamond plate with grade 316 stainless steel bolts and nylon lock nuts. Aluminum shall be supplied with mill finish. Exterior of frame which comes in contact with concrete shall have one coat black primer. f. Each hatch shall be supplied with a stainless steel slam lock,with the keyway protected by a threaded aluminum plug. The plug shall be flush with the top of the 1/4-inch diamond plate. The slam lock shall be fastened with grade 316 stainless steel bolts and washers. g. Each hatch shall be equipped with a stainless steel lift handle. Lift handles shall be flush with top of 1/4-inch diamond plate. h. Each hatch shall be supplied with a 1-1/2-inch threaded drain coupler on underside of channel frame for pipe connection. 5. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8 inches, 14 inches, and 20 inches, each supporting a load of not less than 250 pounds at the outer end. Racks shall be molded in one piece of U.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall be secured to the manhole and walls by drilled, Hilti HIT-HY 150 MAX epoxy anchoring system,with Hilti 316 stainless steel bolts.Arms for racks shall be vertically spaced not greater than 24 inches on centers. b. Pulling irons shall be of copolymer polypropylene coated 1/2-inch diameter cable, with a rated pulling strength of 7500 pounds and a polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland OR. c. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18-inch rung width with 12-inch rung spacing, Safrail as manufactured by Strongwell Corp., Bristol,VA. Furnish a total of two ladders, each of a length four feet greater than the deepest manhole in the underground system. C. Polyethylene Warning Tape 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. Brady Detectable Identoline CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-6 UNDERGROUND SYSTEM Page 6 of 10 b. Approved Equal 2. 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. 3. Warning tape shall be metal detectable polyester with subsurface graphics, black letters on red tape. The tape shall meet the OSHA 1926.956(c)(1), two-inch minimum width,for location tracing. PART 3- EXECUTION 3.01 GENERAL A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor,or to reduce the length of duct run as designed,will not be permitted.The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and,after approval, shall proceed with the installation. B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in conformance with the conduit manufacturers instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. C. The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. D. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 inches per 100 feet. E. Reinforce raceway banks as shown on the Drawings. F. A#4/0 stranded bare tinned copper ground conductor shall be installed along the top of the rebar cage, as shown on the Drawings,for the full length of each duct run between manholes and handholes,and bonded to a ground rod in the vicinity of each manhole and handhole. G. Lay raceway lines in trenches on compacted earth as specified herein. H. Use plastic spacers located not more than four feet apart to hold raceways in place. Spacers shall provide not less than two-inch clearance between raceways. I. The minimum cover for raceway banks shall be 24 inches unless otherwise permitted by the Owner/Engineer. J. Raceway terminations at all manholes,existing and new,shall be with terminator for PVC conduit. K. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes, and all entrances and exits to the underground system. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-7 UNDERGROUND SYSTEM Page 7 of 10 L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be sealed with 3M 1000NS Watertight Sealant,or approved equal. M. No wire shall be pulled until the duct system has been completed in every detail. N. Swab all raceways clean before installing cable. O. Train cables in manholes and handholes and support and restrain them on cable racks.All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. P. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. 0. The Contractor shall tag all underground conduits at all locations, exiting and entering from underground, including manholes and handholes. R. The minimum raceway size shall be 2-inch. 3.02 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches.At the Contractor's option, topsoil may be otherwise disposed of and replaced,when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer.Trench width shall be a practical minimum, but not less than 6 inches greater on each side, than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of sub grade soils.The trench may be excavated by machinery to, or just below, the designated sub grade, provided that material remaining in the bottom of the trench is no more than slightly disturbed.Sub grade soils which become soft,loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-8 UNDERGROUND SYSTEM Page 8 of 10 methods, shall be removed and replaced by gravel fill, of aggregate as specified herein, as required by the Owner/Engineer at the Contractor's expense. 3.03 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer,or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever.All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is no larger than one-half the minimum clear spacing between electrical ducts,and a maximum coarse aggregate size of 3/4-inch. 3.04 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hours after placing of any concrete embedment, have lapsed. C. Where the duct banks are laid in the yard,the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non-porous material, in layers not to exceed eight inches in loose measure and compacted to 90% standard Proctor density at optimum moisture content of+/-4%.The backfill shall be mounded six inches above the existing grade or as directed by the Owner/Engineer.Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas, it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the duct banks are laid in paved areas or designated future paved areas,existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed eight inches loose measure and compacted at optimum moisture content(+/-3%)to 95%standard Proctor density. E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 pounds.The material being spread and compacted shall be placed in layers not over eight inches loose thick. If necessary,sprinkling shall be employed in conjunction with rolling or ramming. F. Bituminous paving shall not be placed in backfill. G. Water jetting will not be accepted as a means of consolidating or compacting backfill. H. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.05 RESTORING TRENCH AND ADJACENT SURFACES CITY OF FORT WORTH village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260543-9 UNDERGROUND SYSTEM Page 9 of 10 A. In paved areas,the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B. In sections where the duct bank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust,or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes,vacuum cleaner,or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—last Revised Add.#2 260543-10 UNDERGROUND SYSTEM Page 10 of 10 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 260573-1 POWER SYSTEM STUDY Page 1 of 8 SECTION 26 05 73 POWER SYSTEM STUDY PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall provide a Power System Study for the electrical power system, including a Short Circuit Study,Coordination Study,Arc Flash Hazard Study, Motor Starting Voltage Drop Study and additional studies as listed below.A Load Flow Study shall be supplemented with appropriate load factors, by the Study Engineer, in consultation with the Owner/Engineer. B. The electrical power system shall be deemed to include the utility company's transformer,the Owner's entire power distribution system, all existing and new system components, including any on-site standby generation. The short circuit and coordination study reports shall provide an evaluation of the electrical power systems and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the Contractor. The Study shall include settings for all motor protective relays and electric system monitoring devices. C. The Contractor shall include the use of his own forces to obtain all pertinent data necessary for the successful completion of the Power System Studies, including information on all existing and new equipment and wiring pertinent to the Study.This shall be interpreted to include all cable and raceway data, data for new and existing motors,data from all[existing and/or]new switchgear, motor control centers, panel boards, and separately mounted fuses, starters and circuit breakers. Obtain all existing or new protective device information to include all present settings. The Contractor shall obtain any needed data or information from Contract Documents,various suppliers, the Electric Utility and from conducting his own field investigations. If, in his field investigations,the Contractor encounters conflicts between the Contract Documents and the field conditions, the Contractor shall immediately notify the Owner/Engineer for a resolution to the conflict. Copies of the data obtained, shall be organized and submitted to the Owner/Engineer at the same time of transmittal to the Study Engineer,to show that all the requested data gathering work has been completed. 1.02 RELATED WORK A. The related work, associated with this Section, shall include all Sections of the Specifications, and the Contract Drawings. B. The Contractor shall diligently prosecute the work of providing the information required, to the Study Engineer, particularly that information required from the Contractors electrical equipment suppliers. 1.03 SUBMITTALS A. The Contractor shall, not later than three(3)weeks after Contract Award, provide a submittal of the name and qualifications of the Study Engineer,for approval. B. The Contractor shall provide two individual submittals: 1. The first submittal shall be considered a Preliminary Submittal, in that it shall consist only of the Short Circuit Study results, based upon sound engineering reasonable assumptions,where known values are not available.This submittal shall be used by the Study Engineer to ascertain the short circuit current rating of the related equipment. This CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-2 POWER SYSTEM STUDY Page 2 of 8 submittal shall be made for approved prior to any shop drawing submittal being reviewed for electrical equipment for which the results of this preliminary study are required. 2. The final submittal shall be the Final Submittal as defined in this Section.The Contractor is hereby advised that, no electrical equipment for which the results of the final study are required, shall be energized until such results have been applied to such electrical equipment, and certified as Settings Complete by the manufacturer's field representative. C. The Contractor shall, upon completion of the studies, submit the studies for approval to the Owner/Engineer.The study submittal shall include all of the input and output data files in electronic format for use directly with the specified study software.The Study shall include an actual size sample of an Arc Flash and Shock Hazard label with typical information shown. The Contractor shall allow not less than three(3)calendar weeks for review of the studies by the Owner/Engineer.The submittal shall not contain unresolved questions,conflicts or selective device coordination conflicts.A submittal containing such questions or conflicts will be returned unreviewed,and shall not be resubmitted until such questions or conflicts have been resolved. D. The completed,sealed,and signed studies,with all known issues resolved, shall be submitted to the Owner/Engineer for approval, not less than thirty(30)days prior to site delivery of any equipment containing protective devices requiring selections and settings for certification by the manufacturer. Final copies shall be in electronic form (Adobe PDF formatted files). SKM data files shall be provided at the same time in electronic format. 1.04 REFERENCE CODES AND STANDARDS A. The specified studies shall be in accordance with the latest versions of the following codes and standards. 1. IEEE Standard 1584—IEEE Guide for Performing Arc-Flash Hazard Calculations, Including Amendment 1584a-2004. 2. NFPA-70E—2004-Standard for Electrical Safety Requirements for Employee Workplaces. 3. ANSI/NFPA 70—National Electrical C B.The studies shall be performed using SKM Power Tools Electrical Engineering Analysis Software for Windows. 1.05 QUALITY ASSURANCE A. The studies shall be performed by an Electrical Engineering Services firm,who is regularly engaged in power system studies.The studies shall be performed by a Licensed Professional Electrical Engineer of the firm with proficiency in electrical power systems engineering and shall seal and sign the final completed power system studies.The Study Engineer shall be licensed to practice engineering in the state where the electric equipment is to be installed. B. The studies shall be performed using SKM Power Tools Electrical Engineering Analysis Software for Windows. C. Computer Model Revision Control 1. The Study Engineer shall check out and receive from the Owner, prior to executing the Study,the base model computer file to be used with the SKM System Analysis computer program.The Study Engineer shall be responsible for the return of this computer file to Owner upon completion of the Study and acceptance of the Report by the Owner/Engineer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-3 POWER SYSTEM STUDY Page 3 of 8 2. The Study Engineer shall incorporate the Study conducted for this Contract into the overall base model computer file. The updated file shall be returned to the Engineer for review along with the Report Submittal. 3. The Study Engineer shall forward the updated base model computer file to the Owner upon approval of the Report Submittal.This shall constitute checking this file back in to the Owner. Should the Report Submittal be rejected for any reason,the base model computer file shall be returned to the Study Engineer for further use. 1.06 SCHEDULE OF WORK A. The selection of the Study Engineer shall be performed in a timely manner, in accordance with the time specified, and the Study performed and submitted as specified above. B. The completed studies,with all known issues resolved, shall be submitted to the Owner/Engineer for approval, as specified above. PART 2- STUDIES 2.01 ELECTRICAL ENGINEERING SERVICES FIRMS A. Subject to compliance with the Contract Documents, the following services firms are acceptable: 1. Cutler Hammer Engineering Services 2. General Electric Co. Engineering Services 3. Schneider Electric Engineering Services 4. Allen Bradley Co. Engineering Services 5. Approved Equal 2.02 SHORT CIRCUIT AND COORDINATION STUDY A. Provide a complete short circuit study. Include three phase, phase-to-ground calculations and X/R ratios. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions, shall be thoroughly addressed in the study. Provide single phase to ground and three phase to ground fault information. The study shall assume all motors are operating at rated voltage with the exception that motors, identified as"standby,"shall not be included. Electrical equipment bus impedances shall be assumed as zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the switchgear busses, switchboard busses, motor control centers and panelboards.The study shall be performed using actual available short circuit currents as obtained from the Electric Utility.An assumption of infinite bus for the purposes of the study is not acceptable. B. Provide a protective device coordination study. The study shall include all electrical equipment provided under this Contract, including Control Panels containing power and protection equipment lighting panels and power panels. The Study shall include any upstream or downstream equipment that has an impact on the Coordination Study.The study shall show transformer damage curves, cable short circuit-withstand curves and motor curves. The CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-4 POWER SYSTEM STUDY Page 4 of 8 phase overcurrent and ground fault protection shall be included, as well as settings for all other adjustable protective devices.All motor monitoring relays and protective or monitoring devices that are a part of a suppliers equipment, such as soft starters or adjustable frequency drives shall be included. Include the last protective device in the Electric Utilities' system feeding each facility being considered. Include all medium voltage switchgear,distribution switchboards, motor control centers and 480 Volt panelboard main circuit breakers. Complete the short circuit study down to the main breaker or largest feeder on all on all 480 Volt panelboards. Panelboard branch circuit devices need not be considered.The phase overcurrent and ground-fault protection shall be included,as well as settings for all other adjustable protective devices.All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment, such as soft starters or adjustable frequency drives, shall be included. Include the last protective device in the Electric Utilities system feeding each facility being considered. C. Provide an equipment evaluation study to determine the adequacy of the fault bracing of all bus from the panel board level up to the main switchgear or protective device. Include circuit breakers,controllers, surge arresters, busway, switches,and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. D. Selective device coordination is required between protective devices in equipment specified in each Section of the Electrical Specifications,and between each piece of electrical equipment, including existing equipment, supplied for this project. If the Study Engineer, in the course of his work,determines that selective coordination cannot be obtained in or between pieces of existing and new equipment as specified, he shall immediately notify the Contractor, provide his supporting information to the Contractor,who shall transmit the information to the Owner/Engineer for resolution of the problem. E. As a minimum,each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays,direct- acting trips,fuses,etc. b. Type designation,current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their sub transient reactance. f. Sources of short circuit currents such as utility ties, generators,synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected.Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. g. All significant circuit elements such as transformers, cables, breakers,fuses, reactors, etc shall be included. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-5 POWER SYSTEM STUDY Page 5 of 8 h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Transformer and/or reactor impedances. d. Cable impedances. e. System voltages. f. Grounding scheme(resistance grounding, solid grounding,or no grounding). 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. F. Provide Time-Current Curves on 8-1/2 X 11 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch on the coordination curve drawing. Provide separate drawings for ground fault coordination curves. Use the names designated in the Contract Documents. Include motor and transformer damage curves,and cable short circuit withstand curves. 2.03 ARC FLASH HAZARD STUDY A. The Power System Study shall include an Arc Flash Hazard Study that shall present the level of arc flash hazard for each item of electrical equipment, and the appropriate level of protection required per OSHA standards. B. The analysis shall be performed with the aid of computer software intended for the purpose, in order to calculate Arc-Flash Incident Energy(AFIE)levels and flash protection boundary distances. C. The analysis shall be performed under worst-case Arc-Flash conditions, and the final report shall describe,when applicable, how these conditions differ from worst-case bolted fault conditions. D. The calculations shall be performed in accordance with IEEE 1584-2004 and safe approach requirements determined in accordance with NFPA-70E-2004. E. Results of the Analysis shall be submitted in tabular form, and shall include, device or bus name, bolted fault and arcing fault current levels,flash protection boundary distances, personal-protective equipment and AFIE levels. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-6 POWER SYSTEM STUDY Page 6 of 8 F. After approval of the Study, The Study Engineer shall provide and affix labels as may be required for each item of electrical equipment furnished on the project. A typical warning sign shall be submitted with the Study for approval, and as shown below. 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Prohibited Boundary. 5. Incident Energy Level. 6. Required Personal Protective Equipment Class. 7. Type of Fire Rated Clothing. G. Size of each label shall be not less than 4 inches wide and 3 inches tall. 4 Arc Flash and Shock Hazard FWh Haw"6aumary _wUam•FU%h Mord tl 1•Irmb" Ppa L*wl �_�sriedi NuAra wign 4ewr 1. !_Lkf^"Appwd"h _RNUfasM Apptwoh _Prah"**Appluaall ■4WpMM MIYnI; 2.04 MOTOR STARTING VOLTAGE DROP STUDY A. The motor starting study shall be provided for motors over 100 HP,full voltage started.. B. The study shall select the largest motor on a bus and shall assume all other motors on that bus are running. Where a Main-Tie-Main bus configuration is present, the study shall be done with both Main breakers closed and the Tie breaker open, and with one Main open and the Tie breaker closed. C. Where the Utility feeders are feeding the switchgear,the study shall be done for each feeder based on the actual system impedance for each utility feeder. D. A motor starting analysis shall be made where on-site standby generation is available to power the MCC using only the available power from the generator. If the generator has been sized to run only part of the load,then the system shall be modeled with only that part of the load running. PART 3- EXECUTION 3.01 FIELD SERVICES CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-7 POWER SYSTEM STUDY Page 7 of 8 A. Sign Installation Certification 1. When the sign installation is complete,the Contractor and the Owner/Engineer shall jointly inspect the locations and to provide to the Owner/Engineer's satisfaction that signs are installed in all of the recommended locations indicated in the Study. B. Training 1. The Contractor shall provide the services of the Arc-Flash Training Engineer,for a period of not less than one eight(8)hour working day,to conduct a training program for the Owner's personnel, in the care,application and use of protective personal equipment, described by the warning signs installed on the project. The training program shall be conducted at a location onsite determined by the Owner,and shall include specific equipment locations as may be required for instruction. Applicable information from the Study shall be provided to the attendees. C. The cost of Field Services shall be included in the Contract Price. D. The Owner reserves the right to videotape the training for the Owner's use. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 260573-8 POWER SYSTEM STUDY Page 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 261116-1 SUBSTATION TRANSFORMERS Page 1 of 12 SECTION 26 11 16 2 SUBSTATION TRANFORMERS PART 1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall provide substation transformer complete and operable, as specified herein and as shown on the Drawings. B. The manufacturer of the substation transformer, as approved from the list of manufacturers listed in Part 2.01 of this Specification, shall furnish composite drawings,factory designed, of transformer with appurtenances. 1.02 RELATED WORK A. Division 03 for concrete specifications 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. 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.All shop drawing shall be submitted as one complete package. Partial submittals will not be accepted for review,and will be returned unreviewed. 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. Shop Drawings and Product Data.The following information shall be submitted for approval. All drawings, plans, elevations, schematics, etc. shall show the substation as an integrated package.Submittals of individual components only will not be acceptable: 1. Master drawing index 2. Front view elevation 3. Floor plan 4. Top view 5. Single line diagram 6. Schematics 7. Nameplate schedule CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-2 SUBSTATION TRANSFORMERS Page 2 of 12 8. Insulating fluid data sheets 9. UL Listing of the completed assembly. 10. Component list with detailed component information, including original manufacturer's part number. 11. Control panel layout, including wiring detail showing all components and terminations for transformer instrumentation a. Sudden pressure relay b. Temperature sensing and overtemperature switch c. Differential relay d. Current transformer terminations and ratings 12. Conduit entry/exit locations 13. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current d. Basic impulse level (BIL) 14. Descriptive bulletins 15. Product data sheets. 16. Number and size of cables per phase, neutral if present,ground and all cable terminal sizes. 17. Major component ratings including: a. Voltage b. Continuous current c. Temperature rise 18. Cable terminal sizes. E. Factory Tests. Submittals shall be made for factory tests specified herein. 1. Descriptive bulletins 2. Product data sheets. 3. Cable terminal sizes. CrrY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 261116-3 SUBSTATION TRANSFORMERS Page 3 of 12 4. Major component ratings including: a. Voltage b. Continuous current c. Temperature rise d. Current transformers on primary and secondary side for differential protection. 5. Cable terminal sizes. F. 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. G. 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. H. Factory Witness Tests 1. Prior to witnessed factory tests, manufacturer shall submit letter which says the equipment has been pretested at the factory and is ready for the testing. 2. An agenda and semi-detailed timeline of activities for the testing prior to leaving for the factory. The timeline shall allow enough time to test each piece of equipment even if it is the same type of equipment and some time for retesting if necessary. 1.04 REFERENCE CODES AND STANDARDS A. All equipment furnished under this Specification shall be designed and manufactured according to the latest revision of the following standards, unless otherwise noted.All work specified herein shall conform to or exceed the applicable requirements of the National Electrical Code(NEC); provided,where a local code or ordinance is in conflict with the NEC, the provisions of said local code or ordinance shall take precedence. For additional requirements, see Section 26_00_00 Electrical—General Provisions. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. C. Standard Requirements for Instrument Transformers. 1. ANSI 5.ANSI/IEEE C57.13 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-4 SUBSTATION TRANSFORMERS Page 4 of 12 D. The power and regulating transformers in this specification shall be designed and manufactured according to the latest revision of the following standards(unless otherwise noted). 1. C57.12.00 ANSI/IEEE Standard General Requirements for Liquid-immersed Distribution, Power and Regulating Transformers. 2. C57.12.10 Safety Requirements 230 kV and Below 833/958 through 8,333/10,417 kVA, Single-Phase, and 750/862 through 60,000/80,000/100,000kVA,Three-Phase Without Load Tap Changing; and 3,750/4,687 Through 60,000/80,000/100,000 kVA with Load Tap Changing. 3. C57.12.28 Pad-Mounted Equipment-Enclosure Integrity. 4. C57.12.70 American National Standard Terminal Markings and Connections for Distribution and Power Transformers. 5. C57.12.80 IEEE Standard Terminology for Power and Distribution Transformers. 6. C57.12.90 IEEE Standard Test Code for Liquid-Immersed Distribution, Power, and Regulating Transformers and IEEE Guide for Short-Circuit Testing of Distribution and Power Transformers. 7. C57.92 Guide for Loading FR3-Oil-Immersed Power Transformers Up to and including 100 MVA with 65°C or 55°C Average Winding Rise. 8. C57.98 Impulse Tests, Guide for Transformer(Appendix to ANSI/IEEE C57.12.90) 9. ASTM D877 Test Method for Dielectric Breakdown Voltage of Insulating Liquids Using Disk Electrodes. 10. ANSI Z55.1 Gray Finishes for Industrial Apparatus and Equipment. 11. NEMA TR-1-1993 transformers, regulators and reactors,Table 0-2 audible sound levels. 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 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. 1.06 JOBSITE DELIVERY,STORAGE AND HANDLING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add#2 261116-5 SUBSTATION TRANSFORMERS Page 5 of 12 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 seven (7)calendar days of arriving onsite. If the equipment cannot be installed within seven (7)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. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 3 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. General Electric Co. 2. Eaton/Cooper Power Systems 3. Schneider Electric 4. Virginia Transformer 5. ABB 6. Siemens 7. No equal CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-6 SUBSTATION TRANSFORMERS Page 6 of 12 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 transformers described in this specification shall be designed for operation on the voltage systems as shown on the Drawings. Each transformer shall have the following ratings: 1. Primary Voltage 12.47 kV 2. Primary BIL 90 kV 3. KVA Rating 3750/4200/5250 kVA KNAN 4. Secondary Voltage 2400 V 5. Temperature Rise 55/65°C 2.03 CONSTRUCTION A. General 1. Nameplates a. External 1) Furnish nameplates for each device as specified herein and as indicated on the Drawings.All nameplates shall be laminated plastic, black lettering on a white background,attached with stainless steel screws.There shall be a stainless steel master nameplate that indicates equipment ratings, manufacturer's name, shop order number and general information. b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons,switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters,and warning nameplates shall be red with white letters. 2.04 TRANSFORMER A. Transformer 1. Transformers shall be of the type, voltage, and rating as shown.Transformer shall be filled with type FR3 EnvironTemp fluid. 2. Transformers shall conform to ANSI C57.12.00, nominal 5.75%impedance, and shall have all applicable standard accessories. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 261116-7 SUBSTATION TRANSFORMERS Page 7 of 12 3. The transformer shall be self-cooled.Type KNAN 4. Connections shall be Delta-Solidly Grounded Wye,with fully insulated XO bushing. 5. The transformer shall be furnished with full capacity high-voltage taps. The tap changer shall be clearly labeled to reflect that the transformer shall be de-energized before operating the tap changer as required in Section 5.1.1 of ANSI C57.12.10. The tap changer switch shall be an externally operated, snap action switch with a lever handle. Padlocking provisions are available for lever handles. The units shall have tap configurations of two-2'/%taps above and two—2'/%taps below rated voltage. 6. The transformer shall have a 550/650C average winding temperature rise rating. The above winding temperature rise shall not exceed 55°C when loaded at base kVA rating based on a 24 hour average, 30°C ambient with a maximum of 40°C for no more than four hours. The transformer shall provide an additional 12%capacity at the 65°C rating. 7. The transformer shall have fans. All hardware and controls shall be provided as needed. 8. The secondary bushings shall be electrical grade wet process porcelain.—or molded epoxy, sidewall mounted with a full length air terminal chamber for bottom cable entry. The air terminal chambers shall be provided with pad lockable hinged doors with single handle operated 3-point latches. The primary side air terminal chamber shall be oversized for the installation of station class lightning arresters. 9. The windings shall be copper.The core and coil shall be vacuum processed to ensure maximum penetration of insulating fluid into the coil insulation system. 10. The dielectric coolant shall be listed less-flammable fluid meeting the requirements of National Electrical Code Section 450-23 and the requirements of the National Electrical Safety Code(IEEE C2-2002), Section 15.The dielectric coolant shall be non-toxic, non- bioaccumulating and be readily and completely biodegradable per EPA OPPTS 835.3100.The fluid shall be certified to comply with the US EPA Environmental Technology Verification(ETV)requirements, and tested for compatibility with transformer components.The fluid shall be Factory Mutual Approved, UL Classified Dielectric Medium (UL-EOUV)and UL Classified Transformer Fluid(UL-EOVK), Envirotemp FR3TM fluid. 11. The tank shall be of welded construction with extra-heavy duty,welded-in-place lifting lugs and jacking pads. The tank base shall be designed to allow skidding or rolling in any direction. 12. The transformer tank shall be of sealed tank construction with sufficient strength to withstand a pressure of 7 psig without permanent distortion, and 15 psig without rupturing. 13. The tank shall include a pressure relief valve as a means to relieve pressure in excess of pressure resulting from normal operation. The venting and sealing characteristics shall be as follows: a. Cracking Pressure: 10 psig +/-2 psig b. Resealing Pressure: 6-psig minimum c. Zero leakage from reseal pressure to-8 psig CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-8 SUBSTATION TRANSFORMERS Page 8 of 12 d. Flow at 15 psig: 35 SCFM minimum 14. Primary connections shall be by underground cables from below. 15. The primary bushings shall be electrical grade wet process porcelain,sidewall mounted with full length air terminal chamber for bottom cable entry.The air terminal chamber shall be provided with pad lockable hinged doors with single handle operated 3-point latches. 16. The tank shall be complete with a stainless steel laser engraved nameplate. This nameplate shall meet ANSI C57.12.00 for Nameplate B. 17. Provide a grounding pad on the transformer tank, sufficient in size to accommodate the grounding conductors shown on the Drawings. 18. Provide non-metallic cable supports between the bottom of the air terminal chamber and the transformer terminals in both the primary and secondary air terminal enclosures. B. Instrument Transformers 1. All instrument transformers shall be relaying accuracy type. 2. Current transformers shall be as shown on the Drawings. Current transformer mechanical ratings shall equal the BIL rating of the associated power transformer winding 3. All current transformer secondary wiring shall be terminated at shorting terminal blocks located in the transformer control box. 4. 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. Crimp-type, uninsulated spade terminals shall be furnished on all wire ends,except where non-insulated ring terminals are used to connect to fuse blocks, and instrument transformer studs. Secondary control wires shall be armored where they pass through primary compartments. 5. All required controls between the transformer and medium voltage sealed deadfront distribution switchgear(26 13 22). C. Accessories:The following standard accessories shall be provided: 1. De-energized Tap Changer 2. 1.0°Upper Fill Plug with Filter Press Connection 3. 1.0°Drain/Sampling Valve 4. Automatic Pressure Relief Valve 5. Welded Cover with Bolted Manhole 6. Lifting Lugs(4) 7. Liquid Level Gauge CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 261116-9 SUBSTATION TRANSFORMERS Page 9 of 12 8. Dial Type Thermometer with dual independent contacts wired to terminal block in transformer control box. (ANSI Device 49) 9. Pressure/Vacuum Gauge 10. Sudden pressure rise relay(ANSI device 63)with auxiliary relay contacts wired to terminal block in transformer control box. 11. SS Ground Pads(4) 12. Nitrogen Blanket with Bleeder and Purge Valve 13. Pressure Relief Device -5000 cfm. 14. Touch-up Paint 15. NEMA 4X Control Box(top penetration of the control box is prohibited) 16. Transformers shall be dual temperature rated type. One single pole double throw alarm contact shall be provided for each of the following instruments,wired to a common alarm junction box: a. Liquid Level Alarm b. Temperature Alarm 17. Provide a single phase control power transformer in the secondary air terminal chamber complete with primary and secondary fuses wired to the transformer control enclosure to provide control power to all control components requiring power, and sized to operate fans. 18. Provide station class lightning arresters for the primary bushings. MCOV for solidly grounded 12,470 V system. 2.05 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. Functions to be brought out shall be as described in the Control Strategies. 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. 2.06 FACTORY TESTS A. General: All materials shall be tested and inspected in accordance with Section 26 00 00 and the following requirements. B. Transformer 1. A certificate of design tests as listed in ANSI C57.12.00, previously conducted on one step-down transformer of similar rating to that specified herein shall be submitted. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-10 SUBSTATION TRANSFORMERS Page 10 of 12 2. Routine tests on the rated voltage shall be conducted on each step-down transformer supplied herein. Certificates for each test shall be submitted. The production testing program shall conform to ANSI Test Code C57.12.00, and shall include, but not be limited to,the following tests: a. Resistance measurements of all windings. b. Core insulation resistance c. Ratio tests on all tap connections. d. Polarity, and phase relation tests. e. Insulation power factor f. No-load loss at 100%and 110%of rated voltage. g. Excitation current measurement at 100%and 110%of rated voltage. h. Impedance voltage, and load loss measurements. i. Applied potential test. j. Induced potential test. k. Dielectric tests I. Partial discharge test m. Operational test of all devices n. Dissolved gasses in oil analysis o. Mechanical leak test 3. The manufacturer shall provide three(3)certified copies of factory test reports. C. The manufacturer shall provide three(3)certified copies of factory test reports as specified in Paragraph 1.03D. PART 3- EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer's field engineer to assist the Contractor in installation and start-up of the equipment specified under this section for a period of not less than 10 working days.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 therein. B. The Contractor shall provide three(3)copies of the manufacturer's field start-up report. 2 3.02 INSTALLER'S QUALIFICATIONS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-11 SUBSTATION TRANSFORMERS Page I I of 12 A. Installer shall be specialized in installing secondary unit substations with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.03 EXAMINATION A. Examine installation area to assure there is enough clearance to install the transformer. B. Check concrete pads for uniformity and level surface. C. Verify that the transformer is ready to install. D. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. The Contractor shall anchor the transformer in accordance with the instructions and details provided in the manufacturers Installation Manual. C. Contractor shall be responsible for terminating cables in accordance with Section 26 05 13 Medium Voltage Cables. D. The contractor shall install and test all equipment and wiring for the secondary equipment. E. Install required safety labels. 3.05 FIELD QUALITY CONTROL A. Inspect installed substation 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 circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. 3.07 FIELD TESTING A. The Contractor shall sample transformer insulating liquid and submit a test report on the sample water content to the Engineer prior to energization. B. Test dielectric liquid to ASTM D877, using 25,000 volts minimum breakdown voltage,after installing transformer and before energizing it from system. C. Inspect installed transformers for anchoring, alignment, grounding and physical damage. D. Check tightness of all accessible mechanical and electrical connections with calibrated torque wrench. Minimum acceptable values are specified in manufacturer's instructions. 3.08 CLEANING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2611 16-12 SUBSTATION TRANSFORMERS Page 12 of 12 A. Clean interiors of control and termination boxes 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. 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. B. The Contractor shall provide three(3)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(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 O&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,transformers, 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 11,2017—Last Revised Add.#2 2612 19-1 PAD-MOUNTED TRANSFORMERS Page 1 of 10 2 3 SECTION 26 12 19 PAD-MOUNTED TRANSFORMERS PART1 - GENERAL 1.01 SCOPE OF WORK 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. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 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 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 without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-2 PAD-MOUNTED TRANSFORMERS Page 2 of 10 D. Submittals shall also contain information on related equipment to be furnished under this Specification. Incomplete submittals not containing the required information on the related equipment will also be returned without review. 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. 7. Insulating fluid data, including environmental details 8. Conduit entry/exit locations 9. Ratings including: a. kVA b. Primary and secondary voltage c. Taps d. Primary and secondary continuous current e. Basic Impulse/Insulation level(BIL) f. Impedance g. Insulation class and temperature rise h. Sound level 10. Cable terminal sizes or dead front elbow information. 11. Specified accessories F. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-3 PAD-MOUNTED TRANSFORMERS Page 3 of 10 c. Recommended renewal parts list d. 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 fluid. 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 GrdGrounded 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 years.When requested by the Engineer, an acceptable list 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2612 19-4 PAD-MOUNTED TRANSFORMERS Page 4 of 10 G. Transformers manufactured more than 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 copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting,skidding,jacking and moving using rolling equipment to place the equipment. bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. 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 14 calendar days of arriving onsite. If the equipment cannot be installed within 14 calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractors 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. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two 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. PART2- PRODUCTS 2.01 MANUFACTURERS A. Manufacturers 1. General Electric 2. Eaton 3. Square D CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-5 PAD-MOUNTED TRANSFORMERS Page 5 of 10 4. Virginia Transformer 5. 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. (55/65/OA) 2. Impedance: 5.75%(ANSI Standard Tolerance) 3. HV: As shown on the Drawings. 4. HV BIL 95 kV BIL for 15KV 60 KV BIL for 5 KV 5. HV de-energized Taps: +/- 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. Insulating Fluid 1. Vegetable oil 2. In accordance with the latest edition of the NEC 3. High fire point fluids shall be Factory Mutual and UL approved. 4. Manufacturers a. Cargill FR3 b. Approved or equal 5. The transformer manufacturer shall certify that the transformer is non-PCB containing no detectable PCBs. 6. Do not provide nonflammable transformer liquids including askarel and insulating liquids containing tetrachloroethylene, perchloroethylene, chlorine compounds, or halogenated compounds CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-6 PAD-MOUNTED TRANSFORMERS Page 6 of 10 B. The transformer shall carry its continuous rating with average winding temperature rise by resistance that shall not exceed 55°C, based on average ambient of 30°C over 24 hours,with a maximum of 40°C.The insulation system shall allow an additional 12%kVA output at 65°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. 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. J. 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°C to 105°C.When necessary to meet the temperature rise rating specified above,flat cooling panels of the common header type shall be provided. K. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-7 PAD-MOUNTED TRANSFORMERS Page 7 of 10 L. 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°C class. M. 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%overvoltage excitation.The cores shall be properly annealed to reduce stresses induced during the manufacturing processes and reduce core losses. N. 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. O. 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. P. Transformer shall be vacuum-filled with the appropriate fluid as indicated above. The process shall be of sufficient vacuum and duration to ensure 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. Dial-type thermometer B. Liquid level gauge(May equip with alarm contacts but if so equipped, remember to connect to SCADA or an alarm panel) C. Pressure-vacuum gauge A D. One-inch drain valve with sample valve for oil testing. Provide externally accessible port for oil sampling and testing. E. Pressure relief valve F. Non-PCB label G. One-inch upper fill/filter press connection H. Alarm contacts I. Rapid pressure rise relay(ANSI device 63X) J. Winding temperature relay(ANSI device 49X) 2.06 PRIMARY CONNECTIONS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—last Revised Add.#3 261219-8 PAD-MOUNTED TRANSFORMERS Page 8 of 10 A. Transformer primary connections shall be dead front wells, inserts, cable parking supports, Qand elbows for cable sizes shown on the drawings. 2.07 LIGHTNING ARRESTORS A. Provide distribution class lightning arrestors in the primary compartment. Lightning arrestors shall be elbow connected. 2.08 PRIMARY FUSING A. Where shown on the drawings, provide the following fuses: 1. Provide full-range, current limiting fuses in load break drywell canisters. 2.09 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. 2.10 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. Functions to be brought out shall be as described in the Control Strategies in Section 40 96 30. B. Discrete control or status functions shall be form C relays with contacts rated ten amperes at 120 volts AC.Analog signals shall be isolated from each other. 2.11 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-9 PAD-MOUNTED TRANSFORMERS Page 9 of 10 B. The manufacturer shall provide three certified copies of factory test reports. C. The following special 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. Temperature tests shall be made on one unit only of a project covering one or more units of a given KVA rating.Tests shall not be required when there is available a record of a 2 temperature test on an essentially duplicate unit. 2. Basic impulse test on all windings. 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 for a period of two working days. 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. B. The Contractor shall provide three 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 1. Test oil for dielectric strength and dissolved gasses 2. The Contractor shall provide three copies of the laboratory report for the liquid 3.04 FIELD ADJUSTING A. Adjust taps to deliver appropriate secondary voltage 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. 3.05 MANUFACTURER'S CERTIFICATION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261219-10 PAD-MOUNTED TRANSFORMERS Page 10 of 10 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 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 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 O&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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261313-1 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page I of 17 QSECTION 26 13 13 3 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install assemblies of medium voltage metal-clad switchgear, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. 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 without review. D. The original equipment manufacturer 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 13 13-2 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 2 of 17 maintained on file in the original equipment manufacturers archive file system. Photocopies of the Engineers ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data,for the following: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturers name shall be clearly visible on each cut sheet submitted. List all options,trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation"Remote Device'will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts,controls,terminal blocks,etc.. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembly. 7. Component list with detailed component information, including original manufacturers part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present,ground and all cable terminal sizes. 12. Floor mat 13. Connection detail between close-coupled assemblies 14. Composite floor plan of close-coupled assemblies CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—last Revised Add.#3 2613 13-3 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 3 of 17 15. Instruction and renewal parts books. F. Factory Tests. G. Field Test Reports. 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. 1.04 REFERENCE CODES AND STANDARDS A. The medium voltage 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 C37.06-2000, Switchgear-AC High-Voltage Circuit Breakers Rated on a Symmetrical Current Basis -Preferred Ratings and Related Required Capabilities 2. ANSI/IEEE C37.04, Standard ratings and Preferred Ratings for Indoor AC Medium- Voltage Circuit Breakers used in Metal-Clad Switchgear 3. ANSI/IEEE C37.09, Standard Design and Production Testing 4. ANSI/IEEE C37.20.2, Standard for Metal-Clad Switchgear 5. ANSI/IEEE C37.11, Requirements for Electrical Control for AC High Voltage Circuit Breakers Rated on a Symmetrical Current Basis or Total Current Basis 6. ANSI/IEEE C57.13, Standard Requirements for Instrument Transformers. 7. ANSI/Z55.1, Gray Finishes for Industrial Apparatus and Equipment 8. NEMA SG 2, High Voltage Fuses 9. NEMA SG 4,Alternating-Current High Voltage Circuit Breaker 10. NEMA SG 5, Power Switchgear Assemblies 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 list of installations with similar equipment shall be provided demonstrating compliance with this requirement. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-4 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 4 of 17 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. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not 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 copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding,jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. 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. Switchgear shall be equipped to be handled by crane.Where cranes are not available, switchgear 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 seven calendar days of arriving onsite. If the equipment cannot be installed within seven 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 the equipment is installed in permanent location, until equipment is placed in service. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261313-5 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 5 of 17 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. General Electric Co. 2. Eaton 3. Square D 4. Approved 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 switchgear described in this specification shall be designed for operation on the voltage systems as shown on the Drawings. B. Circuit breaker rated interrupting time three cycles. C. Switchgear bus continuous rating shall be 1200 amps. 2.03 CONSTRUCTION A. General 1. The switchgear described in this specification shall contain factory assembled and operational tested circuit breakers and accessories and be self-supporting in a manner to be installed on a level concrete pad. 2. Refer to Drawings for 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. Equipment containing a programmable logic controller(PLC)or an uninterruptible power supply(UPS)shall be provided with a factory-installed dedicated Point of Utilization Surge Protection Device(SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection(Type 3). 4. Nameplates a. External 1) Furnish nameplates for each device as specified herein and as indicated on the Drawings.All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. There shall be a master nameplate that indicates equipment ratings, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear panel and inside the assembly, visible when the rear panel is removed. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261313-6 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 6 of 17 b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc.,shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters,and warning nameplates shall be red with white letters. 5. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door.All controls and indicators shall be 30mm,corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. Booted control devices are not acceptable.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 and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push-to-test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF,Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. c. Mode selector switches(HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc.)shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP, Valve OPEN, Breaker OPEN and mushroom Red for EMERGENCY STOP. 2) Green for START,Valve CLOSE and Breaker CLOSE. 3) Black for RESET. e. Breaker control switches shall be Electroswitch Three Position Tagging Relay Time Delay Control Switch Relay(TD-CSR)which provides an adjustable time delay for opening and closing the breaker to allow personnel to step away from the breaker cubicle when the breaker opens or closes. The switch shall have visible LED indicators and well as mechanical"flags"to indicate the breaker being OPEN, CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-7 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 7 of 17 CLOSED or TRIPPED. The optional programmable time delay feature shall be provided. f. Furnish nameplates for each device.All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. g. The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub-suppliers. 6. Voltage Transformers a. Voltage transformers shall be draw out type, with current-limiting fuses and with BIL rating equal to the switchgear. Transformers shall be as shown on the Drawings. b. For rigidity during fault conditions all connections to roll-out potential transformer trays and control power transformer trays shall be rigid bus bars insulated to full voltage rating of switchgear assembly. 7. Current Transformers a. Current transformers(CTs)shall be furnished as indicated on the contract drawings. The thermal and mechanical ratings of the CTs shall be coordinated with the circuit breakers'current rating.Their accuracy rating shall be equal to or higher than ANSI standard requirements. b. Multi-ratio CTs shall be provided unless specified otherwise. c. CT used with protective devices for fixed loads or to meter fixed loads(such as a single motor,transformer or a generator)shall have a ratio which is no more than 150%of the rated full load current of the load. d. CTs on circuits for variable frequency drives(VFD)shall be rated for 150%of the rated full load input current to the VFD regardless of the size of the motor controlled by the VFD. e. CTs used for protective devices shall have an accuracy rating equal to or higher than ANSI standard requirements. f. Current transformers used for metering shall be instrument accuracy. Provide separate CTs for meters. Do not series meters on the same CT circuit with protective relays. g. Provide a separate, independent set of CTs for differential protection, if specified. h. The standard location for the current transformers on the bus side and line side of the breaker units shall be front accessible to permit adding or changing current transformers without removing high-voltage insulation connections. L Shorting terminal blocks shall be furnished on the secondary of all the current transformers. j. Secondary conductors shall be#12 AWG, extra flexible, stranded, tin-plated copper control wire,Type SIS cross-linked polyethylene rated 600 volts,except for specific CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261313-8 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 8 of 17 circuits requiring larger wire.Crimp-type, uninsulated spade terminals shall be furnished on all wire ends,except non-insulated ring terminals are used to connect to current transformer studs. Secondary control wires shall be armored where they pass through primary compartments. 8. Control Power Transformers a. Control power transformers(CPTs)shall be as shown on the Drawings.Transformer mechanical ratings shall equal the BIL and momentary rating of the switchgear. Transformers,when mounted in switchgear assemblies, shall be rated for the full voltage of the switchgear. b. All control power transformers shall have vacuum cast primary and secondary coils using epoxy resin.The quantity and ratings of the control power transformers shall be as shown on the drawings. Autotransformers are not acceptable. Transformers shall be mounted in draw out drawers contained in an enclosed auxiliary compartment. The voltage transformer primary connections shall utilize epoxy insulated bus bar. Rails shall be provided for each drawer to permit easy inspection,testing and fuse replacement. Shutters shall isolate primary bus stabs when drawers are withdrawn.A mechanical interlock shall be provided to require the secondary breaker to be open before the CPT drawer or CPT primary fuse drawer can be withdrawn. c. CPTs shall be mounted in draw out drawers contained in an enclosed auxiliary compartment. Provide primary fuses in each ungrounded leg on the primary and secondary side. Secondary circuit breakers are permitted in each ungrounded leg. CPT primary connections shall utilize epoxy insulated bus bar. Rails shall be provided for each drawer to permit easy inspection testing and fuse replacement. Shutters shall isolate primary bus stabs when drawers are withdrawn.A mechanical interlock shall be provided to require the secondary breaker or fused disconnect to be open before the CPT drawer or CPT primary fuse drawer can be withdrawn. d. Secondary conductors shall be No. 14 minimum,extra flexible copper control wire, stranded,tin-plated Type SIS cross-linked polyethylene, rated 600 volts, except for specific circuits requiring larger wire. Provide crimp-type, uninsulated spade terminals on all wire ends, except provide non-insulated ring terminals to connect to fuse blocks, and CPT studs. Secondary conductors shall be armored where they pass through primary compartments.All control wiring shall be UL listed with a VW-1 flame retardant rating. e. CPTs providing power to motor space heaters shall be sized to accommodate the full load of the motor space heater. The Contractor shall field verify the motor space heater rating on existing motors and shall coordinate with the motor manufacturer for new motors to provide sufficient capacity in the CPT to power the space heater and all other switchgear loads. CPT secondary conductors shall be increased to accommodate the full load output current of the CPT if its full load current exceeds the capacity of the#14 AWG conductors specified herein. f. Adhesive type conductor supports are unacceptable. Provide spot welded cable support studs or other support means from which nylon cable ties and conductors are supported. 9. Instrument Transformers a. All instrument transformers shall be metering accuracy type and vacuum cast using polyurethane resin. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261313-9 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 9 of 17 b. Transformers shall be as shown on the Drawings. Transformer mechanical ratings shall equal the BIL and momentary rating of the Switchgear.Transformers,when mounted in switchgear assemblies, shall be rated for the full voltage of the switchgear. c. Secondary conductors shall be#14 AWG, extra flexible, stranded, tin-plated copper control wire,Type SIS cross-linked polyethylene rated 600 volts, except for specific circuits requiring larger wire. Crimp-type, uninsulated spade terminals shall be furnished on all wire ends,except non-insulated ring terminals are used to connect to fuse blocks, and instrument transformer studs. Secondary control wires shall be armored where they pass through primary compartments. B. Enclosures 1. Enclosures shall be NEMA 3R. 2. Enclosures shall be freestanding, metal clad medium voltage switchgear assemblies, consisting of dead front, completely metal enclosed vertical sections. In each unit, major primary circuit parts(breaker, buses and transformers)shall be completely enclosed by grounded metal barriers, including a front barrier as part of the circuit breaker. Each rear upper and lower cable compartment shall have bolted hinged doors. Refer to the Drawings for any size limitations. 3. Where bus transition sections are shown,the sections shall be of the same construction, and maintain UL rating. Entries to the front and rear of the sections shall be of bolted construction. Transition Bus shall be insulated. 4. The manufacturer shall provide minimum room dimensions and other guidelines related to the performance of the switchgear. 5. Cubicles designated as future on the one line diagram shall be furnished with vertical bus,multi-ratio current transformers, metering and relaying as shown on the one line diagram.The cubicle shall be equipped for a future breaker element. 6. All the space heaters within each assembly shall be controlled by one thermostat and furnished with a single pole circuit breaker for supply disconnect. The entire circuit shall be powered internally by the switchgear CPT. 7. All metal work shall be free from burrs and sharp edges. 8. Each front and rear compartment door shall be provided with a formed steel hinged door with hand operated door latches. Each door shall have provisions for padlocking. The doors)shall be provided with provisions for padlocking and a view window for observing the circuit breaker position. 9. The switchgear shall be capable of extension from either end at a future date without modification to existing structural members. 10. The depth of the finished equipment shall be sufficient to allow for entrance, bending, and termination of power cables. Individual units shall be provided for top or bottom entrance as specified. A minimum of 33 inches of clearance between terminal pads and the cable entrance shall be provided. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 13 13-10 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 10 of 17 11. No be down bolts or other manual means shall be used to secure the door.A single handle shall be provided to operate all required latching. No special tools shall be required to latch the front compartment door. C. Finish 1. All steel structure members shall be cleaned, rinsed, and phosphatized prior to painting. 2. 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. 3. All exterior surfaces of the switchgear assembly shall be given final finish coats of ANSI 61 gray as standard. 4. Finish shall have a minimum pencil hardness of 2H as tested per ASTM D3363 and shall pass the ASTM B117 Salt spray test for a minimum of 500 hours. D. Busses and Bus Supports 1. Busses shall be tin plated copper and rated as shown on the Drawings. Bus bars shall have a continuous current rating, as shown on the Drawings, based on temperature rise and documented by design tests.All joints shalt be tin plated with at least 2 bolts per joint.The switchgear shall be constructed so that all buses, bus supports and connections shall withstand stresses that would be produced by currents equal to the momentary ratings of the circuit breakers. Buses shall have pre-drilled and plated bolt holes and any other necessary provisions for future extension.All bus joints shall be plated, bolted and insulated with easily installed boots.The bus shall be braced to withstand fault currents equal to the close and latch rating of the breakers. Bus and bus bars shall have fluidized bed epoxy flame retardant and non-hygroscopic insulation. The bus supports shall be polyester glass. E. Ground Bus 1. A tin plated ground bus(1/4 by 2 inch copper)shall extend throughout assembly with connections to each breaker grounding contact and cable compartment ground terminal. Joints shall be made up as indicated in drawings. Station ground connection points shall be located in each end section. F. External Wiring Connections 1. Preparation for the incoming and outgoing cables, to be connected to the switchgear, the lugs,terminators, etc., shall be in accordance with Section 26 0519 for 600 Volt cables and Section 26 05 13 for medium and high voltage cables. 2. Incoming line and feeder cable lugs of the type and size indicated elsewhere shall be furnished. G. Lightning Arrestors and Surge Capacitors 1. Provide station class lightning arrestors and surge capacitors where shown on the Drawings. They shall be rated as shown and be provided in the incoming sections. H. Wiring CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-11 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 11 of 17 1. The switchgear manufacturer shall provide suitable terminal blocks for secondary wire terminations and a minimum of 10%spare terminal connections shall be provided. One control circuit cutout device shall be provided in each circuit breaker housing. Switchgear secondary control wire shall be(minimum)#14 AWG 41 strand extra flexible type SIS, stranded tin-plated copper or larger rated 600 volt, 90°C,furnished with wire markers at each termination.All control wiring shall be UL listed and have a VW-1 flame retardant rating.Wires shall terminate on terminal blocks with marker strips numbered in agreement with detailed connection diagrams. 2. Exposed wiring shall be suitably protected against contact with sharp edges. Throughout the assembly it shall be neatly bundled and secured with nylon wire ties. Where control wiring passes from cubicle to door, it shall be wrapped with suitable protection to prevent damage. Holes cut to allow control wires to pass from cubicle to cubicle shall have a grommet for protection.Adhesive type conductor supports are unacceptable. Provide spot welded cable support studs or other support means from which nylon cable ties and conductors are supported. 3. Each control wire shall be marked at both terminations to agree with wiring diagrams. Plastic wire markers of either the slip on or heat shrink variety shall be provided. I. Circuit Breakers 1. The circuit breakers shall be horizontal draw out type, capable of being withdrawn on rails.The breakers shall be operated by a motor-charged stored energy spring mechanism,charged normally by a universal electric motor and in an emergency by a manual handle.The primary disconnecting contacts shall be silver-plated copper. 2. Each circuit breaker shall contain three vacuum interrupters separately mounted in a self- contained, self-aligning pole unit,which can be removed easily. The vacuum interrupter pole unit shall be mounted on glass polyester supports for 5kV class., Provision shall be made for checking contact wear gap on each vacuum interrupter,visible when the breaker is removed from its compartment. The current transfer from the vacuum interrupter moving stem to the breaker main conductor shall be a non-sliding design.The breaker front panel shall be removable when the breaker is withdrawn for ease of inspection and maintenance. 3. Circuit breaker compartments shall be designed to house removable-element circuit breakers. Stationary primary disconnect contacts shall be silver-plated copper. Grounded metal safety shutters shall isolate all primary connections in the compartment when the breaker is withdrawn from connected position. 4. Circuit breakers shall be rated as indicated in drawings.Circuit breakers of equal rating shall be interchangeable. Circuit breakers shall be operated by an electrically charged, mechanically and electrically trip-free, stored-energy spring. A handle shall be used to manually charge the spring for slow closing of contacts for inspection or adjustment. 5. Circuit breakers shall be equipped with secondary disconnecting contacts which shall automatically engage in the connected position. 6. Each breaker compartment with breaker shall be made for closed door racking with a manual handle. Provide at least two racking handles with each lineup of switchgear. Each compartment with a breaker shall also be designed to permit remote racking of the breaker between the connected and disconnected positions. The compartment design shall permit a control box to be connected to the operator with a minimum thirty-foot foot cable, permitting control from a remote location. The operator attachment method shall CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-12 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 12 of 17 provide for racking of the breaker when the compartment door is fully closed. Provide remote racking operator with an operator which shall be powered from an external [120 volt]source.The remote racking operator shall be portable with a 30-foot power cord. It shall not be possible to install the remote racking operator when the breaker is closed and the breaker cannot be closed with the remote racking operator in place. 7. An indicator shall show breaker position when racking breakers in or out of their connected positions. 8. Interlocks shall prevent moving breaker to or from operating position unless main contacts are open.Operating springs shall be discharged automatically when breaker is rolled fully into connected or disconnected position. Rack out device shall have provisions to padlock in connected or disconnected position.When locked in disconnected position, breaker shall be removable from compartment using portable lifting device. Padlock shall not interfere with breaker operation. 9. Automatic shutters shall cover primary disconnect stabs when breaker is withdrawn to test/disconnect position. Shutters shall be positively driven by linkages connected to racking mechanism.A stationary barrier shall be located in front of the shutters for additional safety. 10. Breaker control voltage shall be 120 VAC. Breaker tripping power shall be provided from a 120V A-C capacitor trip unit[Control power source shall be from the CPT auto throw over source as specified herein. 11. The breakers shall be electrically operated by the following control voltages: 120,230 V ac close and trip. J. Circuit Breaker Control and Interlocking Functions 1. Control a. Loss of normal service voltage as determined by the protective relaying on a main circuit breaker shall not cause that circuit breaker to trip open. b. Close and trip circuits shall be separately fused. Fuse blocks shall be dead front, pull- out type. c. Each breaker shall be complete with control switch and red and green indicating lights to indicate breaker contact position. d. Each breaker shall have a minimum of four normally open and four normally closed spare auxiliary contacts wired to accessible terminal blocks. 2.04 FEEDER PROTECTION SYSTEM-MAIN BREAKERS AND FEEDER BREAKERS A. Furnish where shown on the Drawings, a Feeder Protection System,for feeder monitoring and protection,for each Main and Feeder Breaker as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. B. Current and potential test blocks and plugs shall be provided for all metering and protection circuits. C. A 100VA minimum UPS shall be provided, powered from the control power transformer to provide control power to the feeder management relays and power quality meters. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-13 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 13 of 17 D. Where Type 86 lockout relays are specified or shown on the Drawings,the relay shall be a door mounted, high speed multi-contact relay for trip and/or block close breaker control and contact multiplication. Contacts shall be electrically separate. Relay shall be electrical trip and manually reset.A black target shall indicate the Reset position and an orange target the Tripped position.Where the relay is shown as an output of a Main or Feeder Breaker Protective System, the Type 86 Relay functions may be incorporated into the associated Breaker Protective System, if the Protective System can provide all of the relay functions and capabilities specified above. Provide Electroswitch or equal. 2.05 METERING—MAIN BREAKERS A. Furnish where shown on the Drawings, a Power Quality Meter,for each Main and Feeder Breaker as shown on the Drawings and as specified in Section 26 2713 Power Metering and Protective Relays. 2.06 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. Functions to be brought out shall be as described in the Control Interface in Section 40 61 00. 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. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System, shall be designed for operation with an Ethernet Connection. D. The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor,the Owner/Engineer will provide the proper Internet Protocol Address(IP Address),to be configured by the equipment manufacturer. E. Refer to Drawing RTU SCADA Instrumentation Input Output List for monitored parameters. F. Communication 1. For remote monitoring, one of the following communication capabilities shall be provided: a. One integral 10/1006aseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One media protocol converter, interfacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple, predictable"comm tests". 3. The media protocol converter shall meet the following criteria: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-14 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 14 of 17 a. The converter shall support 10/100Base-T Ethernet. The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1,and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60°C,with humidity range minimum of 5-90%. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. c. The converter shall have LED status for serial,signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable.The converter shall have DB-9M port connection,with screw terminals, to the input. e. Converter shall be Digi One IAP,or approved equal. 2.07 ACCESSORIES A. Provide the following accessories: 1. One—Breaker lifting truck. 2. One—Breaker test equipment. 3. One—Test cabinet 4. One—Test jumper cables 5. One—Manual ground and test device 6. One—Motorized remote control racking device 7. One—Manual control racking device 8. Furnish and install a non-conducting floor mat, minimum 3/8-inch thick by three feet wide, meeting ANSI/ASTM D-178-01 Type 2 Class 3,Wearwell 702 or equal, and extending the full length of the equipment lineup. 2.08 SPARE PARTS A. Provide the following spare parts: 1. One—Complete breaker assembly for each type and size of breaker. 2. Three—Control fuses of each type used 3. Three—Control fuses of type used. 4. One dozen each of cover bolts, spring nuts and door fasteners.] 5. One-quart or 12 aerosol cans of touch-up paint.] B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-15 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 15 of 17 2.09 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. Only Jobsite delivery shall not be made,without written approval of test data by the Owner/Engineer, except at the risk of the Vendor. PART 3- EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer's field engineer to assist the Contractor in installation and start-up of the equipment specified under this Section for a period of not less than 10 working days.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 therein. B. The Contractor shall provide three copies of the manufacturer's field start-up report. 3.02 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing medium voltage metal clad 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 medium voltage metal clad switchgear is ready to install. D. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Contractor shall be responsible for applying tape insulation to each cable termination at each breaker section C. Installed 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 manufacturers instructions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 13 13-16 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 16 of 17 3.06 FIELD ADJUSTING A. Adjust all circuit breakers,switches, access doors,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. 3.07 FIELD TESTING A. 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 5000 volts DC. Measured Insulation resistance shall be at least 1000 megaohms. 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. 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. The Contractor shall 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-half 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 O&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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2613 13-17 MEDIUM VOLTAGE METAL-CLAD SWITCHGEAR Page 17 of 17 F. The Owner shall have the right to record a videotape of the training for the Owner's use. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-1 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 1 of 16 Q2 3 SECTION 26 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall 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 A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. 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 fumished 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 without review. 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, CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-2 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 2 of 16 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 6. Schematic diagram 7. Nameplate schedule 8. Component list with detailed component information, including original manufacturers part number. 9. Conduit entry/exit locations 10. Assembly ratings including: 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. Manufacturers contact address and telephone number for parts and service. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-3 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 3 of 16 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 Hexafluoride, SF6. 7. IEC 298 Arc Resistant Switchgear 8. International Electrical Testing Association 2003 Acceptance Testing Specifications B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 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 list 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-4 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 4 of 16 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 copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting,skidding,jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. 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 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. 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. PART2- PRODUCTS 2.01 MANUFACTURERS 1 A. Subject to compliance with the Contract Documents, the following Manufacturer is acceptable: 1. S &C Electric 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-5 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 5 of 16 1. General W Max. 15.5 Impulse Level(BIL), kV 95 Frequency, Hz 60 Short Circuit Rating, kA RMS Sym. 25 Short Circuit Rating, kA Asym 40 Main Bus, Continuous Amps. 600 or 1200 per drawings 2. Three Pole Load Interrupter Switches Continuous Ampere 600 Load Dropping Ampere Same as Continuous W, Max. 15.5 Continuous and Load Break,Amps 600 Fault-Close Current kA Asym. (10 times) 25 One Second Current kA Sym. 25 Mechanical Endurance, Operations 2000 3. Fault Interrupter Switches Continuous Amperes 600 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-6 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 6 of 16 Load Dropping Amps. 600 K Max. 15.5 Impulse level(BIL) 95 Symmetrical 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. 4. Where Shown: The selector switch shall be provided with motor operator for remote operation. 5. The switches shall be provided with electrical anti-paralleling to prevent paralleling of two sources. 6. Control panel for motors and others shall be internal to switch unit. B. Enclosures 1 1. All enclosures shall be made of 316 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, attached with stainless steel screws. 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 316 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-7 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 7 of 16 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. f. Dead break 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, 316 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 spring assisted operating mechanism capable of providing quick-make, quick-break operation in either switching direction. The mechanism shall be capable of delivering sufficient torque with latches for each position of load interrupting. 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. Fault Interrupter Switches 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-8 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 8 of 16 Section. Each fault interrupter shall consist of vacuum bottles and a spring-assisted operating mechanism.Where shown on the Drawings, a disconnect 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. 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. c. 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. d. 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 be have Manufacturer's standard overcurrent relay unless otherwise noted on the drawings. For select switch as shown on the drawings, additional relays, Multilin 845 for transformer differential scheme and Multilin 850 for feeder protection(instead of Manufacturers standard relay). Refer to Specification Section 26 27 13 for relay requirements. a. Standard Overcurrent Control details. A microprocessor-based overcurrent control shall be provided to initiate fault interruption. The control shall be removable in the field without taking the gear out of service.The minimum total clearing time(from initiation of the fault to total clearing)for fault interruption shall be 40 milliseconds(2.4 cycles)at 60 hertz. b. Remote Supervisory Gear per the drawings. Provide Multilin 845 for transformer differential scheme and Multilin 850 for feeder protection 2. Remote Supervisory Gear details. The relays 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-9 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 9 of 16 5. Control shall record and store the last 12 events minimum, On the Remote Supv. Gear, provide 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. High-Voltage Bus 1. Bus and interconnections shall consist of copper bus bar, sized as shown on the Drawings. 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. Bolts shall be tightened to 50 foot-pounds torque. H. 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. I. 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. J. Voltage Potential Indication 1. Voltage potential indication (VPI),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". K. 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. L. Kirk Key Interlocks 1. Provide Kirk Key interlocks between switchgear lineups, or between a switchgear lineup and other switchgear,where multiple sources of power are present, to prevent paralleling sources of power, as shown on the Drawings. Kirk keyed interlocks shall be Kirk HD Series(Heavy Duty)316 Series of 316 stainless steel, or approved equal. 2. Remote Supervisory Gear, provide an electrical interlock as shown on the drawings. M. Remote Low Pressure Alarm CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-10 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 10 of 16 1. Provide Remote Low-Pressure Alarm—including internal contact for remote low-pressure indication with wiring to outside of tank with wires routed to low-voltage enclosure. 2.04 ACCESSORIES A. Motor Operator B. Provide one portable three phase motor operator for remote operation of each switch as shown on the drawings. C. Each motor operator shall have its own control board, located within the low-voltage compartment/enclosure. The control board shall have push buttons for locally operating the switches between the closed,open, and grounded positions. Each control board shall have position indicating lamps to show the closed,open, and grounded state of the motor operator. Each motor operator control board shall have a non-resettable,four-digit-minimum operation counter,which will only increment on a closed-to-open transition. Each motor operator control board shall have an adapter for a portable remote control device,which will allow the user to activate the motor operator at a maximum distance of 50 feet from the gear. No decoupling or any adjustments shall be required to manually operate a motor operator. Removing the motor operator for decoupling shall be a simple,quick process requiring only standard tools. The motor operator shall be watertight. Each unit shall be submersion-tested to verify that water under pressure does not enter the operator housing. It shall not be possible for the motor operator to be changed from the closed position directly to the grounded position using local push-button or remote control. The grounded position shall be directly accessible only from the open position.A mechanical interlock shall be provided to prevent a decoupled motor operator from being incorrectly recoupled. Controls shall be easy to operate with or without 25-kV high-voltage rubber gloves and protectors. 3 2.05 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. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System (PCS), shall be designed for operation with direct connection through GE Fumac Genius 1/0 boards. D. Generation Control Logic to be provided to Remote Supervisory Gear to control opening and closing motor operated switches. Voltage of signal from Generator Control system to be provided at the time of order. Gear to include GE Furnac Genius 1/0 panels to allow remote opening, closing and status of each of the remotely controlled switches. Provide 3 sets of aux. contacts to provide status for each switch to SCADA, Control, and downstream gear. E. Communication 1. For remote monitoring,one of the following communication capabilities shall be provided: a. One integral 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. CH Y OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-I1 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 11 of 16 b. One media protocol converter,interfacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a. All data must be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. b. Register 4x00001 must exist and be readable to allow simple,predictable"comm tests". 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/1006ase-T Ethernet.The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C,with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD+15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial,signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable. The converter shall have DB-9M port connection,with screw terminals, to the input. e. Converter shall be Digi One IAP, or approved equal. 2.06 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. 2.07 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. Only Jobsite delivery shall not be made,without written approval of test data by the Owner/Engineer. 2.08 WITNESS TESTING(APPLICABLE FOR SELECTOR SWITCH SS-51 AND SELECTOR 2 SWITCH SS-52 ONLY) A. The Owner/Engineer will witness the Factory Tests for all Switchgear Units. Q B. The number of Owner representatives witnessing the tests will be 3 persons and the number of Engineer respresentatives witnessing the tests will be 2 persons. C. Under no circumstances,will the equipment be approved for shipment, nor will the equipment be accepted by the Owner, if witness testing is specified, and the equipment is shipped without the testing being witnessed. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 13 22-12 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 12 of 16 D. The witness testing should include a checkout of the remote-control features of the automated switchgear. A testing procedure will be submitted for approval 30 days prior to witness testing. E. If a test must be re-run due to failure in meeting the specified requirements, the witness expenses for the re-test shall be borne by the Manufacturer or Vendor. Retesting on the same trip shall be only at the option of the Owner/Engineer. F. The Owner/Engineer,who is witnessing the testing, shall approve all travel arrangements, including the airline selected,flight times, hotel selected,testing agenda,etc. G. An interpreter/guide shall be provided if English is not widely spoken,or in areas where English is not the native language. H. The Owner/Engineer shall have direct communications with the person who is responsible for local arrangements and has the authority to pay for those expenses prior to leaving the [Owners Project]location, or other designated location. I. The Contractor shall submit the testing agenda for approval at least 30 days prior to the test date, or the test date shall be rescheduled, with no change in the Contract price or time. The agenda shall include a detailed list of all tests to be done. J. Where travel is over night, testing shall not start on the arrival day. K. Travel Documents 1. The Contractor shall be responsible to obtain Letters of Invitation and other documentation required to obtain a visa into the host country.The Contractor shall obtain the visa itself and directly pay for the cost of a visa service and the fee that the host country charges for the visa. 2. The Contractor shall use a visa service located in the DFW area to handle the Owner/Engineer's passports who are traveling to witness the test,and to pay all expenses for the visa service company and the cost of the visa required by the host country. L. Owner/Engineer Persons Travel Expenses 1. Owner/Engineer representatives shall not have to provide for any out of pocket expenses related to the trip, transportation, meals or incidentals that would require later reimbursement. 2. The Contractor shall provide, and pay for, all air travel fare, including ground shuttle or taxi,to and from the Owner/Engineers office or residence.Air fare inside the Continental United States shall be non-stop if available, Coach Class or better,from DFW.Air fare outside the Continental United States shall be non-stop if available, Business Class or better,from DFW. 3. Ground transportation at any destination shall be provided by the host Original Equipment Manufacturer(OEM).The Owner/Engineer persons shall not be required to drive in a foreign country under any circumstances. 4. The Contractor shall provide for hotel, meals, travel and incidentals to be paid for by the host OEM at the testing location,whose equipment is being tested.The host OEM shall have the authority to resolve any expense problems. If the Hotel offers restaurants,those CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-13 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 13 of 16 charges shall be covered in the Hotel expenses. If meals are not offered at the Hotel, transportation to restaurants and the cost of those meals, shall be provided by the host OEM. 5. Access to an international cell phone shall be provided while out of the Continental United States. 6. Access to the internet shall be provided while out of the Continental United States. 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 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. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. The switches shall be mounted outdoors on a concrete pad. Cable entrance shall be through the bottom of the switchgear. The contractor shall coordinate the required locations of the line side and load side stub-outs. C. Bond all conduits to the switchgear housing using grounding bushings. D. Make cable connections with 600 A 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. Installed required safety labels. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261322-14 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 14 of 16 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. D. Return extra Kirk keys to the Owner before energizing equipment. 3.07 FIELD TESTING A. All field testing shall be performed by the manufacturer's field engineer or local testing agency. B. Megger and record phase to phase and phase to ground insulation resistance of each bus section. Megger for one minute for each measurement at minimum voltage of 1000 volt DC. Measured Insulation resistance shall be at least 1000 megaohm. C. Test each key interlock system for proper functioning. 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. 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. The Contractor shall provide three(3)copies of the manufacturer's representative's certification. 3.11 TRAINING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 13 22-15 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 15 of 16 A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment fumished 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 O&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 Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02648 October 18,2017—Last Revised Add.#3 26 13 22-16 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 16 of 16 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-1 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 1 of 18 SECTION 26 18 39 2 3 MEDIUM VOLTAGE MOTOR CONTROL CENTERS PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install assemblies of Class E2 medium voltage motor control centers(MVMCCs),together with appurtenances, complete and operable,as specified herein and as shown on the Contract Drawings. B. Motor control centers shall be sized to include all equipment, spares and spaces shown on the Drawings. 1.02 RELATED WORK A. Section 26 00 00 Electrical—General Provisions B. Section 26 05 29 Electrical Support Hardware C. Section 26 05 73 Power System Study D. Section 26 0519 Wires and Cables(600 Volt Maximum) E. Section 26 05 13 Medium Voltage Cables F. Section 26 27 13 Power Metering and Protective Relays G. Section 26 43 13 Low Voltage Surge Protective Devices(SPDs) H. Instrumentation Division I. Section 26 06 30 Cast-In-Place Concrete for Electrical Applications 3 J. Section 26 13 13 Medium Voltage Metal Clad Switchgear 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 to produce coordination curves, showing coordination between existing and 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 MVMCC equipment manufacturer shall create all MVMCC shop drawings, including all wiring diagrams, in the manufacturer's engineering department.All MVMCC shop CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-2 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 2 of 18 drawings shall bear the original equipment manufacturers MVMCC logo,drawing file numbers, and shall be maintained on file in the manufacturers MVMCC archive file system. Photocopies of the Engineers ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer,shop drawings and product data,for the following: 1. Equipment outline drawings showing elevation and plan views, dimensions,weight, shipping splits and metering layouts. Indicate all options, special features, ratings and deviations from the Specifications. 2. Conduit entrance drawings, including floor penetrations. 3. Bus arrangement drawings. 4. Unit summary tables showing detailed equipment description and nameplate data for each compartment. 5. Product data sheets and catalog numbers for overcurrent protective devices, motor starters,control relays, control stations, meters, pilot lights,etc. List all options,trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 6. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between units and to remotely mounted devices. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 7. Master drawing index 8. Front view elevation 9. Floor plan 10. Top view 11. Single line 12. Schematic diagram, including manufacturers selections of component ratings, and CT and PT ratios. 13. Nameplate schedule 14. UL Listing of the completed assembly. 15. Component list with detailed component information, including original manufacturers part number. 16. Conduit entry/exit locations 17. Assembly ratings including: a. Short-circuit rating b. Voltage CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-3 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 3 of 18 c. Continuous current d. Basic impulse level 18. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 19. Descriptive bulletins 20. Product data sheets. 21. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 22. Switchboard floor mat 23. Instruction and renewal parts books. 24. Itemized list of spare parts furnished specifically for this project, including quantities, description and part numbers. 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 motor control centers and all components in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. ANSI/IEEE C57.13, Standard Requirements for Instrument Transformers. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-4 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 4 of 18 2. IEEE C37.90, Standard for Relays and Relay Systems Associated with Electric Power Apparatus 3. NEMA SG 2, High Voltage Fuses 4. ANSI/NEMA ICS 6—Enclosures for Industrial Controls and Systems 5. NEMA ICS 1 —General Standard for Industrial Control Systems 6. NEMA ICS 3, Part 2 7. UL 347—High Voltage Industrial Control Equipment 8. NFPA 70—National Electrical Code(NEC) 9. NFPA 70E—Standard For Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 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 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. 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, onsite factory work, or failed 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/Engineer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-5 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 5 of 18 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 seven(7)calendar days of arriving onsite. If the equipment cannot be installed within seven (7)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. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 3 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 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. Eaton. 2. General Electric Co. 3. Square D 4. Allen Bradley 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 voltage, current and short circuit current ratings of the motor control centers shall be as shown on the Drawings. B. Motor controller ratings, NEMA 1A,with current limiting fuses, shall be as follows: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-6 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 6 of 18 2.3Kv 2.3 kV 4 k 4 k 320A 640A 320A 640A 1200 Hp 2500 Hp 2250 Hp 4500 Hp 200 MVA 200 MVA 350 MVA 350 MVA C. The vacuum contactor(NEMA 1A)shall be as follows: 7200V Max. 400 Amperes 800 Amperes Maximum Interrupting Current (3 Ops) 6000 Amps 9,000 Amps Rated Current—Enclosed 320 Amps 640 Amps Rated Current—Open 400 Amps 800 Amps Short Time Current 30 Seconds 2400 A 4800 A 1 Second 6000 A 12,000 A Impulse Withstand 60kV 60kV D. Feeder and Main load break switch NEMA 1A ratings shall be as follows: Maximum BIL Rating Continuous Interrupting Momentary Fault Voltage u Current Capacity Current Closing (KKv) (Am eres (Amperes) Current At 0.8 At 1.0 10 4 Asym. PF PF Cycles Seconds Amps. Asym. Sym. Amps Amps 5.5 60 540 600 600 61,000 25,000 61,000 5.5 60 1020 1200 1200 61,000 38,000 61,000 E. Motor control centers, including devices, shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. F. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. Refer to Drawings for: 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. 2. Units shall be arranged as shown on the Drawings. 3. Where the equipment contains a programmable logic controller(PLC)or a uninterruptible power supply(UPS),the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device(SPD),as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection(Type 3). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-7 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 7 of 18 4. Nameplates a. External 1) Furnish nameplates for each device as specified herein and as indicated on the Drawings. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. There shall be a master nameplate that indicates equipment ratings, manufacturer's name, shop order number and general information.Cubicle nameplates shall be mounted on the front face,on the rear panel and inside the assembly, visible when the rear panel is removed. b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. 2) The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub-suppliers. c. Special 1) Identification nameplates shall be white with black letters,caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 5. Control Devices and Indicators a. All operating control devices, indicators,and instruments shall be securely mounted on the panel door.All controls and indicators shall be 30mm,corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. Booted control devices are not acceptable.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 and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push-to-test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF,Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. c. Mode selector switches(HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc)shall be as shown on the Drawings. Units shall have the number of positions and contact CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-8 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 8 of 18 arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP,Valve OPEN, Breaker OPEN and mushroom Red for EMERGENCY STOP. 2) Green for START, Valve CLOSE and Breaker CLOSE. 3) Black for RESET. e. Furnish nameplates for each device.All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. 6. Control and Instrument Power Transformers a. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus 25% spare capacity, and shall be not less than 100VA. b. Control power transformers shall be 120 volt grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded and the other leg shall be fused. B. Enclosures 3 1. Enclosures shall be NEMA 3R, Non-Walk-In enclosures. 2. Enclosures shall be 90 inches high,22 to 48 inches wide and 30 inches deep, completely front connected. 3. Controllers shall be mounted not more than one high. 4. The MVMCC shall be supported on a heavy gauge,welded steel channel base extending around all four sides, constructed to exclude rodents, vermin, and dust. 5. Interlocks shall be furnished to prevent operation of the isolating mechanism under load, operating of the high voltage compartment before the controller is isolated, and closing of the line contactors while the door is opened. 6. All non-current carrying metal parts of the control center assembly shall be cleaned of all weld spatter and other foreign material and given a heat cured, phosphatized chemical pre-treatment to inhibit rust. 7. Indoor equipment shall be finish painted with one coat of the manufacturer's standard electrocoated heat cured enamel. 8. Each vertical section shall have heavy duty,240 VAC, space heaters,thermostat controlled, of sufficient capacity to prevent condensation with the equipment de-energized,while operating at half their rated voltage. Heaters shall be provided with CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-9 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 9 of 18 perforated metal guards and a circuit breaker disconnect. 120 VAC control power shall be provided from the MCC. 9. Each cubicle shall have an exhaust fan,thermostatically controlled,for heat dissipation. 10. Each starter shall have a print pocket containing a laminated copy of all schematics related to the starter. 11. All cables shall enter and exit underground from the bottom of the cubicle, unless otherwise shown on the Drawings. 12. Where the motor control center is shown outdoors the construction shall be NEMA 3R, as shown on the Drawings, and shall be as follows: a. The MVMCC shall be walk-in or non-walk-in,as shown on the Drawings,of basic indoor equipment enclosed in a weatherproof enclosure. Gasket all covers, provide filters for ventilation louvers and a sloped roof. b. Roof structure shall be watertight with a continuous drip edge channel on the front. Roof shall slope to the rear for water drainage. Holes for lifting eyes shall be blind tapped. c. Provide tamper resistant, padlockable,weathertight,gasketed cubicle doors and switch handle covers,with stainless steel hinge pins. d. Finish shall be ANSI Z55.1, No.61 light gray enamel over rust resistant primer C. Construction 1. Isolating switch and contactor assemblies, including current limiting fuses, shall be of the component-to-component design with a minimum amount of interconnecting cables.The isolating switch shall be easily removable from the enclosure. Line and load cable terminations shall be completely accessible from the front. 2. The isolating switch shall be an externally operated manual three-pole drawout type, such that in the open position it grounds and isolates the starter from the line connectors with an isolating shutter leaving no exposed high-voltage components. Integral mechanical interlocks shall prevent entry into the high-voltage areas while the starter is energized and shall block accidental opening or closing of the isolating switch when the door is open or the contactor is closed.The isolating switch handle shall have provisions for padlocking in the open position. The isolating switch shall have a mechanical blown fuse indicating device. 3. Current limiting power fuses shall be provided with special fatigue proof elements that allow the elements to absorb the expansions and contractions created by the heating and cooling associated with severe cycling as is typical with motor starting.The fuses shall include visible fuse condition indicators.The fuses shall incorporate special time/current characteristics for motor service allowing proper coordination with the contactor and overload relay for maximum motor protection. This coordination shall be such that under a low-fault condition the interrupting rating and dropout time of the contactor shall be properly coordinated with all possible fuse sizes to eliminate contactor racing.The power fuses shall be mounted to permit easy inspection and replacement without starter disassembly. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-10 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 10 of 18 4. The vacuum contactors shall be of the draw-out, magnetically-held, and ❑latched design, rated for the load it serves. Contactor shall have single-break high-pressure type main contacts with weld-resistant alloy contact faces.The vacuum contactor contact wear shall be such that the gap can be checked with the use of a"go/no-go"feeler gauge. 5. A built-in test circuit shall be included to permit checking of the starter control and pilot circuit,with the high voltage de-energized and isolated, and the contactor in its normal position or in the drawout position.The control circuit shall be capable of being energized through a polarized plug connector from an external 115-volt supply while in the test mode. 6. The low voltage control compartment shall be isolated and barriered from the high voltage area and mounted on a panel with a separate low voltage access door.The low voltage control components shall be accessible by the use of a low voltage control compartment. 7. Each starter cell shall contain a vertical and horizontal low voltage wireway. D. Busses 1. When starters are grouped together in a lineup, the horizontal main bus shall be located in its own separate, 12-inch high enclosure and isolated from the starters. Each phase shall be insulated.To allow for ease of maintenance or extension of lineups without disassembling starters,the main bus shall be front,top and side accessible. 2. Starters shall be connected by an insulated vertical bus. 3. All bus bars shall be tin-plated copper, rated as shown on the Drawings 4. Provide a 1/4 x 2-inch ground bus throughout the entire lineup. Ground bus shall also be supplied in upper compartments of 2-high starters and be bus connected to the ground bus supplied in the lower compartments. E. Wiring 1. All control wire shall be UUCSA approved. 2. Standard control wire shall be 14GA, stranded, tin-plated, red, dual-rated type XLPE (3173) 125 degrees C, SIS 90 degrees C. 3. Current transformer circuits shall utilize#12 wire with the same characteristics as above. Provide shorting blocks for all current transformers. 4. Provide"plug-in"terminal blocks, rated 600 V, 50 A with"clamping collar." 5. Wire markers shall be a molded plastic"clip-sleeve"type. 6. "Clamping-collar"type terminals shall be used to terminate control wiring. Current transformer circuits shall be provided with ring-type terminals where applicable. 7. All field wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire.The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-11 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 11 of 18 3 8. Terminations shall be completely accessible from the front. 2.04 MAIN SECTION A. General 3 1. The MVMCC will not include the main section. A transition section from the main switchgear shall be included with a continuous bus to provide power to the MVMCC. Refer to Medium Voltage Metal-Clad Switchgear 26 13 13 for main section. B. Main Switches and Feeder Switches 1. Furnish, where shown on the contract drawings,three-pole manually operated quick- make,quick-break load break switches or integrated metal enclosed breakers. 2. The fixed-mounted switches shall fit in one-half of a standard 90-inch high, 36-inch wide vertical structure,when supplied with 400 A or smaller fuses. Provide mechanical interlocks such that the switch door cannot be opened when the switch is on, and when the door is open the switch cannot be closed.A safety screen shall be provided behind the switch door. C. Lightning Arresters and Surge Capacitors 1. Provide three intermediate type lightning arresters and surge capacitors on each incoming line where shown on the Drawings.Arresters and capacitors shall be factory installed. D. Furnish lugs for incoming line feeders, sizes as specified.Allow adequate clearance for bending and terminating of cable size and type specified. 2.05 MOTOR CONTROLLERS A. General 1. The starters shall be designed to accommodate motors of the size and type as shown on the Drawings. 2. The starters shall accommodate the following motor types: 3 a. Induction Motor Full-Voltage Start 3. Manufacturer shall determine the fuse and CT ratios based on actual motor parameters. 3 B. Assemblies 1. The following equipment shall be provided for the starter types shown on the Drawings. a. Each induction motor full voltage starter shall include: 1) Medium Voltage Section a) One—Fixed portion isolating switch with shutter mechanism 3 b) Three—Clip-in Current-limiting power fuses CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 18 39-12 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 12 of 18 c) One—Stab-in three-pole main vacuum contactor assembly d) One—Control circuit transformer e) Two—Control circuit primary current limiting fuses f) One—Control circuit secondary fuse g) One—Run-test circuit h) Four—Electrical interlocks i) One 3-phase current transformer suitable for use with the motor protection relay j) Three—Current transformers k) One—Zero sequence ground fault current transformer 2) Low Voltage Compartment and Door a) One—Motor Protection Relay(as specified in 2.07) b) One—Interposing control relay c) One—Set of control circuit terminal blocks d) Two—PTs,Open Delta, e) Isolation switch viewing window to verify switch position f) One—CT shorting terminal block 3) Where motor reversing is shown on the drawings, provide an additional vacuum contactor for reversing. Both contactors shall be mechanically and electrically interlocked. 2.06 MECHANICALLY-LATCHED CONTACTOR A. Mechanically-latched contactor,where shown on the drawings, shall be provided. The contactor shall remain closed, if there is a loss of voltage or a reduced-voltage condition. B. Mechanically-latched contactor shall be closed electrically from a local or remote CLOSE pushbutton, and tripped by a mechanical linkage to an externally operated manual trip device. C. An electrically-operated solenoid shall be supplied to trip the contactor as indicated on the Drawings. 2.07 METERING AND PROTECTIVE RELAYS A. Furnish where shown on the Drawings, a Phase Protective Relay(PPR), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 18 39-13 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 13 of 18 B. Furnish where shown on the Drawings, a Motor Protection System (MP3), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. C. Furnish where shown on the Drawings, a Remote RTD Metering and Protection(RRTD), as shown on the Drawings, and as specified in Section 26 2713 Power Metering and Protective Relays. D. Furnish where shown on the Drawings, a Motor Protection System (MP4), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. E. Furnish where shown on the Drawings, a Power Quality Meter(PM1),for each Main or Feeder Switch, as shown on the Drawings and as specified in Section 26 27 13 Power Metering and Protective Relays. F. Furnish where shown on the Drawings, a Ground Fault Relay(GF1), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. G. A 100VA minimum UPS shall be provided, powered from the control power transformer to provide control power to the power quality meters. 2.08 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. Functions to be brought out shall be as specified in the Instrumentation Division. 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. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System, shall be designed for operation with an Ethernet Connection. D. The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address(IP Address),to be configured by the equipment manufacturer. E. Refer to the Instrumentation Division for monitored parameters. F. Communication 1. For remote monitoring, one of the following communication capabilities shall be provided: a. One(1)integral 10/10013aseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One(1)media protocol converter, interfacing the provided equipment to a 10/10013aseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-14 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 14 of 18 b. Register 4x00001 shall exist and be readable to allow simple, predictable"comm tests". 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/10013ase-T Ethernet.The serial port speed(baud rate) shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C,with humidity range minimum of 5-90 percent. Shock capability on the serial port shall be ESD+15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at 0.5A minimum. c. The converter shall have LED status for serial, signals, power,and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable.The converter shall have DB-9M port connection,with screw terminals,to the input. e. Converter shall be Digi One IAP, or approved equal. 2.09 SPARE PARTS A. Provide the following spare parts; 1. 3—Control fuses of type used. 2. One dozen each of cover bolts, spring nuts and door fasteners. 3. One quart of touch-up paint. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name,description and part number 2.10 ACCESSORIES A. Provide the following accessories: 1. Furnish and install a non-conducting floor mat, minimum 3/8 inch thick by 3 feet wide, meeting ANSI/ASTM D-178-01 Type 2 Class 3,Wearwell 702 or equal,and extending the full length of the equipment lineup. 2.11 FACTORY TESTING A. The Motor Control Center shall be completely assembled,wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Prior to factory testing,the manufacturer shall check to see that all selections and settings required by the Power System Study Engineer have been performed. C. Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL,and NEMA standards. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 18 39-15 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 15 of 18 D. The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. E. The manufacturer shall provide three(3)certified copies of factory test reports as specified in 2 Paragraph 1.03D. PART 3- EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer's field engineer to assist the Contractor in installation and start-up of the equipment specified under this Section for a period of not less than 2 working days,with not less than one working day per motor control center.The manufacturer's field engineer 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 therein. B. The Contractor shall provide three(3)copies of the manufacturer's field testing report. 3.02 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing medium voltage motor control centers with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.03 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the motor control centers as detailed on the Drawings with the exception of motor control centers which are to be installed adjacent to an existing unit. Housekeeping pads for these(if used)should match the existing installation. C. Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 3.05 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment,grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 18 39-16 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 16 of 18 3.06 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, 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. 3.07 FIELD TESTING A. The manufacturer's field engineer shall make all electrical field tests recommended by the manufacturer,and including the following tests. B. Verify tightness of all bolted connections by calibrated torque-wrench in accordance with manufacturer's published data. C. Confirm the correct application of manufacturer's recommended lubricants. D. Perform a contact resistance test. E. Perform an insulation-resistance test on all control wiring at 1000 volts dc. Disconnect all connections to solid-state equipment prior to testing. F. Perform an insulation-resistance test on all other wiring and current carrying parts at a minimum do test voltage of 2500 volts dc, pole-to-pole, pole-to-ground, and across open poles. Minimum values shall not be less than 5,000 Megohms. In no case shall the manufacturer's maximum test voltages be exceeded. G. The tests shall adhere to manufacturer's testing recommendations for the proper testing methods and test voltage levels for each piece of equipment. Readings that fall below manufacturer's recommended values will not be acceptable and the Contractor shall be required to perform any necessary remedial action before the busing is energized. A data sheet shall be submitted to the Owner/Engineer for the MVMCC. The test report shall include the following equipment information: 1. MVMCC Name and Number: 2. MVMCC Manufacturer: 3. MVMCC Nameplate Data: a. Volts: b. Horizontal Bus Amps: c. Main Switch Amps: d. Insulation Test(measured): 1) Phase A-B: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 261839-17 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 17 of 18 2) Phase B-C: 3) Phase C-A: 4) Phase A-G: 5) Phase B-G: 6) Phase C-G: e. Equipment disconnect during test: f. Date of Test: g. Tested by: H. Where test reports show unsatisfactory results,the Owner/Engineer may require the removal of all defective or suspected materials,equipment and/or apparatus, and their replacement with new items,all at no cost to the Owner. The Contractor shall bear all cost for any retesting. 3.08 CLEANING A. Remove all rubbish and debris from inside and around the equipment.Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner,or clean, lint free rags. Do not use compressed air. 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. 3.10 MANUFACTURER'S CERTIFICATION A. A qualified factory-trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted, including all settings designated in the Power System Study, and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three(3)copies of the manufacturer's representative's certification. 3.11 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(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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 1839-18 MEDIUM VOLTAGE MOTOR CONTROL CENTERS Page 18 of 18 D. Provide detailed O&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, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262213-1 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 1 of 8 SECTION 26 22 13 DISTRIBUTION DRY-TYPE TRANSFORMERS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install single-phase and three-phase general purpose individually mounted dry- type transformers of the two-windings type,self-cooled as specified herein, and as shown on the Drawings. B. The provisions of this Section shall apply to all dry-type distribution transformers,except as indicated otherwise. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 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. 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 without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. 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 without review. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-2 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 2 of 8 D. All equipment supplied under this Section of the Specifications shall be products of the same Manufacturer, and shall be contained in one single submittal. Partial submittals will be returned without review. 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 without review. E. Equipment specified in Process Equipment and Mechanical Equipment Divisions, and supplied as an integral part of a process equipment manufacturer's package, but referred to this Section for component details, shall be submitted with the manufacturer's package in those Divisions. F. Shop Drawings and Product Data. For each transformer specified under this Section, submit the following information: 1. Outline dimensions and weights 2. Typical/Design test data 3. Transformer ratings including: a. kVA b. Primary and secondary voltage c. Taps d. Basic impulse level (BIL)for equipment over 600 volts e. Design impedance f. Insulation class and temperature rise g. Sound level. 4. Product data sheets 5. Connection diagrams 6. Installation information 7. Date of manufacture for each transformer 8. Where applicable the following additional information shall be submitted to the Engineer: a. Specified accessories G. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-3 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 3 of 8 c. Recommended renewal parts list d. Record Drawings of 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. 1.04 REFERENCE STANDARDS A. The dry-type transformer(s)and all components shall be designed, manufactured and tested in accordance with the latest applicable NEMA and ANSI standards as follows; 1. DOE 2016 Energy Efficiency Standards, 10 CFR Part 431 2. ANSI C57.96 2004 Guide for Loading Dry-Type Distribution and Power Transformers 3. ASTM D635—Standard Test Method for Insulation Materials 4. NEMA ST20 5. UL 1561 6. IEEE-519 7. IEEE-597 8. NFPA 70—National Electrical Code 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 list 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. Transformers manufactured more than 24 months prior to the date of this Contract will not be acceptable. G. Transformers shall meet the US Department of Energy(DOE)2016 Energy Efficiency Standards 10 CFR Part 421. 1.06 JOBSITE DELIVERY,STORAGE AND HANDLING CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-4 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 4 of 8 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 copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner/Engineer 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 seven calendar days of arriving onsite. If the equipment cannot be installed within seven 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. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of final acceptance of the equipment.Within such period of warranty,the Manufacturer shall promptly fumish 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 Contractor 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. General Electric 2. Eaton 3. Square D 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: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-5 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 5 of 8 1. kVA Rating: As shown on the Drawings. 2. Impedance: ANSI Standard Tolerance 3. HV: As shown on the Drawings. 4. LV: As shown on the Drawings. 5. LV: As shown on the Drawings. 2.03 CONSTRUCTION A. Insulation Systems 1. Transformer insulation system shall be as follows: a. Up to 15 kVA, three-phase and single-phase: UL recognized 180°C rated insulation system, encapsulated with 115°C rise. b. 15 kVA, and above, three-phase and single-phase: UL recognized 200°C rated insulation system, ventilated,with 115°C rise. 2. Required performance shall be obtained without exceeding the above indicated temperature rise in a 40°C maximum ambient, and a 24-hour average ambient of 30°C 3. All insulation materials shall be flame-retardant and shall not support combustion as defined in ASTM Standard Test Method D635. 4. Windings shall have a BIL of 10 kV minimum. B. Core and Coil Assemblies 1. Transformer core shall be constructed with high-grade, non-aging, silicon steel with high magnetic permeability,and low hysteresis and eddy current losses. Maximum magnetic flux densities shall be substantially below the saturation point.The transformer core volume shall allow efficient transformer operation at 10%above the nominal tap voltage. The core laminations shall be tightly clamped and compressed. Coils shall be wound of electrical grade copper with continuous wound construction. 2. Transformer coil assembly shall be impregnated with non-hydroscopic, thermosetting varnish and cured to reduce hot spots and seal out moisture; the core shall be coated with HAPs(Hazardous Air Pollutants)free water reducible electrical varnish to give good corrosion resistance. The assembly shall be installed on vibration-absorbing pads. 3. On single and three-phase units rated 15 kVA and below, the core and coil assembly shall encapsulation system shall minimize the sound level. Enclosure construction shall be encapsulated, non-ventilated, 316 stainless steel enclosure,with lifting eyes. 4. On single and three-phase units, rated above 15 kVA,the core and coil assembly shall be ventilated,weatherproof 316 stainless steel enclosure.All ventilation openings shall be protected against falling dirt. The assembly shall be installed on vibration-absorbing pads. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-6 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 6 of 8 5. Terminals shall be welded to the leads of the coils for better conductivity, less maintenance and lower risk of hot spots. Terminals shall not be spot welded or bolted to the coil leads. 6. The neutral bus shall be configured to accommodate 200%of the rated current. C. Taps 1. Three-phase transformers rated 15 through 500 kVA shall be provided with six 2-1/2% taps,two above and four below rated primary voltage 2. All single-phase transformers, and three-phase transformers rated below 15 kVA and above 500 kVA, shall be provided with the manufacturer's standard tap configuration. D. Isolation Pad 1. Each transformer, pad-mounted, bracket-mounted, or suspended, shall utilize double deflecting neoprene mounting vibration isolators as manufactured by Mason Industries Type ND,sized according to rated capacities. E. Finish 1. Enclosures,other than stainless steel, shall be finished with ANSI Gray color,weather- resistant enamel. F. Accessories 1. On ventilated outdoor units provide suitable weather shields over ventilation openings. 2. Lug kits shall be provided by the Manufacturer of the transformer. 2.04 FACTORY TESTING A. The following standard factory tests shall be performed on the equipment provided under this section.AI)tests shall be in accordance with the latest applicable ANSI and NEMA standards. 1. Ratio tests at the rated voltage connection and at all tap connections 2. Polarity and phase relation tests on the rated voltage connection 3. Applied potential tests 4. Induced potential test 5. No-load and excitation current at rated voltage on the rated voltage connection PART 3- EXECUTION 3.01 INSTALLATION A. The Contractors shall install all equipment per the manufacturer's recommendations and the contract drawings. B. Securely connect all neutrals and transformer enclosures to ground. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-7 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 7 of 8 3.02 FIELD ADJUSTMENTS A. Adjust taps to deliver appropriate secondary voltage. 3.03 FIELD TESTING A. Measure primary and secondary voltages for proper tap settings. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262213-8 DISTRIBUTION DRY-TYPE TRANSFORMERS Page 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-1 PANELBOARDS Page 1 of 8 SECTION 26 24 16 PANELBOARDS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install panelboard(s)as specified herein and as shown on the Drawings. B. The provisions of this Section shall apply to all panelboards,except as indicated otherwise. 1.02 RELATED WORK A. Section 26 00 00 Electrical—General Provisions B. Section 26 05 29 Electrical Support Hardware C. Section 26 05 73 Power System Study D. Section 26 43 13 Low Voltage Surge Protective Devices(SPDs) 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 to produce coordination curves, showing coordination between existing and 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. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Front view elevation 3. Top view 4. Nameplate schedule 5. UL Listing of the completed assembly 6. Conduit entry/exit locations 7. Assembly ratings including: a. Short-circuit rating CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-2 PANELBOARDS Page 2 of 8 b. Voltage c. Continuous current 8. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 9. Descriptive bulletins 10. Product data sheets. 11. Cable terminal sizes. E. 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. 1.04 REFERENCE CODES AND STANDARDS A. The low voltage panelboard assembly and all components in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. UL 67-Panelboards 2. UL 50-Cabinets and Boxes 3. NEMA PB-1 2006-Panelboards 4. Fed. Spec.W-P-115C 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 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-3 PANELBOARDS Page 3 of 8 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. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not 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, onsite factory work, or failed factory tests will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture,dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year 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 Contractor at no expense to the Owner. PART2- PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable. 1. General Electric 2. Eaton/Cutler Hammer 3. Square D 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 service voltage,overall short circuit withstand and interrupting rating of the equipment and components shall be as shown on the Drawings, except that the minimum interrupting rating shall be 22000 amperes. Panelboards employing series connected ratings for main, feeder and branch devices shall not be used. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-4 PANELBOARDS Page 4 of 8 B. Panelboards shall be UL listed and labeled as suitable for use as service equipment. C. Where the panelboard is shown or specified to contain a surge protective device(SPD),the complete panelboard, including the SPD, shall be UL67 listed. D. Panelboards shall be designed for continuous operation, at rated current, in a 40 degree C ambient. E. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. Refer to the Drawings for actual layout and location of equipment and components, and other required details. 2. A nameplate shall be provided listing manufacturer's name, panel type and rating. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402, or equal. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips,TESA TUFF TAPE 4970_009 X%*, or equal. Prior to installing the nameplates,the metal surface shall be thoroughly cleaned with 70%alcohol until all residues has been removed. Epoxy adhesive or foam tape is not acceptable. B. Enclosures 1. General a. Each enclosure shall be provided with a legend pocket on the inner door. b. Enclosures shall not have holes or knockouts. 2. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam-in-place gasketed doors 3. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel hinge pins 3) Foam in-place gasket CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-5 PANELBOARDS Page 5 of 8 4. NEMA 12 a. NEMA 12 Steel 1) Mild Steel body and door 2) Stainless steel hinge Pins 5. Not otherwise Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel hinges 4) Foam in-place gasket 6. NEMA 1 or NEMA 1A boxes shall not be used. C. SPDs 1. Where panelboards are shown or specified to include an SPD, the panelboard manufacturer shall be the manufacturer of the Type 2 SPD, and the SPD shall be located within the panelboard, unless otherwise shown on the Drawings. Refer to Section 26 43 13 for specifications of the SPDs, and the required submittals to be included under this Section. Submittals not containing the required information in Section 26 43 13 will be returned un-reviewed. 2. The SPD shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs.The SPD shall be interfaced to the panelboard via a direct bus bar connection.The SPD shall not limit the use of through-feed lugs, sub-feed lugs, and sub- feed breaker options. See Section 26 43 13 for additional requirements. D. Exteriors 1. Unless otherwise noted, all panels shall be designed for surface mounting. 2. Hinged doors covering all circuit breaker handles shall be provided on all panels. 3. Doors shall have semi flush type cylinder lock and catch,except that doors over 48 in. in height shall have a vault handle and 3 point catch, complete with lock,arranged to fasten door at top, bottom and center. Door hinges shall be concealed. Furnish two keys for each lock. All locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished on each door. E. Interiors 1. At least four studs for mounting the panelboard interior shall be furnished. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-6 PANELBOARDS Page 6 of 8 2. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining,drilling or tapping. 3. All interiors shall be completely factory assembled with circuit breakers,wire connectors, etc.All wire connectors,except screw terminals, shall be of the anti turn solderless type and all shall be suitable for copper wire of the sizes indicated. F. Busses 1. All busses, including neutral busses and ground bars, shall be of tin plated copper. Neutral busses shall be full size. Phase bussing shall be full height without reduction. Cross connectors shall be tin plated copper. 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 3. Spaces for future circuit breakers shall be bussed for the maximum device that can be fitted into them. 4. Equipment ground bars, of tin-plated copper,shall be furnished. 5. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. Branch circuits shall be numbered by the manufacturer. 2.04 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as shown on the Drawings. B. Circuit breakers shall be molded case, bolt-on type. C. Each circuit breaker used in 120/208 Volt, 3 phase, or 120/240 volt 1 phase, panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. D. Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 65,000 Amps, RMS symmetrical. E. Circuit breakers shall be as manufactured by the panelboard manufacturer. 2.05 MINI-LOAD CENTERS A. Mini-load centers shall include a main primary breaker, a dry-type transformer and circuit breaker-type load center in a common NEMA 3R 316 stainless steel enclosure,suitable for indoor/outdoor operation. B. kVA and voltage ratings shall be as shown on the Drawings. Main primary breaker shall have an interrupting rating of 14kA at 277/480 volts and a secondary load center rated at 10 kA at 120/240 or 120/208 volts as shown on the drawings.Transformer sound levels shall not exceed the following ANSI and NEMA levels for self-cooled ratings: Up to 9 KVA 40 db 10 to 30KVA 45 db CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-7 PANELBOARDS Page 7 of 8 C. Transformer shall be copper wound, 115 degrees C rise and epoxy-resin encapsulated.The core of the transformer shall be grounded to the enclosure. Provide two(2)5%FCBN taps. All interconnecting wiring between the primary breaker and transformer,secondary main breaker and transformer and load center shall be of copper and factory installed. D. Load center shall have tinned copper bus, and be complete with all circuit breakers as shown on the drawings. Breakers shall have an interrupting rating of 10 kA minimum, and shall be of the bolt-on type. PART 3- EXECUTION 3.01 PREPARATION (NOT USED) 3.02 INSTALLATION A. Mount boxes for surface mounted panelboards so there is at least 1/2 inch air space between the box and the wall. B. Connect panelboard branch circuit loads so that the load is distributed as equally as possible between the phase busses. C. Type circuit directories giving location and nature of load served. Install circuit directories in each panelboard. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262416-8 PANELBOARDS Page 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02648 September 21,2017 262419-1 LOW VOLTAGE MOTOR CONTROL CENTERS Page 1 of 24 3 SECTION 26 24 19 LOW VOLTAGE MOTOR CONTROL CENTERS PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install assemblies of low voltage motor control centers (MCCs),together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. B. Automatic transfer switches, automatic transfer schemes,variable frequency drives, SPDs and programmable controllers shall be factory installed by the motor control center manufacturer as shown on the Drawings. C. Motor control centers shall be sized to include all equipment, spares and spaces shown on the Drawings. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications,the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 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 to produce coordination curves, showing coordination between existing protective devices and 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-2 LAW VOLTAGE MOTOR CONTROL CENTERS Page 2 of 24 above. Incomplete submittals not containing the required information on the related equipment will be returned without review. D. The original MCC equipment manufacturer shall create all MCC shop drawings, including all wiring diagrams, in the manufacturer's engineering department.All MCC shop drawings shall bear the original equipment manufacturer's MCC logo, drawing file numbers, and shall be maintained on file in the manufacturer's MCC archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data,for the following: 1. Equipment outline drawings showing elevation and plan views, dimensions, weight, shipping splits and metering layouts. Indicate all options,special features, ratings and deviations from the Specifications. 2. Conduit entrance drawings, including floor penetrations. 3. Bus arrangement drawings. 4. Unit summary tables showing detailed equipment description and nameplate data for each compartment. 5. Product data sheets and catalog numbers for overcurrent protective devices, motor starters,control relays,control stations, meters, pilot lights, etc. List all options,trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 6. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between units and to remotely mounted devices. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 7. Master drawing index 8. Front view elevation 9. Floor plan 10. Top view 11. Single line 12. Schematic diagram, including manufacturer's selections of component ratings, and CT and PT ratios. 13. Nameplate schedule 14. UL Listing of the completed assembly. 15. Component list with detailed component information, including original manufacturer's part number. 16. Conduit entry/exit locations 17. Assembly ratings including: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.!#3 262419-3 LOW VOLTAGE MOTOR CONTROL CENTERS Page 3 of 24 a. Short-circuit rating b. Voltage c. Continuous current 18. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 19. Descriptive bulletins 20. Product data sheets. 21. Number and size of cables per phase, neutral if present,ground and all cable terminal sizes. 22. Key interlock scheme drawing and sequence of operations 23. Busway connection and amperage rating. 24. Instruction and renewal parts books. 25. Itemized list of spare parts furnished specifically for this project, including quantities, description and part numbers. F. Harmonic distortion calculations for Variable Frequency Drives(VFDs). G. Factory Tests. Submittals shall be made for factory tests specified herein. H. Field Test Reports. Submittals shall be made for field tests specified herein. I. 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. J. 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-4 LOW VOLTAGE MOTOR CONTROL CENTERS Page 4 of 24 A. The low voltage motor control centers and all components in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NEMA Standard ICS 2—2000 Industrial Control and Systems 2. UL 845—Electric Motor Control Centers 3. NEMA Standard SG-3—Low Voltage Power Circuit Breakers 4. NFPA 70—National Electrical Code(NEC) 5. NFPA 70E—Standard For Electrical Safety in the Workplace 6. UL 1008—Transfer Switches 7. UL 991 -Tests for Safety-Related Controls Employing Solid-State Devices 8. NFPA 110—Emergency and Standby Power Systems 9. NEMA ICS 10—AC Transfer Switch Equipment 10. IEEE 446—Recommended Practice for Emergency and Standby Power Systems 11. ANSI IEEE Standard C62.41-1991 Surge Withstand Capacity 12. CSA 22.2, No. 14&66 CSA requirements for power electronics 13. FCC Part 15, Sub Part J, Class A RFI/EMI emission standards 14. ANSI IEEE Standard 519-1992 Harmonic limits 15. UL 508C UL requirements for power conversion equipment B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 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 list 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-5 LOW VOLTAGE MOTOR CONTROL CENTERS Page 5 of 24 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, onsite factory work,or failed factory tests will not be permitted. B. Equipment shall be handled and stored 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/Engineer. 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 seven calendar days of arriving onsite. If the equipment cannot be installed within seven 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. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years, all from date of Substantial Completion.Within such period of warranty the Manufacturer shall promptly fumish 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. Eaton 2. General Electric Co. 3. Rockwell 4. Siemens 5. Square D CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-6 LOW VOLTAGE MOTOR CONTROL CENTERS Page 6 of 24 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 service voltage,overall short circuit withstand and interrupting rating of the equipment and devices shall be as shown on the Drawings. Main and feeder circuit protective devices shall be fully rated for the specified short circuit duty. Systems employing series connected ratings for main and feeder devices shall not be used. Motor starter units shall be tested and UL labeled for the specified short circuit duty in combination with the motor branch circuit protective device. B. The continuous current rating of the main horizontal bus shall be as shown on the Drawings. Vertical busses shall be sized for the structure load and shall have a minimum rating of 300 amperes. C. Motor control centers, including devices, shall be designed for continuous operation at rated current in a 40°C ambient temperature. D. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. Refer to Drawings for, 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. 2. Control units shall be arranged as shown on the Drawings. 3. Where the equipment contains a programmable logic controller(PLC)or a uninterruptible power supply(UPS)or Protective Relay devices,the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device(SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection(Type 3), and Section 26 17 13, Power Metering and Protective Relays. 4. Nameplates a. External 1) Furnish nameplates for each device as specified herein and as indicated on the Drawings.All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws.There shall be a master nameplate that indicates equipment ratings, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips,TESA TUFF TAPE 4970_009 X 1/2 inch,or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70%alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-7 LOW VOLTAGE MOTOR CONTROL CENTERS Page 7 of 24 b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters,caution nameplates shall be yellow with black letters,and warning nameplates shall be red with white letters. 5. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door.All controls and indicators shall be 30 millimeter,corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. Booted control devices are not acceptable. 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 and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications,indicator lamps shall incorporate a push-to-test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN. 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. c. Mode selector switches(HAND-OFF-AUTO, LOCAL-OFF-REMOTE,etc.)shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP,Valve OPEN, Breaker OPEN and mushroom Red for EMERGENCY STOP. 2) Green for START,Valve CLOSE and Breaker CLOSE. 3) Black for RESET. e. Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-8 LOW VOLTAGE MOTOR CONTROL CENTERS Page 8 of 24 f. The manufacturer shall not remove, reuse, alter, or replace original equipment nameplates or equipment tags associated with equipment or components supplied by the manufacturer's suppliers and sub-suppliers. 6. Control and Instrument Power Transformers a. Control power transformers,encapsulated, shall be provided where shown on the Drawings.Transformer shall be sized for the entire load, including space heaters, plus 25%spare capacity, and shall be not less than 100 VA. b. Control power transformers shall be 120 volt grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. B. Enclosures 1. Structures shall be NEMA Type 1A unless noted otherwise on the Drawings. 2. Motor control centers shall consist of a series of metal enclosed,free standing, dead front vertical sections bolted together to form double wall construction between sections. Individual vertical sections shall be nominally 90 inches high,20 inches wide and 20 inches deep unless otherwise shown on the Drawings.Vertical sections shall be mounted on steel channel sills. Bottom channel sills shall be mounted front and rear of the vertical sections extending the full width of each shipping split. Top of each section shall have removable plates with lifting angle. Make provisions for field installation of additional sections to each end and provide full depth cover plates(rodent barriers)at each end of the motor control center channel sills. 3. Provide continuous top and bottom horizontal wireways extending the full width of the line up, isolated from the horizontal bus. Provide a four-inch wide,full height,vertical wire way in each section, equipped with a hinged door and cable supports. Vertical wire way shall be isolated from the bus and device compartments. Wireways or other metal member's openings shall have rolled edges or protective grommets. 4. All cables shall enter and exit underground from the bottom of the structure,unless otherwise shown on the Drawings. 5. Provide individual,flange formed, pan type door with concealed hinges and quarter tum latches for each device compartment and future space. Doors shall be removable. Door removal shall not be required to withdraw starter units or feeder tap devices. 6. Motor control centers shall be designed for against the wall mounting. All wiring, bus joints and other mechanical parts requiring tightening or other maintenance shall be accessible from the front or top. 7. Each vertical section shall be divided into no more than six compartments which shall contain a feeder breaker, combination motor control unit, or other control assemblies connected to a common vertical power bus. 8. Vertical sections shall contain horizontal wire ways at top and bottom of the structure. The design shall be such to permit a continuous wiring trough from end to end of the entire width of the motor control center. End vertical sections shall have cover plates, which can be easily removed to allow continuation of wire ways and horizontal bus extensions for future addition of vertical sections. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-9 LOW VOLTAGE MOTOR CONTROL CENTERS Page 9 of 24 9. The vertical section shall also have a continuous vertical raceway extending the full height of the structure and shall intersect with the horizontal raceways. This wire way shall be provided with barriers which completely isolate the wire way from the bus compartments,the controller compartment, and the adjacent vertical units.The wire way shall have its own separate hinged door. 10. Combination motor control units(Size 5 and smaller), as well as other electrical assemblies, including feeder tap units(225 ampere and smaller),shall be provided with appropriately rated stab assemblies for draw out(plug-in)type construction. 11. Plug in provisions shall include a positive guide rail system and stab shrouds to insure alignment of stabs with the vertical bus. The stab shall be designed to increase bus contact pressure during a fault. The stab design shall assure a consistent low-resistance contact with the vertical bus, even after repeated insertions and removals.The unit shall be equipped with a lockout mechanism to lock the drawer in an extended or stabbed position for maintenance and testing. Each draw out compartment shall have a separate hinged removable door. 12. Each unit compartment shall be provided with an individual front hinged door. Motor control and feeder units shall be interlocked mechanically with a unit disconnect device to prevent unintentional opening of the door while unit is energized. An interlock between the unit disconnect and the structure shall prevent the removal or reinsertion of the unit when the unit is in the"ON"position. Means shall be provided for releasing the interlock for intentional access and/or application of power. Pad locking arrangements shall permit locking the disconnect device in the"OFF"position. 13. The MCC shall be furnished as a completely factory assembled unit where transportation facilities and installation requirements permit. Minimize shipping splits if required. 14. All painted steel work shall be treated with a primer coat and a finish coat, or bonderized and finished with a coat of baked enamel at the factory, such that no field painting will be required except for"touching up"of damaged areas. Color shall be manufacturer's standard. 15. Furnish documentation with the equipment as follows: Compartments containing panel boards shall have a card holder on the inside of the door with the branch circuits clearly identified. Compartments containing motor starters shall each have an overload heater section table posted inside the door. All control compartments shall have a pocket on the inside of the door with a copy of the appropriate schematic and wiring diagram. 16. Where the motor control center is shown outdoors the construction shall be NEMA 3R and shall be as follows: a. The MCC shall be non-walk-in weatherproof construction of basic indoor equipment enclosed in a weatherproof enclosure. Gasket all covers, provide filters for ventilation louvers and a sloped roof. b. The MCC shall be supported on a heavy gauge, welded steel channel base extending around all four sides,constructed to exclude rodents, vermin,and dust. c. All non-current carrying metal parts of the control center assembly shall be cleaned of all weld spatter and other foreign material and given a heat cured, phosphatized chemical pretreatment to inhibit rust. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 24 19-10 LOW VOLTAGE MOTOR CONTROL CENTERS Page 10 of 24 d. Roof structure shall be watertight with a continuous drip edge channel on the front. Roof shall slope to the rear for water drainage. Holes for lifting eyes shall be blind tapped. e. Provide tamper resistant, pad lockable,weathertight, gasketed cubicle doors and switch handle covers,with stainless steel hinge pins. f. Each vertical section shall have heavy duty, 240 volts AC, space heaters,thermostat controlled, of sufficient capacity to prevent condensation with the equipment de-energized,while operating at half their rated voltage. Heaters shall be provided with perforated metal guards and a circuit breaker disconnect. 120-volt AC control power shall be provided from the MCC. C. Construction 1. Provide individual compartments for each removable combination starter and feeder tap device unit. Each vertical section shall accommodate a maximum of six compartments. Steel barriers shall isolate the top, bottom and sides of each compartment from adjacent units and wireways. Removable units shall connect to the vertical bus in each section with tin plated, self-aligning, pressure type copper plug connectors. Size 6 and larger starter units may be wired directly to the bus. Removable units shall be aligned in the structure on guide rails or shelves and secured with a cam latch mechanism or racking screw. 2. Provide individual, isolated compartments for fixed mounted devices such as circuit breakers,cable lugs, metering, relaying and control devices. Main and bus tie circuit breakers shall be wired directly to the main horizontal bus. All bus connections shall be fully rated. 3. Provide the following features: a. Provision to padlock removable units in a partially withdrawn TEST position,with the bus stabs disengaged. b. Provision to padlock unit disconnect handles in the OFF position with up to three padlocks. c. Mechanical interlock with bypass to prevent opening unit door with disconnect in the ON position,or moving disconnect to the ON position while the unit door is open. d. Mechanical split type terminal blocks for disconnecting external control wiring. e. Auxiliary contact on unit disconnect to isolate control power when fed from an external source. f. Disconnect operating handles and control devices. D. Bus Systems 1. The bus support system shall be high dielectric strength, low moisture absorbing high impact material. 2. Bus bracing shall be minimum 65,000 amperes RMS symmetrical, and be equal to or exceed the value shown on the Drawings. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 24 19-11 LOW VOLTAGE MOTOR CONTROL CENTERS Page 11 of 24 3. Busses shall have uniform cross sectional area throughout their length.Tapered bus will not be acceptable. 4. All bolted bus mating surfaces and splicing material shall be the same plated material as the bus. 5. The main horizontal bus shall extend the entire length of the motor control center. The main bus bars shall be rated as shown on the Contract Drawings, but shall not be less than 600 amperes. 6. Main horizontal bus: Tin plated copper, bolted joints, accessible from the front of the structure,fully rated throughout the lineup.All field assembled joints shall be taped after installation,equal to the factory bus taping. 7. Vertical section bus: Tin plated copper,full height, totally insulated and isolated by labyrinth design barrier of glass-reinforced polyester, or sandwich insulated/isolated busses, with shutters to cover stab openings when units are withdrawn. Provide fish tape barriers to isolate bottom wireways from lower ends of vertical bus. Bus shall be provided in each vertical draw out section. 8. Vertical busses used for a tie circuit breaker or tie feeder lugs shall be rated for a continuous capacity equivalent to the main horizontal bus rating. 9. Horizontal ground bus: Provide a 300A minimum, continuous tin plated copper ground bus in each section equipped with lugs for termination of feeder and branch circuit ground conductors. Connect to ground bus in adjacent sections with splice plates. Provide ground bolted connectors for 2/0 AWG minimum wire at each end of the bus. E. Wiring 1. Wiring: Stranded tinned copper, minimum size#14 AWG,with 600 volt,90°C,flame retardant, Type SIS cross-lined polyethylene insulation, NEMA Class II,Type B. Line side power wiring shall be sized for the full rating or frame size of the connected device. All conductors#1/0 AWG and larger shall be terminated with long barrel NEMA two hole lugs. 2. Identification: Numbered sleeve type wire markers at each termination point,color coding per NEMA standards and the NEC. Foreign voltage control wiring shall be yellow. 3. All control wiring to draw out units shall be run through split type terminal blocks(draw out)which can be split to allow easy unit removal. Motor"T" leads shall bolt directly to starter or overloads and shall not utilize split type terminal blocks.Terminal blocks shall be of the fully shielded, tubular screw clamp type, resilient collar design to eliminate loose connections. Terminal blocks shall be nickel or tin plated, and have exposed wire numbering corresponding to the connected wires. Terminals shall have a maximum of two wires per terminal. 4. All wiring shall be neatly bundled with ty-raps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring(millivolt and milliamp)shall be bundle separately from the rest of the control wiring. 5. Where"shipping splits" are required between the control compartments and the starter cubicles, interconnecting jumper wires shall be provided for field re-connection. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 24 19-12 LOW VOLTAGE MOTOR CONTROL CENTERS Page 12 of 24 6. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring(millivolt and milliamp)shall be bundle separately from the rest of the control wiring. 7. In general, all conduit entering or leaving a motor control center shall be stubbed up into the bottom horizontal wire way directly below the vertical section in which the conductors are to be terminated, or shall enter the motor control center from the top. Conduits shall not enter the motor control center from the side unless approved in writing by the Owner/Engineer. 8. All field wiring and all field-installed internal wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. F. Main Section 1. The MCC main sections shall include the main and be breakers,metering and power feeder entrance to the MCC. Where a power feeder entrance is shown on the Drawings, the power feeder entrance section shall be provided. Provide bus extensions and compression lugs for number and size of incoming cables as shown on the Drawings. Where main and tie breakers are shown to be key interlocked, interlocks shall be of the Kirk-Key type. 2. Where Kirk-Key arrangements are used,the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty)316 Series of 316 stainless steel, or approved equal. G. Surge Protective Devices 1. Furnish where shown on the Drawings, or specified herein, a manufacturer provided and installed, Low Voltage Surge Protective Devices(SPD)(Type 2),as specified in Section 26 27 13 of these Specifications. Connection to the MCC shall be with a surge rated disconnect, mounted integral to the MCC. H. Main Circuit Protective Devices I. Arc Energy-reduction is required on breakers that are rated at or can be set at 1200 amperes or higher. 1. Unless otherwise shown on the Drawings, single main or main-tie-main or main-tie-tie- main circuit breakers,with a frame rating larger than 1200, shall be insulated case (ICCB), 3 Pole, 600 Volt, fixed or draw out type, manually operated,with stored energy closing mechanism. Breakers shall be electrically operated where shown as(EO) on the Drawings. Trip device shall be solid state with adjustable long time, short time with short time iZt switch, adjustable instantaneous settings,and adjustable ground fault settings with 12t switch. Provide overload, short circuit, and ground fault indicator lights. A remote energy-reduction maintenance switch with local indication connected to the instantaneous setting shall be provided to reduce the setting to minimum to reduce arc flash during equipment maintenance 2. Unless otherwise shown on the Drawings, single main or main-tie-main circuit breakers, with a frame rating of 1200 amperes or less, shall be molded case(MCCB), three pole, 600 volt,fixed type, manually operated with stored energy closing mechanism. Trip CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-13 LOW VOLTAGE MOTOR CONTROL CENTERS Page 13 of 24 device shall be solid state with adjustable long time,short time with short time i2t switch, adjustable instantaneous settings,and adjustable ground fault settings with i2t switch. A remote energy-reduction maintenance switch with local indication connected to the instantaneous setting shall be provided to reduce the setting to minimum to reduce arc flash during equipment maintenance 3. Insulated case and molded breakers shall have a UL 489 listing. 4. Main devices shall be equipped with contacts for remote status trip indication and"inhibit" function as shown on the Drawings. Device rating shall be as shown on the Drawings. J. Automatic Transfer Switches(ATSs) 1. Where automatic transfer switches are shown on the Drawings as an integral part of the MCC, they shall be of the voltage and rating shown.ATSs shall be three-pole for three phase three wire systems and four-pole for three phase four wire systems. 2. The switches shall initiate transfer of the load to the emergency source when any phase of the normal source drops below 80 percent of normal voltage. 3. The transfer switches shall be adequately constructed to carry full rated current on a continuous 24 hour basis in all approved enclosures and shall not show excessive heating or be subject to derating.The transfer switches shall be capable of withstanding all available system fault currents without parting of or damage to contacts during the fault clearing time of the system over current device. 4. The transfer switches shall be of inherently double throw construction with three positions operation:closed to normal source,open, closed to emergency source. Time delay between opening of the closed contacts and closing of the open contacts shall be a minimum of 400 milliseconds to allow for load stabilization before transfer is complete. 5. ATS shall be the programmable logic controller(PLC)based type with a one-hour uninterruptible power supply(UPS),the mechanical equipment manufacturer shall furnish factory installed,a dedicated Point of Utilization Device(SPD)(Type 3), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection. 6. The following accessories shall be fumished: a. Close differential adjustable phase sensing relay set to drop out at 80%of rated voltage and pick up at 90%of rated voltage. b. Adjustable 0.5 to 6.0 second time delay to override normal source power outages (set at two seconds). c. Two auxiliary contacts to open on normal source failure. d. Two auxiliary contacts to close on normal source failure(for remote alarm and engine start). e. Neutral(off)position adjustable time delay 0.1 to 60 seconds. f. Adjustable time delay on retransfer to normal(1 to 300 seconds)with 0 to 25 minute adjustable unloaded engine running time after retransfer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 2624 19-14 LOW VOLTAGE MOTOR CONTROL CENTERS Page 14 of 24 7. Withstand ratings shall be the same rating as for the MCC, but shall not be less than 65,000 AIC. 8. A maintained contact test auto switch and normal/emergency pilot lights shall be mounted on the door. K. Feeder Protective Devices(Non-Motor Loads) 1. Unless otherwise shown on the Drawings, feeder circuit breakers, 1200 ampere down to 250 ampere, shall be molded case, three-pole, 600 volt,fixed type, manually operated with stored energy closing mechanism.Trip device shall be solid state with adjustable long time pickup, adjustable instantaneous, adjustable ground fault pickup and delay; ground fault delay and pickup trips for selective tripping; and overload, short circuit and ground fault indicator lights. On breakers rated 1200 amperes, provide a remote energy- reduction maintenance switch with local indication connected to the instantaneous setting shall be provided to reduce the setting to minimum to reduce arc flash during equipment maintenance 2. Unless otherwise shown on the Drawings,feeder circuit breakers, less than 250 ampere frame, shall be molded case, three-pole, 600 volt, fixed type, manually operated with over-center toggle mechanism. 3. All circuit breakers shall have trip units of the modular type for easy changing of trip range. 4. All Main and Feeder circuit breakers shall have provision for padlocking in the OFF position. L. Interlocks 1. Electrical, mechanical and Kirk-Key interlocks shall be provided on breakers where shown on the Drawings. 2. Where Kirk-Key arrangements are used,the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty)316 Series of 316 stainless steel, or approved equal. M. Control and Instrument Power Transformers. 1. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load, including space heaters, plus 25%spare capacity. 2. Control power transformers shall be 120-volt grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. N. Furnish lugs for incoming line feeders, sizes as shown on the Drawings.Allow adequate clearance for bending and terminating of cable size and type specified. 2.04 MOTOR CONTROLLERS A. General 1. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-15 LOW VOLTAGE MOTOR CONTROL CENTERS Page 15 of 24 control power transformers and thermal overload heater element ratings matched to the motors and control equipment actually supplied, in compliance with the NEC and the manufacturer's heater selection tables. All variations necessary to accommodate the motors and controls as actually furnished shall be made without extra cost to the Owner. 2. Motor starters shall be as shown on the Drawings.All motor starters shall be combination units,full voltage non-reversing(FVNR),with adjustable instantaneous trip magnetic only circuit breakers,or motor circuit protectors(MCP), unless otherwise specified or shown on the Drawings. NEMA starter sizes and breaker trip ratings shall be as required for the horsepower indicated, but shall be in no case less than NEMA Size 1. If the manufacturer of the equipment utilizing the motor,supplies a motor horsepower larger than that shown on the Drawings,the Contractor shall supply a motor starter sufficient in size to control the motor supplied. International(IEC)starters shall not be acceptable. 3. Each motor starter shall have a 120-volt operating coil unless otherwise noted. 4. NEMA Size 5 and smaller shall be draw out design with stab-on connectors engaging the vertical buses. Larger units shall be of the fixed(bolt-in)design. 5. Overload relays shall be standard Class 20,ambient compensated, manually reset by pushbutton located on front of the compartment door. A normally closed contact shall be directly used in the start circuit and a normally open contact shall be wire to a terminal board for overload alarm. 6. Control power transformers shall be 120-volt grounded secondary. Primary shall be fused with slow blow fuses in each phase. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused.The transformer shall be oversized for auxiliary loads as indicated on drawings,but in no case be smaller than 100 VA. 7. Combination starters shall include a motor circuit protector(MCP)in series with a motor controller and an overload protective device. The MCP shall have an adjustable magnetic 3 trip range in percent of rated continuous current and a trip test feature. MCP's shall be labeled in accordance with LIL489. B. Magnetic Motor Starters 1. Motor starters shall be two or three pole,single or three phase as required, 60 Hertz,600 volt, magnetically operated, full voltage non reversing except as shown on the Drawings. NEMA sizes shall be as required for the horsepower shown on the Drawings. IEC rated starters are unacceptable. 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 normally open and one normally closed 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 of 100 VA or an additional 10%whichever is larger. Transformer primary shall be equipped with slow blow fuses. Control power transformers shall not be located behind other components and shall be accessible for removal or replacement without removing any other component. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-16 LOW VOLTAGE MOTOR CONTROL CENTERS Page 16 of 24 5. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 6. All wires shall be terminated on terminal blocks and shall be tagged. 7. The control compartment shall have a copy of the appropriate schematic and wiring diagram. C. Combination Magnetic Motor Starters 1. Motor starters shall be a combination motor circuit protector and contactor, two or three pole, single or three phase as required, 60 Hertz, 600 volt, magnetically operated,full voltage non reversing unless otherwise shown on the Drawings. NEMA starter sizes shall be as shown on the Drawings. If the motor supplied by the equipment supplier is larger than that shown on the Drawings,the Contractor shall supply a larger starter size corresponding to the motor supplied. Motor circuit protectors shall be molded case with adjustable magnetic trip only. They shall be specifically designed for use with magnetic motor starters. Motor circuit protectors shall be current limiting type,with additional current limiters if required. IEC rated starters are unacceptable. 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 normally open and one normally closed 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 of 100 VA or an additional 10%whichever is larger.Transformer primary shall be equipped with time delay fuses. 5. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 6. All wires shall be terminated on terminal blocks and shall be tagged. 7. The control compartment shall have a copy of the appropriate schematic and wiring diagram. D. Multi-Speed and Reversing Starters 1. Multi speed and reversing starters shall include two motor rated contactors as described above, mechanically and electrically interlocked so that only one device may be energized at any time. E. Reduced Voltage Starters 1. Reduced Voltage Auto-Transformer Type Starters(RVAT). a. Auto-transformer type with closed circuit transition. Auto transformers shall be dry type with 50%, 65%and 80%voltage taps and over temperature protection. Timing relays shall be electronic, adjustable. Relay settings shall be approximately 75%of relay range. Contactors shall be electrically and mechanically interlocked 2. Reduced Voltage Solid State Type Starters(SSRV). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-17 LOW VOLTAGE MOTOR CONTROL CENTERS Page 17 of 24 a. The solid-state reduced-voltage starter shall be an integrated unit with power SCRs, logic board, paralleling bypass and output contactors, and electronic overload relay enclosed in a single molded housing b. The SCR-based power section shall consist of six back-to-back SCRs and shall be rated for a minimum peak inverse voltage rating of 1500 volts PIV c. Units using triacs or SCR/diode combinations shall not be acceptable d. Resistor/capacitor snubber networks shall be used to prevent false firing of SCRs due to dV/dT effects e. The logic board shall be accessible for testing, service and replacement. f. The logic board shall be identical for all ampere ratings and voltage classes and shall be conformal coated to protect environmental concerns g. The paralleling run bypass contactor shall energize when the motor reaches 90%of full speed and close/open under one times motor current h. The paralleling run bypass contactor shall utilize an intelligent coil controller to limit contact bounce and optimize coil voltage during varying system conditions i. Starter shall be provided with electronic overload protection as standard and shall be based on inverse time-current algorithm. Overload protection shall be capable of being disabled during ramp start for long acceleration loads. j. Overload protection shall be adjusted via the device keypad and shall have a motor full load ampere adjustment from 30 to 100%of the maximum continuous ampere rating of the starter. k. Starter shall have selectable overload class setting of 5, 10,20 or 30. 1. Starter shall be capable of either an electronic or mechanical reset after a fault m. Units using bimetal overload relays are not acceptable n. Over temperature protection (on heat sink)shall be provided. o. Starters shall provide protection against improper line-side phase rotation. Starter shall shut down if a line-side phase rotation other than A-B-C exists. Provision for disabling shall be provided. p. Starters shall provide protection against a phase loss or unbalance condition. Starter shall shut down if a 50%current differential between any two phases is encountered. Provision for disabling shall be provided. q. Starter shall provide protection against a motor stall condition as standard. Provision for disabling shall be provided. r. Starter shall provide protection against a motor jam condition as standard. Provision for disabling shall be provided. s. Starter shall be provided with a Form C normally open, normally closed contact that shall change state when a fault condition exists. Contacts shall be rated 60 VA CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-18 LOW VOLTAGE MOTOR CONTROL CENTERS Page 18 of 24 (resistive load)and 20 VA(inductive load). In addition, an LED display on the device keypad shall indicate type of fault(Overtemperature, Phase Loss,Jam, Stall, Phase Reversal and Overload) t. The following control function adjustments on the device keypad are required: 1) Selectable Torque Ramp Start or Current Limit Start 2) Adjustable Kick Start Time:0-2 seconds 3) Adjustable Kick Start Torque:0-85% 4) Adjustable Ramp Start Time:0.5-180 seconds 5) Adjustable Initial Starting Ramp Torque: 0-85% 6) Adjustable Smooth Stop Ramp Time:0-60 seconds. u. Maximum continuous operation shall be at 115%of continuous ampere rating v. Pump Control Option. 1) Provide control algorithm for pump start-up and shut down sequences. Control algorithm shall reduce the potential for water hammer in a centrifugal pump system. Upon a start command,the speed of the motor shall increase, under the control of the soft starter microprocessor,to achieve a gentle start.After the speed has reached its nominal value,the bypass contactors shall close and the pump shall run at design speed. Upon a stop command,the bypass contactors shall open and the motor speed decreased in a tapered slope,to gradually slow the flow until the motor is brought to a stop. The start and stop ramp times shall be adjustable for the application requirements. The pump control option shall be factory installed. 3. Wye delta starters shall be closed circuit transition for use with 6 or 12 lead motors. F. Combination Contactors 1. Combination contactors shall be a circuit breaker and contactor,600 Volt,three-pole, 60 Hertz, magnetically operated. NEMA size shall be as required for the kilowatt ratings shown on the Drawings, but shall be not less than NEMA size 1. 2. Contactors shall have a 120-volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the unit heater fan. 3. Combination Contactors used for lighting control shall be as specified herein, magnetically operated,with the number of channels and poles as shown on the Drawings. Each contactor shall be controlled by an Astronomic Time Clock Tyco Model TC-100,or approved equal. G. Control Relays 1. Control relays 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 amperes resistive, 1/4 HP at 120 volts AC, operating temperature minus 10 to plus 55°C. Provide spare normally open CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-19 LOW VOLTAGE MOTOR CONTROL CENTERS Page 19 of 24 and normally closed contacts. Relays shall be Potter&Brumfield KRP Series or equal with neon coil indicator light.Timing relays shall be 300-volt, solid state type,with rotary switch to select the timing range. Pneumatic timing relays are unacceptable. 2.05 METERING AND PROTECTIVE RELAYS A. Where an elapsed time meter is specified or shown on the Drawings, a six digit, non- resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 26 27 13. B. A 100VA minimum UPS shall be provided, powered from the control power transformer to provide control power to the feeder management relays and power quality meters. C. Furnish where shown on the Drawings, a Phase Protective Relay(PPR), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. D. Furnish where shown on the Drawings, a Motor Protection System (MP3), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. E. Furnish where shown on the Drawings, a Remote RTD Metering and Protection (RRTD), as shown on the Drawings, and as specified in Section 26 2713 Power Metering and Protective Relays. F. Furnish where shown on the Drawings, a Motor Protection System (MP4), as shown on the Drawings, and as specified in Section 26 27 13 Power Metering and Protective Relays. G. Furnish where shown on the Drawings, a Power Quality Meter(PMI),for each Main or Feeder Breaker, as shown on the Drawings and as specified in Section 26 27 13 Power Metering and Protective Relays. 2.06 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. Functions to be brought out shall be as described in the Control Strategies in Section 40 6196. 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. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System, shall be designed for operation with an Ethernet Connection. D. The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor,the Owner/Engineer will provide the proper Internet Protocol Address(IP Address), to be configured by the equipment manufacturer. E. Refer to Section 40 61 93 Instrumentation Input Output List for monitored parameters. F. Communication 1. For remote monitoring, one of the following communication capabilities shall be provided: a. One integral 10/10013aseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-20 LOW VOLTAGE MOTOR CONTROL CENTERS Page 20 of 24 b. One media protocol converter,interfacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP. 2. The protocol interface shall implement the following: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register' memory area. b. Register 4x00001 shall exist and be readable to allow simple,predictable"comm tests". 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/10013ase-T Ethernet.The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1,and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60 degrees C,with humidity range minimum of 5-90%. Shock capability on the serial port shall be ESD+15 kV air gap meeting IEC 1000-4- 2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div. 2, DIN Rail mountable. The converter shall have DB-9M port connection,with screw terminals,to the input. e. Converter shall be Digi One IAP, or approved equal. 2.07 ACCESSORIES A. Provide the following accessories. 1. Contractor shall furnish and install a non-conducting switchboard floor mat, minimum 3/8 inch thick by 3 feet wide, meeting ANSI/ASTM D-178-01 Type 2 Class 3,Wearwell 702 or equal, and extending the full length of the equipment lineup. 2.08 SPARE PARTS A. Provide the following spare parts: 1. Three—Control fuses of type used. 2. One dozen each of cover bolts, spring nuts and door fasteners. 3. One quart or 12 aerosol cans of touch-up paint. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number 2.09 FACTORY TESTING A. The Motor Control Center shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturers routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add,#3 26 24 19-21 LOW VOLTAGE MOTOR CONTROL CENTERS Page 21 of 24 B. Prior to factory testing, the manufacturer shall check to see that all selections and settings required by the Power System Study Engineer have been performed. C. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL,and NEMA standards. D. The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. E. The manufacturer shall provide three certified copies of factory test reports as specified in Paragraph 1.03F. PART 3- EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer's field 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,with not less than one working day per motor control center.The manufacturer's field engineer 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 therein. B. The Contractor shall provide three copies of the manufacturer's field testing report. 3.02 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage motor control centers with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.03 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the motor control centers as detailed on the Drawings with the exception of motor control centers which are to be installed adjacent to an existing unit. Housekeeping pads for these(if used) shall match the existing installation. C. Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 3.05 FIELD QUALITY CONTROL CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-22 LOW VOLTAGE MOTOR CONTROL CENTERS Page 22 of 24 A. Inspect installed equipment for anchoring,alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturers instructions. 3.06 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors,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. Return spare Kirk keys to the Owner after final acceptance. 3.07 FIELD TESTING A. The manufacturers field engineer shall make all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance of each bus section. Megger, for one minute,at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturers maximum test voltages be exceeded. C. Complete the following test forms: 1. Motor Control Center Test Report: Before energizing the motor control center,the Contractor shall perform megohm meter tests. The measurements shall be made on all phase busing and the data checked for conformance with typical manufacturers data. The tests shall adhere to manufacturer's testing recommendations for the proper testing methods and test voltage levels for each piece of equipment. Readings that fall below manufacturers recommended values will not be acceptable and the Contractor shall be required to perform any necessary remedial action before the busing is energized.A data sheet shall be submitted to the Owner/Engineer for the MCC. The test report shall include the following equipment information: a. MCC(SB or PNL) Name and number: b. MCC(SB or PNL)manufacturer c. MCC(SB or PNL) Nameplate data: 1) Volts: 2) Horizontal bus amps: 3) Main breaker amps: d. Insulation test(measured): 1) Phase A-B: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 26 24 19-23 LOW VOLTAGE MOTOR CONTROL CENTERS Page 23 of 24 2) Phase B-C: 3) Phase C-A: 4) Phase A-G: 5) Phase B-G: 6) Phase C-G: e. Equipment disconnected during test: f. Date of test: g. Tested by: D. Where test reports show unsatisfactory results, the Owner/Engineer may require the removal of all defective or suspected materials,equipment and/or apparatus, and their replacement with new items,all at no cost to the Owner. The Contractor shall bear all cost for any retesting. E. Test each key interlock system for proper functioning. F. The manufacturer's field engineer shall perform field measurements, of both the voltage and current harmonic distortion at the point of common coupling with operating conditions to determine compliance with the Specifications. 3.08 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner,or clean, lint free rags. Do not use compressed air. 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. 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. The Contractor shall 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 fumished under this Section. B. The training shall be for a period of not less than one eight hour day. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262419-24 LOW VOLTAGE MOTOR CONTROL CENTERS Page 24 of 24 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 O&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, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 262713-1 POWER METERING AND PROTECTIVE RELAYS Page 1 of 18 SECTION 26 27 13 POWER METERING AND PROTECTIVE RELAYS PART1 - 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 as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power, control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, with no change in the Contract Price, and with no increase in Contract Time. 1.03 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 without review. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision 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. 1.04 REFERENCE CODES AND STANDARDS CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-2 POWER METERING AND PROTECTIVE RELAYS Page 2 of 18 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 3. IEC 255.4 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. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years.When requested by the Owner/Engineer, an 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. 1.06 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of acceptance of the equipment containing the items specified in this Section.Within such period of warranty,the Manufacturer shall promptly fumish 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 Contractor at no expense to the Owner. PART2- PRODUCTS 2.01 GENERAL A. Metering and Protective Relay Enclosures. 1. Enclosures for meters and protective relays located within the associated equipment shall have the same Enclosure Types as specified for the associated equipment. Meters and relays, located remote from the associated equipment, shall have an enclosure type as specified herein. 2.02 FEEDER PROTECTION SYSTEM (FPI) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE/Multilin Model 850 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. The relay shall have a common hardware and firmware platform that shall support feeder, motor, transformer and generator applications. 2. The unit shall be equipped with separate processors for protection and for communication related functions. The relay shall provide protection,control, and monitoring functions with both local and remote human interfaces. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-3 POWER METERING AND PROTECTIVE RELAYS Page 3 of 18 3. The relay shall be of draw out construction. 4. All circuit boards shall have a harsh environment conformal coating to resist 1-12S 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. 8. The relay shall comply with surge withstand capability standards ANSI C37.90 and IEC 255.4. D. Protection: The 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 8 times per power system cycle. 1. The relay shall have the following protective functions: ANSI Description Remarks Function 50P Phase instantaneous overcurrent 50N Neutral instantaneous overcurrent 50G Ground instantaneous overcurrent 50SG Sensitive ground instantaneous overcurrent 51 P Phase time overcurrent Selectable to operate either on RMS or Fundamental value. 51 N Neutral time overcurrent 51G Ground time overcurrent 51SG Sensitive ground time overcurrent 50_2 Negative sequence instantaneous overcurrent 51_2 Negative sequence time overcurrent 67P Phase directional overcurrent 67N Neutral directional overcurrent 67G Ground directional overcurrent 67SG Sensitive directional overcurrent 67_2 Negative sequence overcurrent 87 RGF Restricted Ground Fault CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-4 POWER METERING AND PROTECTIVE RELAYS Page 4 of 18 ANSI Description Remarks Function 50BF Breaker failure 49 Cable Thermal Model CLP Cold Load Pickup 27P Phase under voltage 59P Phase over voltage 27x Auxiliary under voltage 59x Auxiliary over voltage 59N Neutral over voltage 59_2 Negative Sequence Overvoltage 32 Directional Power 81 U Under Frequency 810 Over Frequency 81 R Rate of Change of Frequency 25 Synchronism check 79 Reclose Four-shot Function Description Remarks CLP Cold Load Pickup VTFF VT Fuse Failure 2. The relay shall have the ability to build trip and alarm matrices and directly assign corresponding output relay without using programmable logic. 3. 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. 4. The relay shall support eight flex elements that can use any available/calculated analog parameters within the relay(e.g. comparator, inverter, over/under,etc.) 5. The relay shall support 16 digital counters. E. Programmable Logic: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 2I,2017 262713-5 POWER METERING AND PROTECTIVE RELAYS Page 5 of 18 1. The relay shall support 1024 lines of user defined logic to build control schemes supporting logic gates, timers, nonvolatile latches. 2. The programmable logic in the relay shall be executed at eight times per power system cycle. 3. The relay configuration tool shall have embedded graphical user interface to build programmable logic. F. Communications: 1. The relay shall support the following communication protocols: a. Modbus RTU b. Modbus TCP/IP c. IEC 61850 GOOSE d. IEC 61850 Ed 2 e. DNP 3.0, f. IEC 60870-5-104 g. IEC 60870-5-103 h. OPC-UA 2. The relay shall have the ability to configure both protection and IEC61850 related settings within a single setting file. The 61850 settings shall be configurable by any third party system configuration tools. The relay shall support up to four IEC61850 concurrent client connections. The relay shall support file transfer protocol TFTP and file transfer through 61850. 3. The relay shall have support multiple time synchronization sources such as TRIG-B, IEEE 1588 and SNTP with the ability to configure priority for the time sources a dynamically switch based on availability of each source. 4. The relay shall provide two fiber optic Ethernet ports with two modes of operation—fail over mode or independent mode. 5. The relay shall have an option for Wi-Fi(IEEE 802.11 b/g/n)connectivity to configure settings and retrieve operational records. 6. The relay shall have a front panel USP port that shall provide connectivity to configure settings and retrieve operational records. 7. The relay shall provide a user definable memory map. 8. The protocol interface shall implement Modbus TCP Protocol with the following as minimum capabilities: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple, predictable"corn tests". c. Software tools shall function properly with slaves'only supporting Modbus functions 3,4 and 16. Requiring support of diagnostic function 8 is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP"Unit Id"to be a value other than zero.This is required for Ethemet-to-Serial bridging. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2627 13-6 POWER METERING AND PROTECTIVE RELAYS Page 6 of 18 9. The media protocol converter shall meet the following criteria: a. The converter shall support 10/10013ase-T Ethernet.The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1,and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60°C,with humidity range minimum of 5-90%. Shock capability on the serial port shall be ESD+15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable.The converter shall have DB-9M port connection,with screw terminals, to the input. e. Converter shall be Digi One IAP,or approved equal. G. Relay Configuration/Setting File Management 1. Entire relay setting from only single setting file shall be supported: 2. Entire relay settings(not only communication related but also protection and control functional settings)shall be part of the same single setting file. 3. There shall be only single relay setting(i.e. CID based KML 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. 4. The relay shall be able to receive this single configuration/setting file from any third parry tool(not only vendor specific proprietary relay configuration tool). 5. The relay shall be configured through IEC61850-6 standard based Configured IED Description(CID in XML)format file only. H. Front-Panel Visualization 1. User interface shall provide a large color LCD front panel display,and navigation keys. 2. Front panel color LCD to display single line diagram (SLD)of the generator with online metering and status information. 3. The front panel shall be capable of displaying measured values,calculated values, 1/0 status,device status,target messages,events, motor learner data and configured relay settings. 4. The front panel shall have user-programmable LEDs and pushbuttons. 5. The front panel shall have SLD with provision to control up to three devices. I. Metering and Digital Fault Recording. 1. The 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. 2. 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. 3. The relay shall provide a fault report with option for fault locator. 4. The relay shall provide event records—with a record of the last 1024 events, time tagged with a resolution of one millisecond. 5. The relay shall store all its recorded data in nonvolatile memory. 6. The relay shall provide data logger function which shall record a maximum of 16 analog channels. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-7 POWER METERING AND PROTECTIVE RELAYS Page 7 of IS 7. The current metering accuracy shall be at+/-.25%of the reading for up to two times rated secondary current and+/- 1%above them. 8. The voltage metering accuracy shall be at+/-0.5%of the reading from 15 to 208 volts. 9. The power metering accuracy shall be at+/- 1%of the reading. 10. The frequency metering accuracy shall be typically one milliHertz accuracy level. 11. The relay shall provide Breaker Health Monitoring features including breaker close and breaker opening times, trip/close monitoring, spring charging time, per-phase arcing current,trip counters. 12. The relay shall provide information on the power factor of the protected device(ANSI function 55). J. Hardware 1. Relay shall have conformal coated electronic board assemblies for harsh environment deployment. 2. Microprocessor based protective relays shall employ IPC(Institute for Interconnecting and Packaging Electronic Circuits)Class 3 printed circuit boards(PCB). 3. The relay shall have draw-out construction to facilitate testing, maintenance and interchange flexibility. 4. The relay shall not use electrolytic capacitors as any component or sub-component. 5. The relay shall provide a field swappable power supply module. 6. 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. 7. The relay shall provide an operating temperature range of-40 to 60°C. 8. The relay shall support a minimum of 10 digital outputs and 14 digital inputs. 9. The digital inputs shall be capable of accepting wet or dry input signals. In case external wetting voltage is used, the voltage threshold shall be software selectable for 24 volts, 48 volts, 125 volts and 250 volts DC sources. 10. The relay contacts shall be rated for a minimum of 10 amperes continuous. 11. The relay shall support seven DC mA outputs and four DC mA inputs. 12. The relay shall provide inbuilt trip coil and close coil supervision. 13. The relay shall support a total of 13 RTDs. 14. The relay shall support 4 integrated arc flash sensors. K. Security 1. The relay shall provide RBAC(Role Based Access Control)with three roles such as Observer,for accessing operational date, Operator for open-close of the breaker, Administrator for configuring. 2. The relay shall provide option for password complexity. 3. The relay shall provide option for local device level authentication and for remote server authentication using RADIUS. 4. The relay shall provide support for SYSLOG to publish security related events. 5. The relay shall support secure file transfer protocol SFTP. 6. Security setting reports must include the following events with time stamp: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-8 POWER METERING AND PROTECTIVE RELAYS Page 8 of 18 a. Failed Authentication b. User Lock out c. Setting changes d. Log in e. Log out f. RADIUS server unreachable g. Clear Event/Transient/Fault records L. Service and Support 1. Warranty: The relay shall include a ten-year warranty for all material and all workmanship defects. 2.03 POWER QUALITY METER(PM1) A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. GE Multilin PQMII Power Quality Meter 2. Schweitzer Model SEL-735 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%for current and voltage and 0.4%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 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 set points. a. Two-line, 40 character illuminated display for use with keypad.The display shall have: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-9 POWER METERING AND PROTECTIVE RELAYS Page 9 of 18 1) Variable scrolling rates. 2) Front mounted LEDs to display alarms, communication status, relay status, simulation mode, self-test failure, and set point access status. 3) Relay reset button to clear alarm and auxiliary conditions. 2. The meter shall have one alarm output relay with Form C contacts. 3. Relay output shall be through alarm, auxiliary and pulse output functions. 4. The meter shall provide a user configurable pulse output based on kWH, kVARH or kVAH. 5. The meter shall provide a pulse input for demand synchronization. 6. The meter shall include a simulation mode capability for testing the functionality and meter response to programmed conditions without the need for external inputs. 7. 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-The relay shall be suitable for High or Low ranges of available control power. 1. High Range: DC: 88-300 volts DC; AC: 70-265 volts AC, 48 to 62 Hertz. 2. Low Range: DC: 20-60 volts DC;AC: 20-48 volts AC, 48 to 62 Hertz. G. Communication 1. For remote monitoring,the following communication ports shall be provided: a. One Industry Standard port for meter and relay programming using a laptop computer. b. One RS-485 port. c. One integral 10/10013aseT Ethernet port.The connection shall support Modbus TCP, Ethernet IP and SNMP.Where an integral port is not available, provide a media protocol converter as specified herein. d. The manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor,the Owner/Engineer will provide the proper Internet Protocol Address(IP Address),to be configured by the equipment manufacturer. 2. The protocol interface shall implement ModbusTCP Protocol with the following as minimum capabilities: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple,predictable"comm tests". c. Software tools shall function properly with slaves'only supporting Modbus functions 3,4 and 16. Requiring support of diagnostic function 8 is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP"Unit Id"to be a value other than zero.This is required for Ethernet-to-Serial bridging. 3. The media protocol converter shall meet the following criteria: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2627 13-10 POWER METERING AND PROTECTIVE RELAYS Page 10 of 18 a. The converter shall support 10/10013ase-T Ethernet.The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60°C, with humidity range minimum of 5-90%. Shock capability on the serial port shall be ESD +15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. c. The converter shall have LED status for serial,signals, power, and Ethernet. d. The converter housing shall be UL 1604,Class 1 Div 2, DIN Rail mountable.The converter shall have DB-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One IAP,or approved equal. 2.04 MOTOR PROTECTION SYSTEM (MP4) A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. GE Multilin 469 2. Schweitzer Model SEL-710 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. Minimum ANSI Functions 1. 14 Speed Switch 2. 19 Reduced Voltage Start 3. 27 Under voltage 4. 32 Jam/Acceleration 5. 37 Undercurrent/Under voltage 6. 38 Bearing Temperature 7. 46 Current Unbalance 8. 47 Voltage Unbalance/Phase Reversal/Phase Failure 9. 49 Stator Temperature 10. 50 Instantaneous Current 11. 50G Instantaneous Ground Current 12. 51 Overcurrent 13. 51G Ground Overcurrent 14. 55 Power Factor 15. 59 Overvoltage 16. 66 Starts per Hour 17. 81 Frequency 18. 86 Overcurrent Lockout 19. 87 Differential Protection D. General CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 2I,2017 26 27 13-11 POWER METERING AND PROTECTIVE RELAYS Page 11 of 18 1. All circuit boards shall have a harsh environment conformal coating to resist H2S gas and other corrosive agents, including humidity. E. Protection and Control 1. Thermal model biased with RTD and negative sequence current feedback 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. Under voltage, overvoltage 6. Under frequency 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. 8. Thermal overload 9. Over temperature 12 RTDs 10. Phase and ground overcurrent 11. Current unbalance 12. Power Elements a. Power factor b. Reactive power c. Under power d. Reverse active power e. Over torque 13. Torque protection 14. Reduced voltage starting control F. Monitoring and Metering 1. Metering Functions a. A,V,W,Var,VA, PF, Hz, kWh, VARh, and kW 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 motor data CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 27 13-12 POWER METERING AND PROTECTIVE RELAYS Page 12 of 18 6. Motor starting reports G. 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 H. Memory 1. Memory shall be non-volatile and programming shall remain intact upon power failure. 2. Interface software shall be provided in a Windows®format. I. User Interface 1. A 40-character LCD display and associated keypad to provide access to actual values and set points. J. Control Power-The relay shall be suitable for High or Low ranges of available control power. 1. High Range: DC:90-300 volts DC;AC: 70-265 volts AC, 48 to 62 Hertz. 2. Low Range: DC: 20-60 volts DC;AC: 20-48 volts AC, 48 to 62 Hertz. K. Communication L. For remote monitoring,the following communication ports shall be provided: a. One Industry Standard port for meter and relay programming using a laptop computer. b. One RS-485 port. c. One integral 10/1006aseT Ethernet port. The connection shall support Modbus TCP, Ethernet IP and SNMP.Where an integral port is not available, provide a media protocol converter as specified herein. d. The manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor,the Owner/Engineer will provide the proper Internet Protocol Address(IP Address),to be configured by the equipment manufacturer. 2. The protocol interface shall implement Modbus TCP Protocol with the following as minimum capabilities: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple, predictable"comm tests". c. Software tools shall function properly with slaves'only supporting Modbus functions 3,4 and 16. Requiring support of diagnostic function 8 is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP"Unit Id"to be a value other than zero. This is required for Ethernet-to-Serial bridging. 3. The media protocol converter shall meet the following criteria: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 27 13-13 POWER METERING AND PROTECTIVE RELAYS Page 13 of 18 a. The converter shall support 10/1006ase-T Ethernet. The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60°C, with humidity range minimum of 5-90%. Shock capability on the serial port shall be ESD+15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable.The converter shall have DB-9M port connection, with screw terminals, to the input. e. Converter shall be Digi One IAP,or approved equal. 2.05 TRANSFORMER PROTECTION SYSTEM (TP1) A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. GE Multilin 845 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. Minimum ANSI Functions 1. 50/67 Negative Sequence Instantaneous Overcurrent 2. 50/87 Instantaneous Differential 3. 50G Ground Instantaneous Overcurrent 4. 50N Neutral Instantaneous Overcurrent 5. 50P Phase Instantaneous Overcurrent 6. 51/67 Negative Sequence Time Overcurrent 7. 51G Ground Time Overcurrent 8. 51N Neutral Time Overcurrent 9. 51 P Phase Time Overcurrent 10. 59/81 Volts-Per-Hertz 11. 81-1-15 Fifth Harmonic Level 12. 810 Over frequency 13. 81 U Under frequency 14. 81 U-R Frequency Decay Rate 15. 87 Differential (Percentage) 16. 87TG Ground Differential D. Additional monitoring and control functions 1. AD Current Demand 2. AN-1 Analog Input Level 1 3. AN-2 Analog Input Level 2 4. THD Total Harmonic Distortion Level CITY OF FORT WORTH Village Creek WRY Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-14 POWER METERING AND PROTECTIVE RELAYS Page 14 of 18 E. General 1. All circuit boards shall have a harsh environment conformal coating to resist H2S gas and other corrosive agents, including humidity. F. Protection and Control 1. Variable dual-slope percent differential protection 2. Magnetizing inrush and over excitation blocking 3. Phase &ground overcurrent elements 4. Adaptive time overcurrent using Flex Curves elements 5. Under frequency/Over frequency Protection 6. Frequency rate-of-change Detection 7. Over excitation(V/Hz)Protection 8. Restricted Ground Fault Protection 9. Transformer overload protection G. Monitoring and Metering 1. Metering—current,voltage, sequence components per winding, power,energy, voltage 2. THD and harmonics up to the 21st 3. Event recording—128 time tagged events 4. Tap position up to 50 tap positions 5. Ambient temperature/analog transducer input 6. Analog transducer input 7. Oscillography&Data Logger—Ten records up to 32 power cycles 8. Simulation mode and playback capability H. Inputs and Outputs 1. RTDs, programmable 2. 16 Logic(Switch)input contacts 3. Eight output relays 4. Four analog inputs 5. Seven programmable analog outputs 6. One solid state output I. Memory 1. Memory shall be non-volatile and programming shall remain intact upon power failure. 2. Interface software shall be provided in a Windows@ format. J. User Interface 1. A 40-character LCD display and associated keypad to provide access to actual values and set points. K. Control Power-The relay shall be suitable for High or Low ranges of available control power. 1. High Range: DC: 90-300 volts DC;AC: 70-265 volts AC, 48 to 62 Hertz. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 27 13-15 POWER METERING AND PROTECTIVE RELAYS Page 15 of 18 2. Low Range: DC:20-60 volts DC;AC: 20-48 volts AC, 48 to 62 Hertz. L. Communication 1. For remote monitoring, the following communication ports shall be provided: a. One Industry Standard port for meter and relay programming using a laptop computer. b. One RS-485 port. c. One integral 10/1006aseT Ethernet port.The connection shall support Modbus TCP, Ethernet IP and SNMP.Where an integral port is not available, provide a media protocol converter as specified herein. d. The manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor,the Owner/Engineer will provide the proper Internet Protocol Address(IP Address),to be configured by the equipment manufacturer. 2. The protocol interface shall implement Modbus TCP Protocol with the following as minimum capabilities: a. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area. b. Register 4x00001 shall exist and be readable to allow simple, predictable"comm tests". c. Software tools shall function properly with slaves'only supporting Modbus functions 3, 4 and 16. Requiring support of diagnostic function 8 is not acceptable. d. Software tools shall be configurable to write a single register as either function 6 or 16. e. Software tools shall allow setting the Modbus/TCP"Unit Id"to be a value other than zero. This is required for Ethernet-to-Serial bridging. 3. The media protocol converter shall meet the following criteria: a. The converter shall support 10/1006ase-T Ethernet.The serial port speed(baud rate)shall support 230kbps.The protocol shall support Modbus TCP, Ethernet IP, DF1,and Modbus RTU/ASCII. Protocol shall be Web Browser configurable. b. Operating limits shall be 0-60°C,with humidity range minimum of 5-90%. Shock capability on the serial port shall be ESD+15 kV air GAP meeting IEC 1000-4-2. Power requirements shall be 9-30 volts DC at 0.5 amperes minimum. c. The converter shall have LED status for serial, signals, power, and Ethernet. d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail mountable.The converter shall have DB-9M port connection,with screw terminals,to the input. e. Converter shall be Digi One IAP, or approved equal. 2.06 PHASE PROTECTIVE RELAY(PPR) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Taylor Phase-Guard Model P 2. Approved 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-16 POWER METERING AND PROTECTIVE RELAYS Page 16 of 18 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 specified herein. 3. Functions. a. Automatic Reset b. Phase Loss. 1) 12%or more. 2) Delay 1-1/2 seconds. c. Low Voltage Protection 1) Drop at 70%of normal 2) Reset at 90%of normal d. Time Delays 1) Adjustable e. Over Voltage Protection 1) Greater than 15% 2) Reset at 5%greater than normal] 2.07 ACCESSORIES A. Furnish nameplates for each device as indicated on 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. B. Enclosure Mounting Requirements: 1. Mount all wall-mounted enclosures with an air gap between the enclosure and wall or mounting plate. Create the air space with slotted channel or several stainless steel washers which together will make at least a 1/4-inch space. 2. Provide mounting feet for floor mounted enclosures. 3. Mount all enclosures with integral welded-on mounting lugs. Drilling through the back of any enclosure to provide a mounting means is prohibited. Any enclosure drilled to provide a mounting means will be rejected and shall be replaced with no change in Contract Time or Price even if the enclosure installation is complete with raceway attached and conductors installed. 4. Penetrations in any enclosures with a NEMA 3R,4 or 4X rating which is located in any wet or damp area or in any process area whether it appears to be dry or not shall be in CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-17 POWER METERING AND PROTECTIVE RELAYS Page 17 of 18 the sides or bottom only. Top penetrations in any enclosure located as described herein shall not be done for any reason, including raceway entries or equipment mounting.Top penetrations by the Contractor or by the original equipment manufacturer in the factory are all prohibited. Any enclosure with a top penetration located in the areas specified will be rejected and shall be removed and replaced,even if it requires a return to the factory. Raceway penetrating the top shall be re-routed and re-installed. All installed conductors in re-routed raceway shall be removed and re-routed in the re-routed raceway. Conductors found to be too short to be re-terminated shall be removed back to their source or load as the case may be, and shall be replaced. Splicing is prohibited and unacceptable. All specified corrective measures shall be provided with no change in Contract Time or Price. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262713-18 POWER METERING AND PROTECTIVE RELAYS Page 18 of 18 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-1 LIGHT SWITCHES AND RECEPTACLES Page 1 of 8 SECTION 26 27 26 LIGHT SWITCHES AND RECEPTACLES PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and install wiring devices as shown on the Drawings and as specified herein. B. Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in accordance with the NEC. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all switches, receptacles and other specified items under this Section,with all options, application locations and exceptions clearly indicated. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. 1.04 REFERENCE STANDARDS A. Wiring devices shall comply with the requirements of the National Electrical Code (NEC)and shall be Underwriters Laboratories(UL)labeled. 1.05 QUALITY ASSURANCE CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-2 LIGHT SWITCHES AND RECEPTACLES Page 2 of 8 A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five years.When requested by the Owner/Engineer, an acceptable list 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. 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. C. Equipment shall be stored indoors and protected from moisture,dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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. PART2- PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the Manufacturers listed in each product category are acceptable. B. The listing of specific manufacturers does not imply acceptance of their products that do not meet the specified ratings,features and functions. Manufacturers listed are not relieved from meeting these specifications in their entirety. 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings.The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the equipment. 2.03 MATERIALS A. Wall switches shall be heavy duty, industrial specification grade,toggle action,flush mounting quiet type. All switches shall conform to the latest revision of Federal Specification WS 896. 1. Manufacturer a. Cooper(catalog number as listed) CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-3 LIGHT SWITCHES AND RECEPTACLES Page 3 of 8 b. Hubbell, Inc. c. Pass&Seymour, Inc. d. Approved equal 2. Single pole, 20 Amp, 120/277 Volt—(Cooper 2221V) 3. Double pole,20 Amp, 120/277 Volt—(Cooper. 2222V) 4. Three way, 20 Amp, 120/277 Volt—(Cooper 2223V) 5. Four way, 20 Amp, 120/277 Volt—(Cooper 2224V) 6. Single pole,20 Amp, 120/277 Volt-key operated -(Cooper AH1191 N) 7. Single pole, 20 Amp, 120 Volt-red pilot-lighted handle—(Cooper 2221 PL) 8. Single pole,20 Amp, 120 Volt, clear lighted handle—(Cooper 2221 LTV) 9. Momentary contact, three position, 2 circuit, center off—(Cooper 1995V) B. Receptacles shall be heavy duty,corrosion resistant, specification grade of the following types and manufacturer or equal. Receptacles shall conform to Fed Spec WC596. 1. Manufacturers a. Cooper(catalog numbers as listed) b. Hubbell, Inc. c. Pass&Seymour, Inc. 2. Duplex, 20 Amp, 125 Volt, 2 Pole, 3 Wire Grounding, high impact,arc and moisture resistant yellow nylon construction, heavy nickel plating on metal parts; (Cooper 5362CRY 3. Single, 20 Amp, 250 Volt, 2 Pole, 3 Wire; (Cooper 5461GY) C. Weatherproof covers 1. Die cast aluminum. Plastic or other non-metallic in-use covers are not acceptable. 2. Weatherproof while-in-use rating 3. Manufacturers a. Eaton Catalog No.WIUMH/V b. Thomas&Betts D. Special purpose 1. Manufacturers CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-4 LIGHT SWITCHES AND RECEPTACLES Page 4 of 8 a. Cooper(catalog number as listed) b. Hubbell c. Pass&Seymour 2. Single, corrosion resistant locking,20 Amp, 125 Volt,2 Pole,3 Wire; Cooper,Catalog No.CRL520R and plug (Cooper CRL520P) 3. Single twist-lock, 30 Amp, 125 Volt, 1 Phase, 3 Wire;Cooper, Catalog No. CRL530R; plug.(Cooper CRL530P) 4. Single twist-lock,20 Amp, 250 Volt, 1 Phase, 3 Wire;Cooper, Catalog No. CRL620R; plug.(Cooper CRL620P)similar by Hubbell, Inc.; Pass&Seymour, Inc. or equal. 5. Single twist-lock,30 Amp,250 Volt, 1 Phase, 3 Wire;Cooper, Catalog No. CRL630R; plug. (Cooper CRL630P) E. Device Plates 1. Plates for indoor flush mounted devices shall be of the required number of gangs for the application involved and shall be as follows: a. Administration type buildings:Smooth, high impact nylon of the same manufacturer and color as the device. Final color to be as selected by the Architect. b. Where permitted in other areas of the plant,flush mounted devices in cement block construction shall be Type 302 high nickel(18-8)stainless steel of the same manufacturer as the devices. 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box, Crouse-Hinds No. DS23G and DS32G, or equal. 3. Oversized plates shall be installed where standard plates do not fully cover the wall opening. 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed,cast aluminum with provisions for padlocking switches"On"and"Off", Crouse Hinds No. DS185, or equal. 5. Multiple surface mounted devices shall be ganged in a single,common box and provided with an adapter, if necessary, to allow mounting of single gang device plates on multi- gang cast boxes. 6. Engraved device plates shall be provided where required. 7. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box a. Manufacturers 1) Cooper, Catalog No.4501-FS 2) Hubbell, Inc. 3) Pass&Seymour, Inc. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-5 LIGHT SWITCHES AND RECEPTACLES Page 5 of 8 F. Three Phase Power Receptacles 1. Three phase power receptacles and plugs shall be rated for the voltage and current ratings of the connected load unless otherwise shown on the Drawings. 2. Receptacles and plug housings shall be constructed of copper free aluminum listed to UL standard 498 for watertight construction. Hardware shall be stainless steel. 3. Performance a. Maximum working voltage: 600 volts RMS. b. Dielectric withstand voltage: 3000 volts. c. Full load break capability at rated current. d. 5000 connect/disconnect cycles at rated voltage and current. 4. Furnish and install one mating plug with each receptacle. 5. Provide the following features: a. Color coded by voltage. b. One-piece housing/angled back box c. Shrouded pins d. Self-closing gasketed cover. e. Watertight cable entrances/stress relief grips. f. Mating keys. 6. Acceptable manufacturers: a. Hubbell(North American Rated Series II) b. General Electric c. Cooper d. Meltric G. Interlocked Three Phase Power Receptacles 1. Interlocked three phase power receptacles shall include a combination receptacle and a mechanically interlocked disconnect switch. The two units shall be interlocked to prevent removal or insertion of the plug unless the switch is in the OFF position. The receptacle shall meet the requirements of Power Receptacles specified herein. 2. Provide a matching plug for every unit furnished. 3. Switch, power receptacle and mating plug shall be constructed of copper free aluminum. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-6 LIGHT SWITCHES AND RECEPTACLES Page 6 of 8 4. Assembly shall be listed to UL Standard 498 for watertight-construction. 5. Hardware shall be stainless steel. 6. Performance: a. Maximum working voltage: 600 volts RMS. b. Dielectric withstand voltage: 3000 volts. c. Full load break capability at rated current. d. 5000 connect/disconnect cycles at rated voltage and current. 7. Provide the following features: a. Color coded by voltage. b. One-piece housing/angled back box c. Shrouded pins d. Self-closing gasketed cover. e. Watertight cable entrances/stress relief grips. f. Mating keys. 8. The disconnect switch shall be unfused or fused, as shown on the Drawings, or otherwise specified herein or if required by the NEC, with ratings as hereinbefore specified. Provide lockout provisions on the disconnect switch handle. 9. Manufacturers a. Crouse-Hinds b. Appleton c. Killark d. Hubbell H. 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. The receptacle shall meet the requirements of Power Receptacles specified herein. 2. Manufacturers a. Crouse Hinds Arktite style 2, Catalog No.ARE 3423 b. Approved equal CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-7 LIGHT SWITCHES AND RECEPTACLES Page 7 of 8 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. Furnish and install one matching plug for each receptacle shown on the Drawings. I. Welding Receptacles and Disconnect Switches 1. Manufacturers: a. Crouse Hinds Arktite Receptacles with Enclosed Safety Switches", Catalog No. W SR103542. b. Approved equal 2. 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. 3. Welding receptacles and disconnect switches shall be rated 600 Volts, 100 Amp, 3-pole, 4-wire, 60 Hz. Receptacle shall be mechanically interlocked with its disconnect switch to prevent breaking the circuit with the receptacle and plug. Ground wire shall be bonded to the plug and receptacle housings. Enclosure type shall be NEMA 4. The receptacle shall meet the requirements of Power Receptacles specified herein. 4. Furnish and install one matching plug for the welder. J. Portable Generator Input Receptacle 1. Portable generator input receptacle shall be weatherproof, rated for 600 Volts, 100 Amp, 3 Phase, 4 Wire grounding pin and sleeve type with a 15 degree mounting adapter, spring door cover. 2. Manufacturers a. Crouse Hinds Catalog No. 1042S22 with plug, Crouse Hinds Catalog No.APJ 10487S22 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. Both receptacle and plug shall have reversed contacts. K. Poke-Through Service Fittings 1. Poke-through service fittings shall be installed in a two-inch core drilled hole, fit floor thicknesses of 2-1/2 inches to 7 inches and be fire rated. 2. Poke-through service fittings shall be provided with barriers to handle both high and low tension services and be designed for both new construction and building retrofit. 3. Service fitting heads shall each contain a 20 Amp, 125-volt, 2-pole, 3-wire duplex receptacle on one side and provisions for up to two-25 pair telephone cables on the remaining side. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-8 LIGHT SWITCHES AND RECEPTACLES Page 8 of 8 4. Manufacturers a. Raceway Components b. Walker c. Square D PART 3- EXECUTION 3.01 INSTALLATION A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas with stud frame and gypsum board construction, in dry areas with cement block construction or when raceways are shown as concealed on the Drawings. B. Do not install flush mounted devices in areas designated DAMP,WET or WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE on the Drawings. D. Unless otherwise shown on the Drawings,wall switches and other wall mounted controls shall be installed at 54 inches AFF. E. Convenience receptacles shall be 36 inches above the floor unless otherwise shown. F. Convenience receptacles installed outdoors and in rooms where equipment may be hosed down shall be 36 inches above floor or grade. Switches shall be ganged together under one cover plate. G. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost,subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. H. Convenience receptacles and light switches shall be connected using stranded pig tails and spring fork insulated lugs. Feed-through wiring of receptacles is prohibited. 3.02 FIELD QUALITY CONTROL A. Test wiring devices to ensure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-1 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 1 of 1,2 SECTION 26 28 16 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES PART1 - GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install low voltage enclosed circuit breakers and disconnect switches,together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. B. All equipment specified in this Section of the Specifications shall be the product of one manufacturer and shall be factory constructed and assembled by that manufacturer. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 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. 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. 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 without review.All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision without review. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-2 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 2 of 12 D. The original equipment manufacturer 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 original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer,shop drawings and product data,for the following: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on each cut sheet submitted. List all options,trip adjustments and accessories furnished specifically for this project. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics.The notation"Remote Device"will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure,with dimensions, exterior and interior views, showing component layouts, controls,terminal blocks,etc.. 4. Schematic diagram 5. Nameplate schedule 6. LIL Listing of the completed assembly. 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present,ground and all cable terminal sizes. 12. Key interlock scheme drawing and sequence of operations 13. Busway connection and amperage rating. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-3 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 3 of 12 14. Instruction and renewal parts books. 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. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. NEMA Standard ABI —Molded Case Circuit Breakers, Molded Case Switches and Circuit Breaker Enclosures 2. NFPA 70—National Electrical Code(NEC) 3. NFPA 70E—Standard For Electrical Safety in the Workplace 4. IEEE 242—Protection and Coordination of Industrial and Commercial Power Systems 5. IEEE 399—Power Systems Analysis 6. UL 489—Molded Case Circuit Breakers and Circuit Breaker Enclosures 7. UL 1066—Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 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 list 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-4 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 4 of 12 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. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not 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 copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner. The instructions shall include detailed assembly instructions including but not limited to wiring interconnection diagrams, rigging for lifting, skidding,jacking and moving using rolling equipment to place the equipment, bolt torqueing requirements for bus and all other components which require the installation of bolted connections, and instructions for storing the equipment prior to energizing. C. Equipment shall be stored indoors and protected from moisture,dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year 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 or components shall be performed by the Contractor 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. Eaton 2. General Electric Co. 3. Square D 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. All equipment furnished under this Section shall be of the same manufacturer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2628 16-5 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 5 of 12 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the circuit breaker or switch. Systems employing series connected ratings for main and feeder devices shall not be used. B. Circuit breakers, safety switches and associated devices shall be designed for continuous operation at rated current in a 40°C ambient temperature. C. Furnish heavy duty Mill rated devices. D. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices,components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings.Allow adequate clearance for bending and terminating of cable size and type specified, Lugs for#12 AWG up to#6 AWG shall be ring terminals. Conductors#4 AWG and larger shall be two-hole long barrel lugs with NEMA spacing. All lugs shall be the closed end construction to exclude moisture migration into the cable conductor. See also Section 26 05 19 Wires and Cables(1000 Volt Maximum)for additional requirements. 3. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 4. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-inch thick by 3/4-inch by 2-1/2-inch, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips,TESA TUFF TAPE 4970_009 X 1/2 inch, or equal. Prior to installing the nameplates,the metal surface shall be thoroughly cleaned with 70%alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. B. Enclosures 1. General a. Provide 316 SS hardware for all enclosures. b. All enclosure doors shall have bonding studs.The enclosure interior shall have a bonding stud. c. Enclosures shall not have holes or knockouts for conduit entry. d. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-6 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 6 of 12 e. All enclosures shall be provisioned with hardware for a padlock. f. All enclosures shall have integral welded mounting lugs. g. See Section 26 05 33 Raceways, Boxes and Fittings for additional requirements. 2. NEMA 7/4X a. Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. 3. NON METALLIC a. Chemical Rooms. NEMA 4X constructed as follows: 1) PVC or Fiberglass reinforced polyester body and door. 2) UV inhibitors 3) Luggage type quick release latches 4) Foam-in-place gasketed doors 4. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel hinge 3) Foam in-place gasket 4) Single point quarter tum latches 5. NEMA 12 a. NEMA 12 Steel 1) Mild steel body and door 2) Stainless steel hinges 3) Foam in-place gasket CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2628 16-7 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 7 of 12 4) Single point quarter tum latches 6. NEMA 4X Stainless Steel were not otherwise Defined a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X Stainless Steel 2) Type 304 stainless steel, body and door 3) Stainless steel hinge 4) Foam in-place gasket 5) Single point quarter turn latches 7. NEMA 1 or NEMA 1A boxes shall not be used. 8. Malleable iron boxes shall not be used. 9. Provide a flange mounted, or through the door, disconnect operating handle with mechanical interlock having a bypass that will allow the enclosure door to open only when the circuit breaker or switch is in the OFF position. The circuit breaker or switch shall have the capability of being bypassed after the door has been opened. C. Intemal Wiring 1. Wiring: Stranded tinned copper, minimum size No. 14 AWG,with 600 Volt,90°C,flame retardant,600-volt insulation, NEMA Class II,Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE,or equal. Wire tags shall be machine-printed.Wire tags relying on adhesives of any type are unacceptable. 3. All wiring shall be neatly bundled with tie wraps and supported to wire way supports. Control wiring shall be bundled separately from power wiring. In addition, low signal wiring(millivolt and milliamp)shall be bundle separately from the rest of the control wiring. D. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring(millivolt and milliamp)shall be bundle separately from the rest of the control wiring. Wiring shall not be supported using adhesive supports. Adhesive wire supports are unacceptable, and if installed shall be removed and replaced with a non-adhesive support with no increase in Contract Price or Time. 2. All field wiring shall be tagged and coded with an identification number.Coding shall be typed on a heat shrinkable tube applied to each end of the wire.The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-8 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 8 of 12 Wire tags shall be machine-printed. Wire tags relying on adhesives of any type are unacceptable. 3. In general,all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings and not located in a wet, damp or any process area. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. 2.04 CIRCUIT BREAKERS A. Insulated Case Circuit Breakers(ICCBs) 1. Unless otherwise shown on the Drawings, circuit breakers, larger than a 1200 ampere rating, shall be insulated case(ICCB), three-ole, 600 volt,fixed type,with stored energy closing mechanism. 2. Breakers shall be manually operated unless indicated as electrically operated(EO)on the Drawings. 3. All insulated case circuit breakers shall have a minimum symmetrical interrupting capacity of 65,000 amperes,with individual interrupting capacity as shown on the Drawings. Insulated case circuit breakers without an instantaneous trip element adjustment shall be equipped with a fixed internal instantaneous override set at the upper limit. 4. All insulated case circuit breakers shall be constructed and tested in accordance with UL 489.The circuit breakers shall carry a UL label. 5. All insulated case circuit breakers shall have an adjustable long time pickup,and delay; adjustable short time pickup and delay; short time i2t switch; high range instantaneous (fixed at the breaker's short-time withstand rating), adjustable ground fault pickup and delay; ground fault delay and pickup trips for selective tripping, and overload,short circuit, and ground fault indicator lights. B. Molded Case Circuit Breakers(MCCB's) 1. Unless otherwise shown on the Drawings,circuit breakers 225 ampere frame rating and larger, shall be molded case(MCCB), three-Pole, 600-volt,fixed type,with stored energy closing mechanism. Breakers shall be manually operated unless indicated as electrically operated(EO)on the Drawings. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable instantaneous pickup, adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. 2. Unless otherwise shown on the Drawings,circuit breakers less than 225 ampere frame rating shall be molded case,three-Pole,600-volt,fixed type, manually operated with stored energy closing mechanism. Circuit breakers shall have inverse time and instantaneous tripping characteristics. 3. Where shown on the Drawings or specified in the Contract Documents, breakers shall be rated for 100%continuous duty,and shall cant'a UL 489 listing. 2.05 DISCONNECT SWITCHES CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2628 16-9 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 9 of 12 A. Disconnect switches shall be heavy duty, quick make, quick break,visible blades,600-volt, three-pole with full cover interlock, interlock defeat and flange mounted operating handle. 2.06 FUSED DISCONNECT SWITCHES A. Fused disconnect switches shall be heavy duty, quick make, quick break,visible blades, 600 volt,three-pole with full cover interlock, interlock defeat and flange mounted operating handle. B. Fuses shall be rejection type, 600 volts, 200,000 A.I.C., dual element,time delay, Bussman Fusetron, Class RK 5 or equal. 2.07 MOTOR ISOLATION SWITCHES A. For motors up to and including 100 horsepower, the isolating switch shall be a horsepower rated, quick make,quick break, visible blades, 600 volt, three pole motor circuit switch, in an enclosure as listed above and sized for the motor as shown on the Drawings. The switch shall be plainly marked"Do not operate under load". B. For motors greater than 100 horsepower, the isolating switch shall be a current rated,quick make, quick break,visible blades, 600 volt,three pole motor circuit switch, in an enclosure as listed above and sized for the motor as shown on the Drawings. The switch shall be plainly marked"Do not operate under load". C. Where a switch status auxiliary contact is shown on the Drawings, the auxiliary contact shall be early break(opens before the switch is opened)and early make(closes before the switch is closed).The auxiliary contact shall be rated 5 amperes at 480 volts. 2.08 DOUBLE THROW MANUAL TRANSFER SWITCH 1. Manual transfer switches shall be heavy duty, quick make, quick break,visible blades, 600-volt, three-ole,fused or non-fused as shown on the Contract Documents, with flange mounted operating handle. 2.09 SPARE PARTS A. Provide the following spare parts: 1. Three—Fuses of each type used. B. Spare parts shall be boxed or packaged for long term storage and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number 2.10 FACTORY TESTING A. The circuit breakers and disconnects shall be completely assembled,wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3- EXECUTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262816-10 LAW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 10 of 12 3.01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage circuit breakers and disconnect switches with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by manufacturer. 3.03 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. C. Conduit entry into the top of any NEMA 4/4X rated enclosure in any outdoor,damp,wet or process area is strictly prohibited. Any enclosure entered from the top will be removed,the conduit and conductors re-routed,or conductors replaced if too short. No increase in Contract Price or Contract Time will be allowed. 3.04 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring,alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.05 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. The Power Monitoring and Protective Devices 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. 3.06 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger,for one minute, at minimum voltage of 1000 volts DC. Measured Insulation resistance shall be at least 100 megaohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test the ground fault protection system using a high current injection method. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 28 16-11 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 11 of 12 D. Test the rating plug for correct rating. 3.07 CLEANING A. Remove all rubbish and debris from inside and around the equipment. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.08 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. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 26 28 16-12 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 12 of 12 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262925-1 EDDY CURRENT CONTROLLER Page 1 of 4 SECTION 26 29 25 EDDY CURRENT CONTROLLER PART1 - GENERAL 1.01 SCOPE OF WORK A. Scope: 1. Furnish all labor, materials, equipment, services and incidentals required to provide eddy current drives controllers with enclosures and new enclosures for existing controllers as shown on the Drawings, specified or required. 1.02 SUBMITTALS A. Submit the following: 1. Shop Drawings: a. Construction details of eddy current drive controllers. b. Dimensional drawing of controllers and mounting requirements. 1) Include composite drawing that shows both motor and drive assemblies. Show interconnection and details of coupling. c. Wiring diagrams including internal devices and accessories and wire identification numbers.Also, show all interconnections to external equipment complete with terminal numbers. Identify all field wiring with functional description. 2. Product Data: a. Manufacturer's literature, illustrations, specifications and engineering design data including dimensions, materials, size and weight,for each controller. b. Manufacturer's technical specifications. c. Manufacturer's catalog cuts and product literature. d. Copy of Manufacturer's instructions for storage, handling and installation. e. Recommendations for both short and long term storage. f. Manufacturer's information on controller proposed for use. 3. Testing Plans, Procedures, and Testing Limitations: a. Not less than 30 days prior to actual factory testing, submit proposed testing methods, procedures, and apparatus. b. Not less than 30 days prior to actual field testing, submit proposed testing methods, procedures, and apparatus. B. Informational Submittals: Submit the following: 1. Supplier Instructions: a. Instructions for shipping, storing and protecting, and handling the materials and equipment. b. Installation data for the equipment. c. Instructions for start-up and troubleshooting. C. Quality Assurance/Control Submittals: 1. Submit inspection and test reports generated from the following: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262925-2 EDDY CURRENT CONTROLLER Page 2 of 4 a. Factory Test. b. Field Test. 2. Supplier Reports: a. Submit written report of results of each visit to Site by Supplier's service technician, including purpose and time of visit,tasks performed, and results obtained. Submit within ten days of completion of visit to the Site. D. Closeout Submittals: Submit the following: 1. Operations and Maintenance Data: a. Submit complete installation, operation and maintenance manuals including test reports, maintenance data and schedules, description of operation, and spare parts information. b. Manuals shall include record drawings of control schematics,including point-to-point wiring diagrams. E. Maintenance Material Submittals: Furnish the following: 1. Spare Parts: a. Furnish,tag, and box for shipment and long term storage the following spare parts and special tools for each motor control center lineup furnished: Quantity Item per Eddy Current Drive Furnished Fuses Three sets of all fuses used in ECD controller b. Furnish a list of additional recommended spare parts for an operating period of one year. Describe each part,the quantity recommended and current unit price. PART2- PRODUCTS 2.01 GENERAL A. The existing pump motor with the eddy current drive, the new controllers shall be compatible with existing control system. 2.02 CONTROLLER A. Manufacturer and Model: 1. EC-2000 by Dynamatic B. The controller shall be a digitally controlled eddy current clutch control. C. The controller shall be a highly configurable software base that is integrated into a flexible hardware platform. D. The controller shall be configured as a high power unit, suitable for ratings up to 15000 HP CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262925-3 EDDY CURRENT CONTROLLER Page 3 of 4 E. The controller shall consist of four components. 1. The logic board 2. The driver board 3. The output stage a. Standard control utilizes SCR's mounted on the driver board. b. The high power unit utilizes SCR-Paks mounted separately 4. The keypad display: a. Displays up to three process variables simultaneously. b. Used for configuration of inputs, outputs and control characteristics of the process. c. The keypad may be removed after programming if so desired. F. The new controllers will be mounted in existing enclosures to replace previous controllers, as shown on the drawings or supplied in new enclosures as shown on the drawings. New enclosures shall be NEMA 12,floor mounted for indoor installation and NEMA 4X for outdoor installation,floor mounted. G. Supply voltage shall be single phase,230 volts. The controller shall include any transformer necessary for operation from this supply. The controller supplier shall include the power consumption requirements in the submittal to assure proper coordination with other equipment. PART 3- EXECUTION 3.01 INSTALLATION A. The contractor shall install the controllers in the field and connect to existing machines under the supervision of the ECC drive manufacturer. 3.02 START-UP AND TESTING A. Manufacturer shall test the controller functions in field and provide report including wiring diagrams for motors at 480 volts and 2400 volts. 3.03 FIELD QUALITY CONTROL A. Site Tests: CONTRACTOR shall be responsible for providing all labor, materials, equipment, and incidentals necessary to perform and coordinate the check-out,start-up, commissioning, and field testing of the existing eddy current drives with new speed controllers. 1. Tests performed shall be as recommended by the drive manufacturer. a. All test readings and ambient temperature at the time of test shall be recorded, shall be signed by the tester and submitted to the ENGINEER within 10 days. 2. Final Acceptance: Final acceptance of rotating equipment cannot be made until the equipment is energized during test to ascertain that all design functions are satisfactorily performed. Testing shall include all remote control operation as well as local operation of all motor starters and actuation of all alarm and indication devices according to design specifications. All control circuits, automatic operations and interlocks must be tested by the Contractor for correct and positive operations. B. Inspection: 1. Motor and drive shall be checked for correct phase sequencing and correct rotation in accordance with driven equipment manufacturer's startup procedures before energizing. "Bump"motor to determine rotation by starting motor with eddy current drive controller disabled. The motor and eddy current drive drum will rotate, but the output rotor will not. There shall be no need to mechanically de-couple the motor shaft nor the eddy current CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262925-4 EDDY CURRENT CONTROLLER Page 4 of 4 drive shaft.All permanent overload protective devices must be in place before connecting motor. 2. Motors shall be checked for damage, moisture, alignment, freedom of rotation, proper lubrication, oil leaks, phase identification,and cleanliness before energizing. C. Manufacturer's Field Services: 1. Provide the services of a qualified factory-trained drive manufacturer's representative to assist the Contractor in installation and start-up of the equipment for minimum 8 hours per drive. The existing drive manufacturer's representative shall provide technical direction and assistance to the Contractor in the general assembly of the drive, connections and adjustments,and testing of the drive and components contained therein. 2. Service technician shall inspect and verify the wiring and connection of equipment and instruct the Contractor as needed in proper connection and inter-connection of equipment provided under this Section and equipment provided under other Sections. 3. Manufacturer's technician shall check completed installation, start-up of system;and direct the Contractor to perform field quality control testing. Technician shall operate and test the system in the presence of Engineer and verify that equipment complies with the Contract Documents and manufacturer's requirements. Technician shall adjust the system to initial settings. 4. The following minimum work shall be performed by the CONTRACTOR under the technical direction of the drive manufacturer's service representative: a. Verification of proper mounting and alignment. b. Final inspection of the lubricating system. c. Final inspection of the cooling system. d. Supervision of the final coupled test. 5. The Contractor shall submit manufacturer's field start up report to the ENGINEER for review within 10 days. D. Manufacturer's Certification: 1. 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. 2. The Contractor shall submit the manufacturer's representative's certification to the ENGINEER for review within 10 days. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-1 LIGHT SWITCHES AND RECEPTACLES Page I of 6 SECTION 26 4100 LIGHTNING PROTECTION SYSTEM PART1 - GENERAL 1.01 SCOPE OF WORK A. Contractor shall provide all labor, materials, equipment and incidentals as shown,specified, and required to furnish and install a lightning protection system that fully meets the UL Standards listed herein.The Contractor shall provide an inspection of each new structure,or modified existing structure, by Underwriters Laboratories and shall obtain a Master Label for each new or modified structure B. The Contractor shall employ the services of a licensed lightning protection systems engineering company to design and install the lightning protection system and prepare detailed installation drawings and material specifications.The system shall include ground wires, ground rods,exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. Compliance with all provisions of Section 26 05 26 shall be included under this specification. C. The Franklin Rod system shall be used. Other systems such as the early streamer emission (ESE)are not acceptable D. The Bid Price shall be in complete compliance with the Contact Documents. Any exception shall be included in the bid with a detailed explanation that clearly indicates the paragraph of this Specification and/or the item in the Drawings to which the exception applies. The Contractor shall explain in detail the reasons for the exception. The inclusion of an exception and its explanation as specified shall not constitute any obligation on the part of the Engineer /Owner to accept the Bid Price with the exception. E. This Specification shall have precedence over any conflict in the bidders submittals and/or descriptive information and the Contract Documents unless an exception is made at the time of bidding as specified herein, and the bid price is accepted with the bidder's exception by the Engineer/Owner. F. The Contractor shall provide all tools, equipment, supplies, and shall perform all labor required to install the equipment specified in the Contract Documents in order to install, test, and place into satisfactory operation in the time specified for completion in the Contract Documents. Failure of any of the Contractors sub-contractors or suppliers to perform the work as specified shall not constitute an acceptable reason for the Owner to grant any change in the Contract Price or additions to the Contract Time. G. Provide lightning protection system for new canopies at Primary Effluent Pump Station No.1 (PE-1)and Primary Effluent Pump Station No.2(PE-2)areas. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-2 LIGHT SWITCHES AND RECEPTACLES Page 2 of 6 Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications,the Contractor shall provide such information or additional work as may be required in those references, and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Complete design drawings, for each structure and the site, showing the type,size, and locations of all grounding, down conductors,through roof/through wall assemblies, roof conductors and air terminals, shall be submitted to the Engineer for approval. B. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will be cause to reject the submittal and return it for revision. C. All shop drawing submittals and all O&M submittals shall be submitted accordance with Division 1. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed, manufactured, and installed according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70—National Electrical Code(NEC) 2. NFPA 780—Lightning Protection Code 3. LPI 175-Lightning Protection Institute Installation Standard 4. UL 96A— Installation Requirements for Lightning Protection Systems B. All equipment specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years.When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The lightning protection system shall conform to the requirements and standards for lightning protection system of the LPI, UL and NFPA. Standard requirements CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-3 LIGHT SWITCHES AND RECEPTACLES Page 3 of 6 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 and materials, an approved copy of all such submittals. B. Protect equipment and materials during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. 1.07 WARRANTY A. The Manufacturer shall warrant the system and equipment to be free from defects in material and workmanship for one year 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. PART2- PRODUCTS 2.01 SUPPLIERS A. Subject to compliance with the Contract Documents, the following Suppliers are acceptable: 1. Bonded Lightning/Advanced Lightning Technology,Argyle, Texas 2. VFC, Inc. Grapevine, TX 3. Approved Equal B. The listing of specific suppliers 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 GENERAL A. The system to be furnished under this specification shall be the standard product of manufacturers regularly engaged in the production of lightning protection equipment and shall be the manufacturer's latest approved design. Lightning protection system installers/ designers shall be certified by the Lightning Protection Institute for the work. Submit LPI training and qualifications for each designer and installer. The installation shall be in full compliance with UL 96A and NFPA 780. Should conflict between the two standards be discovered and at issue for the project, submit the issue to the Engineer for resolution. B. All equipment shall be new and of a design and construction to suit the application where it is used in accordance with accepted industry standards and LPI, UL, and NFPA standard requirements. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-4 LIGHT SWITCHES AND RECEPTACLES Page 4 of 6 C. At the point where an electrical service of 1000 Volts or less is generated, a surge protection device shall be provided and installed, complying with UL96A,for a UL Master Label Certificate of Inspection.The surge protection device shall comply with UL Standard 1449 Third Edition, as a Type 1 or Type 2 lightning rated unit of 20ka or more, as specified in Section 26 43 13. 2.03 MATERIALS A. Class I Class II materials may be utilized for Class I structures, not exceeding 75 feet above grade. All other structures shall utilize Class 11 materials. B. Unless otherwise specified herein, all materials shall be tin plated copper with 316 stainless steel fasteners(nuts, bolts,washers and anchors) ,and used in accordance with LPI, UL and NFPA code requirements. C. Aluminum materials,with 316 stainless steel fasteners(nuts, bolts,washers and anchors), shall be used only on aluminum,galvalume or galvanized metal structures.Where aluminum, galvalume or galvanized metal parapet caps are used, the entire roof lightning protection equipment shall utilize aluminum components.Approved transitional components shall be used for transitions to aluminum materials. Down leads and grounding shall utilize tinned copper with the bimetal transition occurring at the bi-metal through roof assembly. D. All air terminal bases for flat roof areas shall be the adhesive type. E. Conductors shall be tinned copper, (aluminum where installed on aluminum roofs). Provide conductors with their wire size, stranding, and weight in accordance with NFPA 780. F. Conductor fasteners shall be an approved type of non-corrosive metal, and have ample strength to support conductors. Cable fasteners shall be of the adhesive type. G. All cable connecters shall be tin coated copper cast bronze with screw pressure type 316 stainless steel bolts,washers and nuts. H. Where any part of a protection system is exposed to potential mechanical injury, protect it by covering it with PVC schedule 80 conduit. PART 3- EXECUTION 3.01 INSTALLATION A. All materials shall be installed by experienced workmen that specialize in this type of work. The lightning protection system shall be installed per approved shop drawings and UL and NFPA recommended practices. B. Install air terminals on structure steel framework bonded to the down coming cables. Unless otherwise specified herein, all materials shall be tin plated copper with 316 stainless steel fasteners(bolts, nuts,washers and anchors),and used in accordance with LPI, UL and NFPA code requirements. Conduit shall be as specified under Section 26 05 33. C. Bond structure steel framework as required by NFPA 780 and UL 96A. D. Bond all metal pipes and metal structures as required by NFPA 780 and UL 96A.. E. All concealed conductors shall be installed in Schedule 40 PVC conduit. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-5 LIGHT SWITCHES AND RECEPTACLES Page 5 of 6 F. Provide a dedicated lightning protection system ground rod at the ground end of each down lead. Exothermically weld each down lead to the dedicated ground rod. Bond each lightning protection system down lead to the power system grounding electrode counterpoise. Connecting any down lead conductors directly to the power system grounding electrode system counterpoise without a dedicated lighting protection system ground rod is strictly prohibited. G. All down lead conductors shall be installed without splice from the roof lightning protection conductors to the dedicated lightning protection system ground rod. H. All concealed lightning protection system connections shall be exothermically welded. The only exception shall be for lightning protection systems installed in NEC Classified areas as determined by NFPA 820,the Engineer or the NEC Authority Having Jurisdiction. I. All components of the system, on or above the roof, shall be connected to the system ground. 3.02 TESTING A. The Contractor shall employ the services of a UL field inspector,for inspection of the system upon completion of the installation. The Contractor shall assume full responsibility for the correctness of the installation and shall make any and all corrections and additions deemed necessary by the UL inspector. The Contractor shall pay for all costs of the UL inspection and any subsequent re-inspections as required. B. Inspection and testing to be performed by personnel regularly engaged in the installation and testing of Master Labeled lightning protection systems. C. Inspect the system for proper installation. D. Test the complete system for continuity to the electrical grounding system. E. An application shall be made to the Underwriters Laboratories Inc.for inspection and certification, and shall be delivered to the Engineer, confirming that all concealed components have been monitored during job construction. F. A UL Certification shall be provided for each and every new structure, including all parts of existing structures that are expanded, as defined by NFPA 780 and UL 96A. A Master Label shall be obtained for all structures where the service voltage is less than 1000 VAC. G. All inspections shall be done by a third party inspector in person on site by a UL or LPI certified inspector. Self-inspection by the lightning protection system designer or installer is not acceptable. Photographic inspection is not acceptable. All lightning protection system inspections shall be witnessed by the Engineer/Owner. Unwitnessed inspections are not acceptable and shall be re-done if not witnessed with no change in the Contract Price or Contract Time. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 262726-6 LIGHT SWITCHES AND RECEPTACLES Page 6 of 6 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2641 19-1 ELECTRICAL DEMOLITION Page 1 of 4 SECTION 26 41 19 ELECTRICAL DEMOLITION PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all equipment,wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as specified herein. B. The Contractor shall make all required field verifications specified and/or as necessary to determine the all of the requirements as specified for the continued operation of the Owners facilities during the construction process prior to bidding. All costs and time required to perform the work shall be included in the bid presented to the Owner. 1.02 SCHEDULES A. Schedule with the Owner/Engineer for required shutdowns to accommodate system demolition and installation of temporary facilities. 1.03 STANDARDS A. Temporary wiring of systems to maintain operation of facilities while undergoing modifications and demolition shall be provided in accordance with: 1. American National Standards Institute/National Fire Protection Association (ANSI/NFPA), No. 70—National Electrical Code(NEC),Article No. 590—Temporary Wiring. 1.04 QUALITY ASSURANCE A. Verify field measurements and circuiting arrangements are as shown on the Drawings. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition drawings are based on casual field observation and existing record documents. Discrepancies shall be reported to the Owner/Engineer before disturbing the existing installation. D. By beginning demolition,the Contractor accepts the existing conditions and warrants that he will maintain service to equipment and items not scheduled or indicated for removal. PART2- PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work:As specified in individual Sections. 2.02 DESIGN AND CONSTRUCTION A. If temporary electrical wiring and facilities are required, the Contractor shall provide such wiring and facilities to comply with the NEC. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2641 19-2 ELECTRICAL DEMOLITION Page 2 of 4 PART 3- EXECUTION 3.01 PREPARATION A. Disconnect electrical systems in walls,floors and ceilings scheduled for removal. B. Coordinate utility service outages with the Utility Company to provide continuous service to operating equipment. C. Provide temporary wiring and connections to maintain existing systems in service during construction.When work must be performed on energized equipment or circuits, use personnel experienced in such operations. D. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from the Owner/Engineer at least one week in advance, before partially or completely disabling system. Refer to any standard procedures Owner may require here. E. The Owner's process operations shall continue without interruption throughout the project demolition and construction as required by the Owner and/or regulating bodies including but not limited to the EPA, and State or Local authorities having jurisdiction. 1. As required to meet the Owner's process requirements, the Contractor shall provide on- site generation with the capacity and voltage required by the Owner's power system to prevent process interruptions unacceptable to the Owner. The contractor shall include all engine-generator fluids and fuel and rental expenses for the duration required by the work. 2. The Contractor is responsible to examine the Contract Documents and make any site visits necessary, including interviews with Owner's Personnel to determine what process are required to remain in service prior to bidding. The contactor shall include all costs to keep the required process in operation including all materials, labor,expenses required by the electric Utility serving the project site and on-site generation. The determination of the requirements for continued process operations prior to bidding is the responsibility of the Contractor. No increase in Contract Time or Price will be allowed if this requirement is not met by the Contractor. 3. If the Contractor fails to provide adequate power to keep the process in operation which causes a regulatory body to levy fines against the Owner,the Contractor shall reimburse the Owner for such expenses. No increase in Contract Price will be allowed. 3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes.Cut conduit flush with walls and floors, and patch surfaces. D. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit serving them is abandoned and removed. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2641 19-3 ELECTRICAL DEMOLITION Page 3 of 4 F. Disconnect and remove electrical devices and equipment that has been removed. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. I. Where the demolition or revision of any portion of a raceway or box in the raceway system, in an area, causes the raceway system of the area to no longer comply with the classification or specification requirements of the area, the Contractor shall provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with Specifications. J. Extend existing installations using materials and methods as specified for new work. K. Cary out the work in an orderly and careful manner. Hold noise,dust, and vibration to a minimum and conduct the Work so as to avoid any damage to the surroundings. Remove all items and parts as shown and noted on the Drawings and as otherwise may be required to be removed to carry out the Work. L. Salvaged Equipment and Materials 1. The Owner shall have the right to retain any or all electrical and instrumentation equipment shown or specified to be removed from the site. 2. Prior to starting demolition, the Contractor and Owner/Engineer shall jointly visit the areas of demolition and the Owner/Engineer will designate those items that are to remain the property of the Owner. 3. Equipment and material designated by the Owner, as remaining the property of the Owner, shall be removed from the structure and hauled to a designated location on the site and stored for the Owner's use. Store on wood runners raised above the surrounding grade and cover with weather resistant covering and tie securely or store inside Owner furnished storage as directed by the Owner/Engineer. 4. Take necessary precautions in removing Owner designated property to prevent damage during the demolition process. Remove steel structural members by unbolting,cutting welds, or cutting rivet heads and punching shanks through holes. Do not use a cutting torch to separate the Owner's equipment or material unless approved by the Owner/Engineer. 5. Generally, items to be salvaged, shall be removed in one piece or in a manner that does not impact their reuse. Loose components may be removed separately. Controls and electrical equipment may be removed from the equipment and handled separately. Large units may be handled separately. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M. Material removed from the construction site during demolition, and any equipment not otherwise designated to remain the property of the Owner in accordance with the pre- demolition identification process shall become the property of the Contractor, and shall be promptly removed from the construction site. N. The Contractor shall refurbish and replace any existing facility to be left in place which is damaged by the demolition operations at no additional expense to the Owner.The repair of CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 2641 19-4 ELECTRICAL DEMOLITION Page 4 of 4 such damage shall leave the parts in a condition at least equal to that found at the start of the Work. 3.03 CLEANING AND REPAIR A. Clean and repair existing materials and equipment which remain or are to be reused. B. Panelboards:Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-1 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 1 of 8 SECTION 26 43 13 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) PART1 - GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices(SPDs 1 Kv and less), to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted, and factory installed, 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 unreviewed. 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 SPD provides every specified requirement.Any options or exceptions shall be clearly indicated, with the reason for such deviations.Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted, will be returned unreviewed. C. The submittals shall include: 1. Dimensional drawing of each SPD type. 2. UL 1449 Third Edition Listing,Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/UL 1449 3rd Edition listing by Underwriters Laboratories(UL)or other Nationally Recognized Testing Laboratory(NRTL). 3. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 4. ANSI/IEEE C6241 and C6245, Category C3(20kV-1.2/50, 10kA-8/20ps waveform) clamping voltage test results. D. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturers 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 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 2 of 8 A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards(unless otherwise noted): 1. UL 1449 Third Edition—Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters 3. ANSI/IEEE C62.41.2-2002—IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE C62.45-2002—IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits. 5. NEC Article 285-Surge Protective Devices 6. NEMA/ISCI—109 Transient Overvoltage Withstand Test 7. IEEE Std.472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDs and their installation 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 acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment,after installation of the SPD, shall be fully tested and certified to the following UL standards: 1. UL 67 -Panelboards. 2. UL 845 -Motor Control Centers. 3. UL 891 -Switchboards. 4. UL 1558-Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.05 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 10 years from date of acceptance of the equipment containing the items specified in this Section.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 3 of 8 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(Type 1 and Type 2): 1. Cutler Hammer. 2. General Electric Co. 3. Square D 4. Allen Bradley 5. Approved Equal B. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable(Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. Approved Equal 2.02 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will not be acceptable. 2. All SPDs shall be marked with a short-circuit current rating, and shall meet or exceed the available fault current at the connection point. 3. UL 1449 Usage Classifications. a. Type 1 —Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, and intended to be installed without an external overcurrent protective device. b. Type 2—Permanently connected SPDs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. c. Type 3—Point of utilization SPDs, installed at a minimum conductor length of 10 meters(30 feet)from the electrical service panel to the point of utilization,for example cord connected,direct plug-in, receptacle type and SPDs installed at the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-4 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 4 of 8 utilization equipment being protected.The distance(10 meters)is exclusive of conductors provided with or used to attach SPDs. 4. Construction of Type 1 and Type 2. a. Fully Integrated Component Design:All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Overcurrent Protection:The unit shall contain thermally protected MOVs.The thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s)from the system in a fail-safe manner should a condition occur that would cause them to enter a thermal runaway condition. c. Maintenance Free Design:The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses,or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform:The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance.The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. f. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors.All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. g. Power and ground connections shall be prewired within the protected equipment. h. Local Monitoring:Visible indication of proper SPD connection and operation shall be provided. The indicator lights shall indicate which phase as well as which module is fully operable.The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A push-to-test button shall be provided to test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. L Surge Counter:The SPD shall indicate user how many surges have occurred at the location.The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50:t 20A occurs. A reset pushbutton shall also be standard,allowing the surge counter to be zeroed. The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short-duration button press.To prevent accidental resetting,the surge counter reset button shall be depressed for a minimum of 2 seconds in order to clear the surge count total.The ongoing surge count shall be stored in non-volatile memory or UPS backup. j. Remote Monitoring: For remote monitoring,the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter,to a terminal strip for outgoing connection to a PLC as shown on the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-5 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 5 of 8 Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal- oxide varistors(MOVs)as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells,air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards. I. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. m. Integrated surge protective devices(SPD)shall be Component Recognized in accordance with UL 1449 Third Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating(SCCR)of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- 1.2/50ps, 10kA-8/20ps). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems(7 Mode). 5. Construction of Type 3. a. Fully Integrated Component Design:All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design:The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses,or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. c. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors.All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e. Power and ground connections shall be prewired within the protected equipment. f. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided.The indicator light shall indicate that the module is fully operable.The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- 1.2/50ps, 10kA-8/20ps). CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-6 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 6 of 8 B. Applications. 1. Service Entrance Rated Equipment(Type 1). a. This applies to switchgear, switchboards, panelboards, motor control centers,and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device. b. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category C environments. c. The SPD shall be of the same manufacturer as the equipment d. The SPD shall be factory installed inside the equipment,at the assembly point, by the original equipment manufacturer e. Locate the SPD on the load side of the main disconnect device,as close as possible to the phase conductors and the ground/neutral bars. f. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. g. The SPD shall be integral to the equipment as a factory standardized design. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 2. Distribution Equipment Applications(Type 2). a. This applies to switchgear,switchboards, panelboards, motor control centers, and other non-service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. c. The SPD shall be included and mounted within the equipment by the manufacturer. d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments. f. The SPD shall be located within the panelboard,unless otherwise shown on the Drawings. SPDs shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. g. The SPD shall not limit the use of through-feed lugs, sub-feed lugs, and sub-feed breaker options. h. All monitoring and diagnostic features shall be visible from the front of the equipment. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-7 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 7 of 8 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnecting means shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. c. All monitoring and diagnostic features shall be visible from the front of the equipment. 4. Mechanical Equipment Manufacturer's Provided Control Panels(MEMs)and Electrical Manufacturer's Provided Control Panels(OEMs)Applications(Type 1,Type 2,and Type 3) a. Where any such panel is installed as service entrance equipment, a Type 1 SPD shall be installed. 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 SPD shall not be required to be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance equipment, but within 50' of wire length of the incoming power line when that line is overhead. 1) The same requirements for other non-service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed,a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 1) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The SPD shall be integral to the MEM or OEM panel, as a factory standardized design. C. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage(MCOV)of not less than 115%of nominal RMS voltage. 3. Minimum surge current rating shall be 240 kA per phase(120 kA per mode)for service entrance and 120 kA per phase(60 kA per mode)for distribution applications. 4. UL 1449 clamping voltage must not exceed the following:Voltage Protection Rating (VPR) Voltage L_N L_G N_G 240/120 12001800V 800V 800V CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 264313-8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) Page 8 of 8 208Y/120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current(In)rating to be 20kA per mode 2.03 ACCESSORIES A. Furnish nameplates for each device as indicated on 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 the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section.Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-1 LED LIGHTING SYSTEM Page 1 of 8 SECTION 26 50 00 LED LIGHTING SYSTEM PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install a complete lighting system ready for operation as shown on the Drawings and as specified herein. B. Light fixture type schedule and other requirements are shown on the Drawings. 1.02 RELATED WORK A. No references are made to any other section which may contain work related to any other section. The Contract Documents shall be taken as a whole with every section related to every other section as required to meet the requirements specified. The organization of the Contract Documents into specification divisions and sections is for organization of the documents themselves and does not relate to the division of suppliers or labor which the Contractor may choose to employ in the execution of the Contract. Where references are made to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references,and include such information or work as may be specified. B. Other Divisions 1. The Contractor shall be responsible for examining all Sections of the Specifications and Drawings, and shall determine the power and wiring requirements and shall provide external wiring and raceways, as required to provide a fully functioning power,control and process control systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring,with no change in the Contract Price, and with no increase in Contract Time. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 05 29 and as specified herein. B. 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 be returned unreviewed. C. Manufacturer's technical information for the materials proposed for use in the systems. D. For all light pole foundations shown to be installed in earth, provide installation and anchoring drawings that are stamped and sealed by a licensed engineer in the state of Texas.The soil condition shall be assumed to be disturbed earth. If compaction is assumed, a compaction test shall be performed on all foundation locations, showing the minimum field density assumed in the foundation design. E. Submit manufacturer's name and catalog data for all lighting equipment specified in this Section and on the lighting fixture schedule. F. Shop drawings: Clearly indicate luminaire type, name of the job. Contractor shall endeavor to submit all luminaires,drivers and integral controls shop drawings at one time, in one package.Any re-submittals shall include all luminaire, driver and integral controls previously rejected or requiring further information. Specialty SSL, custom,or modified fixtures may be submitted as a separate package. G. Shop Drawings: Reproductions of the contract drawings are not acceptable as shop drawing. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-2 LED LIGHTING SYSTEM Page 2 of 8 H. Product Data: Provide dimensions, ratings and specific catalog number and identification of items and accessories and performance data. 1. Shop Drawings: Indicate any dimensions and components for each luminaire that are not a standard product of the manufacturer. J. Wiring Diagrams—as needed for special operation or interaction with other system(s) K. Photometric Data:Where indicated below or for substitutions, supply complete photometric data for the fixture, including optical performance, rendered by NVLAP approved laboratory developed according to the methods of the Illuminating Engineering Society of North America. Submit electronically, in IESNA LM-63 standard format.Types XX and W. L. Submit photometric data for all substitute luminaries. Photometric reports are not required from specified manufacturer unless noted in paragraph H above. M. Specification Sheets: If lacking sufficient detail to indicate compliance with contract documents, standard specification sheets will not be accepted. This includes, but is not limited to, luminaire type designation, manufacturer's complete catalog number,voltage, LED type, CCT,CRI, specific driver information, system efficacy, L70 life rating, and any modifications necessary to meet the requirements of the contract documents. N. Substitutions shall include complete photometric data as outlined in paragraph H above, and point by point calculations for the specific conditions on the project. Samples shall be required for consideration of any substitutions and must be submitted in accordance with the terms outlined in paragraph below. O. Working Samples of all substitutions: Samples shall be 120 volt with cord and plug attached, and shall include specified LEDs and all modifications necessary to meet the requirements specified in the Contract Documents. P. Energy Efficiency: 1. Submit documentation for Energy Star qualifications for equipment provided under work of this Section. 2. Submit data indicating luminaire efficiency. 3. Submit data indicating Ballast Efficacy Factor(BEF). 4. Submit data indicating Luminaire Efficacy rating(LER). 5. Submit data indicating color rendition index of light source. Q. Submit environmental data in accordance with Table 1 of ASTM E2129 for products provided under work of this Section. R. Manufacturer's technical information for the materials proposed for use in the systems. 1.04 REFERENCE CODES AND STANDARDS A. All lighting fixtures shall be in accordance with the National Fire Protection Association (NFPA)NFPA 70"National Electrical Code" (NEC), and shall be constructed in accordance with the latest edition of the Underwriters Laboratories(UL)"Standards for Safety, Electric Lighting Fixtures". B. National Energy Policy Act of 2005, Public Law No. 109-58. C. IESNA LM-63-ANSI Approved Standard File Format for Electronic Transfer of Photometric Data and Related Information;2002. D. NFPA 70-National Electrical Code; National Fire Protection Association; 2008. E. IESNA LM-79-08 IESNA-Approved Method for Electrical and Photometric F. Measurements of Solid-State Lighting Products;2008 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-3 LED LIGHTING SYSTEM Page 3 of 8 G. IESNA LM-80-08 IESNA-Approved Method for Measuring Lumen Maintenance of LED Light Sources H. IESNA LM-80-08 IESNA-Approved Method for Measuring Lumen Maintenance of LED Light Sources I. IESNA TM-21-2011 —Projecting Long Term Lumen Maintenance of LED Light Sources J. UL 8750—Light Emitting Diode(LED) Equipment for Use in Lighting Products K. OSHA 29CFR1910.7—luminaires shall be listed by national recognized testing laboratory approved by United Stated Department of Labor, Occupational Safety and Health Administration (OSHA) 1.05 QUALITY ASSURANCE A. The luminaires shall be manufactured in accordance with a manufacturer quality assurance (QA)program.The QA program shall include two types of quality assurance: (1)design quality assurance and(2)production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of the modules built to meet this specification.These tests shall include: CCT, CRI, Lumen output and wattage.Tests shall be recorded, analyzed and maintained for future reference. B. QA process and test results documentation shall be kept on file for a minimum period of seven years. C. LED luminaire designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised,or sold as conforming to this specification. 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,onsite factory work,or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact,abrasion, discoloration,and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D. Equipment shall be installed in its permanent location shown on the Drawings within seven (7)calendar days of arriving onsite. If the equipment cannot be installed within seven (7) 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. E. 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. 1.07 WARRANTY A. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the Luminaires for a period of 5 years after acceptance of the Luminaires.Warranty shall cover all components comprising the luminaire.All warranty documentation shall be provided to customer prior to the first shipment B. The equipment shall be warranted to be free from defects in workmanship, design, and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s)restored to service at no additional cost(including parts, labor, and travel expenses)to the Owner. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-4 LED LIGHTING SYSTEM Page 4 of 8 C. The manufacturer's warranty period shall run concurrently with the Contractors warranty period. No exception to this provision shall be allowed. PART 2- PRODUCTS 2.01 MATERIALS A Luminaires 1. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply)and integral controls as per this specification. 2. Each luminaire shall be designed to operate at an average operating temperature of 25°C. 3. The operating temperature range shall be 0°C to+25°C. 4. Each luminaire shall meet all parameters of this specification throughout the minimum operational life when operated at the average operating temperature. 5. Nominal luminaire dimensions. Refer to light fixture schedule B. Luminaire Construction: 1. Luminaire housing to have no visible welding, screws, springs, hooks, rivets, bare LED's or plastic supports. 2. The luminaire shall be a single, self-contained device, not requiring onsite assembly for installation.The power supply and circuit board for the luminaire shall be integral to the unit. 3. Luminaires shall be fabricated from post painted cold rolled steel and shall be a rigid structure with integral T-bar clips. 4. Finish: Polyester powder coat painted with 92%high-reflective paint after fabrication. 5. Reflector: rugged one-piece cold rolled steel with embossed multi-facets, echoing the frequency of the refractor prisms to distribute soft light at multiple angles,without flashing thus reducing high luminance contrast. 6. End caps shall be sloped at 70 degrees to create depth. 7. Luminaire to have smooth transition between t-bar and reflector arch. No doorframe or exposed hardware. 8. Polymeric materials(if used)of enclosures containing either the power supply or electronic components of the luminaire shall be made of UL94VO flame retardant materials. Luminaire lenses are excluded from this requirement. 9. Integral Grid Clips required on recessed mounted luminaires along with integral tie wire mounting points. 10. Luminaire to have air removal capability as specified. 11. The assembly and manufacturing process for the SSL luminaire shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration. C. LED Sources 1. LED's shall be manufactured by, Nichia, Samsung or Osram.26 51 13 Interior Lighting Fixtures b)Lumen Output—minimum initial lumen output of the luminaire shall be as follows for the lumens exiting the luminaire in the 0-90 degree zone-as measured by IESNA Standard LM-79-08 in an accredited lab. Exact tested lumen output shall be clearly noted on the shop drawings. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-5 LED LIGHTING SYSTEM Page 5 of 8 2. Lumen output shall not decrease by more than 20%over the minimum operational life of 50,000 hours. 3. Individual LEDs shall be connected such that a catastrophic loss or the failure of one LED will not result in the loss of the entire luminaire. 4. LED Boards shall be suitable for field maintenance or service from below the ceiling with plug-in connectors. LED boards shall be upgradable. 5. Light Color/Quality- a. Correlated Color temperature(CCT)range as per specification, between 3500K, 4100K and 5000K shall be correlated to chromaticity as defined by the absolute(X,1) coordinates on the 2-D CIE chromaticity chart. b. The color rendition index(CRI)shall be 80 or greater. c. Color shift over 6,000 hours shall be<0.007 change in u'v'as demonstrated in IES LM80 report. D. Power Supply and Driver 1. Driver:AccuDrive, 120—277 volt, UL Listed, CSA Certified, Sound Rated A+. Driver shall be>80%efficient at full load across all input voltages. Input wires shall be 18AWG solid copper minimum. 2. Driver shall be suitable for full-range dimming.The luminaire shall be capable of continuous dimming without perceivable flicker over a range of 100%to 5%of rated lumen output with a smooth shut off function. Dimming shall be controlled by a 0-10V signal. 3. Driver shall be UL listed. 4. Maximum stand-by power shall be 1 Watt. 5. Driver disconnect shall be provided where required to comply with codes. 6. The electronics/power supply enclosure shall be internal to the SSL luminaire and be accessible per UL requirements 7. The surge protection which resides within the driver shall protect the luminaire from damage and failure for transient voltages and currents as defined in ANSI/IEEE C64.41 2002 for Location Category A,where failure does not mean a momentary loss of light during the transient event. E. Electrical 1. Operation Voltage-The luminaire shall operate from a 50 or 60 HZ t3 HZ AC line over a voltage ranging from 120 VAC to 277 VAC.The fluctuations of line voltage shall have no visible effect on the luminous output.The standard operating voltages are 120 VAC,277 VAC, 347 VAC. 2. Power Factor: The luminaire shall have a power factor of 90%or greater at all standard operating voltages and full luminaire output. 3. THD:Total harmonic distortion(current and voltage)induced into an AC power line by a luminaire shall not exceed 20 percent at any standard input voltage. 4. Surge Suppression:The luminaire shall include surge protection to withstand high repetition noise and other interference. 5. RF Interference:The luminaire and associated onboard circuitry must meet Class A emission limits referred in Federal Communications Commission(FCC)Title 47, Subpart B, Section 15 Non-Consumer requirements for EMI/RFI emissions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-6 LED LIGHTING SYSTEM Page 6 of 8 6. Electrical connections between normal power and driver must be modular utilizing a snap fit connector.All electrical components must be easily accessible after installation and be replaceable without removing the fixture from the ceiling. 7. All electrical components shall be RoHS compliant. F. Exit Sign: UL listed. Provide with automatic power failure device with integral self-testing module and fully automatic high/low trickle charger in a self-contained power pack. Battery shall be sealed electrolyte type; shall operate unattended; and require no maintenance, including no additional water,for a period of not less than five years. LED exit sign shall have emergency run time of 1-1/2 hours(minimum).The light emitting diodes shall have rated lamp life of 70,000 hours(minimum). Product Type Watts/Fixture All Exit Signs Fixtures 5 watts or less G. Photometric Requirements 1. Luminaire performance shall be tested as described herein. 2. Luminaire performance shall be judged against the specified minimum illuminance in the specified pattern for a particular application. 3. Luminaire lighting performance shall be adjusted(depreciated)for the minimum life expectancy(Section 2.2.5). 4. The performance shall be adjusted (depreciated) by using the LED manufacturer's data or the data from the IESNA Standard TM-21 test report, which ever one results in a higher level of lumen depreciation. 5. The luminaire may be determined to be compliant photometrically, if: a. The initial minimum illuminance level is achieved in 100%of the area of the specified lighting pattern b. The measurements shall be calibrated to standard photopic calibrations. c. Add specific project requirements. H. Thermal Management 1. The thermal management(of the heat generated by the LEDs)shall be of sufficient capacity to assure proper operation of the luminaire over the expected useful life(Section 1.2.9 c)). 2. The LED manufacturer's maximum junction temperature for the expected life(Section 1.2.9 c))shall not be exceeded at the average operating ambient(Section 1.2.4). 3. The LED manufacturer's maximum junction temperature for the catastrophic failure shall not be exceeded at the maximum operating ambient(Section 1.2.5). 4. The luminaire shall have an UL IC rating. 5. The Driver manufacturer's maximum case temperature shall not be exceeded at the maximum operating ambient. Thermal management shall be passive by design. The use of fans or other mechanical devices shall not be allowed. I. Emergency Lighting Battery Units 1. Emergency lighting units shall be as specified in the"Lighting Fixture Schedule"shown on the Drawings. 2. Battery units shall be of the self-contained,fully automatic type with sealed lead acid batteries, volt-meters. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-7 LED LIGHTING SYSTEM Page 7 of 8 3. Unit enclosures shall be compatible to their environment and units shall comply with the requirements of NFPA 70(NEC). 4. It shall be the responsibility of the contractor to provide all necessary mounting hardware. 5. Shall be factory installed and provide a range of 800 to 1400 Im of light for 90 minutes. Output is based on the size and wattage of the luminaire. 6. Integral or remote test switch shall be provided as per specification. J. Flexible Fixture Hangers 1. Flexible fixture hangers used in non-hazardous areas shall be type ARB and flexible fixture supports used in hazardous areas shall be Type EFH as manufactured by the Crouse-Hinds Co., similar by Appleton Electric Co; Killark a Division of Hubbell Inc.; or equal. 2. Where required in Section 16000—ELECTRICAL GENERAL PROVISIONS, all pendent- mounted and recessed in suspended ceilings, recessed lighting fixtures shall be provided with four anti-sway supports to meet Type II seismic requirements. PART 3- EXECUTION 3.01 INSTALLATION A. Each fixture shall be a completely finished unit with all components, mounting and/or hanging devices necessary,for the proper installation of the particular fixture in its designated location and shall be completely wired ready for connection to the branch circuit wires at the outlet. B. All flush mounted fixtures shall be supported from the structure and shall not be dependent on the hung ceilings for their support. C. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types suited for the type ceiling involved. It shall be the responsibility of the electrical contractor to verify the ceiling types prior to ordering fixtures. D. Fixture to be recessed mounted in suspended lay-in grid ceiling, dry wall or other ceiling type up to 1 '/"thick. Contractor to verify exact ceiling type prior to ordering luminaires to insure compatibility with ceiling thickness. Provide ceiling adaptor as required to accommodate ceiling thickness up to 2'. Bottom of luminaire shall be flush with ceiling. E. Flexible fixture hangers shall be used for all pendant mounted fixtures. Fixtures 2-ft long and larger shall be supported with a minimum of two fixture hangers. F. Conduit run in areas with hung ceilings shall be installed in the space above the hung ceiling as close to the structure as possible. Conduits shall be supported from the structure. G. Exterior lighting poles shall be mounted plumb. H. Fixture locations are shown on the Drawings in approximate locations; however exact locations shall be coordinated so as to avoid conflicts with HVAC ducts, equipment, and other obstacles. I. Where the Drawings state a particular mounting height, it shall imply that the bottom of the fixture shall be mounted at the stated mounting height above the finished floor, unless specifically noted otherwise. J. The minimum mounting height for the bottom of lights and exit signs shall be 80 inches above the finished floor in compliance with Americans with Disabilities Act(ADA). K. Install fixtures securely, in a neat and workmanlike manner, as specified in NECA 501. L. Flangeless fixtures for recess mounting in drywall shall be provided with mud ring and plaster guard, install per manufacturer's instructions. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 265000-8 LED LIGHTING SYSTEM Page 8 of 8 M. Install all required hardware and mounting brackets to secure luminaires to structure per local code requirements. N. Bond luminaires and metal accessories to branch circuit equipment grounding conductor. 3.02 FIELD QUALITY CONTROL A. Perform field inspection,testing, and adjusting in accordance with Section 014000. B. Operate each luminaire after installation and connection. Inspect for improper connections and operation. C. Test and calibrate all controls associated with luminaires,i.e. integral photo cells and occupancy sensors. 3.03 CLEANING A. Clean electrical parts to remove conductive and deleterious materials. B. Remove dirt and debris from lens enclosures 1. For cleaning acrylic lenses or diffusers, use a feather duster or dry cotton cheesecloth to rid the lens/diffuser of any minor dust. For fingerprints, smudges,or other dirt present, use an ammonia-based cleaner(such as Windex)and wipe carefully with cotton cheesecloth(so as to avoid injury from any prismatic texture of the lens). 2. Job site contamination may not necessarily be removed using the above recommendations. In that case the lens would need to be replaced. C. Clean photometric control surfaces as recommended by manufacturer. D. All fixtures shall be left in a clean condition,free of dirt and defects, before acceptance by the Engineer. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 31 63 29-1 DRILLED PIERS Page 1 of 4 SECTION 3163 29 DRILLED PIERS PART 1-GENERAL 1.01 SUMMARY A. Scope: 1. Furnish all labor and materials required to construct drilled concrete piers complete including layout,excavation of shafts,temporary steel casings,fabrication and installation of reinforcing steel,furnishing and placing concrete,setting anchor bolts and removal of spoil. 1.02 RELATED SECTIONS A. The Contract Documents are complementary;what is called for by one is as binding as if called for by all. B. It is the CONTRACTOR'S responsibility for scheduling and coordinating the Work of subcontractors,suppliers,and other individuals or entities performing or furnishing any of CONTRACTOR'S Work. 1.03 REFERENCES A. ACI 305R-Hot Weather Concreting. B. ACI 306R-Cold Weather Concreting. C. ACI 318-Latest edition, Building Code Requirements for Reinforced Concrete. D. ACI 336.1-Standard Specification for the Construction of Drilled Piers. E. ACI 350-Latest edition, Building Code Requirements for Environmental Engineering Concrete Structures. F. ASTM A 36-Specification for Structural Steel. 1.04 SUBMITTALS A. Submit in accordance with Section 0133 23. B. Submittals for Review: Shop Drawings: Indicate dimensioned plan layout,dowel and anchor bolt setting plans including templates,drilled pier shaft sizes,temporary casing sizes, bell bottom sizes,and top elevation,and details of reinforcing steel. C. Submittals for Information: Pier Drilling Log: Report of drilled concrete pier construction including actual elevations of top and bottom of each pier,elevation of bearing stratum, CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 31 63 29-2 DRILLED PIERS Page 2 of 4 penetration into bearing stratum,deviations of pier centerline and plumbness,shaft size, presence of water, use of temporary casing,placement of concrete,and time of start and finish of excavation. 1.05 QUALITY ASSURANCE A. The laboratory and Owner representative shall monitor all pier drilling operations. Contractor shall give a minimum two days notice to the laboratory for services in conjunction with drilled piers. B. Installer: Company specializing in performing the work of this Section with minimum three projects in similar soil and rock conditions,and with similar shaft sizes,depths,and quantities. 1.06 UNIT PRICES A. Contract price shall be based on base lengths of piers shown on the Drawings. Unit prices shall be as follows: 1. Unit prices established in the Contract shall apply for piers longer than base lengths. 2. The cost of casings shall be included in the base price for piers. Unit prices established in the Contract shall apply for piers longer than base lengths.Casings are anticipated at all piers. 3. Unit prices shall include all labor and materials including overhead and fees for drilled concrete piers. Adjustments to the Contract shall be based on total linear feet greater than the sum of the base lengths of each pier size. Additional penetration in the bearing stratum greater than the specified penetration shall not be included in determination of increases of pier lengths related to adjustments in the Contract. 1.07 JOB CONDITIONS A. Site Information 1. Information regarding site conditions is provided for the convenience of the Contractor and is not a warranty that the information represents site conditions that may be encountered. The Owner shall not be responsible for interpretations or conclusions drawn from the information provided by the Contractor. 2. Additional borings or other exploratory work maybe conducted by the Contractor at no cost to the Owner. B. Utilities 1. Locate existing piping and utilities prior to the commencement of drilled concrete pier operations. Provide protection of piping and utilities during construction. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 316329-3 DRILLED PIERS Page 3 of 4 2. Do not interrupt piping and utilities serving existing facilities unless permitted in writing by the Engineer and Owner. Provide temporary utility services to replace interrupted utilities. PART 2 -PRODUCTS 2.01 MATERIALS A. Reinforcement: Refer to Section 03 20 00. B. Concrete: Refer to Section 03 30 00. C. Bar Supports: Furnish spacers to maintain required concrete cover to sides and bottom of excavation. 1. Shaftspacer Systems, Foundation Technologies,Inc.,Tucker,Georgia. 2. "Centraligner"and "Hijacker", Pieresearch,Arlington,Texas. PART 3-EXECUTION 3.01 INSTALLATION A. Drill pier shafts to diameters and depths indicated. B. Clean shaft and bottom of loose material. Maintain shafts free of water. Provide temporary steel casing to the bearing stratum to prevent caving soil and to ensure a watertight seal. Required pier penetration in the bearing strata shall be below the bottom of any casing. C. Allow inspection of shaft prior to placement of reinforcement and concrete. D. Place reinforcing steel in accordance with Section 03 20 00. E. Place concrete in accordance with Section 03 30 00. 1. Concrete shall be placed within the time limit stated on the Drawings. 2. Placing equipment shall be designed for vertical placement of concrete. Use tremies where a drop of more than 10'-0" is required. Use hoppers to keep the concrete from striking the reinforcing cage and casings. 3. Provide mechanical vibration for consolidation for the upper S'-0"of each shaft. 4. Concrete slump for piers shall be 6-inches plus or minus 1-inch. F. Form top of shafts if cut off elevation is above ground elevation. G. Remove excess concrete at the top of piers beyond the limits of the pier shaft diameter. Top of shaft shall be of the same diameter as shaft below. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 31 63 29-4 DRILLED PIERS Page 4 of 4 H. Excavated material shall be removed and disposed off-site,or shall be deposited and spread on site if suitable for use in site grading. 3.02 TOLERANCES A. Maximum Variation From Vertical: One percent of length. B. Maximum Variation From Design Top Elevation: Plus 1 inch to minus 3 inches. C. Maximum Out-of-Position: One twenty-fourth of the shaft diameter or 3 inches,whichever is less. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-1 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 1 of 12 SECTION 40 61 00 INSTRUMENTATION AND CONTROLS-GENERAL PROVISIONS PART1 - GENERAL 1.01 SCOPE OF WORK A. The General Contractor, also known as the"Contractor , shall be responsible to select, furnish all services and equipment defined herein and in other Division 40 Sections. B. Division of Work: The Process Control System (PCS)shall be provided by the Contractor. Software configuration and programming shall be provided by the City of Fort Worth herein identified as the Application Engineering Services(AES). 1. Contractors Scope of Work: All materials,equipment, labor, and services required to achieve a fully integrated and operational PCS coordinated with the AES shall be provided. The Contractor shall design and coordinate the PCS for proper operation with related equipment and materials furnished under other Sections of these specifications. Contractors scope shall include but not be limited to: a. Provide overall coordination, installation, and supervision for the PCS. b. Lead all meetings as directed by the specification. c. Provide coordination and cooperation with AES programmers. d. Provide design, installation, configuration, calibration, and integration of the PCS and associated sub-systems. e. Perform field-wiring terminations associated with new 1/0 modules, controllers, sub- panels, control devices, rewiring of existing 1/0 and Radio System Network. The Contractor shall provide all conduit and wiring between field devices and PCS Enclosures. f. The Owner shall retain salvage rights to all materials and equipment removed in the course of this work. All materials and equipment retained by the Owner shall be delivered to a plant site location designated by the Owner. Any material or equivalent not retained by the Owner shall be removed from the site and disposed of by the contractor in accordance with applicable regulations and laws. g. Equipment shall be fabricated,assembled, installed, and placed in proper operating condition in full conformity with detail drawings,specifications,engineering data, instructions, and recommendations by the equipment manufacturer as approved by the Engineer. h. The Contractor shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical,the Contractor shall obtain approval from Owner/Engineer. i. Provide all instrumentation work associated with the relocation of equipment from the existing facility to the new facility, including disconnecting all existing wiring and conduits and terminating,calibrating and placing into service any relocated equipment. j. Coordinate the sequence of demolition with the sequence of construction to maintain operation in each area. Remove and demolish equipment and materials in such a sequence that the existing control system will function properly with no disruption of operation. k. RTU wiring:The work for the following RTUs: RTU-1, RTU-3, RTU-4, RTU-06, RTU 9, RTU-41 and RTU-44 shall include the following: 1) Logging of all the existing signal terminations with its tag information. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-2 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 2 of 12 2) Disconnection and removal of signal wires. 3) Provide new wiring and reconnect the signals. I. Testing and commissioning of the re-connected signals as specified in section 40 61 21 Testing and System Commissioning. m. Demolish the existing Primary Sludge Valve Stepping System located in MCC-PS1, and tum over to owner. n. Step Control PLC Enclosure: Provide, install and make operational a new Step Control PLC Enclosure at the existing Primary Sludge Pump Station PS-1 Electrical Building; complete with PLC rack, controller, discrete 1/0 cards, power supply, surge suppressors and interposing relays including all required accessories as required. o. Radio System: Provide, install and make operational a new wireless radio system, complete with Phoenix 900 MHz radios, sub-panels,enclosures, power supplies, including all required accessories at the following locations; 1) Primary Effluent Pump Station No.2—Provide a new Sub-panel(RAD-PE2C located inside the new MCC-PE2C. 2) Primary Effluent Pump Station PE1A&PE1 B—Provide a new Sub-panel (RAD- PE1A/B)to be located inside the new MCC-PE 1B. 3) Sludge Pump Station PS3-Provide a new Radio Enclosure(RAD-PS3), located at the Sludge Pump Station MCC-PS3, to house Radio and miscellaneous equipment. 4) Sludge Pump Station PS4-Provide a new Radio Enclosure(RAD-PS4), located at the Sludge Pump Station MCC-PS4, to house Radio and miscellaneous equipment. 5) Odor-B-Sub-Panel RAD-ODOR-B located inside the existing MCC-ODOR. 6) Provide and install Yagi antenna including coaxial cable and surge arrestor to connect the radio modem at all five locations as specified in contract document. This work shall include configuring, installing, and commissioning the 900 MHz Unlicensed radios link with existing master radio and EnerVista application at control room. p. GE Fanuc, 1/0 Blocks: Supply four GE Fanuc 115Vac/125Vdc Isolated 1/0 Block,8 Circuit type for control and monitoring of new switch, SS51 and SS52, being installed under this project.The blocks shall be interfaced using RS485 communication link. 1) Provide two NEMA Type 4X of 316 stainless steel boxes to house two Genius 1/0 blocks with control relays and terminal blocks as shown on contract document. 2) Install and make operational Genius 1/0 blocks box installed inside two new Switches(SS51 and SS52)termination box.This work shall include supply, installation and commissioning of the 1/0 blocks signals with the plant electrical SCADA system (MUSCC)located at GDS building. 3) Provide temporary arrangement for bypassing the Genius Bus no.41/O blocks installed inside the existing out door enclosures of SS51,CB51, SS52, CB52 and SS55 as shown on the contract documents q. Providing testing and startup services as specified. r. Providing required documentation (Drawings, manuals, and manufacturer's information)as specified. 2. AES Scope of Work:The AES will provide all Human Machine Interface configuration, all applications programming and services required to achieve a fully integrated and CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-3 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 3 of 12 operational control system. The AES shall coordinate the control system for proper operation with related equipment and materials furnished by the Contractor. a. Provide all DCS and/or PLC software, programming,configuration, integration, including but not limited to loading of software on computers, and communications between DCS and PLCs. b. Provide programming and interfacing to DCS and PLC's associated with the specified controls. Interfacing to the plant DCS for all supervisory and/or monitoring functions is the responsibility of the AES. c. Providing testing and startup services as specified. d. Providing required documentation (Drawings, manuals, and manufacturer's information)as specified. 1.02 RELATED WORK A. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or work as may be required in those references, and include such information or work as may be specified. B. All Instrumentation work related to Process and Mechanical Divisions equipment that is shown on the Instrumentation Drawings shall be provided under Division 40 Instrumentation Sections. C. All instrumentation Equipment and work provided under any other Divisions of the Specifications shall fully comply with the requirements of Division 40 Instrumentations Sections. D. Related Sections 1. Section 40 61 21 Process Control System Testing 2. Section 40 61 96 Control Loop Descriptions and 1/0 Listing 3. Section 40 63 00 Programmable Logic Controllers 4. Section 40 66 00 Communications Interface Equipment and System 5. Section 40 67 00 Instrumentation and Controls-Control Panels 6. Section 40 78 00 Panel Mounted Control Devices 1.03 SUBMITTALS A. General Submittal Requirements: 1. Shop drawings shall be submitted as detailed herein. Shop drawings shall demonstrate that the equipment and services to be furnished comply with the provisions of these specifications and shall provide a complete record of the equipment as manufactured, delivered, installed and placed in service. 2. Submittals shall be complete and shall give equipment specifications, details of connections,wiring, ranges, installation requirements,and specific dimensions. Submittals consisting of only general sales literature shall not be acceptable. 3. Submittals shall be bound in separate three-ring binders,with an index and sectional dividers,and with all included drawings reduced to a maximum size of 11-inches by 17-inches,then folded to 8.5-inches by 11-inches for inclusion inside the binder. Maximum binder thickness shall be 3 inches. 4. The shop drawings title block shall include, as a minimum, contractor registered business name and address, Owner and project name,drawing name, revision level, and shall identify personnel responsible for the content of the drawing. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-4 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 4 of 12 5. Incomplete or partial submittals not complying with the submittal requirements outlined in this Section will be returned without review. 6. At a minimum, the following separate submittals as listed in the table below shall be submitted: Submittal Submittal Title Location/Governing index Specifications 1 Hardware and Software Packages 40 6100,40 63 00, 40 66 00 2 Panel Layout Drawings,Wiring Diagrams 40 6100, 40 67 00, and Loop Diagrams 40 78 00 3 Commissioning/Startup and Testing Plan 40 61 21 4 1 Final Documentation 40 61 00 B. Hardware and Software Packages 1. For each hardware component indicated below, submit a cover page that lists, at a minimum, date, specification number,product name, manufacturer,model number, Location(s), and power required. Preferred format for the cover page is ISA S20, general data sheet; however,other formats will be acceptable provided they contain all required information. 2. Catalog cuts for supplied Programmable Logic Controller(PLC), process controller equipment, including central processing units, memory, input modules,output modules, modems, network interface modules, mounting racks,and power supplies. Submit descriptive literature for each hardware component that fully describes the units being provided. Any deviation of the hardware systems from the preliminary hardware submittal included in the Process Plan shall be described in detail. 3. Catalog cuts for power supplies, and all other hardware being provided. Submit descriptive literature for each hardware component,which fully describes the units being provided. 4. Complete system architecture diagram showing in schematic form,the interconnections between major hardware components including control centers, panels, power supplies, consoles, computer and peripheral devices, networking equipment, processors, 1/0 modules, local operator interfaces, and like equipment. The system architecture shall not be a copy of the Contract Document System Network Block Diagram; it shall be complete and shall depict all required cables, media type between components, network protocol used at each network level, details on connection requirements such as cable pin-outs, port numbers, and rack slot numbers. The intent of this requirement is for the Contractor to develop a new diagram that is complete in every aspect to allow purchase of all required equipment by part number, and to allow a qualified technician to interconnect all equipment without having to refer to additional manuals or literature. Minimum sheet size shall be 11"x 17", and using a larger sheet size or more than one sheet is acceptable. 5. Submit details of field instrument,valve, power monitoring, and Radio System networks. Submittal shall include details of the field device including type, power requirements, wiring requirements,configuration details,device addressing, and interface to the PCS. C. Panel Layout Drawings,Wiring Diagrams and Loop Wiring Diagrams Submittal 1. The Contractor shall provide within shop drawings, complete wiring diagrams showing all wiring connections in the 1/0 system. This includes but is not limited to terminal block numbering, relay contact information, instruments, equipment,and control panel names. These drawings will be included in the Final Documentation submittal. Leaving this information blank on the Final Documentation drawings is not acceptable. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-5 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 5 of 12 2. Panel Layout Drawings: Drawings shall be furnished for all panels, consoles,and equipment enclosures specified. Panel assembly and elevation drawings shall be drawn to scale and detail all equipment in or on the panel. Panel drawings shall be 11"x17" minimum in size. As a minimum,the panel drawings shall include the following: a. Interior and exterior panel elevation drawings to scale b. Nameplate schedule c. Conduit access locations d. Panel construction details e. Include cabinet assembly and layout drawings shown drawn to scale. The assembly drawing shall include a bill of material on the drawing with each panel component clearly defined. The bill of material shall be cross-referenced to the assembly drawing so that a non-technical person can readily identify any component of the assembly by manufacturer and model number. f. Fabrication and painting specifications including color(or color samples) g. Submit construction details, NEMA ratings, intrinsically safe barrier information, gas sealing recommendations, purging system details,etc. for panels located in hazardous locations or interfacing to equipment located in hazardous areas. h. Heating and cooling calculations for each panel supplied indicating conformance with cooling requirements of the supplied equipment and environmental conditions. Calculations shall include the recommended type of equipment required for both heating and cooling. I. Submit evidence that all control panels shall be constructed in conformance with UL 508 and bear the UL seal confirming the construction. Specify if UL compliance and seal application shall be accomplished at the fabrication location or by Feld inspection by UL inspectors. All costs associated with obtaining the UL seal and any inspections shall be borne by the Contractor and included in the Project Bid Price. 3. Panel Wiring Diagrams: Panel wiring diagrams depicting wiring within and on the panel as well as connections to external devices. Equipment external to the control panel and related external connections do not need to be shown on the Panel Wiring Diagrams. Panel wiring diagrams shall include power and signal connections, UPS and normal power sources, all panel ancillary equipment, protective devices,wiring and wire numbers, and terminal blocks and numbering. Field device wiring shall include the device ISA-tag and a unique numeric identifier.The diagrams shall identify all device terminal points that the system connects to, including terminal points where 1/0 wiring lands on equipment not supplied by the Contractor.Wiring labeling used on the drawings shall match that shown on the Contract Documents or as developed by the Contractor and approved by the Engineer. 1/0 wiring shall be numbered with rack number, slot number, and point number.Two-wire and four-wire equipment shall be clearly identified and power sources noted. Submit final wire numbering scheme. Panel drawings shall be 11"x17" minimum in size. 4. ISA Loop Wiring Diagrams: Detailed ISA loop wiring diagrams showing requirements for each loop which is shown on the contract drawings. The Loop Drawings shall be prepared in accordance with ISA Standard S5.4 latest edition with the layout following Figures 5 and 6(shown in the S5.4 Standard),titled Minimum Required Items Plus Optional items". Loop drawings shall be 11"x17"minimum in size. The information required on the Loop Drawings in order to satisfy the"minimum"and"optional" requirements is as follows: a. Minimum Required Items—The following information shall be provided on Loop Drawings in order to meet this requirement: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-6 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 6 of 12 1) Identification of the loop and loop components shown on the P&IDs. Other principal components of the loop to be shown and identified under ISA-5.1, "Instrumentation Symbols and Identification" 2) Word description of loop functions within the title. If not adequate, use a supplemental note. Identify any special features or functions of shutdown and safety circuits. 3) Indication of the interrelation to other instrumentation loops, including overrides, interlocks, cascaded set points,shutdowns and safety circuits. 4) All point-to-point interconnections with identifying numbers or colors of electrical cables and conductors.This identification of interconnections includes junction boxes, terminals, bulkheads, ports, and grounding connections. 5) General location of devices such as field,panel,auxiliary equipment, rack, termination cabinet, cable spreading room, 1/0 cabinet, etc. 6) Energy sources of devices, such as electrical power,air supply, and hydraulic fluid supply. Identify voltage, pressure, and other applicable requirements. For electrical sources, identify circuit or disconnect numbers. 7) Process lines and equipment sufficient to describe the process side of the loop and provide clarity of control action. Include what is being measured and what is being controlled. 8) Actions or fail-safe positions(electronic, pneumatic,or both)of control devices such as controllers, switches, control valves,solenoid valves, and transmitters(if reverse-acting). These are to be identified in accordance with ISA-5.1, "Instrumentation Symbols and Identification". 9) References to equipment descriptions, manufacturers, model numbers, hardware types, specifications or data sheets, purchase order numbers. 10) Signal ranges and calibration information, including set point values for switches, and alarm and shutdown devices. D. Commissioning/Startup and Testing Plan 1. Refer to Specification Section 40 61 21 Process Control System Testing. E. Final Documentation 1. The Final System Documentation shall consist of operations and maintenance manuals as specified herein. The manuals shall be bound in three-ring binders, maximum size of three inches,with Drawings reduced to 11-inch by 17-inch,then folded to 8.5-inch by 11- inch for inclusion. Each section shall have a uniquely numbered tab divider, and each component within each section shall have a separate binder tab divider. 2. The operations and maintenance manuals shall, at a minimum,contain the following information: a. Table of Contents 1) A Table of Contents shall be provided for the entire manual with the specific contents of each volume clearly listed. The complete Table of Contents shall appear in each volume. b. Instrument and Equipment Lists 1) The following lists shall be developed in Excel and provided not only as a hardcopy in O&M but also electronically on a CD. 2) An instrument list for all devices supplied including tag number,description, specification section and paragraph number,manufacturer, model number,serial CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-7 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 7 of 12 number, range, span, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. 3) An equipment list for all non-instrument devices supplied listing description, specification section and paragraph number,manufacturer, model number, serial number, location, manufacturer phone number, local supplier name, local supplier phone number, completion year replacement cost, and any other pertinent data. c. Data Sheets with Vendor Operations and Maintenance Information 1) ISA S20 data sheets shall be provided for all field instruments. 2) Cover page for each device, piece of equipment, and OEM software that lists, at a minimum,date, specification number, product name, manufacturer, model number, Location(s),and power required. Preferred format for the cover page is ISA S20,general data sheet; however,other formats will be acceptable provided they contain all required information. 3) Final vendor O&M documentation for each device, piece of equipment, or OEM software shall be either new documentation written specifically for this project, or modified standard vendor documentation. All standard vendor documentation furnished shall have all portions that apply clearly indicated with arrows or circles. All portions that do not apply shall be neatly lined out or crossed out. Groups of pages that do not apply at all to the specific model supplied shall be removed. 4) For any component requiring dip switch settings or custom software configuration, that information shall be included along with the corresponding data sheets and O&M information. d. As-Built Drawings 1) Complete As-built Drawings, including all Drawings and diagrams specified in this Section under the"Submittals"paragraph. These Drawings shall include all termination points on all equipment the system in connected to, including terminal points of equipment not supplied by the PCSI. 2) As-built documentation shall include information from submittals, as described in this Specification, updated to reflect the as-built system. Any errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests shall be incorporated in this documentation. e. Original Licensed Software 1) Submit original software diskettes or CD-ROMs for all software provided under this Contract. Submit original documentation, both hard copies and in electronic format,for all software provided. Submit license agreement information including serial numbers, license agreements, User Registration Numbers and related information. All software provided under this Contract shall be licensed to the Owner at the time of purchase. Provide media in original packages provided by manufacturer. f. Electronic O&M Information 1) In addition to the hard copy of O&M data, provide an electronic version of all equipment manuals CD-ROM or DVD. Electronic documents shall be supplied in Adobe Acrobat format. 2) Provide electronic files for all custom-developed manuals. Text shall be supplied in both Microsoft Office format and Adobe Acrobat format. 3) Provide electronic files for all drawings produced. Drawings shall be in AutoCAD CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-8 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 8 of 12 2007".dwg"format and in Adobe Acrobat format. Drawings shall be provided using the AutoCAD eTransmit feature to bind external references, pen/line styles, and fonts into individual zip files along with the drawing file. 4) Each computer system hardware device shall be backed up onto CD-ROM or DVD after Substantial Completion and shall be turned over to the Owner. 3. The cover and edge of each volume shall contain the following information: 1. Project Name(refer to Contract Documents) 2. Contract Number(refer to Contract Documents) 3. Instrumentation and Control Systems 4. Hardware[or Applications Engineering]Operations and Maintenance Manual 5. Specification Sections , 6. Subcontractor Name 7. Date 8. Volume X of Y (Where X is the volume number and Y is the number of volumes) 1.04 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code(NEC)and with the latest edition of the following codes and standards: 1. National Electrical Safety Code(NESC) 2. National Electrical Manufacturers Association (NEMA) 3. Insulated Cable Engineers Association(ICEA) 4. The International Society of Automation(ISA) 5. Underwriters Laboratories(UL) 6. UL 508, the Standard of Safety for Industrial Control Equipment 7. UL 508A, the Standard of Safety for Industrial Control Panels 8. UL 50,the Standard of Safety for Enclosures for Electrical Equipment. 9. Factory Mutual(FM) 10. All equipment and installations shall satisfy applicable Federal, State,and local codes. B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. C. All material and equipment,for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association,the provisions of the Contract Documents shall take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society,organization or association, or between Laws and Regulations,the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents,the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way,the Contractor's responsibility to comply with all Laws and Regulations at all times F. All control panels shall be constructed and the labeling shall be affixed in a UL 508 facility. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-9 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 9 of 12 1.05 HAZARDOUS AREAS A. Equipment, materials and installation in areas designated as hazardous on the Drawings shall comply with NEC Articles 500, 501, 502 and 503. B. Equipment and materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. 1.06 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.07 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling.When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.08 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the"Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. Complete Record Drawings, including all Drawings and diagrams specified in this Section under the"Submittals" paragraph shall be submitted. These Drawings shall include all termination points on all equipment the control system is connected to, including terminal points of equipment not supplied by the contractor. C. As-built documentation shall include information from submittals, as described in this Specification, updated to reflect the as-built system. Any errors in or modifications to the system resulting from the Factory and/or Functional Acceptance Tests shall be incorporated into this documentation. 1.09 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.10 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re-used. B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not submitted and approved for this project. Use of any such material or equipment,will be rejected, removed and replaced by the Contractor,with the approved material and equipment, at his own expense. C. Material and equipment shall be UL listed,where such listing exists. D. The Contractor shall be responsible for all material, product, equipment and workmanship being furnished for the duration of the project. Equipment shall be replaced if it does not meet the requirements of the Contract Documents. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-10 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 10 of 12 1.11 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored 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. B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids.Accessories shall be packaged and shipped separately. C. 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. D. Equipment shall be installed in its permanent,finished location shown on the Drawings within seven calendar days of arriving onsite. If the equipment cannot be installed within Seven 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. 1.12 WARRANTIES A. The system warranty shall consist of a full scope in-place warranty. The warranty duration shall be 24 months beyond final acceptance of the entire system. All software and hardware components that are part of the completed system shall be covered by the warranty. The Contractor shall coordinate any warranties provided by third party suppliers. All warranty and maintenance services shall be included in the Contract price. B. Refer to other Sections for supplemental warranty requirements. C. 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. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for 24-month after final acceptance or until expiration of the manufacturer's warranty,whichever period is longer. 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 SCADA operation,the Contractor shall have a qualified service representative establish telephone contact with the Owner's maintenance personnel to discuss short- term corrective measures. 3. 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 SCADA 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. 4. 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. 5. If possible, the service representative shall replace or repair the defective component before leaving the site using spare parts inventory delivered with the system. If spare parts are not available on site, the Contractor shall obtain parts within 48 hrs. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-11 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page I 1 of 12 6. 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. 7. 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 in the amount of all Owner's costs plus alternate service providers invoice, plus 25%of the aggregate amount. 8. The Owner, at 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 Contractor shall repair or replace the defective component and return the properly working unit to the Owner within 15 days. D. Software maintenance 1. After any equipment has been placed in service and tested, Owner or Owner's designated party shall be permitted to add, modify,and delete Owner provided software. Performance of such actions by the Owner shall not release the Contractor from satisfying any guarantee or maintenance requirements,or any other specified requirements. 2. Programmable Logic Controller(PLC)firmware shall be kept up-to-date during construction with the latest version available up to final acceptance of the system. The firmware updates shall include both CPU and network card. 1.13 EQUIPMENT IDENTIFICATION A. Identify equipment(control panels, control stations, instruments, etc.)furnished under instrumentation sections of Division 40 with the name of the equipment it serves. Control panels, Instruments, meters junction or terminal boxes,etc., shall have nameplate designations as shown on the Drawings. B. Nameplates shall be engraved, laminated impact acrylic, black lettering on a white background, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips,TESA TUFF TAPE 4970_009 X W, no equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned,with a 70%alcohol solution, until the metal surface residue has been removed. Epoxy adhesive or foam tape is not acceptable. PART 2- PRODUCTS (NOT USED) PART 3- EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS A. Instrumentation and accessory equipment shall be installed in accordance with the manufacturer's instructions. The locations of equipment,transmitters, alarms and similar devices indicated are approximate only. Exact locations of all devices shall be as approved by the Engineer during construction. All information relevant to the placing of process control work shall be obtained in the field. In case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. B. The P&IDs and Drawings indicate the intent of the interconnection between the individual instruments. Any exceptions should be noted. Two complete sets of approved shop drawings shall be kept at the jobsite during all onsite construction. Both sets shall be marked up identically to reflect any modifications made during field installation or start-up. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406100-12 INSTRUMENTATION AND CONTROL-GENERAL PROVISIONS Page 12 of 12 C. All equipment used in areas designated as hazardous shall be designed for the Class, Group and Division as required for the locations as shown on the Drawings and specified in Division 26. All work shall be in strict accordance with codes and local rulings. D. The instrumentation installation details on the Contract Drawings indicate the designed installation for the instruments specified. Where specific installation details are not specified or shown on the Drawings, the American Petroleum Institute(API)Recommended Practice 550 shall be followed as applicable. E. Brackets and hangers required for mounting of equipment shall be provided. They shall be installed as shown and not interfere with any other equipment. F. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded at only one ground point for each shield. G. Investigate each space in the building through which equipment must pass to reach its final locations. If necessary, ship material in sections sized to permit passing through restricted areas in the building. Provide on-site service to oversee the installation, the location and placement of system components,their connections to the process equipment panels, cabinets and devices, subject to the Engineer's approval. Certify that field wiring associated with his/her equipment is installed in accordance with best industry practice. Schedule and coordinate work under this section with that of the electrical work specified under applicable Section of Division 26. H. Provide local electrical shutoffs and disconnects for all instruments requiring 120 VAC power. Electrical disconnects shall be suitable rated disconnect switches or manual motor starters as specified under Division 26. 3.02 TESTING A. Make the tests and checks prior to energizing instrumentation equipment in accordance with Section 40 6121,and the individual Specification sections. B. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment, including manufacturer's services, as specified in the individual Specification sections. C. Where test reports show unsatisfactory results, the Owner/Engineer will require the removal of all defective or suspected materials,equipment and/or apparatus, and their replacement with new items, all at no cost to the Owner. The Contractor shall bear all costs for any retesting. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-1 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 1 of 8 SECTION 40 61 21 PROCESS CONTROL SYSTEM TESTING PART1 - GENERAL 1.01 SCOPE OF WORK A. This Section covers the testing requirements for all devices furnished, installed by the Contractor and the Application Engineering Services(AES)as detailed in the Contract Documents and as described in the related Sections of Division 40. B. The Contractor shall provide,jointly with the AES as required, all labor and materials necessary to coordinate and perform the testing of the Process Control System (PCS)as specified herein. C. Provide all testing and commissioning equipment, materials, incidentals and labor,necessary to perform and coordinate the system check-out and startup,commissioning and field testing for the following; 1. All new signals and re-terminated signals for the existing RTUs and New equipment and Plant Control System (PCS)as specified in the contract documents. 2. Genius Input/output blocks wired in new Medium Voltage Circuit Breakers enclosure outside the GDS building and Genius plant electrical SCADA system. 3. New Radio System communication with existing master Radio system and GE EnerVista Launch Pad application located at the Control building. 4. New Primary Sludge Pump Station#1 Step Control PLC. D. The Contractor shall develop and submit for review and approval a plan for commissioning and startup with the existing Distributed Control System (DCS), Genius SCADA system and EnerVista Launch Pad System. E. The following describes the overall system checkout and sequencing and is intended to be utilized as a guide for commissioning and startup activities. The Contractor, in conjunction with the AES, shall coordinate a separate meeting with the Owner/Engineer to discuss and coordinate the exact commissioning and startup sequence. A commissioning and startup plan shall then be submitted for review and approval. The commissioning and startup plan shall be successfully reviewed and approved prior to commencing commissioning and startup activities. DCS Checkout: 1. The DCS System is currently operational and performing monitoring and control functions. The Contractor, in conjunction with the AES, shall verify that the signals which are being re-terminated are correctly reporting to DCS and the control and monitoring functions are operational as intended. Record any discrepancy and the termination details of the re-terminated. Genius Electrical SCADA System Checkout: 1. The Genius electrical SCADA System is currently operational and performing monitoring and control functions of plant electrical network. The contractor shall verify that the signal re-connected to new the 1/0 blocks are correctly reporting to Genius SCADA System and the control and monitoring functions are operational as intended. Record any discrepancy and the termination details for the Genius block communication link. Radio System checkout: 1. The Contractor shall establish communication between the Radio System and Master Radio by way of sending PING commands and/or other commands using the CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-2 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 2 of 8 manufacturers radio software to ensure successful link and acceptable signal strength has been achieved. 2. The Contractor,in conjunction with the AES, shall be responsible for configuration of Radio device addressing.The Contractor shall be responsible for coordinating this work with Owner staff. Owner staff shall coordinate the Contractor's work with Owner operations, provide access to Owner facilities and equipment, and provide observation of the installation and checkout work. B. Step Control PLC panel Installation and Checkout: 1. The Contractor shall test the Step Control PLC and demonstrate to Owner/Engineer the System communicating. The AES will perform actual startup activities. C. The Contractor, in conjunction with the AES, shall perform an end-to-end (field termination to HMI)check, to check each new and re-terminated physical 1/0 point control and monitoring functions. D. During installation and checkout, the Contractor shall provide a minimum of two(2)personnel on site full-time. The Owner shall observe the Contractors work associated with startup of the new PLCs and shall provide support for process operations. E. Contractor shall provide all test equipment necessary to perform the test during System Commissioning and startup. F. Contractor shall furnish to Engineer two copies of an installation inspection report certifying that all equipment has been correctly installed and are operating properly. The report shall be signed by the Contractor's representatives. 1.02 SUBMITTALS A. Submittal Process 1. Submit Shop Drawings, in accordance with Division 1 requirements,and as further specified herein.An individually packaged submittal shall be made for this section, and shall contain all of the information required. Partial submittals will not be accepted and will be returned un-reviewed. B. Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings,not so checked and noted,will be returned un- reviewed. C. The Contractor shall check shop drawings for accuracy and Contract Requirements prior to submittal to the Engineer. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a Statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section submittals will be allowed per transmittal unless sections are indicated for grouping in the individual sections. D. Commissioning/Startup Plan Submittal: 1. The Contractor shall submit a startup plan for Owner/Engineer review. Upon successful review, the Contractor shall coordinate with Operations on an agreed upon date and time for commissioning activities. E. Testing Procedures Submittal 1. Test Procedure Submittal: Submit the procedures proposed to be followed for each test. Procedures shall include test descriptions,forms, and checklists to be used to control and document the required tests. Include sign-off forms for each testing phase or loop with sign-off areas for the Contractor,AES, Engineer,and Owner. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-3 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 3 of 8 2. The system shall be tested using the system architecture Drawing and a BOM of all hardware indicating manufacturer, model,and serial number. The documents for the test plan shall be structured such that the Engineer understands what the inputs are,what the predicted outputs should be and what the actual outputs are. 3. At a minimum,the test plan should include the following: a. BOM listing control system components. b. System hardware summary. c. A testing schedule describing the specific tasks to be performed and the time allotted for each task. d. Communications tests. e. 100 percent 1/0 point test including all spare points. Provide checklist for verification of each 1/0 point including spares. The checklist shall include point tag name, description, rack, slot,point and process range(where applicable). f. Test procedures which shall include test descriptions,forms and checklists to be used to control and document the required tests. Testing shall not start until the Test Procedures submittal has been approved. g. Test documentation which shall include a copy of the signed off test procedures upon completion of each required test. 4. Test Documentation: Upon completion of each required test, document the test by submitting a copy of the signed off test procedures. Testing shall not be considered complete until the signed-off test procedures have been submitted and favorably reviewed. Submittal of other test documentation, including"highlighted"wiring diagrams with field technician notes are not acceptable substitutes for the formal test documentation. 1.03 TESTS (GENERAL) A. The Contractor shall test all equipment at the factory prior to shipment. Unless otherwise specified in the individual specification sections, all equipment provided by the contractor shall be tested at the as a single fully integrated system. B. As a minimum, the testing shall include the following: 4. Un-witnessed Factory Test(UFT) 5. Witnessed Factory Test(WFT) 6. Operational Readiness Test(ORT) 7. Functional Demonstration Test(FDT) 8. 30-Day Site Acceptance Test(SAT) C. Each test shall be in the cause and effect format.The person conducting the test shall initiate an input(cause)and, upon the system's or subsystem's producing the correct result(effect), the specific test requirement shall be satisfied. D. All tests shall be conducted in accordance with prior Engineer-approved procedures,forms, and check lists. Each specific test shall be described and followed by a section for sign off by the appropriate party after its status completion. E. Copies of these sign off test procedures,forms, and check lists will constitute the required test documentation. F. Provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment, and data. Where it is not practical to test with real process variables, equipment, and data, provides suitable means of simulation. Define these simulation techniques in the test procedures. G. The General Contractor shall require the Integration Subcontractor to coordinate all testing with the Engineer, all affected Subcontractors, and the Owner. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-4 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 4 of 8 H. The Owner/Engineer reserves the right to test or retest all specified functions whether or not explicitly stated in the prior approved Test Procedures. I. The Engineer's decision shall be final regarding the acceptability and completeness of all testing. J. No equipment shall be shipped to the Project Site until the Engineer has received all test results and approved the system as ready for shipment. K. The Contractor shall furnish the services of servicemen, all special calibration and test equipment and labor to perform the field tests. L. Correction of Deficiencies 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requirements at no additional cost to the Owner. 2. Testing, as specified herein, shall be repeated after correction of deficiencies is made until the specified requirements are met. This work shall be performed at no additional cost to the Owner. PART 2- PRODUCTS(NOT USED) PART 3- EXECUTION 3.03 UNWITNESSED FACTORY TEST(UFT) A. All panels and assemblies shall be inspected and tested to verify that they are in conformance with related submittals, specifications, and Contract Drawings. B. The Contractor shall submit to the Owner/Engineer review,the system architecture diagrams as staged in the factory for testing. C. During the tests all digital system hardware and software shall have operated continuously or five days without a failure to verify the system is capable of continuous operation.The un- witnessed test results shall be submitted to the Engineer for review prior to the start of the Witnessed Factory Test(WFT). 3.04 WITNESSED FACTORY TEST(WFT) A. Before scheduling the Witnessed Factory Test,the Contractor must determine through his own test and quality assurance program that the equipment is ready for shipment to the jobsite. B. The WFT will be a conducted at the Contractor's facility. C. After the Un-Witnessed Factory Test report has been successfully reviewed,the Contractor shall notify the Engineer and Owner in writing that the system is ready for the Witnessed Factory Test.The Engineer and/or Owner shall schedule a test date within 30 days of receipt of the"Ready to Test"letter. At the time of notification,the Contractor shall submit any revisions to the detailed test procedure previously approved by the Engineer. D. This test shall verify the functionality, performance, and stability of the hardware and software.The system must operate continuously for 100 hours without failure before the test shall be judged successful. Successful completion of this test, as determined by the Engineer, shall be the basis for approval of the system to be shipped to the site. E. The various tests performed during the Witnessed Factory Test shall be designed to demonstrate that hardware and software fulfill all the requirements of the Specifications and Contract drawings. The test conditions shall resemble, as closely as possible,the actual installed conditions. Any additional hardware or software that may be required to successfully verify system operation shall be supplied at no cost to the Owner. F. Tests to be performed shall include, but not be limited to,the following: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-5 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 5 of 8 1. System configuration and serialization verification. A soft and hard copy of the system configuration inventory list of all project deliverables print on 11x17 pages, annotated to reflect this verification shall be included for factory test. The list shall include at least the following: a. Manufacturers name, part number,and serial number b. Quantity of units supplied with deliverable system/subsystem c. System documentation provided d. Applicable cabinet, rack number or slot, and cables 2. The organization of the inventory list shall include provision for annotating each item with forecast and actual dates for: a. Review(documentation) b. Shipping and delivery(all items except documentation) c. Factory demonstration test(hardware and software) d. Site Demonstration Test(hardware and software) e. Final Acceptance(spares, documentation, etc.) f. Delivery(Training Courses) g. The inventory list shall be computer-maintained to simplify updating and review using Microsoft Excel program. 3. Inspection of all deliverables of the project, including PLC, Instruments,communication equipment, cables etc. 4. Demonstrate a catastrophic failure and recovery of, PLC. 5. Demonstrate procedure for backing up the PLC; reload using a backup; and completely restoring PLC from a backup. G. All deficiencies identified during these tests shall be corrected and retested prior to completing the Witnessed Factory Test as'determined by the Owner/Engineer. H. The following documentation shall be made available to the Engineer at the test site both before and during the Witnessed Factory Test: 1. All Contract Drawings and Specifications,addenda, and change orders 2. Master copy of the test procedure 3. List of the equipment to be tested including make, model, and serial number 4. Design-related hardware submittal applicable to the equipment being tested 5. Software license I. The daily schedule during these tests shall be as follows: 1. Morning meeting to review the day's test schedule 2. Scheduled tests and signoffs 3. Evening meetings to review the day's test results and to review or revise the next day's test schedule 4. Unstructured testing period by the witnesses J. All test data and procedures followed during testing shall be logged and certified copies of the logs shall be provided to the Engineer and Owner. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-6 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 6 of 8 3.05 OPERATIONAL READINESS TEST(ORT) A. Prior to startup and the Functional Demonstration Test,the entire system shall be certified (inspected, tested, and documented)that it is READY for operation. The Input/Output test shall be a witnessed by the OWNER/ENGINEER. B. Loop/Component Inspections and Tests: The entire system shall be checked for proper installation,calibrated, and adjusted on a loop-by-loop and component-by-component basis to ensure that it is in conformance with related submittal's and these Specifications. 1. The Loop/Component Inspections and Input/Output Tests shall be implemented using Engineer-approved forms and check lists. a. Each loop shall have a Loop Status Report to organize and track its inspection, adjustment, and calibration. These reports shall include the following information and check off items with space for sign off by the Contractor. 1) Project Name 2) Loop Number 3) Tag Number for each component 4) Check offs/sign offs for each component b. TagAdentification c. Installation d. Termination—wiring e. Termination—tubing f. Calibration/adjustment—Check offs/sign offs for the loop g. Panel interface terminations h. 1/0 interface terminations 1. 1/0 signal operation j. Inputs/outputs operational: received/sent, processed, and adjusted. k. Total loop operation—Provide space for comments 1. Each active Analog Subsystem element and each 1/0 module shall have a Component Calibration Sheet.These sheets shall have the following information, spaces for data entry, and a space for sign off by the Contractor. 1) Project Name 2) Loop Number 3) Component Tag Number of 1/0 Module Number 4) Component Code Number Analog System 5) Manufacturer(for Analog system element) 6) Model Number/Serial Number(for Analog system) 7) Summary of Functional Requirements: a) Indicators and Recorders: Scale and chart ranges b) Transmitters/Converters: Scale and chart ranges c) Computing Elements: Function d) Controllers: Action(direct/reverse)control Modes(PID) CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-7 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 7 of 8 e) Switching Elements: Unit range, differential f) (FIXED/ADJUSTABLE), Preset(AUTO/MANUAL) g) 1/0 Modules: Input or output 2. The Contractor shall maintain the Loop Status Reports and Component Calibration Sheets at the job-site and make them available to the Engineer/Owner at any time. 3. These inspections and tests require witnessing by the OWNER/ENGINEER. The Engineer will review and initial all Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.06 FUNCTIONAL DEMONSTRATION TEST(FDT) A. Prior to startup and the 30-Day Test,the entire installed instrument and control system shall be certified that it is ready for operation. All preliminary testing, inspection, and calibration shall be complete as defined in the Operational Readiness Tests. B. Once the facility has been started up and is operating, a witnessed Functional Demonstration Test shall be performed on the complete system to demonstrate that it is operating and in compliance with these Specifications. Each specified function shall be demonstrated on a paragraph-by-paragraph,loop-by-loop, and site-by-site basis. C. Loop-specific and non-loop-specific tests shall be the same as specified under Functional Demonstration Tests except that the entire installed system shall be tested and all functionality demonstrated. D. Updated versions of the documentation specified to be provided for during the tests shall be made available to the Engineer at the job-site both before and during the tests. In addition, one(1)copy of all O&M Manuals shall be made available to the Engineer at the job-site both before and during testing. E. The daily schedule specified to be followed during the tests shall also be followed during the Functional Demonstration Test. F. The system shall operate for 100 continuous hours without failure before this test shall be considered successful. G. Demonstrate communication failure and recovery 3.07 30-DAY SITE ACCEPTANCE TEST(SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests for all sites,the Contractor shall be responsible for operation of the entire system for a period of 30 consecutive days, under conditions of full plant process operation, without a single non-field repairable malfunction. B. During this test, plant operating and Contractor personnel shall be present as required. For this test,the Contractor is expected to provide personnel who have an intimate knowledge of the system hardware and software. C. While this test is proceeding,the Owner shall have full use of the system. Only plant operating personnel shall be allowed to operate equipment associated with live plant processes. D. Any malfunction during the tests shall be analyzed and corrected by the Contractor.The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. E. During this 30 consecutive day test period, any malfunction which cannot be corrected within 24 hours of occurrence by Contractor personnel, or more than two similar failures of any duration,will be considered a non-field-repairable malfunction. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406121-8 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING Page 8 of 8 F. Upon completion of repairs by the Contractor,the test shall be repeated as specified herein. G. In the event of rejection of any part or function, the Contractor shall perform repairs or replacement within 90 days. H. The total availability of the system shall be greater than 99.5 percent(99.5%)during this test period. Availability shall be defined as: Availability=(Total Testing Time-Down Time)/Total Testing Time I. Down times due to power outages or other factors outside the normal protection devices or back-up power supplies provided shall not contribute to the availability test times above. J. Upon successful completion of the 30-day site acceptance test and subsequent review and approval of complete system final documentation, the system shall be considered substantially complete, and the one-year warranty period shall commence. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406196-1 CONTROL LOOP DESCRIPTIONS AND VO LISTING Page 1 of 4 SECTION 40 6196 CONTROL LOOP DESCRIPTIONS AND 1/0 LISTING PART1 - GENERAL 1.01 WORK INCLUDED A. This section describes the process control narratives for the Primary Sludge Valve Step Timer PLC-PS1. The control narratives are not intended to be an exhaustive list of all components required to execute control strategies. Rather they are a supplement to the drawings, schedules, and other specification sections. B. The design intent is that the majority of the control strategies will be developed into PLC based (function block diagram programming format)control strategies. 1.02 RELATED WORK A. Section 40 61 00 Instrumentation and Control-General provision B. Section 40 63 00 Programmable Logic Controller C. Section 40 61 21 Process Control Systems Testing 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Section 40 6100 and as specified herein. 1.04 SYSTEM DESCRIPTION A. The control loop descriptions provide the functional requirements of the control loops represented in the Contract Documents. Descriptions are provided as follows: 1. Control system overview and general description B. The control loop descriptions are not intended to be an inclusive listing of all elements and appurtenances required to execute loop functions, but are rather intended to supplement and complement the drawings and other specification sections. The control loop descriptions shall not be considered equal to a bill of materials. C. Provide instrumentation hardware and software as necessary to perform control functions specified herein and as shown on drawings. PART 2- PRODUCTS (NOT APPLICABLE TO THIS SECTION) PART 3- EXECUTION 3.01 CONTROL LOOPS -ALL A. General-All calculations, alarms, and/or shutdown point determinations based on analog values, timer functions, numeric manipulations, etc. shall be accomplished in the PLC and not in the operator interface software. B. Safety Monitoring and Control Features 1. An alarm will be generated from the PLC and output to a local pilot light for indication of the control function failure(e.g. SYSTEM FAILED). 2. Other specific alarms are designated in the control loop descriptions. 3. All alarms shall be latched at the control level where they are originated(e.g.alarms that are determined in the PLC are latched in the PLC). All latched alarms can be reset from the local ALARM RESET push button. C. Control Modes CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406196-2 CONTROL LOOP DESCRIPTIONS AND UO LISTING Page 2 of 4 1. Local Automatic: This mode is available to the Primary Sludge valves,when the Primary Sludge Valve Step Timer Panel(PLC-PS1)LOCAUREMOTE switch is moved to LOCAL. In this mode, all remote control(SCADA)functions associated with the valves are disabled. Operations staff shall set the following functions from the local control panel(e.g. pushbutton): a. INCREMENT STEP(LOCAL) 2. Remote:This mode is available to the Primary Sludge valves,when the PLC-PS1 LOCAUREMOTE switch is moved to REMOTE. In this mode,the SCADA system has control of the stepping of the Primary Sludge valves. The PLC-PS1 INCREMENT STEP (LOCAL)push button is disabled. 3. Switching between LOCAL AUTOMATIC and REMOTE modes shall not change or restart the valve sequence. Any valve command shall stay active during the transition between LOCAL AUTOMATIC and REMOTE mode. 3.02 GENERAL A. The Village Creek Primary Clarifiers 1 through 6, each have a Primary Sludge Valve on the clarifier discharge which feeds sludge to the Primary Effluent Station 1.The six(6)Primary Sludge Valves are opened in sequential order, by PLC-PS1.Typically,the valves are operated in REMOTE mode with the SCADA system providing the step command. In the event of a SCADA system shutdown,the Primary Sludge Valves are controlled in LOCAL mode and will step based upon logic in the PLC-PS1. 3.03 PRIMARY SLUDGE VALVE OPERATION A. P&ID number: IE-01 B. MASTER CONTROL SWITCH(MCS) The MCS on the PLC-PS1 Panel enables the Valve Cycle and the Primary Sludge Valves.With the MCS in the OFF position, the Valve stepping sequence stops and the Primary Sludge Valves are disabled.When the MCS is turned ON, the Valve Cycle resumes operation at the same step in the cycle,and the Primary Sludge Valves are enabled. C. VALVE NO.X DISABLE/ENABLE SWITCH The VALVE NO. X DISABLE / ENABLE SWITCH on the PLC-PS1 Panel (one for each of 6 Primary Sludge Valves),when turned to ENABLE position, enables a Valve to open during the stepping sequence. When in the DISABLE position, the Valve will be bypassed in the cycle. The DISABLE mode can be used to take the Valve out of service for maintenance. D. Local Automatic Control: After the MCS on the PLC-PS1 Panel is turned ON and the PLC-PS1 Panel LOCAUREMOTE switch is turned to LOCAL, each primary sludge valve will receive an OPEN command, in a repeating sequence(1 to 6),for a preset time(typically 10 to 12 minutes),starting with the last valve active when switched to LOCAL. The logic in PLC-PS1 providing the OPEN command will advance the sequence as directed by complementary timer logic in the PLC. 1. At the beginning of the repeating sequence,the PLC starts a timer that maintains an OPEN command for VALVE 1. The VALVE 1 OPEN command also illuminates the VALVE 1 OPEN pilot light on the PLC-PS1 Panel. NOTE: This pilot light indicates that a command to OPEN is sent to the Valve and not that the valve is physically OPEN. 2. When the VALVE 1 timer has elapsed,the OPEN command to VALVE 1 is removed,the VALVE 1 OPEN pilot light turns OFF, and a timer that maintains the OPEN command for CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406196-3 CONTROL LOOP DESCRIPTIONS AND 1/0 LISTING Page 3 of 4 VALVE 2 starts. The VALVE 2 OPEN command also illuminates the VALVE 2 OPEN pilot light on the PLC-PS1 Panel. 3. The pattern established in the previous two(2)steps continues through all six(6)valves. 4. When the VALVE 6 OPEN command time has elapsed, the sequence advances to VALVE 1. 5. If the PLC-PSI Panel INCREMENT STEP(LOCAL)push button is pressed during LOCAL AUTOMATIC control,the sequence advances to the next valve. This action removes the OPEN command and pilot light illumination on the current valve and initiates the OPEN command, pilot light, and timer,for the next valve in the sequence. E. Remote Automatic Control (SCADA Control): After the MCS on the PLC-PS1 Panel is turned on and the PLC-PS1 Panel LOCAUREMOTE switch is turned to REMOTE, each primary sludge valve will receive an OPEN command in a repeating sequence from VALVE 1 to VALVE 6, starting with the last valve active when switched to REMOTE. The logic in PLC-PS1 providing the OPEN command will advance the sequence as directed by the SCADA system. 1. At the beginning of the repeating sequence, Primary Sludge Valve 1 receives a maintained OPEN command from the PLC and the VALVE 1 OPEN pilot light on the PLC-PS1 Panel illuminates. NOTE: This pilot light indicates that a command to OPEN is sent to the Valve and not that the valve is physically OPEN. 2. An INCREMENT STEP(REMOTE)command is received by the PLC from SCADA. NOTE: The SCADA system controls when the sequence advances in REMOTE AUTOMATIC control, not the PLC. 3. The OPEN command to VALVE 1 is removed,the VALVE 1 OPEN pilot light turns OFF, an OPEN command for VALVE 2 is generated, and the VALVE 2 OPEN pilot light illuminates. 4. The pattern established in the previous three (3)steps continues through all six(6) valves. 5. The sequence advances from VALVE 6 to VALVE 1. 6. The PLC-PS1 Panel INCREMENT STEP(LOCAL)push button is DISABLED during REMOTE AUTOMATIC Control. F. System Failure Alarm 1. The six(6) Primary Sludge Valve Closed Limit Switches are wired in series to a PLC-PS1 input.When the input is ON, all valves are closed. If the MCS on the PLC-PS1 Panel is ON, and this input is TRUE for ten(10)seconds, the PLC generates a SYSTEM FAILURE alarm and illuminates the SYSTEM FAILURE pilot light on the PLC-PS1 Panel. 2. To reset the Alarm,the condition must be cleared and the ALARM RESET push button on the PLC-PS1 Panel pressed. G. UPS Alarms 1. A UPS Low Battery condition shall latch a UPS LOW BATTERY ALARM, and illuminate the UPS BATTERY LOW pilot light on the PLC-PS1 Panel. 2. A loss of utility power to the UPS shall latch a UPS POWER FAILURE ALARM and illuminate the UPS FAILURE pilot light on the PLC-PS1 panel. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406196-4 CONTROL LOOP DESCRIPTIONS AND 1/0 LISTING Page 4 of 4 3. To reset these Alarm, the condition must be cleared and the ALARM RESET push button on the PLC-PS1 Panel pressed. 3.04 PLC-PSI 1/0 LIST POINT NDESCRIPTION STATE ON OFF STATE TYPEDI Master Control Switch RUN SHUTDOWN DI Primary Sludge Step System in LOCAL LOCAL REMOTE PLC SCADA DI Primary Sludge INCREMENT STEP pushbutton ADVANCE N/A DI Primary Sludge INCREMENT STEP command from ADVANCE N/A SCADA DI Primary Sludge Valves 1-6 CLOSED ALL ANY NOT CLOSED CLOSED DI Alarm RESET pushbutton RESET N/A DI UPS Battery LOW ALARM NORMAL DI UPS Utility Power FAILED ALARM NORMAL DI Valve#1 Disable/Enable Selector Switch ENABLE DISABLE DI Valve#2 Disable/Enable Selector Switch ENABLE DISABLE DI Valve#3 Disable/Enable Selector Switch ENABLE DISABLE DI Valve#4 Disable/Enable Selector Switch ENABLE DISABLE DI Valve#5 Disable/Enable Selector Switch ENABLE DISABLE DI Valve#6 Disable/Enable Selector Switch ENABLE DISABLE DO Primary Sludge Valve#1 OPEN command/Pilot Light ON OPEN/ON CLOSE/OFF DO Primary Sludge Valve#2 OPEN command/Pilot Light ON OPEN/ON CLOSE/OFF DO Primary Sludge Valve#3 OPEN command/Pilot Light ON OPEN/ON CLOSE/OFF DO Primary Sludge Valve#4 OPEN command/Pilot Light ON OPEN/ON CLOSE/OFF DO Primary Sludge Valve#5 OPEN command/Pilot Light ON OPEN/ON CLOSE/OFF DO Primary Sludge Valve#6 OPEN command/Pilot Light ON OPEN/ON CLOSE/OFF DO Primary Sludge Step System FAILED to SCADA/Pilot ALARM NORMAL Light DO UPS Battery LOW Pilot Light ALARM I NORMAL DO UPS Utility Power FAILED Pilot Light ALARM NORMAL END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02646 September 21,2017 406300-1 PROGRAMMABLE LOGIC CONTROLLERS(PLCs) Page 1 of 6 SECTION 40 63 00 PROGRAMMABLE LOGIC CONTROLLERS PART1 - GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Programmable Logic Controllers(PLCs)to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. Provide equipment, materials, software, calibrations,training,and services required to successfully interface and interconnect the system and associated equipment that are specified or designated in drawings or provisions of these specifications for the purpose of providing a fully integrated and functional control system as specified. D. Furnish and install cabling and cable accessories,including tools necessary for connecting the system and peripherals, Programmable Logic Controllers(PLCs)and input/output devices. E. Furnish startup,training,and system check out services. F. Furnish and install all items obviously necessary for the proper functioning of the equipment even if omitted at no additional cost to the Owner. G. The Drawings and related Specification sections supplement this Section and provide additional details showing panel elevations,functional requirements of the system, and interaction with other equipment. H. Coordinate and schedule all testing procedures with the Construction Manager. I. All software packages provided shall be licensed under the Owner's name and address. The Contractor shall coordinate with the Owner for correct name and address. J. For each PLC furnished for the project, provide 20%wired spares for all inputs and outputs from PLC to terminal blocks within the control panel. 1.02 RELATED WORK A. Section 40 61 00 Instrumentation and Controls-General Provisions B. Section 40 6121 Process Control System Testing C. Section 40 66 00 Communications Interface Equipment and Systems D. Section 40 67 00 Instrumentation and Controls-Control Panels 1.03 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 equipment provides every specified requirement.Any options or exceptions shall be clearly indicated. C. Submit a bill of materials for each PLC clearly identifying all components and quantities. D. Submit catalog data sheets for all software licenses provided under this Specification Section. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406300-2 PROGRAMMABLE LOGIC CONTROLLERS(PLCs) Page 2 of 6 E. 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. e. Copy of the software license data including serial numbers, license key, etc. 1.04 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code(NEC and with the latest edition of the following codes and standards: 1. ISA-TR20.00.01-2001 -Specification Forms for Process Measurement and Control Instruments Part 1:General Considerations Updated with 27 New Specification Forms in 2004-2005. 2. ISA-5.4-1991 Instrument Loop Diagrams. 3. NEMA ICS 6 Enclosures for Industrial Controls and Systems 4. UL 508A, the Standard of Safety for Industrial Control Panels 5. All equipment and installations shall conform to applicable Federal, State, and local codes. B. All 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. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years.When requested by the Owner/Engineer, an 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. 1.06 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of acceptance of the equipment containing the items specified in this Section.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 Contractor at no expense to the Owner. 1.07 COMMUNICATIONS PROTOCOL REQUIREMENTS A. The PLC System shall communicate utilizing Modbus TCP Protocol with the following as minimum capabilities: 1. All data shall be available and/or mirrored within the Modbus 4x or"Holding Register" memory area.The other areas can be optionally supported, but all Ox, 1x, and 3x data CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406300-3 PROGRAMMABLE LOGIC CONTROLLERS(PLCs) Page 3 of 6 shall be readable and writable in the 4x memory area. For digital writes, supports of single-bit writes(function 5)to the Ox area are acceptable on a case by case basis. Products that require access to the 1x and 3x area to operate are not acceptable; access to 1x/3x area shall be optional. 2. Register 4x00001 shall exist and be readable to allow simple, predictable "communications tests". 3. Software tools shall function properly with slaves' only supporting Modbus functions 3,4 and 16. Requiring support of diagnostic function 8 is not acceptable. 4. Software tools shall be configurable to write a single register as either function 6 or 16. 5. Software tools shall allow setting the Modbus/TCP"Unit Id"to be a value other than zero. This is required for Ethernet-to-Serial bridging. PART 2- PRODUCTS 2.01 PROGRAMMABLE LOGIC CONTROLLER A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Schneider Electric a. Model: Modicon M580 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. The PLC should be"ruggedized" product.The processor modules,X-bus and X-bus+ Ethernet racks, rack expansion modules, communication modules, power supply and 1/0 modules should be industrially hardened that have a protective coating on their circuit boards to protect from Condensation, Dusty atmospheres(conducting foreign particles)and Chemical corrosion. D. Programming Languages 1. Each PLC shall support IEC Standard 61131-3 for all of the following programming languages: a. Ladder(LD) b. Function Block Diagram (FBD) c. Structured Text(ST) 2. PLC shall support user defined functions for customization and user defined tag structures. 3. PLC shall have application-specific instructions for process, drive, batch, motion and safety applications built into the controller. E. Central Processor Unit(CPU) 1. Each processor shall have the maximum IEC Program Memory size available at time of procurement. 2. Provide industrial-rated SD memory card to back up volatile memory, including data and program logic, and to store the PLC and local modules'current firmware 3. Provide hardware employing identical revisions of software and firmware as applicable. 4. The CPU shall contain a minimum of 1 serial configuration port and 1 Ethernet port. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406300-4 PROGRAMMABLE LOGIC CONTROLLERS(PLCs) Page 4 of 6 F. Physical Construction(Rack) 1. The PLC shall be of the modular construction, consisting of a back plane, plug in modules for the processor, communication modules. 1/0 modules and expansion modules. 2. The PLC rack shall be sized to the maximum slot size available whenever possible. G. Power Supply(PS) 1. The power supply shall be 120 Volt 60 Hz,and shall be sized for the total quantity of modules including the power requirement of spare 1/0 module slots. H. Analog Input Card(AI) 1. Product compatibility: BMXP34XXXXX 2. 1/0 capacity:8 Analog Inputs 3. Analog inputs shall be isolated physically and electronically from each other,and shall be of the 4-20ma type. I. Analog Output Card(AO) 1. Product compatibility: BMXP34XXXXX 2. 1/0 capacity: 4 Analog Outputs 3. Analog outputs shall be isolated physically and electronically from each other,and shall be of the 4-20ma type. J. Discrete Input Card(DI) 1. Product compatibility: BMXP34XXXXX 2. 1/0 capacity: 16 Discrete Inputs 3. Discrete inputs shall be 24 VDC and be individually buffered with external relays. K. Discrete Output Card (DO) 1. Product compatibility: BMXP34XXXXX 2. 1/0 capacity: 8 Discrete Outputs 3. Discrete outputs shall be of the relay type and individually buffered with external relays. L. Analog Input/Output Card(AIO) 1. Product compatibility: BMXP34XXXXX 2. 1/0 capacity:4 Analog Inputs and 2 Analog Outputs 3. Analog inputs and outputs shall be isolated physically and electronically from each other, and shall be of the 4-20ma type. 2.02 DIGITAL INPUT/OUTPUT BLOCK A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. GE FANUC. 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. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406300-5 PROGRAMMABLE LOGIC CONTROLLERS(PLCs) Page 5 of 6 C. The block should have a protective coating on their circuit boards to protect from Condensation, Dusty atmospheres(conducting foreign particles)and Chemical corrosion. D. General specification: 1. Type: 115 VAC/125VDC 8 circuit Isolated 1/0, model IC66OBBS100 or equivalent replacement. 2. Size: 8.8"x 3.5"x 3.9" 3. Construction: Electronic assembly and Terminal assembly 4. Isolation: Four Isolated groups of two 1/0 circuit, Block Isolation 1500 V 5. Diagnostic Indications: Status LED for 1/0 Block function and each input 6. Control Power: 8 Watt Max. 93-132 VAC/105-132VDC E. Input Characteristic: 1. OFF state: 60 VRMS, maximum leakage of 1mA 2. ON state :16 VRMS to 40 VRMS, Switching threshold max. of 6mA 3. Input processing time: 2ms+filter(10 ms to 100 ms-settable) 4. Diagenetic: Open wire, Over temperature, loss of power, Failed switch. F. Output Characteristic: 1. Type: Solid state 2. Maximum open Voltage: 95 VAC/40 VDC. 3. Steady state current:2 Amps @ 95 VAC/2 Amp 40 VDC resistive 4. Output protection: Internal electronic short circuit trip. 5. Diagenetic: Short circuit, over load, No load, Open wire, Over temperature, loss of power, Failed switch 6. Discrete outputs shall be individually buffered with external relays. G. Accessories: 1. Genius Link terminator PART 3- EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed, programmed,field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406300-6 PROGRAMMABLE LOGIC CONTROLLERS(PLCs) Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406600-1 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS Page 1 of 6 SECTION 40 66 00 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS PART1 - GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for Communications Interface Equipment and Systems to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in the Related Work Section of the Specifications. C. All work shall adhere to codes and standards within this Section and shall be compliant with other local and national codes. D. A Phoenix Contact RAD-900 wireless radio is currently installed at the Master Control Center. New remote radios are to be installed at various process facilities within the plant to communicate to existing master radio. 1.02 RELATED WORK A. Section 40 61 00 Instrumentation and Controls-General Provisions B. Section 40 61 21 Process Control System Testing C. Section 40 78 00 Panel Mounted Control Devices 1.03 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 equipment provides every specified requirement.Any options or exceptions shall be clearly indicated. 1.04 REFERENCE CODES AND STANDARDS A. The Contractor is responsible to conform to the current revision of all codes and standards as may be referred to in these specifications. All such referenced codes are, by such reference, incorporated into this Contract as is set forth herein in full. In the event of conflict between this specification and the codes, standards, and specifications below,the most stringent requirement shall govern. B. Codes and standards shall be the latest issue and/or amendment thereto published at the date of the issue for bids. Codes and standards are abbreviated as follows: Codes&Standards Title TIA Telecommunications Industry Association. ICEA Insulated Cable Engineers Association ANSI/IEEE Std. 100 IEEE Standard, Dictionary of General and Electronic Terms EIA-RS-210-C Racks, Panels and Associated Equipment CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406600-2 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS Page 2 of 6 Codes&Standards Title EIA-RS-232-D Compatible Interface Between Data Terminal Equipment and Communication Equipment Employing Serial Binary Interchange EIA/TIA-568 Performance Standards for Data Communication Wiring Systems. ISO 2110 Data Communication 25-pin DTE/DCE Interface Connector and Pin Assignments. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five(5)years.When requested by the Owner/Engineer,an 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. 1.06 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of acceptance of the equipment containing the items specified in this Section.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 Contractor at no expense to the Owner. PART 2- PRODUCTS 2.01 Radio A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Phoenix Contact, RAD-ISM-900-EN-BD 2. Approved 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. Environmental 1. Operating temperature: -40° F to 140° F 2. Operating humidity: 20—85%non-condensing 3. Approvals: UL Class 1, Division 2 Groups A, B, C, D; WiFi compliant. D. Physical 1. Power Supply: 12—30 VDC 2. Wire connection: Screw type terminal for 14-24 AWG. 3. DIN rail mountable capability. 4. Current consumption: maximum 330 mA at 24 VDC 5. RF Link contact: 0.5 A at 30 VDC CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406600-3 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS Page 3 of 6 E. Functional Performance 1. Supports TCP/IP, UDP, and IPv4 protocols 2. Operates in the license-free 902-928 MHz ISM band 3. Can be programmed for point-to-point, point-to-multipoint, and multipoint-to-point configurations 4. Frequency hopping spread spectrum 5. Provides an interface for data transmission between a 900 MHz wireless transmission system and Ethernet, RS-232, RS-422 or RS-485 interfaces. 6. Status LED indications 7. Transmission Power: 1W max(Adjustable). 8. Transmission security: Provides 128/192/256-bit AES encryption and MAC Address checking to prevent unwanted intrusion and keep data secure. 9. Directional Antenna and/or Omni Antenna mounted on outside of building or outside of enclosure as required. 10. Coaxial Transmission Cable&Accessories. Length as required. 11. Communication Interface: One Ethernet,Two serial ports-One RS 232 and second RS 485. 12. Communication speed: 16kbps to 500 kbps(adjustable) 13. Communication protocol: Modbus TCP or PLC/Modbus RTU mode supporting minimum 32 Modbus address. 14. The radio shall be user-upgradable firmware. 15. Programming and network diagnostics are accessed via integrated, IT-friendly web server; with no additional software. 2.02 YAGI DIRECTIONAL ANTENNA A. Subject to compliance with the contract documents,the following manufacturers are acceptable: 1. Phoenix Contact 2. Approved 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. Environmental 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95%non-condensing for indoor applications D. Physical 1. Number of Elements as required balancing gain and output power. 2. Frequency range: 900 MHz 3. Impedance :50 ohms 4. Gain : 5dbi 5. Radiation : Directional CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406600-4 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS Page 4 of 6 6. Polarization:Vertical 7. Connector : N-Female with connecting cable. 8. Material:Aluminum 9. Mount : Mounts on pipe with 0.5 inch to 1.5-inch diameter 2.03 RADIO SYSTEM SURGE PROTECTOR A. Subject to compliance with the contract documents, the following manufacturers are acceptable: 1. Phoenix Contact 2. Approved 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. Environmental 1. Operating temperature: -40 degrees F to 176 degrees F 2. Operating humidity: 95%non-condensing for indoor applications 3. Storage Temperature: -40 to 176 degrees F D. Physical 1. Barrel configuration for control panel applications 2. TNC type connectors E. Functional Performance 1. Protection: handles 100 or more lightning strikes at surge levels of 8/20uSec at 6kV/3kA 2. Standard: Compliant to IEC61000-4-5. 2.04 ANTENNA CABLES A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2. Times Microwave LMR-600 runs under 75 feet 3. Approved 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. Provide sufficient lengths of cables for installation for connection to all Radio Equipment with no splices. D. Cable Construction 1. Inner Conductor Solid BCCAI 2. Dielectric Foam PE 3. Outer Conductor Aluminum Tape CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406600-5 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS Page 5 of 6 4. Overall Braid Tinned Copper 5. Jacket Black PE. E. Function/Performance: 1. Max Operating Frequency GHz 2.5 2. Minimum Operating Frequency 800 MHz 3. Velocity of Propagation%87 4. Dielectric Constant NA 1.32 5. Time Delay nS/ft(nS/m) 1.17(3.83) 6. Impedance ohms 50 7. Capacitance pF/ft(pF/m) 15.6(51.1) 8. Inductance uH/ft(uH/m)0.088(0.29) 9. Shielding Effectiveness dB>90 F. Required Options/Accessories 1. Provide Surge Arrestors at the antenna connection and the entrance to the equipment per the NEC. G. Accessories 1. Provide coaxial cable grounding kits. Furnish two kits per Wireless 1/0 radio. 2. Provide Andrew coaxial cable hanger kits and clamping hardware. 3. All outdoor coaxial connectors shall be wrapped with two layers of Scotch Super 88 UV- resistant tape and coated with two layers of Scotch-Kote. 4. Provide the Radio configuration software and install on Owners Laptop. PART 3- EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed in an overall assembly,field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. B. The PCSI shall be responsible for configuration, programming, and documentation of all radio networks. A hard and soft copy of the configurations of each of the radios shall be included in the final documentation package. C. The PCSI shall test the complete network connection prior to installation. Ethernet testing shall be accomplished by using either dedicated network test equipment or actual demonstration of the radio network. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406600-6 COMMUNICATIONS INTERFACE EQUIPMENT AND SYSTEMS Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-1 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page I of 12 SECTION 40 67 00 INSTRUMENTATION AND CONTROLS -CONTROL PANELS PART1 - GENERAL 1.01 SCOPE OF WORK A. Furnish and install fully functional control panels to manually and automatically operate control systems as specified in the detailed requirements of the instrumentation sections of Division 40, and supplemented with logic and schematics diagrams as shown on the Electrical and Instrumentation Drawings. B. It is the intent of these specifications to have all 1/0 and signal conditioning components included within their respective control panels. The panel sizes shown on the Drawings shall be considered minimum.The Contractor shall be responsible for final sizing of enclosures to meet the clearance requirements of NFPA 79, the NEC and as specified herein. Should the Contractor submit a panel size and layout that is, in the opinion of the Owner and or Engineer, insufficient in size to meet these requirements,the submittal will not be approved and will be returned for revision and resubmission. The Contractor shall be required to revise the panel size and layout and resubmit for approval at no additional cost to the Owner. C. Control panels as specified in the Process Equipment Division, Electrical Equipment Division or Mechanical Equipment Divisions, except as specifically stated herein shall not be submitted under this section. D. All enclosures and panel components shall be of the same manufacture wherever possible. E. Installation and configuration of network infrastructure cabling and equipment shall be a cooperative and coordinated effort between Owner,the Contractor. The Contractor shall furnish all labor necessary for the installation and testing as required to fully meet the applicable specifications of this equipment. F. All field instruments and equipment shall be retagged with new tag names per the 1/0 list provided. Retag all existing field instrumentation and equipment using stainless steel plates with new tag names engraved. G. The following panels shall be furnished by the Contractor.All the enclosure shall be supplied with full back and side panel.The Contractor shall be responsible for furnishing any and all control panels shown in the Drawings but not included in the following listing Enclosure/Sub-Panel Enclosure Panel Location Minimum Enclosure Identification Rating Size Sub-Panel (RAD-PE1A/B) Aluminum MCC-PE113 Verify with MCC Vendor Sub-Panel (RAD-PE2C) Aluminum Verify with MCC MCC-PE2C Vendor Field Verify existing Sub-Panel (RAD-ODOR-B) Aluminum MCC-ODOR Section 8L(Reference Electrical Drawings) , Step Control PLC Enclosure NEMA 4X 316 SS Wall Primary Sludge 36"H x 30"W x 12"D (PLC-PSI) Mounted Pump Station No.1 Sludge Pump Station PS3 NEMA 4X,316 SS Wall Sludge Pump 24"H x 24"W x 10"D Radio Enclosure(RAD-PS3) Mounted Station PS3 CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-2 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 2 of 12 Enclosure/Sub-Panel Enclosure Panel Location Minimum Enclosure Identification Rating Size Sludge Pump Station PS4 NEMA 4X,316 SS Wall Sludge Pump 24"H x 24"W x 10"D Radio Enclosure(RAD-PS4) Mounted Station PS4 1.02 RELATED WORK A. Section 40 61 00 Instrumentation and Controls-General Provisions B. Section 40 6121 Process Control System Testing C. Section 40 61 96 Control Loop Descriptions and 1/0 List D. Section 40 63 00 Programmable Logic Controllers E. Section 40 66 00 Communication Interface and Equipment and Systems F. Section 40 78 00 Panel Mounted Control Devices 1.03 SUBMITTALS A. Submittal Process: 1. Submittals shall be made in accordance with the requirements of Section 40 6100, and as additionally specified herein. 2. Submittals require information on related equipment to be furnished under this Specification, and described in the related sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned un-reviewed. 3. Equipment specified in Process, Mechanical, or Electrical Equipment Divisions, and supplied as an integral part of a process equipment manufacturer's package shall be submitted with the manufacturers submittals, in those Divisions. B. Submittal Content: 1. The Contractor shall create equipment shop drawings, including all wiring diagrams. All equipment shop drawings shall bear the Contractor logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineers ladder schematics are unacceptable as shop drawings. C. Required Submittals: 1. Copies of previously approved related work submittals 2. Documentation confirming that the Panel Assembly Facility is a UL-508 certified panel shop 3. Facsimile of the UL label that is to be applied to each of the completed panels 4. Shop Drawings: a. Shop Drawings shall include the following: 1) Drawings shall be to scale and shall show the location of panel mounted devices, including doors, and sub panels. 2) Equipment outline drawings showing elevation, plan and interior views,front panel arrangement,dimensions,weight, shipping splits,conduit entrance points and anchor bolt pattern. Indicate all options,special features, ratings and deviations from this section's requirements. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-3 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 3 of 12 3) The first sheet of each Panel Drawing Packet shall contain a Bill of Materials for that panel. The Bill of Materials shall list all devices mounted within the panel, and shall include the tag number, description, manufacturer,and model number of each item. 4) Following the Bill of Material shall be a listing, uniquely identifying each component of the Panel, and a description of the item used, i.e. devices by their assigned tag numbers, nameplate inscriptions, service legend, and annunciator inscriptions. 5) Include power and control schematics with external connections. Show wire and terminal numbers and color-coding. b. Interconnecting Wiring Diagrams: 1) Provide interconnecting wiring diagrams showing electrical connections between equipment,consoles, panels,terminal junction boxes, and field mounted components. 2) Diagrams shall show component and panel terminal board identification numbers, and external wire and cable numbers. 3) Circuit names corresponding to the Circuit and Raceway Schedule shall be shown. The diagram shall include intermediate terminations between field elements and panels(e.g., terminal junction boxes, pull boxes, etc.) 1.04 REFERENCE CODES AND STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code(NEC and with the latest edition of the following codes and standards: 1. NEMA ICS 6 Enclosures for Industrial Controls and Systems 2. Underwriters Laboratories(UL) 3. UL 508, the Standard of Safety for Industrial Control Equipment 4. UL 508A, the Standard of Safety for Industrial Control Panels 5. Factory Mutual(FM) 6. NFPA 70 National Electrical Code(NEC) 7. NEMA ICS 4 Terminal Blocks for Industrial Use. 8. NEMA LS1 Low Voltage Surge Protection Devices 9. UL 1449 Third Edition Surge Protective Devices 10. All equipment and installations shall conform to applicable Federal, State, and local codes. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years.When requested by the Owner or Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The control panels shall be assembled in a UL-certified panel shop, experienced in the assembled of control panels for water and waste water treatment systems.A submittal of the documentation, that certifies the panel fabrication shop is a UL-certified shop, is required. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-4 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 4 of 12 C. Equipment components and devices shall be UL labeled wherever UL standards exist for such equipment. The completed control panel shall be UL Labeled in accordance with UL 508 and or 508A as applicable. The panel shall be UL labeled for the environment in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly shop. Submit a facsimile of the UL label in the submittal information. D. Equipment submitted shall fit within the space shown on the drawings. Equipment which does not fit within the space is not acceptable. 1.06 DELIVERY STORAGE AND HANDLING A. Completed control panels and related equipment shall be handled and stored 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 general contractor,the Owner and Engineer. B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids.Accessories shall be packaged and shipped with each panel. C. Visible shipping damage to any portion of a shipment shall be assumed to have also damaged the surrounding portion.The visibly damaged and the surrounding panels shall be returned to the manufacturer's UL 508 facility, for examination and damaged equipment replaced,followed by a Witnessed Test of the returned portion, as specified in Section 40 61 96, at no expense to the Owner or Engineer. D. Control Panels shall be installed in their permanent finished location shown on the drawings within seven calendar days of arriving onsite. If the equipment cannot be installed within seven 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. E. Space heaters shall be furnished in control panels and the contractor shall provide temporary electrical power and operate space heaters during storage,and after equipment is installed in permanent location, until equipment is placed in service. 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. PART 2- PRODUCTS 2.01 MATERIAL MANUFACTURERS A. Subject to compliance with the contract documents,the following electrical material manufacturers are acceptable for all materials not otherwise specified herein or related specifications: 1. General Electric Co. 2. Eaton/Cutler-Hammer 3. Square D Co. 4. Allen Bradley B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions. Materials Manufactures listed above are not relieved from meeting the requirements of these Specifications in their entirety. C. Manufactures of all related devices and components shall be as specified elsewhere in related work specifications CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-5 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 5 of 12 2.02 RATINGS A. The complete control panel assembly shall be UL certified or carry a UL 508A listing for "Industrial Control Panels". B. The control panel shall meet all applicable requirements of the National Electrical Code. C. All devises unless otherwise specified shall be designed for continuous operation at rated current in a 40-degree C ambient temperature D. For additional ratings and construction notes, refer to the drawings. E. The service voltage shall be as specified and as shown on the drawings.The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 10,000 amperes RMS symmetrical at 120 volts single phase. 2.03 CONSTRUCTION A. General: 1. Refer to the drawings for schematics, 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. B. Enclosures: 1. General: a. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. b. All free standing enclosures shall be provided with feet of the same construction as the enclosure. c. Back panel shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any components. d. All enclosure doors shall have bonding studs.The enclosure interior shall have a bonding stud. e. Each enclosure shall be provided with a documentation pocket on the inner door. f. Enclosures shall not have holes or knockouts. g. Provide manufacturer's window kits where shown on the drawings. h. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. 1. All enclosures shall be provided with three-point latch. j. All enclosures shall be lockable,and keyed alike. k. Power shall be distributed and coordinated such that the loss of an individual powered component does not result in further loss of other components, power, or capability I. All critical control functions shall be powered by redundant separate power sources. One shall be UPS or a UPS shall be supplied as required to meet UPS requirements specified and the other shall be an alternate conditioned 120 VAC source. m. The Contractor shall size the power supply not to exceed 50%of normal operating capacity. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-6 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 6 of 12 2. All Panels shall be supplied as follows: a. NEMA 4X 316 Stainless Steel b. Type 316 stainless steel, body and door c. Stainless steel continuous hinge d. Foam in-place gasket e. 3-point latch 3. Manufacturers: a. Pentair b. Rittal WM Series c. EMF Company d. NEMA Enclosures Company e. Hammond Company C. Environmental Controls: 1. Enclosure Condensate Heaters: a. A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is to be installed outdoors or in a non-air- conditioned space: 1) Enclosure heaters shall be energized from 120 volt, single-phase power supply and sized to prevent condensation within the enclosure. 2) Locate enclosure heaters to avoid overheating electronic hardware or producing large temperature fluctuations on the hardware. 3) Enclosure heaters shall have an internal fan for heat distribution and shall be controlled with adjustable thermostats. The thermostat shall have an adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit. Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH. 2. Corrosion Protection: a. Provide corrosion protection in each control panel with a corrosion-Inhibiting vapor capsule as manufactured by Northern Instruments; Model Zerust VC,or Hoffman Engineering; Model A-HCI. 2.04 PANEL EQUIPMENT A. Equipment Requirements: 1. The requirements for equipment,controls,meters,converters, etc.,for each Control Panel, shall be as shown on the Panel Schedule herein, the drawings, panel schematics, and the functions specified in the control narratives sections of the specifications. 2. All other equipment,controls, meters, converters that are designed as a part of the control panel, shall be as specified in Section 40 78 00 Panel Mounted Control Devices and the Related Work Sections specified herein. 3. Furnish installed in each Control Panel,a dedicated Surge Protective Device(SPD)(UL 1449 Type 3), permanently connected,on the load side of the power entrance, as specified in Section 40 78 00 Panel Mounted Control Devices. B. Panel Control Device Requirements: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-7 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 7 of 12 1. Control Devices and Indicators: a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door.All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/13,anodized aluminum or reinforced plastic. Booted control devices are not acceptable.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 and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push-to-test feature. Lens colors shall be as follows: 1) Red for RUNNING,Valve OPENED, and Breaker CLOSED. 2) Green for OFF,Valve CLOSED, and Breaker OPEN 3) Amber for FAILED 4) Blue for READY 5) White for POWER ON c. Mode selector switches(HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc.)shall be as shown on the drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons shall be as follows: 1) Red for STOP,Valve OPEN, Breaker CLOSE, and mushroom Red for EMERGENCY STOP 2) Green for START,Valve CLOSE,and Breaker OPEN 3) Black for RESET e. Furnish nameplates for each device.All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. 2. A failure alarm with horn and beacon light shall be provided when required or specified. Silence and reset buttons shall be furnished.Alarm horn and beacon shall be by Federal Signal or Crouse-Hinds, NEMA 4X for all areas except for NEMA 7 areas,which shall be NEMA 7/4X cast aluminum. 3. Control and Instrument Power Transformers: a. Control power transformers shall be provided where shown on the drawings. Transformer shall be sized for the entire load, including space heaters, plus 25% spare capacity, and shall be not less than 100VA. b. Control power transformers shall be 120 volt grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 2.05 EQUIPMENT INSTALLATION A. Equipment Mounting: 1. The location of the installed equipment shall be as shown on the Panel Layouts on the drawings. 2. Each piece of equipment shall be securely mounted to the back plate or side plate in accordance with the manufacturer's installation instructions.All mounting hardware shall be from the front of the back plate or side plate with threaded screws.Attaching hardware CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-8 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 8 of 12 shall not be installed from the rear of the back plate or side plate. Removal of any piece of equipment shall not require the removal or loosening of any other piece of equipment. 3. Operator interface equipment installed on the door shall be arranged as shown on the drawings in accordance with the manufacturers installation instructions. No penetrations of the door shall be made except for equipment mounting. Provide adequate clearance between pieces of equipment and door latching mechanisms. B. Nameplates: 1. External: a. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowm ark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970_009 X%*. Prior to installing the adhesive nameplates, the metal surface shall be thoroughly cleaned with 70%alcohol until all residues has been removed. Epoxy adhesive or foam tape is not acceptable: 1) There shall be a master nameplate that indicates supply voltage equipment ratings, short circuit current rating, manufacturers name,shop order number and general information.Cubicle nameplates shall be mounted on the front face,on the rear panel and inside the assembly,visible when the rear panel is removed. 2) Provide permanent warning signs as follows: a) "Danger-High Voltage-Keep Out"on all doors where any voltage over 125 volts AC is present. b) "Warning-Hazard of Electric Shock-Disconnect Power before Opening or Working On This Unit"on main power disconnect or disconnects. 2. Internal: a. Provide the panel with a UL 508A label. b. Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc.,shall be suitably marked for identification,corresponding to appropriate designations on the submitted and reviewed wiring diagrams. 3. Special: a. Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. C. Wiring Trough and Terminal Block Installation: 1. Space between wiring troughs and equipment shall be such that space for terminal blocks is provided for termination of each conductor or group of conductors before connection to the equipment. Removal of equipment for service shall not leave any exposed conductors hanging unconnected. 2. Install the wiring troughs such that one may be removed without interference from the other. Troughs shall be installed such that trough covers may be removed without cover interference. 3. Install terminal blocks on DIN rail with adequate space for access to the terminal with clear view of the wire identification label.All incoming or outgoing wiring shall enter or leave the panel on terminal blocks. Terminal blocks or wiring troughs shall not be installed on the doors. Provide terminal blocks on side plates and back plates for all door mounted equipment. 4. In no case shall internal and external wiring share a wiring trough. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-9 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 9 of 12 5. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 6. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 7. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap- screw type 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. Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap-screw terminal point. 8. 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. 9. Do not land more than two conductors per terminal point. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 10. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 11. Provide an AC ground bar bonded to the panel enclosure, if metal,with 20 percent spare terminals. 12. Provided ground terminal blocks for each twisted-shielded pair drain wire. D. Internal Panel Wiring: 1. Power and control wiring shall be tinned stranded copper, minimum size No. 14 AWG, with 600 volts, 90 degree C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full fault current rating or frame size of the connected device, and as shown on the drawings. 2. Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper,twisted shielded#16 AWG pair. 3. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. Field wiring shall not be terminated directly on any panel-mounted device. 4. All wiring shall be tagged and coded with an identification number as shown on the drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire.The marking shall be permanent,non-smearing, solvent-resistant type similar to Raychem TMS-SCE. 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no twisted shielded pair cable conducting analog 4-20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carving discrete signals or power. 6. Control panel wire color code shall be as follows: a. Black:AC power at line voltage b. Red: switched AC power c. Orange: May be energized while the main disconnect is in the off position d. White:AC neutral e. Orange/white stripe or white/orange stripe: separate derived neutral CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 40 67 00-10 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 10 of 12 f. Red/white stripe or white/red stripe: switched neutral g. Green or green w/yellow tracer ground/earth ground h. Blue: Ungrounded DC power i. Blue/white stripe or white/blue stripe: DC grounded common j. Brown:480V AC 3 phase-phase A k. Orange:480V AC 3 phase-phase B I. Yellow:480V AC 3 Phase-phase C m. Purple: common for analog signal wiring n. Brown: positive leg of an analog signal E. Field Entrance Internal Wiring: 1. Field entrance internal wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring(millivolt and milliamp)shall be bundle separately from the rest of the control wiring. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire.The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE. 3. All conduit entering or leaving equipment shall be coordinated, in advance with the panel installer, so that the conduit entrances to the enclosure are directly below the termination area for immediate termination. Conduits shall not enter the top or side of the panel unless approved in writing by the Owner and Engineer. F. Fusing of PLC Inputs and Outputs: 1. All PLC analog inputs and outputs shall be individually fused for each channel. All discrete inputs and outputs shall be buffered with relays from the field connections. Discrete points shall be fused for each circuit group with no less than one fuse per PLC 1/O card. G. Buffering PLC Discrete Inputs and Outputs: 1. All PLC Discrete inputs and outputs shall be individually buffered with relays as specified. Where field voltage is AC reed type relays shall not be used. PART 3- EXECUTION 3.01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted panels as detailed on the drawings. C. Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-11 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page i l of 12 3.03 INSTALLATION A. The contractor shall install all equipment per the manufacturer's recommendations and contract drawings. B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight,threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series. C. Conduits entering a control Panel or box containing electrical equipment shall not enter the enclosure through the top. D. Install required safety labels. 3.04 RACEWAY SEALING A. Where raceways enter control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.05 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. C. Provide laminated copies of the Control schematics along with the final approved 1/0 list in each enclosure door pocket. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the panel. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes,vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.07 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. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 406700-12 INSTRUMENTATION AND CONTROLS-CONTROL PANELS Page 12 of 12 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-1 PANEL MOUNTED CONTROL DEVICES Page 1 of 8 SECTION 40 78 00 PANEL MOUNTED CONTROL DEVICES PART1 - GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for panel mounted equipment to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. 1.02 RELATED WORK A. Section 40 67 00 Instrumentation and Controls-Control Panels 1.03 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 Wil not be accepted and will be returned un-reviewed. B. Submit catalog data for all items supplied from this specification section as applicable with the control panel submittal as referenced in the related work paragraph. Submittal shall include catalog data,functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the devices provide every specified requirement.Any options or exceptions shall be clearly indicated. 1.04 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 Over-voltage Withstand Test 2. IEEE Std.472/ANSI C37.90.2 Withstand Capability of Relay Systems to Radiated Electromagnetic Interference from Transceivers. 3. IEC 255.4 Surge Withstand Capability Tests 4. NEMA/ICS 1 General Standard for Industrial Control Systems. 5. NEMA/ICS 4 Terminal Blocks for Industrial Use. 6. NEMA/ICS 6 Enclosures for Industrial Control Systems. 7. NEMA LS 1 Low Voltage Surge Protective Devices. 8. UL 1449 Third Edition—Surge Protective Devices B. All 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. 1.05 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 acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-2 PANEL MOUNTED CONTROL DEVICES Page 2 of 8 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. 1.06 WARRANTY A. The Manufacturer shall warrant the specified equipment to be free from defects in material and workmanship for two(2)year from date of acceptance of the assembly containing the items specified in this Section.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 Contractor at no expense to the Owner. PART2- PRODUCTS 2.01 MODE SELECTOR SWITCHES, PUSHBUTTONS AND INDICATING LAMPS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Allen Bradley 2. Cutler Hammer 3. GE 4. Square D 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. Construction 1. 30mm Diameter 2. Corrosion resistant, 3. NEMA 4/4X/13 without booted covers 4. "Finger safe"contact blocks, 10A rating,hermetically sealed contacts. 5. Function indicating colors per NFPA 79 unless otherwise shown on the Drawings. 6. Engraved corrosion resistant nameplates 7. LED lamps 8. Mode selector switches shall have 1 spare set auxiliary contacts. 9. Indicator lights to be Push-to-Test 10. Potentiometer ratings to match 1/0 devices connected 2.02 TERMINAL BLOCKS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-3 PANEL MOUNTED CONTROL DEVICES Page 3 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. Terminal Blocks 1. Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with tubular- clamp-screw type,with end barriers, dual side terminal block numbers and terminal group identifiers. Terminal blocks shall be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal conductors. 2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 3. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 4. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap- screw type 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. Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap-screw terminal point. 5. 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. 6. Do not land more than two conductors per terminal point. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 7. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended ferrules. Ferrules shall be provided with plastic sleeves. 9. Provide an AC ground bar bonded to the panel enclosure, if metal,with 20 percent spare terminals. 10. Provided ground terminal blocks for each twisted-shielded pair drain wire. D. Terminal Blocks(Analog Input/output) 1. Fused modular terminal blocks shall be provided for all analog inputs and outputs. 2. Technical: a. Connection: Screw b. No. of levels: 3 c. No. of connections: 5 d. Nominal cross section: 4 mm"2 e. Insulating material: PA f. Fuse: G/5 x 20 g. Fuse type: Glass h. Rate surge voltage: 6 KV CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-4 PANEL MOUNTED CONTROL DEVICES Page 4 of 8 I. Overvoltage category: III j. LED voltage range: 12V AC/DC ...30V AC/DC k. LED current range: 0.31 mA...0.95 mA I. Maximum load current: 36 A m. Connection standard: IEC 60947-7-2/IEC 60947-7-3 2.03 WIRE TROUGHS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Panduit a. Model: PanelMax b. Type F c. Approved 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. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low voltage twisted shielded pair cable conducting analog 4-20 mA signals or communications low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power D. The following trough colors shall be used: 1. Black: All 480 volt AC 2. Grey: All 24 volt DC 3. White: All 120 volt AC 4. Blue: Intrinsic Safe Circuits 2.04 DIN RAILS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley 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. Standard 35 mm rails shall be made of steel zinc-plated and chromated. Rails shall be 7.5 mm tall and meet standard EN 60715: 2001. D. Unless noted otherwise, all reference to DIN Rail mounting shall be of type standoff(raised) DIN Rail mounted. 2.05 RELAYS AND TIMERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-5 PANEL MOUNTED CONTROL DEVICES Page 5 of 8 1. Phoenix Contact 2. Square D 3. IDEC 4. Potter-Broomfield. 5. Allen-Bradley 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. Type: 1. Relays shall be double pole,double throw(form C)except PLC 1/0 buffer relays which shall be single pole, double throw(form C), spade plug in type with a transparent dust cover. The relay shall be equipped with an indicating light to indicate when its coil is energized. 2. Units shall be of the general purpose plug-in type. D. Functional/Performance: 1. Coil voltage shall match supply voltage. 2. Contact arrangement/function shall be as required to meet the specified control function. 3. Mechanical life expectancy shall be in excess of 10,000,000 cycles. 4. Duty cycle shall be rated for continuous operation. 5. Units shall be provided with integral indicating light to indicate if relay is energized. 6. Solid state time delays shall be provided with polarity protection (DC units)and transient protection. 7. Time delay units shall be adjustable and available in ranges from .1 second to 4.5 hours. 8. Plug-in general purpose relay. 9. Blade connector type. 10. Contact material: Silver cadmium oxide. 11. Relay sockets are DIN rail mounted. 12. Internal neon or LED indicator is lit when coil is energized. 13. Clear polycarbonate dust cover with clip fastener. 14. Operating temperature: -20 to+150 Deg F. 15. UL listed or recognized. E. Ratings: 1. For 120VAC service provide contacts rated 10 amps at 120VAC,for 24VDC service provide contacts rated 5 amps at 28VDC,for electronic(milliamp/millivolt)switching applicator provide gold plated contacts rated for electronic service. 2. Relays shall be provided with dust and moisture resistant covers. F. Physical 1. DIN Rail mounting base 2. Screw Terminals CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-6 PANEL MOUNTED CONTROL DEVICES Page 6 of 8 G. Options/Accessories Required: 1. Provide mounting sockets with pressure type terminal blocks rated 300 volts and 10 amps. 2. Provide mounting rails/holders as required. 2.06 24 VDC POWER SUPPLIES A. All 24 Vdc subsystems shall be supplied with redundant 125%capacity power supplies, equipped with redundancy diodes,for all DC voltage levels and services. Each power supply shall have sufficient power to continuously supply the total system for each voltage required. Auctioneering, load sharing or switching circuits shall be provided such that failure of a power supply shall transfer,without bump,to the backup supply. Each set of redundant power supplies shall be wired and equipped to accept two separate power feeds. The Contractor shall size the power supply not to exceed 50%of normal operating capacity. B. A"power on"switch and indicating light shall be provided for each power supply. Each power supply shall be provided with voltage monitors for the output of each bus voltage level.An alarm shall provide the operator with adequate warning before power failure equipment malfunction. C. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Phoenix Contact D. 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. E. Design and fabrication 1. Converts 120 Vac input to DC power at required voltage. 2. Sized as required by the load. Minimum 2.5 Amp output 3. AC input: 120 Vac+10 percent-13 percent;47 to 63 HZ. 4. Provision for output failure alarm contact. 5. DIN rail mounting. 6. All Power Supplies shall be redundant pairs. 2.07 NAMEPLATES A. Furnish nameplates for each device as indicated in Drawings. Nameplates shall be engraved, laminated impact acrylic, matte finish, black lettering on a white background, not less than 1/16-in thick by 1/2-in by 1-1/2-in, Rowmark NoMark Plus or equal, Nameplates shall be attached to the backplate with double faced adhesive strips,TESA TUFF TAPE 4970_009 X %", no equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residues has been removed. Epoxy adhesive or foam tape is not acceptable. 2.08 SINGLE PHASE UPS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. APC 2. Powerware 3. Tripp Lite CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-7 PANEL MOUNTED CONTROL DEVICES Page 7 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. Design and fabrication 1. Rating: 120VAC, 60 hertz, 1 KVA minimum shall provide uninterrupted conditioned power fully loaded conditions for 60 minutes. 2. Description: On line dual track power conditioner and true(zero mille-second transfer time)uninterruptible power supply providing isolation, line regulation and conditioning, using sealed 48 volt maintenance free batteries and switch mode power supply for uninterrupted power with 0.5 to 0.7 power factor and 2.7 to 3.5 crest factor. 3. Lightning and Surge Protection: Inherent 2000: 1 spike attenuation. 4. Regulation: 1-3 percent load regulation with less than 2pF effective coupling capacitance for line to load. 5. Output Waveform: Computer grade sine-wave with 3%maximum single harmonic and 5%maximum total harmonic distortion. 6. Output Frequency: 60 hertz+/-0.5 hertz. 7. Operating Temperature: 0 degrees to+40 degrees Centigrade. 8. Relative Humidity: 5%—90%without condensation. 9. Input Protection: Independent battery charger fuse and DC fuses. 10. Output Protection: Current limited. 11. Battery Charger: Two step charger, 8 amps and 2 amps. 12. AC Input: 120V,60Hz, single phase, +15%, -20%. 13. Provide a dry contact interface of UPS status monitoring. 14. Provide an external maintenance bypass switch.The switch shall transfer power without interrupting the load utilizing make before brake contacts. PART 3- EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be installed,field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in these Specifications. END OF SECTION CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 21,2017 407800-8 PANEL MOUNTED CONTROL DEVICES Page 8 of 8 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 September 2I,2017 3 APPENDIX GC4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 Geotechnical Engineering Report Village Creek WWTP Switchgear Replacement Arlington, Texas March 22, 2017 Terracon Project No. 95165194 Prepared for: JQ Fort Worth, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas Irerracon March 22, 2017 JQ 1301 West 7 1 Street, Suite 141 Fort Worth, Texas 76102 Attn: Ms. Amanda Smayda P: (817] 505 4315 E: asmayda@jgeng.com Re: Geotechnical Engineering Report Village Creek WWTP Switchgear Replacement 4500 Wilma Lane Arlington,Texas Terracon Project No. 95165194 Ms. Smayda, This report presents our geotechnical recommendations for design of the foundations to support the planned elevated switchgear equipment platforms and a canopy. This study was performed in general accordance with Terracon proposal number P95165194 (Revised), dated on January 4, 2017. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Texas Registration#3272 _�'�e OF T\�� ow // * ..................................... CHERYL C. PE.... j LVC01% 104754 F •LENS � �. Cheryl C. Pedraza, P.E. ��`�o�". �U: �'v/ Tt rams, P.E. Senior Project Manager Senior Engineer Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth. Texas 78118 Registration No. F-3272 P (817] 288 8800 F [817]288 8802 terracon.com/offices/fort-worth Irerracon TABLE OF CONTENTS Page EXECUTIVE SUMMARY.............................................................................................................i 1.0 INTRODUCTION.............................................................................................................1 2.0 PROJECT INFORMATION .............................................................................................1 3.0 SUBSURFACE CONDITIONS ........................................................................................2 3.1 Typical Profile......................................................................................................2 3.2 Groundwater........................................................................................................3 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION......................................3 4.1 Geotechnical Considerations ...............................................................................3 4.2 Straight Drilled Shafts ..........................................................................................3 4.2.1 Axial Resistance.......................................................................................3 4.2.2 Lateral Resistance....................................................................................4 4.2.3 Drilled Shafts - Construction Considerations.............................................5 4.3 Seismic Considerations........................................................................................6 5.0 GENERAL COMMENTS.................................................................................................7 APPENDIX A— FIELD EXPLORATION Exhibit A-1 Site Location Exhibit A-2 Exploration Plan Exhibit A-3 Boring Location Plan Exhibit A-4 Field Exploration Description Exhibit A-5 Log of Boring B-1 Exhibit A-6 Log of Boring B-2 APPENDIX B— LABORATORY TESTING Exhibit B-1 Laboratory Testing APPENDIX C— SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification System Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■ Arlington, Texas March 22, 2017 ■Terracon Project No. 95165194 EXECUTIVE SUMMARY New elevated equipment platforms and a canopy are planned for the City of Arlington's Village Creek Wastewater Treatment Facility located at 4500 Wilma Lane in Arlington, Texas. Two borings were drilled and sampled to a depth of about 60 feet. The following geotechnical considerations were identified: ■ Very soft to soft lean clays where present in both borings to depths up to 23 feet. These lean clays were underdrain by water bearing sands to depths of 44.5 to 49 feet. Weathered shale was present at a depth of 49 feet. ■ Drilled shafts bearing in gray shale are recommended for support of the structures for heavy design loads. ■ The 2012 International Building Code seismic site classification for this site is D. This summary should be used in conjunction with the entire report for design purposes. It should be recognized that details were not included or fully developed in this section, and the report must be read in its entirety for a comprehensive understanding of the items contained herein. The section titled GENERAL COMMENTS should be read for an understanding of the report limitations. Responsive ■ Resourceful ■ Reliable i GEOTECHNICAL ENGINEERING REPORT VILLAGE CREEK WWTP SWITCHGEAR REPLACEMENT ARLINGTON, TEXAS Terracon Project No. 95165194 March 22, 2017 1.0 INTRODUCTION Two new equipment platforms and a canopy are planned for the City of Arlington's Village Creek Wastewater Treatment Facility at 4500 Wilma Lane in Arlington, Texas. Our scope of services included drilling and sampling two borings to depths of 60 feet, laboratory testing, and engineering analyses. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: • subsurface soil conditions ■ foundation design and construction • groundwater conditions • seismic considerations 2.0 PROJECT INFORMATION ITEM DESCRIPTION Dimensions: 14-feet x 47-feet. Platform Elevation: 5 to 6 feet above grade. Platforms PS3 and PS4 Framing:either concrete or steel. Equipment Supported: two transformers and two selector switches. Foundation: straight drilled shafts. Dimensions: 30-feet x 45-feet Replaces: existing canopy on concrete pad. Primary Effluent No.2 Canopy Framing: likely to be aluminum framing with aluminum deck on top. Foundation: reuse existing canopy foundation. Maximum loads(assumed) Columns: 75 kips Current ground cover Gravel/crushed stone Existing topography Grades in the vicinity of the proposed improvements appear to be relatively flat and level. Responsive ■ Resourceful ■ Reliable 1 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■ Arlington, Texas March 22, 2017■Terracon Project No. 95165194 3.0 SUBSURFACE CONDITIONS 3.1 Typical Profile The project location is shown on Exhibit A-1. The approximate locations of the two borings drilled for this project are shown on Exhibits A-2 and A-3 in Appendix A. A description of the field procedures are presented in Exhibit A-4. Logs of the borings are presented on Exhibits A-5 and A-6 in Appendix A. Stratification boundaries on the boring logs represent the approximate location of changes in soil types; in situ, the transition between materials may be gradual. Laboratory tests were performed to assist with soil classification and to measure strength of the soil. Laboratory testing procedures are presented in Appendix B. Results of the laboratory tests are tabulated on the boring logs and in Appendix B. Based on the results of the borings, subsurface conditions on the project site can be generalized as indicated in the following table: Stratum Approximate Depth Material Encountered Consistency/ to Bottom of Stratum Density Fill-dark brown, light brown and gray fat clay (CH)and lean clay(CL),with occasional 1 5 to 8 feet gravel and sand Very soft to soft Liquid Limit(LL)Range;46 to 55% i Plasticity Index(PI)Range;29 to 35% Brown,light brown,orange-tan and gray 2 10 to 23 feet lean clay(CL)and sandy lean clay(CL) Very soft to soft Liquid Limit(LL);41% Plasticity Index(PI);25% 3 14%feet in B-1 only Gravel(GP)with brown clay - 4 22 feet in B-1 only Tan and light brown clayey sand(SC)with Very loose clay seams Tan and gray poorly graded sand(SP)and Very loose to 5 44/2 to 49 feet poorly graded sand with gravel(SP),with clay seams and layers medium dense 6 49 feet in B-2 only Gray fat clay(CH),with gravel Very stiff to hard 7 Termination at 60 feet Gray shale,weathered - Responsive ■ Resourceful ■ Reliable 2 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■Arlington,Texas March 22, 2017■Terracon Project No. 95165194 3.2 Groundwater The borings were advanced using dry auger drilling techniques that allow short-term groundwater observations to be made while drilling. Groundwater observations obtained during and at the completion of drilling are noted in the table below. GROUNDWATER OBSERVATIONS Boring No. While advancing borings At the completion of drilling B-1 11 feet 10 feet B-2 11 feet 10 feet These groundwater level observations provide an indication of groundwater conditions present at the time the borings were drilled. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the structures may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 4.0 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION 4.1 Geotechnical Considerations The foundation loads for the elevated platforms are planned to be supported on straight-sided drilled shafts bearing in the gray shale stratum. The drilled shafts are expected to be subject to axial and lateral loads. The gray shale was present at a depth of about 49 feet in the borings. Installation of the drilled shafts will require temporary casing to control groundwater and caving in the very soft to soft clays and granular layers. Recommendations for design of the drilled shafts are provided in the following report sections. 4.2 Straight Drilled Shafts 4.2.1 Axial Resistance Axial resistance design recommendations are provided in the following table Responsive ■ Resourceful ■ Reliable 3 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■ Arlington, Texas March 22,2017 ■Terracon Project No. 95165194 DESIGN PARAMETER RECOMMENDATIONS Bearing stratum Gray shale Maximum net allowable end bearing capacity 15,000 psf Allowable skin friction-compression 2,000 psf Allowable skin friction-tension 1,800 psf Minimum penetration into gray shale to 3 shaft diameters into gray shale develop end bearing Skin friction applicable zone Depth below temporary casing in gray shale. 2.5 times the diameter of the larger shaft. Closer spacing may require some reductions in skin friction and/or changes in installation sequences. Minimum center to center spacing to develop Closely spaced shafts should be examined on a case by full skin friction case basis. As a general guide,the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1.0 diameter. Should be evaluated on a case by case basis by this Groups of 3 or more shafts spaced closer office. Alternative installation sequences may be needed than 2.5 shaft diameters to allow for a minimum of 48 hours concrete curing time, before installation of adjacent shafts. Soil induced uplift forces Uplift loads from swelling soils are not expected and do not need to be included in the drilled shaft design. Total settlement I Less than one inch 4.2.2 Lateral Resistance Parameters for lateral load analysis are provided in the following table for use in Ensoft's L-PILE computer program. Soil Type Clay and Sandy Clay Clayey Sand and Sand. Gray Shale LPILE material type Soft Clay Sand(Reese) Weak Rock Effective soil unit weight(pcf) 125/60' 70' 130 Undrained cohesion, c(psf) 400 N/A N/A Strain factor, eso 0.020 N/A N/A Responsive ■ Resourceful ■ Reliable 4 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■ Arlington, Texas March 22, 2017■ Terracon Project No. 95165194 Soil Type Clay and Sandy Clay . Clayey Sand and Sand i Gray Shale k, (pci) N/A 20 N/A Friction angle, (degrees) N/A 28 N/A Initial Modulus of Rock Mass(psi) N/A N/A 9,100 Uniaxial compressive strength(psi) N/A N/A 130 Rock quality designation, RQD(%) N/A N/A 90 Krm N/A N/A 0.0007 1. Below 8 feet to provide allowance for groundwater level rise of 2 feet above boring measurements. 4.2.3 Drilled Shafts - Construction Considerations The construction of all drilled shafts should be observed by experienced geotechnical personnel during construction to confirm: 1) the bearing stratum; 2) the minimum bearing depth; 3) the removal of all cuttings 4) that groundwater seepage is correctly handled; and 5) that the shafts are within acceptable vertical tolerance. Recommendations for drilled shaft construction are presented in the following table. ITEM RECOMMENDATION Drilled shaft installation Current version of American Concrete Institute's "Standard Specification specification for the Construction of Drilled Piers"ACI 336. Top of shaft completion Enlarged (mushroom-shaped)top in contact with the clays should not be allowed. Time to complete Straight drilled shafts should be completed within 8 hours after design penetration into dark gray shale is begun. Shaft excavations should be installed using dry methods. The concrete Installation methods should have a slump of 7 inches plus or minus 1 inch and be placed in a manner to avoid striking the reinforcing steel during placement. Responsive ■ Resourceful ■ Reliable 5 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■Arlington, Texas March 22, 2017■Terracon Project No. 95165194 ITEM RECOMMENDATION Seepage was observed in the borings and will likely be encountered during installation of the straight shafts. Caving/sloughing soils are also present. Temporary casing will be required for installation of the straight shafts. Vibratory methods to advance the casing through the sand layers is not recommended due to the risk of vibration induced settlement of the sand layers. The casing should be seated in the shale with all water and most loose material removed prior to beginning the design penetration. Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. Groundwater can also be encountered in the shale. This water usually Groundwater control cannot be controlled with casing. Special underwater placement using a tremie or pumped concrete is often required. Mineral solid or chemical polymer slurry may be required to stabilize the shaft excavation. The properties and mixing of slurry and the installation of the shaft should follow the requirements in ACI 336. Reduction of the shaft skin friction and end bearing values will be required if free water is present in the shale. Tremied or pumped-in concrete for shafts should take place as continuously as possible until the concrete placement is complete in accordance with ACI 336. The bottom of the discharge pipe should always be kept below the surface of the concrete. Before tremied or pumped-in concrete is used,care should be taken to insure that the water is at a stabilized level and muck is removed to as low a level as possible, which will-provide for a thin water solution to be displaced during concrete placement. The gray shale is relatively hard and can be difficult to penetrate. A Special conditions contractor experienced with drilling in rock should be retained for this project. 4.3 Seismic Considerations Code Used Site Classification 2012 International Building Code(IBC)' I D 2 1. In general accordance with the 2012 International Building Code. 2. The 2012 International Building Code (IBC) uses a site soil profile determination extending a depth of 100 feet for seismic site classification. The current scope requested does not include the 100 foot soil profile determination. Borings extended to a maximum depth of approximately 60 feet and this seismic site class definition considers that rock extends below the maximum depth of the subsurface exploration. Additional exploration to deeper depths would be required to confirm the conditions below the current depth of exploration. Alternatively, a geophysical exploration could be utilized in order to attempt to justify a higher seismic site class. Responsive ■ Resourceful ■ Reliable 6 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■ Arlington, Texas March 22, 2017 ■ Terracon Project No. 95165194 5.0 GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation, foundation construction and other earth-related construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations that may occur between borings, across the site, or due to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Responsive ■ Resourceful ■ Reliable 7 APPENDIX A FIELD EXPLORATION IS judoco N IS$#dOo:)N ----ja Uwe 10 OD x 'a LLI ---------- co CL ja avipm,�,- -ima jo"owa N 4) CM = c x Cl) c ja alv!w, CL E CL JO OPOVIA- x cc ti. W -Y- 4) 4) Ptl APPWA N PU J"-1 N is 2 -lb Jj� Z _m"Q Mt Lim m 0#4 fS wo 0 04 X: N - 4Cl) is7i (n E < cL /4p ti -G >�z �o Z�- ob Z Z) *L ro:rll) z 0 0WI U) Zoo z Lu Lu CL Z:D LL,0 W04 st 0 LL Ck-- Ln z 6F 2 cl $ N < � - E ' C CL 2 0J� ' k k 2 ƒ. CL ( CL CD m C [��` � I ■ � ■ . e � ■ u . & .- � / \ _ . L f Lm ,|� a ! 5§ . 2 \ ) \) §) }0 \\ r . : Ix �o m� - uj ;B Z� $� r� �< % M f Q LU LLJ @ � ± � ƒ O uLL, ® ® §§2 CO �$ A %7k C 2 k 0 \ @� co $ CLLJ 5 > z \ U/ _ 0` § » § ! � \|B � eZ( � \ \ 9 / LO cn cn ■ / ƒ meq « \ Li b ƒ z $ 2 ) o§U § \ m C, 25 § u CR OW ^ � k 2 k §� ) \ i °m■ )E o < 32E %ly 3 z« Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■Arlington, Texas March 22,2017■Terracon Project No. 95165194 Field Exploration Description Subsurface conditions were explored by drilling two borings to a depths of about 60 feet at the approximate locations indicated on Exhibits A-2 and A-3 in Appendix A. The borings were drilled on February 28,2017. The test locations were established in the field by measuring from available reference features and estimating right angles and utilizing a hand-held GPS unit. The boring locations should be considered accurate only to the degree implied by the methods employed to determine them. The borings were performed using a truck-mounted drill rig. Samples of the soil encountered in the borings were obtained using push tubes and split-barrel samplers. The samples were tagged for identification, sealed to reduce moisture loss, and taken to the laboratory for further examination,testing, and classification. The load-carrying capacity of the bedrock was evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test. The boreholes were backfilled with soil cuttings upon completion of drilling. Field logs of the borings were prepared by the drill crew. These logs include visual classifications of the materials encountered as well as interpretation of the subsurface conditions between samples. The boring logs included with this report represent the engineer's interpretation of the field logs and include modifications based on visual evaluation of the samples and laboratory test results. The boring logs are presented on Exhibits A-5 and A-6 in Appendix A. General notes to log terms and symbols are presented on Exhibit C-1 in Appendix C. Responsive■ Resourceful ■ Reliable Exhibit A-4 BORING LOG NO. B-1 Page 1 of 1 PROJECT: Village Creek WWTP Switchgear CLIENT: JQ Replacement Fort Worth,Texas SITE: 4500 Wilma Lane Arlington,Texas ATTERBERG t9 LOCATION See Exhibits A-2 8 A-3i w STRENGTH TEST LIMBS Cl) LL �F u~jrn w �� z v Latitude:32.77402' Longitude: -97.14103' J Q Lu F-- a y H u�l F LL w �w w_� - a� 3z oW LL-PL-PI LU 0 3:W < u � p ai U 3 a DEPTH FILL-LEAN CLAY(CLI,light brown and gray,soft to 0.5(HP) medium stiff 0.25(HP) 19 46-17-29 76 15.0 LEAN CLAY(CL),brown and orange-tan,very soft to soft 5 .25(HP) 0(HP) 10.0 10— 0.5(HP) 24 41-16-25 82 POORLY GRADED GRAVEL.with brown clay,brown and tan 6 14.54-8-3 CLAYEY SAND(SCI,with clay seams,tan and light N=11 brown,very loose ui Z. 5 2 N36 22.0 POORLY GRADED SAND(SPI,with clay seams,tan o and light gray,loose 1-2-3 z ; 2 — N=5 o .: 27.0 POORLY GRADED SAND(SPI,with clay seams,tan, LU very loose to loose 3 _ N=2 CL 0 -- 2-2-5 Y 35 N=7 w 37.0 POORLX GRADED SAND(SPI,with gravel,gray and tan,medium dense to dense 4 7-9-9 g N=18 J a>a O 11-12-19 4 s _ N=31 0 ,with silt seams,light gray 5 _ 17-19-38 N=57 cr 0 5 100/3.25" CL crw J i 60.0100/5.25" S2 Boring Terminated at 60 Feet 6 0 2 0 rx LU0 Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic a w Advancement Method: See Exhibit A-3 for description of field Notes: cDry Auger procedures. See Appendix B for description of laboratory > procedures and additional data(if any). 0 Abandonment Method: See Appendix C for explanation of symbols and U) Backfilled with auger cuttings abbreviations. 0 WATER LEVEL OBSERVATIONS o Boring Started:7/28/2017 Boring Completed:2126/2017 -V— Water encountered at11'duringdrilling Irerracon oDrill Rig: Driller.StrataBore � Water at 10'upon completion of drilling 2501 E Loop 820 N Fort Worth,TX Project No.:95165194 Exhibit: A-5 BORING LOG NO. B-2 Page 1 of 1 PROJECT: Village Creek WWfP Switchgear CLIENT: JO Replacement Fort Worth,Texas SITE: 4500 Wilma Lane Arlington,Texas al ATTERBERG Z a F LIMITS W LOCATION See Exhibits A-2&A-3 O LUSTRENGTHTEST N U Latitude:32.774' Longitude: -97.14028' < ~ LU-J ay y i= X w Z LL LU J l]y F W Z C Y Q F } W aj Q Q N LL� a W a 3 o Q W LL-PL-PI U t7 3p vai LU oN y 3 W DEPTH U FILL-FAT CLAY(CHI, with occasional gravel and sand 0.75(HP) seams,dark brown and gray,medium stiff 0.75(HP) 5 0.5(HP) 24 55-20-35 82 N8.0 2.5(HP) SANDY LEAN CLAY(CLI.light brown and gray,soft 1 0.75(HP) UC 0.12 4.5 30 93 FEZ 1 0.75 HP UC 0.43 15 22 108 LU SANDY LEAN CLAY(CLI.tan and gray,soft f 2 N=3 LU 43.0 o ' POORLY GRADED SAND WITH GRAVEL(SP1.tan, -- 2.2.2 zi a medium dense 25— — N=4 4a 28.0 W POORLY GRADED SAND WITH GRAVEL ISPI,with — 4-8-6 clay seams and layers,tan,loose to medium dense 30— - N=14 R �o: 1-1-3 x ;o: 3 LU LU .. "�. U 3 4 - 1-2-7 N=9 .5 11-12-18 FAT CLAY(CHI.with gravel,gray,very stiff to hard 45— N=30 OJ 9.0 SHALE gray 50— — 78112" e S5 10011.75' LU J 60.0 100/3.0" Boring Terminated at 60 Feet 6 0 f 0 rr 0 LU Stratification lines are approximate.In-situ,the transition may be gradual. Hammer Type: Automatic chi W Advancement Method: See Exhibit A-3 for description of field Notes: !i: Dry Auer procedures. a See Appendix B for description of laboratory > procedures and additional data(H arty). 0Abandonment Method: See Appendix C for explanation of symbols and N Backfilled with auger cuttings abbreviations. WATER LEVEL OBSERVATIONS t7 Boring Started:2/28/2017 Boring Completed:2128/2017 SZ Water encountered at 11'dunng drilling Irerracon o Drill Rig: Driller.StrataBore N Water at 10'upon completion of drilling = 2501 E Loop 820 N Fort Worth,TX Project No.:95165194 Exhibit: A-6 Geotechnical Engineering Report Irerracon Village Creek WWTP Switchgear Replacement■Arlington, Texas March 22, 2017■ Terracon Project No. 95165194 Laboratory Testing The boring logs and samples were reviewed by a geotechnical engineer who selected soil samples for testing. Tests were performed by technicians working under the direction of the engineer. A brief description of the tests performed follows. Liquid and plastic limit tests(ASTM D4318), material passing a#200 mesh sieve (ASTM D 1140) and moisture content measurements (ASTM D2218)were made to aid in classifying the soils in accordance with the Unified Soil Classification System (USCS). The USCS is summarized on Exhibit C-2 in Appendix C. Absorption swell tests (ASTM D4548) were performed on selected samples of the cohesive materials. These tests were used to quantitatively evaluate volume change potential at in-situ moisture levels. Strength and consistency of cohesive soils was measured by unconfined compression (ASTM D2166) tests and hand penetrometer tests, respectively. The results of the laboratory tests are presented on the boring logs in Appendix A. Responsive■ Resourceful in Reliable Exhibit B-1 APPENDIX C SUPPORTING DOCUMENTS GENERAL NOTES DESCRIPTION OF SYMBOLS AND ABBREVIATIONS m water Initially (HP) Hand Penetrometer Encountered Auger Split Spoon � Water Level After a' Specified Period of Time IT) Torvane 0 ' m > a Specified Period of Time FA Water Level After N- l Standard Penetration Z Shelby Tube (Macro Core W U.1 Test(blows per foot) Water levels indicated on the soil boring (PID) Photo-lonization Detector D. W logs are the levels measured in the 0 Q H borehole at the times indicated. W (OVA) Organic vapor Analyzer N Q Groundwater level variations will occur LL Texas cone Rock Core 3 over time.In low permeability soils, (TCP) Texas Cone Penetrometer ® accurate determination of groundwater levels is not possible with short term water level observations. Grab Sample No Recovery DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System.Coarse Grained Soils have more than 50%of their dry weight retained on a#200 sieve;their principal descriptors are:boulders,cobbles,gravel or sand.Fine Grained Soils have less than 50%of their dry weight retained on a#200 sieve;they are principally described as clays if they are plastic,and silts if they are slightly plastic or non-plastic.Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation,coarse-Walned soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted,Latitude and Longitude are approximately determined using a hand-held GPS device.The accuracy of such devices is variable.Surface elevation data annotated with+/-indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead,the surface elevation was approximately determined from topographic maps of the area. RELATIVE DENSITY OF COARSE-GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (More than 50%retained on No.200 sieve.) (50%or more passing the No.200 sieve.) Density determined by Standard Penetration Resistance Consistency determined by laboratory shear strength testing,field Includes gravels,sands and sitts. visual-manual procedures or standard penetration resistance DU Descriptive Term Standard Penebratlon or Ring Sampler Descriptive Tenn Unconfined Compressive Standard Penetratlon or Ring Sampler W� (Density) N-Val a Blows/FL (consistency) strength,Qu,tsf Blows/Ft. N-Val Blows/FL Blows1— Very Loose 0-3 0-6 Very Soft less than 0.25 0-1 43 F=- ur Loose 4-9 7-18 Soft 0.25 to 0.50 2-4 3-4 Z W Medium Dense 10-29 19-58 Medium-Stiff 0.50 to 1.00 4-8 5-9 F- U) Dense 30-50 59-98 Stiff 1.00 to 2.00 8-15 10-18 Very Dense >50 >99 Very Stiff 2.00 to 4.00 15-30 19-42 Hard >4.00 >30 >42 RELATIVE PROPORTIONS OF SAND AND GRAVEL GRAIN SIZE TERMINOLOGY DesgrM,ys Term(s) Percent of maw Component Particle Size of other constituents Dry Weight of.Sarna1S „act. <15 Boulders Over 12 in.(300 mm) With 15-29 Cobbles 12 in.to 3 In.(300mm to 75mrm) Modifier >30 Gravel 3 in.to#4 sieve(75mm to 4.75 mm) Sand #4 to#200 sieve(4.75mm to 0.075mm Silt or Clay Passing#200 sieve(0.075mm) RELATIVE PROPORTIONS OF FINES PLASTICITY DESCRIPTION Descriptive Terms) Percent of Term Plasticity Index of other constituents Dry Weight Non-plastic 0 Trace <5 Law 1-10 With 5-12 Medium 11-30 Modifier >12 High >30 lrerracon Exhibit C-1 UNIFIED SOIL CLASSIFICATION SYSTEM Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests^ Group Group Name" Symbol Gravels: Clean Gravels: Cut 4 and 1 5 Cc!g 3E GW Well-graded gravel F More than 50%of Less than 5%fines° Cu<4 and/or 1>Cc>31 GP Poorly graded gravel F coarseF°H fraction retained on Gravels with Fines: Fines classify as ML or MH GM Silty gravel Coarse Grained Soils: More than 50%retained No.4 sieve More than 121%fines Fines classify as CL or CH GC Clayey gravel on No.200 sieve Sands: Clean Sands: Cu;!8 and 1 5 Cc:s 3 E SW Well-graded sand' 50%or more of coarse Less than 5%fines° Cu<8 and/or 1>Cc>3 E SP Poorly graded sand' fraction passes Sands with Fines: Fines classify as ML or MH SM Silty sand°•"•' No.4 sieve More than 12%fines' Fines Classify as CL or CH SC Clayey sand°•"•' Inorganic: PI>7 and plots on or above"A"line' CL Lean day KL,M Silts and Clays: PI<4 or plots below"A"line' ML Silt KLA Liquid limit less than 50 Liquid limit-oven dried Organic dayKL'M•" Fine-Grained Soils: Organic: <0.75 OL KL.M•° 5or 0% more passes the liquid limit-not dried Organic sift 50 or sieve Inorganic: PI plots on or above"A"line CH Fat day KLM Silts and Clays: PI plots below"A'line MH Elastic Silt KL•M Liquid limit 50 or more Organic: Liquid limit-oven dried <0.75 OH Organic day KL.M,P Liquid limit-not dried Organic silt KLAQ Highly organic soils: Primarily organic matter,dark in color,and organic odor PT Peat Based on the material passing the 3-in.(75-mm)sieve " If fines are organic,add Wth organic fines"to group name. e If field sample contained cobbles or boulders,or both,add'lniith cobbles ' if soil contains-e15%gravel,add'with graves"to group name. or boulders,or both"to group name. ' If Atterberg limits plot in shaded area,soil is a CL-ML,silty day. ° Gravels with 5 to 12%fines require dual symbols: GW-GM well-graded " If soil contains 15 to 29%plus No.200,add'lnlith sand"or Nvith gravel with silt,GW-GC well-graded gravel with clay,GP-GM poorly gravel,"whichever is predominant. graded gravel with silt,GP-GC poorly graded gravel with day. L If soil contains>:30%plus No.200 predominantly sand,add"sandy" ° Sands with 5 to 12%fines require dual symbols: SW-SM well-graded to group name. sand with silt,SW-SC well-graded sand with day,SP-SM poorly graded M If soil contains-e 30%plus No.200,predominantly gravel,add sand with silt,SP-SC poorly graded sand with day "gravelly"to group name. " PI t 4 and plots on or above"A"line. E Cu=OwID,o Cc= (D'D) ° PI<4 or plots below"A"line. Dm x Dm P PI plots on or above"A"line. F If soil contains 2:15%sand,add'faith sand"to group name. ° PI plots below"A"line. ° If fines classify as CL-ML,use dual symbol GC-GM,or SC-SM. 6o For classification of fine-grained soils and fine-grained fraction 50 of coarse-grained soils Equation of"A"-line + +P d Horizontal at PI=4 to LL=25.5. X 40 then PI=0.73(LL-20) �o W Equation of'U-line Z Vertical at LL--16 to Pi=7, } 30 then PI=0.9(LL-8) - -----.------...._ ._......._... ---- _ _..._....... ---- - -- U ----------- g MH or OH a 10 7 4 - ML or OL a __ ... - --_.1.._._... - — — -----L--...... .- 0 10 16 20 30 40 5o 60 70 8o 90 100 110 LIQUID LIMIT(LL) lrerracon Exhibit C-2 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 NORTWORTH REQUEST FOR M/SBE CONTRACT GOAL Check type of contract: CD Construction CMAR D Construction Management = Design/Build =Professional r---r C/S/P Other,please explain DEPT. Name: Water First Advertise Date: 9/7/2017 Date to MWBE Office: 8/18/2017 IS THIS CONTRACT ASSOCIATED WITH TRV?Yes❑No ✓ OR WITH SH-121TR Yes❑No Q Dollar value of TRV contract portion$ SH-121 TR contract portion$ IS THIS A FEDERALLY FUNDED CONTRACT? Yes[]No[Z] IS THIS A CIP CONTRACT? Yes❑✓ NOD IS THIS A BOND FUNDED CONTRACT? Yes❑No❑✓ If yes,what year Construction: IS THIS A LUMP SUM CONTRACT? Yes 0 No[] BID DATE 09/07/2017 Professional: IS THIS A FIXED FEE NOT-TO-EXCEED CONTRACT?Yes[]No❑ IS THIS A HOURLY NOT-TO-EXCEED CONTRACT? Yes❑No[:] IS THIS A COMBINED PROJECT? Yes❑ No❑✓ IS THIS A REVISION? Yes❑No❑✓ If yes, enter the revision number IS THIS A CHANGE ORDER?Yes❑No ✓❑ Enter# [� Contractor: IS THIS AN AMENDMENT?Yes[:] No[DEnter# E]Design Firm: If this is not the Initial change order/amendment,submit copies of all previous change order/amendments regardless of whether a M&C was required for funding. CONTRACT DESCRIPTION (Including Street Names): Village Creek Water Reclamation Facility(VCWRF)Miscellaneous Switchgear Improvements-Phase 1 Primary Area Check applicable boxes: Concrete Paving ❑ Asphalt Paving Drainage ❑ Water 0 Sewer ❑Other Alternates Capital Project# CO2648 DOE/Other Project# TOTAL CONTRACT ESTIMATE: $ 7,400,000.00 (Please ATTACH individual sub-totals for contracts with multiple units/sections including contingency. If the documentation is not clear and concise, it will be returned to the department.) Farida Goderya EXT. 8214 Project Manager Project Manager Signature DATE: 08/18/2017 Name of Design Firm Gupta &Associates Check here to acknowledge that If pay item quantities are added to the proposal section after an M/SBE goal has been provided by the MANSE Office,the revised proposal must be submitted to the MANSE Office for review. A compliance review will not be performed If additional pay Items or quantities,which will potentially Impact the MISIDSE goal, are added to the proposal section after the issuance of a M/SBE goal. THIS PORTION TO BE COMPLETED BY M/WBE OFFICE Prof.SBE Goal Const. MBE Goal Const.SBE Goal M/SBE PROJECT GOAL: % 14 % % If the goal provided by the only authorized entity,the MWBE Office staff is modified in any way,the submission of the follow-up compliance docurn ion will be null and void. Comments: MNVBE CCS VEXT: L DATE: I Rev. 07/24/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 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 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 Medium Voltage Sealed Deadfront Distribution Switchgear Pre-Negotiated Price Proposal and Scope of Work Letter THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02648 October 18,2017—Last Revised Add.#3 The Reynolds Company Your Solution For Electrical Supply October 17,2017 Puneet Gupta,P.E. 13717 Neutron Road Dallas,TX 75244 SUBJ: Village Creek RWIa Miscellaneous Switchgear Replacement REF. 26 13 22—Medium Voltage Sealed Deadfront Distribution Switchgear Mr. Gupta, Please see the attached bill of material for the S&C Vista Switchgear as specified in section 126 13 22—Medium Voltage Dcadfront Distribution Switchgear. The price for this bill of material including the owner/engincer factory witness testing as specified is$1.145.192.11. This price will not be included in any other bid package to contractors, and it is valid for all of the contractors who wish to pursue this bill of material for this project and is not contingent upon purchase of any additional material for this project or any other project, Price is per the Reynolds Company's terms and conditions,and credit department policies. If you have any questions,please feel free to give me a call at any time. ylncere V Chris Ristow CRR Switchgear Project Manager The Reynolds Company 2861 Merrell Dallas,TX 75229 4}UIt1t ): AINI N :< IWON Koji ld )C litMAWS-I ?C DAIIA1 X I'llkI W(IRIIt 'I< l3UtSIUN X U-JAYbiIF. I.AII (IIAPi Pi +`< �.Ul'KIN :C NI N'iIRIIAN, ;< UI tLSSA PARIS c: SMIUMU, X 'rY'II:R j< WACO 'i< WICHITA rAI I S FRED OBERLENDER & ASSOCIATES, INC. a SBC ELECTRIC COMPANY Excallence Through Innovation 0:,q% Dallas-Ft.Worth-Houston-San Antonio-Tulsa- :� Oklahoma City www.sandc.com www.obeerrlender.com Dallas Office 10421 Sanden Dr. Dallas,Texas 75238 - Telephone (214)343-1946 - FAX(214)349-2373 October 16,2017 Chris Ristow The Reynolds Company SUBJECT: Ft.Worth Village Creek WRF—Miscellaneous Switchgear Replacement, Project No. CO2648 Dear Chris, Thank you for the opportunity to respond to your request for quotation.S&C Electric Company is pleased to present the following quotation for a S&C Electric Switchgear Item Qty Part No./Description Lot Price 1 2 863212-A3B3D3L2OP14Ri1X1X2Y4ZS-SXXX Remote Supervisory Vista Underground Distribution Switchgear, 15.5kV, Model 321, 25 KA. Main bus rated 1200 amps. • A3—Motor Operator on way 3 • B3—Current Sensor on way 3 • D3-Voltage Sensors on way 3 • L2-Potential indication with test feature with provisions for low voltage phasing • 0-Two-Hole Ground Pads • P14-Pad-Mounted Style Enclosure,Stainless-steel outer • enclosure and low voltage compartment,Olive Green finish • R11-Remote low-pressure alarm with wires routed to LVE • X1—Key interlocks on way 1 • X2—Key interlocks on way 2 • Y4-Internal Voltage Transformer • ZS-Copper bus • SXXX-60" Low Voltage Enclosure • One each GE 845&850 Multilin Overcurrent Relay o Catalog#to be provided later • C-Form Auxiliary contacts for load interrupter ways for switch position • C-Form Auxiliary contacts on fault interrupter ways for trip indi- cation and disconnect switches position • GE Genius block quantity 3 part#to be provided later • External copper ground bus—Tin-Plated,No exposed Copper • 316L Stainless Steel on both for enclosure and tank Pagel • Stainless Steel key interlocks on way 1 and 2 • All name plates to be Stainless steel showing equipment ratings, manufacturer's name,sales order number,and general infor- mation. • Stainless steel One-line diagram on inside roofs on both sides • Convenience outlet with GFCI connector • At least 100VA UPS in lieu of batteries • Schematic drawing at time of approval. • Stainless Steel Operating Handle • Stainless Steel one line placed on HVE lid Village Creek SS-51 and SS-52 Item Qty Part No./Description 2 8 853212-L2OP14R11R31SX1X2Z5-SXXX S&C Manual Vista Underground Distribution Switchgear-Model 321- with(2)600-Ampere Vacuum Load Interrupter and(1)Vacuum Fault In- terrupter-Rated 15.5 kV Nominal,95 kV BIL 25 kA symmetrical fault in- terrupting and short circuit. Main bus rated 1200 amps. With the fol- lowing optional features: • L2 Potential Indication with Provisions for Low-Voltage Phasing • Two Hole Ground Pad on Each Way • P14 Stainless Steel Enclosure-Olive Green Finish • R11 Remote Low Pressure Alarm with Wires Routed to Tank • R31 External Trip Provisions in Addition to standard over- current control • S Stainless Steel Tank • X1 Key Interlocks on Way 1 • X2 Key Interlocks on Way 2 • Z5 Copper Bus • SXXX External Tin-Plated Copper Ground Bus; 71" Deep Enclo- sure to All for Piggybacking Elbows; Stainless Steel Key Inter- locks; C-Form Auxiliary Contacts on All Ways; Stainless Steel One line Diagrams on Termination and Operation Side; 316 Stainless Steel Outer Enclosure and Tank. Village Creek SS-5/6,SS-59,SS-1,SS-2,SS-60,SS-61,SS-11,and SS-12 Item Qty Part No./Description 3 1 CDA-XXXXXX S&C Metal-Enclosed System VI Switchgear-Outdoor Style—Olive Green Finish-Rated 15.5 kV Nominal, 95kV BIL, 600A Main Bus,25kA Short Cir- cuit Rating. Sections Consist of the Following 2 Sections: Page 2 Section'l: 853212-L2OP14R11R31SX1X2Z5-SXXX S&C Manual Vista Underground Distribution Switchgear-Model 321- with (2)600-Ampere Vacuum Load Interrupter and(1)Vacuum Fault In- terrupter-Rated 15.5 kV Nominal,95 kV BIL 25 kA symmetrical fault in- terrupting and short circuit. Main bus rated 1200 amps. With the fol- lowing optional features: • L2 Potential Indication with Provisions for Low-Voltage Phasing • Two Hole Ground Pad on Each Way • P14 Stainless Steel Enclosure-Olive Green Finish R11 Remote Low-Pressure Alarm with Wires Routed to Tank • R31 External Trip Provisions in Addition to standard overcur- rent control • S Stainless Steel Tank X1 Key Interlocks on Way 1 • X2 Key Interlocks on Way 2 Z5 Copper Bus • S(XXX) External Tin-Plated Copper Ground Bus. 71"Deep Enclo- sure to All for Piggybacking Elbows,Stainless. C-Form Auxiliary Contacts on All Ways. Stainless Steel One-line Diagrams on Ter- mination and Operation Side. 316 Stainless Steel Outer Enclo- sure and Tank.System VI Air Bushings to the Right. Section 2: • Metal-Enclosed Air Chamber Enclosure to Run Cables from Vista Unit for Transformer Connection. Tin-Plated Copper Ground Bus. Stainless Steel Olive Green Enclosure. Note:The Vista Enclosure and Tank will be 316 SS,but the ATC will be 304 SS. S&C is not able to build the Metal Enclosed ATC bay in 316SS. Village Creek PA-50 LCS Item Qty Part No./Description 4 1 Customer Witnessed Factory Acceptance Testing S&C will provide factory acceptance testing for two(2)units of Vista° Underground Distribution Switchgears.An S&C Application Engineer will be assigned to work with the participants during the testing.S&C will perform factory acceptance tests as follows: • Manually open and close the Vista ways and verify relay status indications • Check Operation of motor operator • Vista rack functional test • Verify battery backup operation • Check status and alarm output contacts Factory acceptance testing is performed at S&C's facility in Chicago and will be completed in two(2)eight-hour business days.Work shall be completed during normal business hours, Monday through Friday. Page 3 Pricing includes all test development,lab time,and necessary report de- velopment. Notes/Clarifications: • Safety glasses and sturdy shoes are required in the FAT area. Open toe footwear is not allowed. Item Qty Part No./Description 5 1 Onsite Start-up Assistance S&C will provide one (1) Field Service representative for a duration of eight(8)days for start-up assistance and mechanical checkout involving the two(2) Remote Supervisory Vistas,eight(8) manual Vistas,and one (1)System VI/LCS The scope of work will include the following: • Inventory of equipment • Safety checkout and visual inspection,including: • Equipment grounding • Tank and enclosure installation • SF6-gas pressure gauge • All connections verified sealed inside: relay enclosure,junctions box, and terminal block enclosure • Neutral ground connections for conformance with system re- quirements. • Operational testing including voltage indicators and manual switch • Overcurrent relay settings and testing • Confirmation of energization of S&C Vista Switchgear • Testing report • Service shall be performed by one (1)S&C representative in the field.Work shall be completed during normal business hours, Monday through Friday. Clarifications: • Customer or others must supply a crew to assist during onsite services. • Installation of the switchgears is not included in this item. • Any switching or grounding services must be completed by the customer or others. • The Field Testing outlined in specification 2613 22 is not part of the S&C scope. Item Qty Part No./Description 6 1 Training S&C proposes to provide onsite training on the proposed Vista Switch- gear. Notes: • Training will be provided during normal business hours, Monday through Friday. Page 4 • Videotaping of the training is not permitted. • To ensure quality training,the maximum number of participants is limited to twenty(20)people. Item 1 Qty Part No./Description 7 1 Copper Cable Bus and Associated Labor to install(LCS—PA50) S&C proposes to provide three phase copper cable bus and the required terminations to connect one(1)Vista to the transformer bushing. Price also includes the associated labor to install this cable connection in the field. Note:This item does not include the installation of the switchgear and ATC itself. Item Qty Part No./Description 8 1 38322111 Vista Portable motor operator for remote operation of Vista gear,in- cludes 50'cable and remote control. With S&C-provided 24VDC battery and charger Lead Time: Item 1: Drawings will be available 6 weeks after receipt of your formal purchase order in Chi- cago with complete ordering information. Shipment of the equipment will be scheduled 18-20 weeks after customer approval. Approval drawing time is not included in the lead-time pro- vided above. Any major changes during drawing approval review time may extend shipment lead time. Item 2:Drawings will be available 4-6 weeks after receipt of your formal purchase order in Chi- cago with complete ordering information. Shipment of the equipment will be scheduled 15-17 weeks after customer approval. Approval drawing time is not included in the lead-time pro- vided above. Any major changes during drawing approval review time may extend shipment lead time. Item 3: Drawings will be available 8 weeks after receipt of your formal purchase order in Chi- cago with complete ordering information. Shipment of the equipment will be scheduled 19-21 weeks after customer approval. Approval drawing time is not included in the lead-time pro- vided above. Any major changes during drawing approval review time may extend shipment lead time. Item 8: Lead time 8 weeks ARO. Terms of delivery: Prices are F.O.B.common carrier shipment point,with cheapest transportation pre- paid (allowed)to common carrier delivery point nearest first destination on shipments with net invoice value of$5,000.00 or more. On shipments with less than$5,000.00 net invoice value,prices are F.O.B. common carrier shipment point,freight collect or prepaid and added to the invoice. This quotation is valid for 180 days from the above date. Page 5