Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 54750
A ,u RECEIVED GIN OF FORT WORTH CINSCCRETARY FoRTWORTH CONTRACT FOR THE CONSTRUCTION OF Village Creek Water Reclamation Facility Please llI ;Electrical Improvements Betsy Price Mayor City Project No. CO264 8-11 David Cooke City Manager Christopher Harder, P.E. Water Director Farida Goderya, P.E. Project Manager Prepared for The City of Fort North Water Department September 2020 Issued for Construction G-Lipta & Associates, Inc CONSULTING ENGJNEERING In association with METRO M ENGINEERING INC OFFICIAL RECORD FORTW6RTH CONTRACT FOR THE CONSTRUCTION OF Village Creek Water Reclamation Facility Phase II Electrical Improvements City Project No. CO2648-11 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PUNF.ET GUPTA, "TEXAS P.E. NO. 115692 ON 06/18/2020. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACC. 9/15/2020 Prepared for The City of Fort Worth Water Department September 2020 Issued for Construction AlGupta & associates, Inc CONSULTING ENGINEERING Texas Board of Professional Engineers Firm Registration Number: F-2593 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS Project No. CO2648-II ELECTRICAL RESPONSIBLE ENGINEER Division 26 - Electrical 26 00 00 Electrical - General Provisions 26 04 10 Electrical Buildings (EBG) 26 05 19 Low -Voltage Wires and Cables 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceways, Boxes, Enclosures and Fittings 26 05 36 Cable Tray 26 05 43 Underground System 26 05 73 Power System Study 26 22 13 Distribution Dry -Type Transformers 26 24 16 Low Voltage Generator Quick Connect Switchboards 26 24 16 Paneiboards 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 87 Electrical Contractor Provided Control Panels (ECPs) 2641 00 Lightning Protection System 2641 19 Electrical Demolition 26 43 13 Low Voltage AC Surge Protective Devices (SPDs) 26 50 00 Lighting System THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY PUNEET GUPTA, TEXAS P.E. NO. 115692 ON 06/1812020. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 09/15/2020 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS Project No. CO2648-II INSTRUMENTATION & CONTROLS RESPONSIBLE ENGINEER Division 40 o Instrumentation and Controls 4061 00 Instrumentation and Control — General Provisions 40 61 21 Process Control System Testing 4061 96 Control Loop Descriptions and 10 Listing 4071 00 Field Instrumentation 40 78 00 Panel Mounted Control Devices THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY LARRY J. REYNOLDS, TEXAS P.E. NO. 98651 ON 06118/2020. ALTERATION OF A SFALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 09/15/2020 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS Project No. CO2648-II CIVIL RESPONSIBLE ENGINEER Division 02 - Existing Conditions 0241 15 Paving Removal Division 03 - Concrete 03 34 16 Concrete Base Material for Trench Repair Division 31 - Earthwork 31 2500 Erosion and Sediment Control Division 32 — Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 12 16 Asphalt Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY LOUIS B. HUND III, TEXAS P.E. NO. 77643 ON 06/1612020. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 09/15/2020 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS Project No. CO2648-II STRUCTURAL RESPONSIBLE ENGINEER Division 03 - Concrete 031000 Concrete Formwork 03 15 16 Concrete Joints 03 20 00 Concrete Reinforcement 03 30 00 Cast in Place Concrete Division 05 o Metals 05 50 01 Anchorages THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY AMANDA M. SMAYDA, TEXAS P.E. NO. 113026 ON 0611812020. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 09/15/2020 CITE' OF FORT WORTH VILLAGE CREEK WRF PHASE 11 ELECTRICAL IMPROVEMENTS Project No. CO2648-II ELECTRICAL. RESPONSIBLE ENGINEER Division 26 Q Electrical 26 05 13 Medium Voltage Cables 26 12 19 Pad Mounted Transformers 26 13 22 Medium Voltage Sealed Dead -front Distribution Switchgear THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHOR ZED BY ALEXANDER NIZOV, TEXAS P.E. NO.85159 ON 0611812020. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 09/15/2020 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS Project No. CO2648-II INSTRUMENTATION & CONTROLS RESPONSIBLE ENGINEER Division 40 m Instrumentation and Controls 4061 96 Control Loop Descriptions and I10 List THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY ROGER WILLIAMSON, TEXAS P.E. NO 118882 ON 06I1 B12020. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. 09/15/2020 City ®f Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 22, 2020 REFERENCE NO,: **M&C 20-0699 LOG NAME: 60VCWRF PH ELECTRICAL -- GUPTA AND WINSTONELEC SUBJECT: (CD 5) Authorize Execution of Amendment No. 1 in the Amount of $235,325.00 to an Engineering Agreement with Gupta and Associates, Inc. for Village Creek Water Reclamation Facility Phase 11 Electrical Improvements, Authorize Execution of a Contract with Winston Electric Inc. dba ACME Electric in the Amount of $8,647,846.00 for Village Creek Water Reclamation Facility Phase II Electrical Improvements, Provide for Project Costs for a Project Total Amount of $9,780,894.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of Amendment No. 1 to City Secretary Contract No. 52516, an engineering agreement with Gupta and Associates, Inc., in the amount of $235,325.00 for construction support services for the Village Creek Water Reclamation Facility Phase II Electrical Improvements project for a revised contract amount of $977,102.00; 2. Authorize execution of a contract with Winston Electric Inc. dba ACME Electric in the amount of $8,647,846.00 for the Village Creek Reclamation Facility Phase 11 Electrical Improvements; 3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Reclamation Facility Phase 11 Electrical Improvements; and 4. Adopt the attached Appropriation Ordinance adjusting appropriations in the Water and Sewer Commercial Paper fund by increasing appropriations in the amount of $9,545,569.00 for the Village Creek Reclamation Facility Phase II Electrical Improvements project (City Project No. CO2648) and decreasing appropriations in the Unspecified Project (City Project No. UNSPEC) by the same amount. DISCUSSION: The City of Fort Worth owns and operates the Village Creek Water Reclamation Facility (VCWRF), a 166 million gallons per day (MGD) plant, comprised of primary, secondary and tertiary treatment, anaerobic digestion, chlorine disinfection and de -chlorination. The VCWRF was originally constructed in the 1950's as a 5 million gallon per day (MGD) plant and expanded in incremental steps over time to its present rating of 166 MGD. Electrical equipment and components have been installed over many years as the plant has expanded, with some equipment close to 40 years in age. On June 25, 2019 (M&C C-29185), the City Council authorized an engineering agreement with Gupta and Associates, Inc. (City Secretary Contract No. 52516), in the amount of $741,777.00, for the design of Phase II Electrical Improvements at VCWRF. As part of Amendment No. 1, the engineer will perform basic construction support services including shop drawings and submittals reviews, change order review, record drawings and update plant operational preparation. Construction of the project was advertised for bid on June 18 and 25, 2020 in the Fort Worth Star Telegram. On July 30, 2020 the following bids were received: Bidder Base Bid + Alternates Al and A2 Contract Time Clark Electric, Inc.* $6,448,267.00 Winston Electric Inc. dba 655 Calendar ACME Electric`* $8 647,846.00 Days Facility Solutions Group, Inc. $g 200,600.00 *Clark Electric, Inc. was determined to be non -responsive to the contract documents due to failure to comply with the contract specifications. **Staff recommends award of contract to Winston Electric, Inc. dba ACME Electric. In addition to the contract cost, $446,202.00 is required for project management and inspection and $216,196.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when complete. Funding for VCWRF Phase 11 Electrical Improvements is depicted below: Fund Existing Appropriations Additional Appropriations Project Total* ter Sewer ds 2016 - r $612,800.00 $0.00 $612,800.00 d 56005 IN&S Capital Project 2018 - $11,475,000.00 $0.00 $11,475,000.00 Fund 56014 WS Capital Project 2019 - $941,777.00 $0.00 $941,777.00 Fund 56016 Commercial Paper - Fund $0.00 $9,545,569,00 $9,545,569.00 9 Project Total $13,029,577.00 $9,545,569.00 $22,575,146.00 *Numbers rounded for presentation purposes. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) 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 & Sewer fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately 2.3 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 approved the Water Department's Fiscal Year 2020-2024 Five -Year Capital Improvement Plan on September 17, 2019. This City Council approved 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 Statements, 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 other 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. MIWBE OFFICE: Winston Electric Inc. dba ACME Electrical Contractors is in compliance with the City's BDE Ordinance by committing to five percent MBE participation on this project. The City's MBE goal on this project is five percent. MANSE OFFICE: Gupta & Associates, Inc. is in compliance with the City's SIDE Ordinance by committing to 21 percent SSE participation on this amendment. The City's SBE goal on this Amendment No. 1 is 20 percent. Additionally, Gupta & Associates, Inc. is a certified M/WBE firm. The project is located in COUNCIL DISTRICT 5 and serves all COUNCIL DISTRICTS. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper fund for the VCWRF Phase It Electrical Improvements project. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs)- TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year (Chartfield 2) FROM Department Account Project Program ctivity Budget Reference # moun ��Fund ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Chris Harder (5020) Farida Goderya (8214) ATTACHMENTS 1. 60VCWRF PII ELECTRICAL GUPTA AND WINSTONELEC 56019 A020 R4 .docx (Public) 2. 60VCWRF PII ELECTRICAL —GUPTA AND WINSTONELEC funds avail.docx (CFW ]nternal) 3. 60VCWRF PIIELECTRICAL - GUPTAANDWINSTONELEC FID Table (NN 08.11.20).xisx (CFW Internal) 4. 60VCWRF PIIELECTRICAL - GUPTAANDWINSTONELEC Reimb Resolution (NN 08.25.20).docx (Public) 5. Compliance Memo for ACME.pdf (CFW Internal) 6. Compliance Memo for Gupta.pdf (CFW Internal) 7. Form 1295 Gupta.pdf (CFW Internal) 8. Form 1295 Acme.edf (CFW Internal) 9. Gupta SAM. df (CFW Internal) 10. M & C Map - 60VCWRF PII ELECTRICAL GUPTA AND WINSTON ELEC.pdf (Public) 11. Winston SAM.pdf (CFW Internal) Home Legislation Details Reports File #: Type: File created: On agenda: Title: Attachments: History (1) 1 record Date Calendar City Council M&C 20-0699 Version: 1 Departments Name: Sian In Q a O S-;.are : -. RSA Aft�rt� Award of Contract Consent Status: Passed 9/17/2020 In control: CITY COUNCIL 9/22/2020 Final action: 9/22/2020 (CD 5) Authorize Execution of Amendment No. 1 in the Amount of $235,325.00 to an Engineering Agreement with Gupta and Associates, Inc. for Village Creek Water Reclamation Facility Phase II Electrical Improvements, Authorize Execution of a Contract with Winston Electric Inc. dba ACME Electric in the Amount of $8,647,846.00 for Village Creek Water Reclamation Facility Phase II Electrical Improvements, Provide for Project Costs for a Project Total Amount of $9,780,894.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance 1. M&C 20-0699, 2. M & C Map - 60VCWRF PII ELECTRICAL GUPTA AND WINSTON ELEC.pdf, 3. 60VCWRF PHELECTRICAL - GUPTAANDWINSTONELEC Reimb Resolution (NN 08.25.20).pdf,, 4. 60VCWRF PII ELECTRICAL GUPTA AND WINSTONELEC 56019 A020(R4).pdf Text Group Export Ver 9/22/2020 1 Action By Action Result Action Details Meeting Details Video CITY COUNCIL Approved Action details Meeting details Not available FORT WORTH., City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 - 1 STANDARD CONSTRUCTION SPECIFICA'r1ON DOCUMENTS Page 1 of4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 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 Prequalification 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 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 11 00 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 3213 Schedule of Values 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 3500 Special Procedures 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 01 60 00 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 01 7719 Closeout Requirements 01 7823 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICAT10N DOCUMENTS City Project No. C29185 June 2020 000000-2 STANDARD CONSTRUCTION SPECWTCATION DOCUMENTS Page 2 of4 Division 02 - Existing Conditions 0241 15 Paving Removal Division 03 - Concrete 03 1000 Concrete Formwork 03 15 16 Concrete Joints 03 20 00 Concrete Reinforcement 03 30 00 Cast in Place Concrete 03 34 16 Concrete Base Material for Trench Repair Division 05 - Metals 05 50 01 Anchorages Division 26 - Electrical 26 00 00 Electrical - General Provisions 26 04 10 Electrical Buildings (EBG) 2605 13 Medium Voltage Cables 2605 19 Low -Voltage Wires and Cables 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceways, Boxes, Enclosures and Fittings 26 05 36 Cable Tray 26 05 43 Underground System 26 05 73 Power System Study 26 12 19 Pad Mounted Transformers 26 13 22 Medium Voltage Sealed Deadfront Distribution Switchgear 26 22 13 Distribution Dry -Type Transformers 2624 16 Low Voltage Generator Quick Connect Switchboards 26 24 16 Panelboards 26 24 19 Low Voltage Motor Control Centers 2627 13 Power Metering and Protective Relays 26 27 26 Light Switches and Receptacles 2628 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 262987 Electrical Contractor Provided Control Panels (ECPs) 26 41 00 Lightning Protection System 2641 19 Electrical Demolition 2643 13 Low Voltage AC Surge Protective Devices (SPDs) 26 50 00 Lighting System Division 31 - Earthwork 31 25 00 Erosion and Sediment Control Division 32 — Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 12 16 Asphalt Paving 32 1320 Concrete Sidewalks Driveways and Barrier Free Ra1ns 32 I6 13 Curb Out and Valley Gut Division 40 - Instrumentation and Controls CITY OF PORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C29185 June 2020 000000-3 STANDARD CONSTRUCTION SPECTFICA11ON DOCUMENTS Page 3 of 4 4061 00 instrumentation and Control — General Provisions 40 61 21 Process Control System Testing 40 61 96 Control Loop Descriptions and IO Listing 40 71 00 Field Instrumentation 40 78 00 Panel Mounted Control Devices Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CI1'Y OF TORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. C29185 June 2020 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS PROJECT NO. CO2648-11 ADDENDUM NO. 1 Issued July 6, 2020 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 small 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 July 16, 2020 to July 30, 2020. SPECIFICATIONS: 2. Section 00 11 13 Invitation to Bidders a. Paragraph titled: Receipt of Bids: Delete July 16, 2020 and replace with following: "July 30, 2020" b. Paragraph titled: City's Right to Accept or Reject Bids: Delete paragraph and replace with following: "City reserves the right to waive irregularities and to accept or reject bids. The City will evaluate the base bid and bid alternatives to determine the best value and choose any combination of base bid and bid alternatives." 3. Section 00 41 00 Bid Form a. Delete specification in its entirety and replace with specification 00 41 00 Bid Form, attached to this addendum. 4. 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. 5. Section 00 45 12 Prequalification Statement a. Delete specification in its entirety and replace with specification 00 45 12 Prequalification Statement, attached to this addendum 6. Section 01 41 00 Summary of Work Addendum No. 1 Village Creek WRF Phase If Electrical Improvements July 06, 2020 a. Delete specification in its entirety and replace with specification 01 41 00 Summary of Work, attached to this addendum PLANS: 1. Sheets 02C01 to 02N05 (Sequence Nos. 37 — 65): Add General Note by Symbol: a. "WORK ASSOCIATED WITH RETURN SLUDGET PUMP STATION 7 SHALL BE INCLUDED IN BID ALTERNATE Al." 2. Sheets 06DE01 to 06N04 (Sequence Nos. 162 -- 185): Add General Note by Symbol: a. "WORK ASSOCIATED WITH STORM DRAIN PUMP STATION 2 SHALL BE INCLUDED IN BID ALTERNATE A2." 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. Reviewed and Approved By: GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE t 07/06/2020 Farida Goderya, PhD, PE Senior Project Manager Water Department Addendum No. 1 2 Village Creek WRF Phase II Electrical Improvements July 06, 2020 CITY OF FORT WORTH VILLAGE CREEK WRF PHASE II ELECTRICAL IMPROVEMENTS PROJECT NO. CO2648-II ADDENDUM NO. 2 Issued July 17, 2020 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. Section 00 11 13 Invitation to Bidders a. Paragraph titled: City's Right to Accept or Reject Bids: Delete paragraph and replace with following: "City reserves the right to waive irregularities and to accept or reject bids. The City will evaluate the base bid and bid alternatives and choose any combination of base bid and bid alternatives." 2. Section 00 41 00 Bid Form a. Delete specification in its entirety and replace with specification 00 41 00 Bid Form, attached to this addendum. 3. 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. 4. Section 26 27 26 Light Switches and Receptacles a. Correct header for the section to "26 27 26 Light Switches and Receptacles." 5. Section 26 04 10 Electrical Buildings (EBG) a. Add 1.01.D as "Equipment Manufacturer shall provide line by line specification compliance. Note Compliance (C), Deviation (D) with an explanation for the deviation, and Exception (E) with explanation for the exception. C, D and E shall be listed by each paragraph of the specification section in the margins. If more room is required for explanations, attach them to the noted specification section in the submittals listed by its corresponding numbered paragraph." b. Delete 1.02.B and 1.02.0. 6. Section 26 13 22 Medium Voltage Sealed Deadfront Distribution Switchgear a. Revise 1.01.13. as "Equipment Manufacturer shall provide line byline specification compliance. Note Compliance (C), Deviation (D) with an explanation for the deviation, and Exception (E) with explanation for the exception. C, D and E shall be listed by each Addendum No. 2 Village Creek WRF Phase II Electrical Improvements July 17, 2020 paragraph of the specification section in the margins. If more room is required for explanations, attach them to the noted specification section in the submittals listed by its corresponding numbered paragraph." II. PLANS: 1. Sheet OOE03 (Sequence No.11): a. Add note 36 as "Field route ductbanks to avoid existing utilities." 2. Sheet OOE04 (Sequence No. 12): a. Correct alignment for note callout 2 for section 1 in Detail E01." 3. Sheet OOE07 (Sequence No.15): a. Add expansion fitting for Detail E26. b. Change ground rod to copper clad steel ground rod for Detail E30. 4. Sheet OOE09 (Sequence No.17): a. Add notes by symbol 13 as "Roadway Rated." Add note callout for Detail A. b. Add notes by symbol 13 as "Roadway Rated." Add note callout for Detail B. 5. Sheet OONO3 (Sequence No.23): a. Add expansion proof seals on instrument wiring conduit for Detail A and Detail B. 6. Sheet 01 E03 (Sequence No.29): a. Add General Note 1 as "Install all wires and conduits whether shown on the floor plans or not." b. Revise note 1 in notes by symbols to "Refer to sheets 02E08, 03E19 and 04E19 for control station mounting detail." c. Remove terminal in MCC for field wiring symbol in rung 10 for On/Off switch. 7. Add General Note 1 as "Install all wires and conduits whether shown on the floor plans or not." to the following sheets, a. 01 E04 (Sequence No. 30) b. 01 E05 (Sequence No. 31) c. 01 E06 (Sequence No. 32) d. 01 E07 (Sequence No. 33) e. 01 E08 (Sequence No. 34) f. 01 E09 (Sequence No. 35) g. 01E10 (Sequence No. 36) 8. Sheet 02DE01 (Sequence No. 39): a. Show all ductbanks sections 1 through 7 demolished. Show on site plan. 9. Sheet 02DE02 (Sequence No. 40): a. Add General Note: Addendum No. 2 Village Creek WRF Phase If Electrical Improvements July 17, 2020 2 "4. Cut and grout all in slab conduits exposed by the MCC flush with surface." b. Change note callout from 4 to 5 for circuit no.11. c. Demolish wires and conduits between starters and pumps and starters and remote devices for circuit numbers 13 and 14. 10. Sheet 02E12 (Sequence No. 56): a. Delete callout for note number 5. b. MLC-21 Panelboard Schedule: Change Mounting surface from NEMA 1 to NEMA 4X. Add rating for Mains as 60A. 11. Sheet 02E13 (Sequence No. 57): a. MLC-23 Panelboard Schedule: Change Mounting surface from NEMA 1 to NEMA 4X. Add rating for Mains as 60A. Change load description for circuit no.4 to "Scum Pump No.10 Sump Pump Receptacle." 12. Sheet 02E16 (Sequence No. 60): a. Revise conduit tag for power quality meter PM-RS7 from RT15-121 to RT15-122. 13. Sheet 07DE01 (Sequence No.188): a. Delete all Notes by symbols. 14. Sheet 07DE02 (Sequence No.189): b. Add General Note: "4. Cut and grout all in slab conduits exposed by the MCC flush with surface." 15. Sheet 07DE06 (Sequence No. 193): a. Riser Diagram: Show demolition of MCC-FA2. 16. Sheet 07DE07 (Sequence No.194): a. Correct references for photographs A, B and C from 07DE02 to 07DE05. b. Photograph F: Correct name from washwater pump control panel to Backwash Waste Pump Station No. 3 Relay Panel. Show demolition of Backwash Waste Pump Station No.3 Relay Panel. 17. Sheet 07DE09 (Sequence No.196): a. Correct description for photograph V to Chlorine Contactor Basin Drain PS No.31. b. Correct description for photograph W to Chlorine Contactor Basin Drain PS No.32. 18. Sheet 07E02 (Sequence No.198): a. Correct reference for ductbank section 29 callout from 07E03 to 07E06. b. Delete callout for ductbank section 29. The ductbank section on the west of the EMH-604 shall be 29. 19. Sheet 07E06 (Sequence No.202): a. Ductbank section 22: Change conduit tag for conduit number 7 from spare to RT32-140 with description as Power Monitoring from MCC-FA2 to RTU-32. Addendum No. 2 3 Village Creek WRF Phase It Electrical Improvements July 17, 2020 20. Sheet 07E10 (Sequence No. 206): a. Add 3/"C for conduit size and #12 wire size for circuit no. 44 for LFA2A panel board schedule. b. Provide GFI breakers for circuit numbers 7 and 9 for LFA-2A panel board schedule. 21. Sheet 07E11 (Sequence No. 207): a. Revise main breaker rating from 250A/3P to 225A/3P. 22. Sheet 07E12 (Sequence No. 208): a. Add general note "2. Provide conduit cover where necessary to avoid trip hazards. 23. Sheet 07E13 (Sequence No. 209): a. Add general note "5. Provide conduit cover where necessary to avoid trip hazards. b. Revise Notes by symbol 3 as "Replace existing Backwash Waste P.S. No.3 Relay Panel." 24. Sheet 07E16 (Sequence No. 212): a. Add general note "5. Verify the location and reconnect all existing loads to the new power source. Refer riser diagram on this sheet for conduit runs. b. Service Water Pump Station No. 3 Booster and Chlorine Injection Unit Plan: Correct ductbank section callout from 36 to 28. 25. Sheet 07E18 (Sequence No. 214): a. Riser Diagram: Correct conduit tag from JP-606 to EMH-604 to LFA2A-19,20,22. 26. Sheet 07E22 (Sequence No. 218): a. Add analog signal with conduit tag RT32-140 with wire size Al from Power Quality Meter PM -Chlorine in MCC-FA2 to RTU-32. 27. Sheet 07N05 (Sequence Nos. 224): In the table for RTU-32 10 list, raw 109 and 110, add the following to the 'NOTES' column: a. "This signal shall be replaced with new one from new MCC-FA2." 28. Delete the following sheets their entirety and replace with the new sheets attached in this addendum. a. 02E01 (Sequence No. 45) b. 02E02 (Sequence No. 46) c. 02E03 (Sequence No. 47) d. 02E04 (Sequence No. 48) e. 02E05 (Sequence No. 49) f. 02E06 (Sequence No. 50) g. 02E0$ (Sequence No. 52) h. 02E10 (Sequence No. 54) i. 02E11 (Sequence No. 55) Addendum No. 2 4 Village Creek WRF Phase II Electrical Improvements July 17, 2020 j. 02E14 (Sequence No. 58) k. 02E15 (Sequence No. 59) I. 06E05 (Sequence No. 172) m. 07DE05 (Sequence No. 192) n. 07E01 (Sequence No. 197) o. 07E04 (Sequence No. 200) p. 07E05 (Sequence No. 201) q. 07E07 (Sequence No. 203) r. 07E08 (Sequence No. 204) s. 07E09 (Sequence No. 205) t. 07E14 (Sequence No. 210) u. 07E15 (Sequence No. 211) v. 07E17 (Sequence No. 213) w. 07E21 (Sequence No. 217) x. 07NO2 (Sequence No. 221) y. 071\103 (Sequence No. 222) III. CONTRACTOR'S QUESTIONS.' 1. Prints sheet 06E05 note #4 states "All exposed conduit is to be PUG coated RGS'. WWTP specs show in 26-05-33 page 12 section 3.01 states "No Rigid Steel conduit is to be used on site." Answer: Refer to changes made to the sheet as part of this addendum. 2. Sheet 06E05... is note #3 representing strut or conduit? Answer: Refer to changes made to the sheet as part of this addendum. 3. Sheet 06E05 has 5 notes by symbol but has no symbol descriptions. We need to know what each note symbol needs. Answer: Refer to changes made to the sheet as part of this addendum. 4. Page E7DE01 has a description of note by symbol "Y but has no symbol 3. Answer: Refer to changes made to the sheet as part of this addendum. 5. Page E7DE01 Note by symbol 1 instructs to demo existing MCC-FA2. Can't find symbol to know location. Answer: Refer to changes made to the sheet as part of this addendum. 6. Page E7E21 and other locations throughout... What is the fabrication intent of the "prefabbed electrical bldgs."? Are they supposed to be fully encased with all gear and equipment built in? Some of the details show entry windows and some don't. All of them show concrete pads under MCCs, if they are to be fully fabbed and encased how can there be a concrete pad? Answer: Refer to changes made to the sheet as part of this addendum. Addendum No. 2 5 Village Creek WRF Phase II Electrical Improvements July 17, 2020 7. Page 02E10 and other locations throughout show 120 volt receptacles to have 3 #12s and a #12 ground, this is 4 #12s total, but what is the purpose of the 4th wire? Answer: Refer to changes made to the sheet as part of this addendum. 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. Reviewed and Approved By; Farida Goderya, PhD, PE Senior Project Manager Water Department GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE 7/17/2020 Addendum No. 2 6 Village Creek WRF Phase II Electrical Improvements July 17, 2020 CITY OF FORT WORTH VILLAGE CREEK WR>f= PHASE II ELECTRICAL IMPROVEMENTS PROJECT NO. CO2648-II ADDENDUM NO. 3 (issued July 24, 2020) BID OPENING July 30, 2020 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. Section 26 05 43 Underground System a. Revise section 2.01.A as follows: "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 1 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal." II. PLANS: 1. Sheet OOS01 (Sequence No. 4): Modify "Pad Preparation and Dewatering" Note B to read as follows: a. Prior to placing fill material, remove all organic and other deleterious material from the existing subgrade for a distance of 5 feet beyond the foundation perimeter, to a depth of 11 feet below final subgrade elevation. Remove additional material as required to place a minimum of 1 feet of structural fill beneath the building slab. Where existing utilities and structures are located within the excavation footprint, the distance of excavation beyond the footing perimeter may be reduced. Contractor shall notify Engineer of all locations where a conflict exists. 2. Sheet 02501 (Sequence No. 38): Add Plan Note 6 as follows: a. Contractor shall coordinate final dimensions of the foundation with the Electrical Building manufacturer. Contractor shall notify Engineer if building dimensions differ from those shown. Sheet 02E07 (Sequence No. 51): a. Revise riser diagram as shown below, Addendum No. 3 Village Creek WRF Phase If Electrical Improvements July 24, 2020 ELE I.- AL PIED EU a 3 SECONDARY EFFLUENT BOX O RISER DIAGRAM A 4. Sheet 03501 (Sequence No. 67): Add Plan Note 6 as follows: a. Contractor shall coordinate final dimensions of the foundation with the Electrical Building manufacturer. Contractor shall notify Engineer if building dimensions differ from those shown. 5. Sheet 03DE01 (Sequence No. 68): a. Add new Equipment No. J with Equipment Tag Chlorine Injection Vault to the equipment table. b. Add General Note 1 as "Demolish existing ductbanks for the loads fed from new power source." 6. Sheet 03DE02 (Sequence No. 69): a. Show existing Return Sludge Pump RS22 for circuit number 4 same as other RS pumps. b. For circuit no. 7, remove pump load. Show existing breaker feeding WAS Pump WS-21 valve through disconnect. Show demolition for wire and conduits only. No demolition for valve and disconnect. c. Unhatch V.S. Controller shown in MCC for circuit nos. 1,2,3,4 and 8. 7. Sheet 03DE05 (Sequence No. 72): a. Move Notes by Symbol 6, 8, 9 and 10 to General Notes. b. Renumber Notes by Symbol 7, 11, 12 and 13 to Notes by Symbol 6, 7, 8 and 9. c. Add callout for Note by Symbol 2 on Upper Level Plan to Return Sludge Pump RS-21, Return Sludge Pump RS-22, Return Sludge Pump RS-23 and Return Sludge Pump RS- 24. d. Add callout for Note by Symbol 6 & 7 on Upper Level Plan to Existing MCC-RS2. e. Add callout for Note by Symbol 2 on Lower Level Plan to WAS Pump WS-21 and Sump Pump. 8. Sheet 03E02 (Sequence No. 79): a. Ductbank Section 2: Add conduit tag MCRS2-9P/C to conduit no. 5. b. Ductbank Section 2: Add conduit tag MCRS2-22P to conduit no. 7. c. Ductbank Section 3: Add conduit tag LRS2-19 to conduit no. 6. d. Ductbank Section 3: Add conduit tag LRS2-20,28 to conduit no. 7. e. Ductbank Section 4: Change conduit tag "MCKS-7P" on conduit no.1 to "MCRS2-7P" Addendum No. 3 2 Village Creek WRF Phase II Electrical Improvements July 24, 2020 f. Ductbank Section 7: Change conduit tag "MCRS2-7P-16P" on conduit no.1 to "MCRS2- 22P". g. Ductbank Section 8: Change conduit tag "RT12-106, 108" on conduit no. 2 to "Spare" and change description on the conduit to "Pullstring". 9. Sheet 03E03 (Sequence No. 80): a. Ductbank Section 9: Change conduit tag "MCRS2-16P" on conduit no. 1 to "MCRS2-15P, 22P". b. Ductbank Section 10: Change conduit tag "MCRS2-16P" on conduit no. 1 to "MCRS2- 15P, 22P". c. Ductbank Section 10: Add conduit tag LRS2-28 to conduit no. 2. d. Ductbank Section 12: Add conduit tag LRS2-39 to conduit no. 1. e. Ductbank Section 15: Remove "RT12-177" from conduit no.2. f. Ductbank Section 16: Add conduit tag RT12-168 to conduit no. 2. g. Ductbank Section 16: Add conduit tag RT12-118, 119 to conduit no. 4 and change the conduit size to 2"C. h. Ductbank Section 16: Change the conduit size to 2"C on conduit no.3. i. Ductbank Section 17: Add conduit tag MCRS2-9PIC to conduit no. 5. j. Ductbank Section 17: Change conduit tag "MCRS2-22P" on conduit no. 6 to "MCRS2- 21 P". k. Ductbank Section 17: Add conduit tag LRS2-19,20 to conduit no. 8. I. Ductbank Section 19: Add conduit tag MCRS2-9PIC to conduit no. 5. m. Ductbank Section 19: Change conduit tag "MCRS2-22P" on conduit no. 6 to "MCRS2- 21 P, 10P". n. Ductbank Section 19: Add conduit tag LRS2-19,20 to conduit no. 8. 10. Sheet 03E04 (Sequence No. 81): a. Change wire sizes for conduit tags RS2-M and GEN-M to 2(4#250KCMIL, #250KCMILG,3"C). 11. Sheet 03E05 (Sequence No. 82): a. Change the trip setting on MCC-RS2 circuit 18 to "30AT". b. Add "Enclosure - NEMA 12" to Panel LRS2 panelboard schedule table. 12. Sheet 03E06 (Sequence No. 83): a. Change the description on Panel L2 circuit 9 to "Return Sludge Pump RS2 Sump Pump". Add wire size 12 and conduit size %" to this circuit. 13. Sheet 03E08 (Sequence No. 85): a. WAS & RAS Pump Riser Diagram — Add WC to signal wire between MCC and Eddy Current Controller. b. WAS & RAS Pump Riser Diagram —Add 2"C to signal wires between MCC and wireway. c. WAS & RAS Pump Riser Diagram —Add 1"C to signal wires between Eddy Current Controller and wireway. d. Sump Pump Riser Diagram —Add #12G between Sump Pump Control Panel to Termination Cabinet TC. e. Sump Pump Riser Diagram —Add 1"C to the Manufacturer Cables from Sump Pump and levels to Termination Cabinet TC. Addendum No. 3 3 Village Creek WRF Phase II Electrical Improvements July 24, 2020 14. Sheet 03E09 (Sequence No. 86): a. Electrical Building Power and Grounding — Change conduit tag "MCRS2-25P" to "MCRS2-11 P". b. Electrical Building Power and Grounding — Change conduit tag "MCRS2-27P" to "MCRS2-18P". 15. Sheet 03E10 (Sequence No. 87): a. Final Clarifier Distribution Box — Add conduit tag "RT12-106,108" to the ductbank from the pullbox to the clarifiers. b. Scum Pump Riser Diagram — Add conduit tag "LPRS-28" from Panel LRS2 to junction box J. c. Scum Pump Riser Diagram — Delete conduit and conduit tag "RT12-106,108" from junction box J. d. Scum Pump Riser Diagram — Change conduit tag "RT12-106,108,109" to conduit tag "RT12-109". e. Scum Pump Riser Diagram — Add conduit tag "LPRS-14" from junction box J to Lights & Receptacles. f. Scum Pump Riser Diagram — Add conduit tag "LPRS-28" from junction box J to Sump Pump. 16. Sheet 03E11 (Sequence No. 88): a. Riser Diagram — Add conduit from JP-46 to Panel LRS2. Add conduit tag "LRS2- 15,17,33,35" to the conduit. b. Riser Diagram —Add conduit from JP-46 to MCC-RS2. Add conduit tag "MCRS2-7P, 13P" to the conduit. c. Riser Diagram — Add conduit from JC-46 to RTU-12. Add conduit tag "RT12-106, 108" to the conduit. 17. Sheet 03E12 (Sequence No. 89): a. Final Clarifier Flow Meter Vault Riser Diagram — Change conduit tag from JC-202 to Existing Flow Transmitter to "RT12-117". 18. Sheet 03E13 (Sequence No. 90): a. Add a General Note 4 "Refer to sheet 30DE01 for Equipment Tags". b. Add a Note by Symbol 2 "Contractor to verify required power to the pumps and provide necessary wires and conduits from the closest power source." Add a callout for Note by Symbol 2 near Equipment no. 308 and Equipment no.408 on the Site Plan. 19. Sheet 03E17 (Sequence No. 94): a. Add conduit tag "RT2-118, 119" to conduit between MCC-RS2 to EMH-RS22 and from JC-201 to RTU-12. b. Change conduit tag "MCRS2-9P, 15P, 25PIC" from EMH-RS22 to JP-201 to "MCRS2-9P, 16P, 21 P". c. Change conduit tag "MCRS2-15P" from JP-201 to Electric Unit Heater to "MCRS2-21 P". d. Change conduit tag "MCRS2-25PIC' from JP-201 to WAS Pump No.21 Valve to "MCRS2-16P". 20. Sheet 03E18 (Sequence No. 95): a. Add Note by Symbol 5 to Equipment no.310, 410, 312 and 412 on conduit from AE to AIT. Addendum No. 3 4 Village Creek WRF Phase it Electrical Improvements July 24, 2020 21. Sheet 03E20 (Sequence No. 97): a. Ductbank Section 23 - Change conduit tag on conduit 1 to "L2-2,4". b. Ductbank Section 25 - Change conduit tag on conduit 2 from "RT12-180, 161, 162, 163" to "RT12-160, 161, 162, 163". c. Add reference to sheet 03E13 to all the ductbank sections. 22. Sheet 04S01 (Sequence No. 110): Add Plan Note 6 as follows: a. Contractor shall coordinate final dimensions of the foundation with the Electrical Building manufacturer. Contractor shall notify Engineer if building dimensions differ from those shown. 23. Sheet 04DE01 (Sequence No. 111): a. Add General Note 1 as "Demolish existing ductbanks for the loads fed from new power source." 24. Sheet 04DE05 (Sequence No. 115). a. Add note callout 5 for existing disconnect shown on lower level enlarged plan. b. Move notes 6 through 13 from notes by symbol to general notes. Renumber notes from 4 through 11. 25. Sheet 04DE06 (Sequence No. 116): a. Replace note 5 as follows: "Existing Sump Pump and light to remain. Reconnect power from new source." 26. Sheet 04E01 (Sequence No. 121): a. Change EHH to EMH. b. Add new EMH in the center of new ductbank section 13, south of EMH-38. 27. Sheet 04E02 (Sequence No. 122): a. Ductbank Section 1: Add 2" C as Conduit No.4 with a conduit tag RT11-119 from Selector Switch to RTU. b. Ductbank Section 1: Change conduit size from 3"C to 4" C for conduit no. 1,2 and 3. c. Ductbank Section 2: Delete circuit MCRS1-9P from conduit no.6. d. Ductbank Section 2: Correct sheet reference to 04E07. e. Ductbank Section 3: Replace RT11-115 with RT11-118 for conduit no.4. f. Ductbank Section 3: Add circuit number LRS1-20 to conduit no.5. g. Ductbank Section 3: Correct sheet reference to 04E07. h. Ductbank Section 5: Show conduit no.3 and 4 as spares with pullstring. i. Ductbank Section 7: Show conduit nos. 4 through 6 as spares with pullstring. J. Ductbank Section 8: Delete RT11-106, 108 from conduit no.2 Show it as spare with pull string. k. Ductbank Section 8: Replace RT11-107 with RT11-109. 1. Ductbank Section 8: Correct sheet reference to 04E10. 28. Sheet 04E03 (Sequence No. 123): a. Ductbank Sections 10 and 11: Correct sheet references to 04E07. b. Ductbank Section 12A and12A: Correct section numbers in the tables to respective ductcbank numbers. Addendum No. 3 5 Village Creek WRF Phase II Electrical Improvements July 24, 2020 c. Ductbank Section 13A: Revise conduit no.1 description as "Power to Panel DPRS1." d. Ductbank Section 15: Delete circuit MCRS1-9P from conduit no.6. e. Ductbank Section 15: Add circuit number LRS1-20 to conduit no.9. f. Ductbank Section 16: Replace RT11-115 with RT11-117 for conduit no.2. g. Ductbank Section 16: Correct sheet reference to 04E07. 29. Sheet 04E04 (Sequence No. 124): a. Change conduit tag for circuit number M1 to RS1-M. b. Change wire sizes for conduit tags RS1-M and GEN-M2P to 2(4#250KCMIL, #250KCMILG,3"C). c. Show Return Sludge Pump RS14 shown in circuit no.4 as existing. Change line type. d. Change description in the reference for circuit M1 to "To Transformer PA-19." e. Change scum pump number to SP7 for circuit number 15 description. f. Change description for circuit no. 16 to "WAS Pump No.13 valve." 30. Sheet 04E07 (Sequence No. 127): a. Add note callout for note 1 for the enlarged plan. b. Remove ductbank section 3 callout shown on the east side of the New Electrical Building. c. Correct sheet reference to 04E02 on the ductbank section 3 callout shown on the east side of the New Electrical Building. 31. Sheet 04E10 (Sequence No. 130): a. Correct Scum Pump name plate shown in Detail B to read as follows "Scum Pump SP7 Control Panel ERN#" b. Add conduit tag LRS2-14 for receptacle shown on Scum Pump riser diagram. 32. Sheet 04E11 (Sequence No. 131): a. Add General Note 6 as follows "Install all wiring whether shown on the floor plans or not." b. Move Note 8 from Notes by symbols to General Note 7. c. Add General Note 8 as follows:" Provide WP/GFI receptacle with in -use cover. d. Add note 7 callout for Final Clarifier No.1 and No.3 Plan. e. Add note 2 callout for riser diagram. 33. Sheet 04E12 (Sequence No. 132): a. Add General Note 6 as follows "Install all wiring whether shown on the floor plans or not." b. Move Note 8 from Notes by symbols to General Note 7. c. Add note 8 as follows:" Provide WP/GFI receptacle with in -use cover. d. Add note 8 callout for receptacle shown in Chlorine Injection Vault Riser. 34. Sheet 04E14 (Sequence No.134): a. Add conduit tag as "TX11-P" for conduit between transformer TX-L1 and Panel L1 for circuit no. 7 of Panel DPRS1A. b. Remove note callout for note no. 8 from circuit numbers 5, 6 and 7 of Panel DPRSIA. c. All disconnects shown on circuit numbers 1 through 4 for Panel DPRS1 are new. Show line weight to be bold for these disconnects. 35. Sheet 04E15 (Sequence No. 135): Add Plan Note 6 as follows: a. Add conduit tag for conduit between Sump Control Panel and JP-120 as DPRSIA-6 for meter vault 2. Addendum No. 3 6 Village Creek WRF Phase II Electrical Improvements July 24, 2020 b. Add conduit tag for conduit between Sump Control Panel and JP-120 as DPRSIA-5 for meter vault 1. c. Change note number from 14 to 12 for conduit shown between existing power panel DPRSIA and JP. d. Show MOV (103) as existing. Change line weight. e. Change conduit tag between JP-31 and MOV (103) to RT11-131. f. Change JI to JP for junction box shown with note no.9 in chlorine injection vault RS1. 36. Sheet 04E18 (Sequence No. 138): a. Change the RTU tag to RTU-11 in RTU description in second column of the interface diagram. b. Show separate conduits for header Temp and Header Pressure and tag the conduits as RT11-169 and RT11-170. Remove tag RT11-171. 37. Sheet 04E19 (Sequence No. 139): a. Add explosion proof seals for conduits shown in Detail G. 38. Sheet 04E20 (Sequence No. 140): a. Ductbank 22: Revise conduit tag for conduit no.1 to L1-1,3. b. Ductbank 22: Revise conduit tag for conduit no. 2 to DPRSIA-6. c. Ductbank 22: Revise conduit tag for conduit no. 3 to RTI 1-160,161,162,163. d. Ductbank 22: Change Meter vault No.3 to Meter vault No. 2 in the descriptions for conduit numbers 1,2 and 3. e. Ductbank 25: Revise conduit tag for conduit no. 2 to RT11-130,131,132,133. 39. Sheet 04E21 (Sequence No. 141): a. Revise notes by symbol 1 as follows "Refer to sheet 04E16 for wire and conduit." 40. Sheet 04E22 (Sequence No. 142): a. Add NEMA 4X 316 SS for Panel L1 enclosure shown in Detail A and both disconnects shown in Detail B. 41. Sheet 06E01, (Sequence No. 168) replace notes 7, 11 and 15 with the following notes 7, 11 and 15: ,,7. Provide and install new 15KV pad mounted switchgear, per specification section 26 13 22. 11. Install new cables from new transformer to new MCC main breaker. See table on sheet 06E02. 15. Install and terminate new cables along with proposed ductbank (see sheet 06E12) from portable generator quick connect box (it is located about 100 ft) north of MCC-SD2." 42. Reference drawing 06E02, (Sequence number 169) replace notes 8, 12 and 16 with the following notes 8, 12 and 16 and add note 21: T. Provide and install new 15KV pad mounted switchgear as per specification 26 13 22. 12. Install new cables from new transformer to new mcc main breaker. See below table. 16. Install and terminate new cables along with proposed ductbank (see sheet 06E12) from portable generator quick connect box (it is located about 100 ft) north of MCC-SD2. 21. Provide 18" base spacer as required to lift pad mounted switchgear and enclosure to allow use of existing opening in the vault (rectangular opening on sheet 06E02 is cables passage to vault)." Addendum No. 3 7 Village Creek WRF Phase II Electrical Improvements July 24, 2020 43. Reference Drawing 06E04, (Sequence number 171) replace notes 8, 12 and 16 with the following notes 8, 12 and 16: "8. Provide and install new 15KV pad mounted switchgear as per specification number 26 1322 12. Install new cables from new transformer to new MCC main breaker. See table on sheet 06E02. 16. Install and terminate new cables along with proposed ductbank (see sheet 06E12) from portable generator quick connect box (it is located about 100 ft) north of MCC-SD2." 44. Sheet 07S01 (Sequence No. 187): Add Plan Note 6 as follows: a. Contractor shall coordinate final dimensions of the foundation with the Electrical Building manufacturer. Contractor shall notify Engineer if building dimensions differ from those shown. 45. Delete the following sheets their entirety and replace with the new sheets attached in this addendum. a. 03E01 (Sequence No. 78) b. 03E15 (Sequence No. 92) c. 03E16 (Sequence No. 93) d. 03E22 (Sequence No. 99) e. 04E05 (Sequence No. 125) f. 04E06 (Sequence No. 126) g. 04E08 (Sequence No. 128) h. 04E09 (Sequence No. 129) i. 04E16 (Sequence No. 136) j. 04E17 (Sequence No. 137) 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. Reviewed and Approved By: kc - - Farida Goderya, PhD, PE Senior Project Manager Water Department Addendum No. 3 Village Creek WRF Phase II Electrical Improvements July 24, 2020 GUPTA AND ASSOCIATES, INC. Puneet Gupta, PE 4 pii.ausp..n.....••iiri� O PUN GUP A 0•.y ................ P�q:, 115692 7/23/2020 8 (13xU0111011111111111[d INVITATION TO BIDDERS 00 11 13 INVITATION TO BIDDERS 0� Page 1 of RECEIPT OF BIDS Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction Village Creek Water Reclamation Facility Phase 11 Electrical Improvements, City Project No. CO2648-II, ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST Thursday, July 30 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street, Fort Worth, Texas 76102 Bids will be accepted by: l . US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers, and broadcast through live stream and CFW public television, which can be accessed at http://fortworthtexas.goy/fwty/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 PM on the second City business day after the bid opening date, exclusive of the bid opening date. 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 Secondary Area. Electrical improvements include replacing 480V motor control centers, transformers, 15kV selector switches, associated wire and conduit at the following process areas: Return Sludge Pump Stations 7, Return Sludge Pump Stations 2, Return Sludge Pump Stations 1, Service Water Pump Station 2, Storm Drain Pump Station 2 and Chlorine Area. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. CO2648-I1 July 17, 2020 — Last Revised Add. 42 00 11 13 INVITATION TO BIDDERS Page 2 of 3 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 http://www.fortwortlitexas.gov/purchasing/ and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers at the following link: Design -Bid Plans & Specs https://docs.b360.autodesk.com/shares/feea8a4e-6ef2-402a-8a88-323303dbc8ae Addenda https://docs.b360.autodesk.com/shares/8f74b45a-a2bc-41 ac-a2f5-4bffdaOObdf4 PREBID CONFERENCE A non -mandatory prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: July 01, 2020 TIME: 9:00 AM Invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City reserves the right to waive irregularities and to accept or reject bids. The City will evaluate the base bid and bid alternatives and choose any combination of base bid and bid alternatives. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds and reserved by the City for the Project. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Goderya, PhD, PE, City of Fort Worth Email: Farida.Goderyanfortwortlitexas.gov Phone: 817-392-8214 AND Attn: Puneet Gupta, PE, Gupta & Associates, Inc. Email: pgotag Raiconsulting corn Phone: 972-490-7661 CITY OF FORT WORTII Vil[age Creek wRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. CO2648-11 July 17, 2020 ._ Last Revised Add. #2 00 11 13 INVITATION TO BIDDERS Page 3 of 3 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVID 19 emergency declaration, as amended, as it may relate to this project, bidders are requested to download the Plan Holder Registration form from BIM 360 and email to the City Project Manager and the Design Engineer, listed in INQUIRIES above. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will be posted in the City of Fort Worth's purchasing website at http://fortwoi-thtexas.goy/purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration forin to those listed in INQUIRIES above. ADVERTISEMENT DATES June 18, 2020 June 25, 2020 END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase lI Electrical hnprovements STANDARD CONSTRIJCTI0N SPECIFICATION DOCUMENT City Project No. CO2648-11 July 17, 2020 — Last Revised Add. 42 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page I of 10 1, 1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terns 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: httys://apps.fortworthtexas.gov/Pi-o-jectResoui-ces/ 3.1.1. Paving — Requirements document located at; https://gpl2s.fortwortlitexas. og v/ProojectResources/ResourcesP/02%20- %20Constnlction%2ODocuments/Contractor%2OPre ualification/TPW%2OPaviii %20Conti-actor%2OPregualificati on%2OPi-ogi-am/PREQ UALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%2000NTR.ACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting Requirements document located at; CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Temporarily Revised April 9, 2020 due to COVTDI9 Emergency —Adopted June 2020 0021 13 - 2 INSTRUC IONS TO BIDDERS Page 2 of 10 htti)s:Happs.foitwoitlitexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocwneiits/Contractor%2OPre ttalificatioil/TPW%2ORoadwa y%20and%2OPedestrian`%2OLi Ig Ming%2OPrequalitication%2OProgram/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3, Water and Sanitary Sewer — Requirements document located at; littps://apps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODoctunents/Contractor%2OPre ualification/Water%20and%2 OSanitary%2OSewer%2OContractor%2OPrequalification%20Pr_o_ gram/WSS%20p1_e qual%20requirem ents.pdf 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. 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place (federal, state, local) and for 30 days past the expiration of the emergency order with the furthest expiration date --- by day and month, will not be automatically disqualified from having the Bidder's bid opened. A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close of business on the 5`" day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder's bid non -responsive. If the prequalification renewal documents show the Bidder as now not -qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional submittaFreview process. 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: None. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. CO2648-11 Temporarily Revised April 9, 2020 due to COVIDI9 Emergency —Adopted June 2020 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 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 Iocal 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. 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. CITY OF FORT WORTH Village Creek MW Phase It Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 Temporarily Revised April 9, 2020 due to COVIDI9 Emergency — Adopted June 2020 0021 13 -4 INSTRUCTIONS TO BIDDERS Page 4 of 10 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. 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. 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. Cfl'Y OF PORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II Temporarily Revised April 9, 2020 due to COVIDI9 Emergency — Adopted June 2020 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 10 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated bipbenyls (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 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: pgupta(a)gaiconsultine.eom Phone: 972-490-7661 City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Farida Goderva, PE, Water Department Email: Farida.Goderya(a)fortworthtexas.gov Phone: 817-392-8214 CITY OF PORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'City Project No. CO2049-1I Tempora3tily Revised April 9, 2020 due to COVID 19 Emergency — Adopted June 2020 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 10 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 BIM360 at https://docs.b360.autodesk.com/sliares/8f74b45a-a2bc-41 ac-a2f5-4bffda00bdf4 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. 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 CITY OF FORT WOR 11 Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 "Temporarily Revised April 9, 2020 due to COVIDI9 Emergency — Adopted June 2020 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 10 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Temporarily Revised April 9, 2020 due to COVID 19 Emergency — Adoptcd June 2020 002113-5 INSTRUCTIONS TO BIDDERS Page 8 of 10 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. 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 CITY OF FORT WORTH Village Creek WRY Phase 1I Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Nu. CO2649-11 Temporarily Revised April 9, 2020 due to COVIDI 9 Emergency — Adopted June 2020 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 10 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 sutra 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 furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 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. CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Temporarily Revised April 9, 2020 due to COVI )19 Emergency — Adopted June 2020 0021 13 -10 IAISTRUCTIONS TO BIDDERS Page 10 of 10 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. 17.7.1. The contractor is required to fill out and sign 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 httys:/hvww.ethics.state.tx.us/data/forms/1295/1295.pe11' 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECTPICATION DOCUMENTS City Project No. CO2648-11 Temporarily Revised April 9, 2020 due to COVTDI 9 Emergency — Adopted June 2020 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of 2 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 be downloaded from the website links provided below. htty://www.ethics.state.tx.us/forms/CIO.go. h=://www.ethics.state.tx.us/forrns/ClSadf CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDEN: Winston Electric Inc, dba Acme Electric Company By: Brent MrDnni,-1 Company (Please Print) 5000 Martin Street Signature: Address Fort Worth, Texas 76119 Title: City/State/Zip END OF SECTION (Please Print) CITY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 20 H -- Adopted June 2020 Village Creek WRF Phase II Electrical Improvements City Project No. CO2649-11 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Village Creek Water Reclamation Facility Phase II Electrical Improvements City Project No.: CO2648-11 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 ridding 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 -Addendum 1 00 41 0000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal.As 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_ General Contractor b. Electrical Construction 4. Time of Completion 4.1. The Work will be substantially complete within 610 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 655 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, C1Q 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 $6,846,753.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 - Addendum 1 00 41 00_00 43 13 00 42 4300 43 3700 45 1200 35 13 Bid Proposal.xls Bid Alternate Al Bid Alternate A2 7. Bid Submittal This Bid is submitted on July 30, 2020 Respectfully submitted, fi i / By:. �/ (Signature) Brent McDaniel (Printed Name) Title: Estliiialtor Company: Winsion ElBr-jriC Inc, dha Acme Electric Company Address: 5000 M-iftin Stroot Fart Worth Texas,. 731 19 State of Incorporation: foxas Email: BmCoan!e!' aorneelect.oarn Phone: (817)654.1618 END OF SECTION 0041 00 BID FORM Page 3 of 3 $1,272,464 $528,629 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: 07/06/2020 Addendum No. 2: 07/17/2020 Addendum No. 3: 07/24/2020 Addendum No_ 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 - Addendum 2 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal.As 00 42 43 BrD PROPOSAL Aegc 1 of2 SECTION 00 42 43 PROPOSAL FORM "HIT PRICE 090 Riddoeo Appil pflo" Project Rees infarmation ! Biddee's Pmpoaai Bid�oRem Description m�Unit Qusid Unitmcc Bid Value Base Bid 1 Returm Pump Station 2 Area - Electrical Equipment LS 1 $357,365 $357,365 2 Return Pump Station 2 Area - Electrical Work LS 1 $341,000 $341,000 3 Retum Pump 5fatfon 2 Area - Yard Electrical LS 1 $895,000 $895,000 4 Return Pump Station 2 Area - Instrumentation & LS 1 $196,963 $196,963 Controls System _ -- _ __. _. -_- ._----_.-._ _.._ _.___._.._. _ __--_.-__-- 5 Retum Dump Station 2 Area - Structural LS 1 $68,750 $68,750 R®turn Pump 5iaticn 2 Area -Civil LS 9 $168,750 $168,750 7 Return Pump Station 1 Area - Electrical Equipment LS 1 $344,916 $344,916 8 Return Pump Station 1 Area - Bectrical Work LS 1 $431,000 $431,000 s R®turn Pump Station 7 Area -Yard Electrical LS 1 $808,000 $808,000 10 Return Pump Station 1 Area - Instrumentation & LS 1 $183,146 $183,146 Controls System 11 Return Pump StationIArea- Structural 1 $75,000 $75,000 -12 Return Pump Station 1 Area - Civil -- - LS 1 - $173,750 _. ---$173,750- -- Service Water Dump Station 2 Area - ElectricalEquipmentEquipment US 1 $86,902 $86,902 14 Service Water Pump Station 2 Area - Electrical Work LS 1 $61,000 -- $61,000 Service Water Pump Station 2Area - Yard Electrical- - LS -- - 1-- -$35,000 Yy - Y $35,000 16 Service Water Pump Station 2 Area - Instrumentation LS 1 $5,750 $5,750 & Controls System 17 Service Water Pump Station 2 Area - Structural LS 1 $7,500 $7,500 18 Chlorine Area - Electrical Equipment LS 1 $437,250 $437,250 LS -• -----1 ----- --- $272,000 _ - .. _ $272,000 - _ 20 Chlorine Area - Yard Electrical LS 1 $993,000 $993,000 21 Chlorine Area - Instrumentation & Controls System I.S. 1 $35,211 $35,211 22 Chlorine Area - Structural LS 1 $73,750 $73,750 23 Chlorine Area - Civil LS 1 $183,750 $183,75- 24 Miscellaneous Electrical and Instrumentation Items LS 1 $612,000 $612,OC- TatelBneeBld $6,846,753 Bid Alternate Ai Al., Return Pump Station 7 Area - Electrical Equipment LS 1 $313,469 $313,469 A1.2 Return Pump Station 7 Area -Electrical Work I.S. 1 $237,000 $237,000 Cn7 OF FORT WORTH STAMAMCON57R MONSPEMCAVONUOCUMkNO FoimR@YW20120120-Addeodom2 0041M 004313_0942.43 004331 0045 12 003513 BidPmposabds SECTION 00 42 43 PROPOSAL FORM UHQT PRICE 000 004243 HID PROPOSAL Pege2 oft Project Rem Infonnafian Bidder`s Proposal l3idt�stoitem Description Unitoe f Bid Quantity UnitPtice BidYalue A1.3 Return Pump Station 7 Area -Yard Electdaat LS 1 $444,000 $444,000 A1.4 Return Pump Station 7 Area - Instrumentation Zii LS 1 $127,995 $127,995 Controls System A1.5 Return Pump Station 7 Area - Structural LS 1 $50,000 $50,000 Al 6 Return Pump Station 7 Area - Civil - LS 1 $100,000 $100,00$ TatdDidAlternateAl(ItemsALI-A1.6) $1,272,464 Bid Alteraete A2 ---- ------ - ------ --- Storm Drain Pump Station 2 Area - Electrical ARA Equipment LS 1 $287,837 $287,837 A2.2 Storm Dram Pump Station 2 Area -Electrical Work LS 1 $126,000 $126,000 A2 3 Storm Drain Pump Station 2 Area -Mani Electrical LS 1 $81,000 $81,000 A2.4 Stonn Drain Pump Station 2 Area - Instrumentation & 1 $21,292 $2 i,292 Controls System _ _ _ _ ._Y _ - _ _ - A2.5 Storm Drain Pump Station 2 Area - Structural .._ ..__ LS t $12,500 $12,500� - Total Bid Alternate A2 (Items A21-A3. $528.629 Summery of Blds Total Base Old $6,946,753 Total Base Bid + Bid Alternate Al ---------- $8,119,217 Total Base Old * Bid Alternate A2 $7,375,382 Total Base Old + Bid Alternate Al #, Bid Alternate A3 $8,647,846 The Clty reserves the right to selet any of the fear witernatives Hsted above. MW OP SECUON CWY OF FORT WORTA STANDARD CONSTRUMON 9NDECAMN UMMU 1M Form Rw4sed2012012D-Addaod=2 004t00 p04313 004243 404337 004512 003$13 i)idPmpnLwJx SECTION 00 43 43 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 2 That we, WINSTON ELECTRIC, INC. DBA ACME ELECTRIC , known as "Bidder" herein and COLONIAL AMERICAN CASUALTY AND SURETY COMPANY a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in 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 bythese presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Village Creek Water Reclamation Facility Phase II Electrical Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same orfails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. 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. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 30th day of July , 2020. ATTEST: 1 L Witness as to Principa PRINCIPAL: WINSTON ELECTRIC, INC. DBA ACME ELE RIC BY: Signature %Anki brown Vice Pre-41dt Name andiitle CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20171109 00 41 00_00 4313_00 42 4300 43 37_00 45 1200 3513_13id Proposal.xis - A A &/4 - Witn s as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact 004313 BID BOND Page 2 of 2 Address: 5000 MARTIN STREET FORTH WORTH, TX 16119tri SURETY: COLONIAL AMERICAN CASUALTY AND SURETY COMPANY t BY: SI n re - W,H. Blanchard, ATTORNEY -IN -FACT Name and Title Address: 15303 DALLAS PARKWAY SUITE 800 ADDISON, TX 75001 Telephone Number: 972-774-2271 *Nate: If signed by an officer ofthe Surety Company, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20171109 00 410000 4313_00 42 4300 43 37_00 45 1200 3513_Bid Proposal.xis ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in ME force and effect on the date hereof, do hereby nominate, constitute, and appoint W.H. BLANCHARD, William Mitchell JENNINGS, Tracy L. MILLER, Lindsay GINGRAS and Katie ROGERS, all of Ft. Worth, Texas, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 18t1i day of duly, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Dice President C By; Dawn E. Brown Secretary State of Maryland County of Baltimore On this l8th day of July, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Scals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. y5,11Ui3[ltfy :i}1'j i�Fv !t=hftf4515\\ Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section &, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other life instruments on behalf of the Company, and may autborize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time.1f CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By --Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company maybe affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONYVaIEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this t. day of 14, Sflu I1I,��llwlllpppp r�1� SAL ut 4 r.n.N W�a�i �a,an�•�" By: Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.nortsfelaims(a)zurichna.com 800-626-4577 Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: Cons umerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZURICH' AVISO IMPORTANTE Para obtener information o para presenter una queja: Usted puede Ifamar al numero de tel6fono gratufto de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener information sobre com- paiilas, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reciamaci6n, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU PQLIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condici6n del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 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. 0 BIDDER: Winston Electric Inc, dba Acme Electric Company 5000 Martin Street Fort Worth Texas, 76119 END OF SECTION By: Brent McDaniel C- (Signature) Title: Estimator Date: July 30th 2020 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.As SECTION 00 45 11 BIDDERS PREQUALIFICATIONS PART 1 SUMMARY 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 4 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 Iimit 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. I. 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 firin'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 Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIPICA ION DOCUMENTS City Project No. CO2648-II Revised July 1, 2011 — Adopted June 2020 0045 11 -2 BIDDERS PRN.QUALIFICATIONS 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. S. 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. I , in those schedules where there is nothing to report, the notation of "None" or "NIA" 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 —Adopted June 2020 004511 -3 131DDERS PREQUALIFICATIONS Page 3 of 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 Phase TI Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 004511-4 BIDDERS PREQUAI ITTCATIONS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTI-I Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 —Adopted June 2020 00 45 12 BID FORM Page 1 of 1 SECTION UQ 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) fisted. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date W Inston Electric Inc, dba Acme Electric Company General Contractor Winston Efectric Inc, dba Acme Electric Electrical Construction Company Site/Civil Eagle Contractors NIA The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Winston Electric Inc, dba Acme Electric Company By: Brent McDaniel / 5000 Martin Street G f Fort Worth Texas, 76119 (Signature) Title: Estimator Date: July 30th 2020 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION[ SPECIFICATION DOCUMENTS Form Revised 20120120 - Addendum 1 Copy of 00 4100 Bid Proposal Workbookxls SECTION 00 45 13 BIDDER PREQUALIFWATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company 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 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 0045 13 - 2 BIDDER PREQUALWICA11ON 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, IS -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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised March 9, 2020 — Adopted June 2020 0045 13 - 3 BIDDEIt PRF.QUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, 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 Iess 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 WORflI Village Crock WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TI Revised March 9, 2020 — Adopted June 2020 004513-4 BIDDER PREQUAI,IFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I 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 had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 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? b. 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 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS City Project No. CO2648-11 Revised March 9, 2020 — Adopted June 2020 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of S 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 I 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648II Revised March 9, 2020 — Adopted June 2020 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership 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 WOKI'll Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised March 9, 2020 — Adopted June 2020 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET 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 Oh FORS' WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised March 9, 2020 — Adopted June 2020 0045 13 - 8 BIDDER PREQUALTFICA'FlON 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 correct 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. CO2648-IT Revised March 9, 2020 —Adopted June 2020 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. Winston Electric Inc, dba Acme Electric Company By: Ronny Brown Company (P) ase Print) 5000 Martin Street Signature:� Address Fort Worth Texas, 76119 Title: City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRA.NT Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared g6ft .. ra ro �,� , known to me to be the person whose name is subs�d to the forVCint9viie- nstrument, and acknowledged to me that he/she executed the same as the act and deed of X l e s r : C- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this .20% _day of 61 20o \\WpY $j"/j KAREN BARRINGTON Notary Public, State of Texas Notary Public in a r the State of Texas Comm. Expires 11-07-2022 ,,t,Notary 113 130019353 END OF SECTION CITE' OF FORT WORTH Village Creek WRIT Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised July 1, 2011 — Adopted June 2020 00 45 40 - 1 Minority Business Enteiprise Specifications Page 1 of 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 The City's MBE goal on this project is 5% 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 assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City of Fort Worth Project Manager or Department Designee. A faxed 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 contractin /su lier work: date. CITY OF FORT WORT14 Village Creek WRF Phase 1I Electrical Lnprovcments STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Temporarily Revised April, 6 2020 due to COVIDI4 Emergency — Adopted June 2020 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 BDE Office at (817) 392-2674. END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 Temporarily Revised April, 6 2020 due to COVIDI9 Emergency — Adopted June 2020 005243- I Agreement Page I of G SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 09/22/20 is made by and between the City of forth Worth, a Texas home rule municipality, acting by and througFl its duly authorized City Manager, ("City"), and Winston Electric, Inc. dba Acine Electric Company, 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. PROM CT 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 Declamation Facility Phase II Electrical Improvements City Project No. CO2648-11 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Woric in accordance with the Contract Documents an amount, in current fiends, of Eight Million Six Hundred Forty -Seven 'Thousand Eight Hundred Forty-Six.Dollars ($8,647,846.00). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be substantially complete within 610 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. The Work will be complete for Final Acceptance within 655 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. CITY OF FORT WORTH Village Creek WRF Phase 11 Elcctrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO26434I Revised 09/06/2019 005243-2 Agreement Page 2 of 6 4.2 Liquidated Damages Contractor recognizes that time is of the essence of this Agreement and that City will stiffer financial loss if the Wort is not completed within the times specified in -paragraph 4.1 above, plus any extension thereof allowed in accordance with Article 12of the General Conditions. The Contractor also recognizes the delays, expenses 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 arty such proof Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars ($650.00) for each day that expires after the tinge specified in Paragraph 4.1 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 Worlc 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 4.1 for Final Acceptance until the issues the Final Letter- of Acceptance. Article 5. CONTRACT DOCUW, NTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 4. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalifreation Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage bate 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 Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. Drawings. Addenda. 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: CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised 09/06/2019 005243-3 Ag reenient Page 3 of 6 a. Notice to Proceed. b. Field Orders. e. Change Orders. d. Letter of Final Acceptance. Article 6. MEMNIFICATION 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 alle2:ed or proven that all or some of the damages_ beinff sotight were caused, in whole or in hart, by any act, omission or nealiaence of the cc. 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 ci1y. Article 7.1VIISCELLANEOUS 7.1 Ternns. Tereus used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 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 upotll CITE` and CONTRACTOR. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2643-11 Revised 09/06/2019 00 S2 43 - 4 Agreemmi t Page 4of6 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, Port Worth Division. 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per (lour 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 signed by someone other than the duly authorized signatory of the Contractor. 7.8 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 tile 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 C'ontractor's signature provides written verifrcration to the City that Contruelor. (1) does not boycott Israel; and (2) mill not boycott Israel. char-ing the ter112 of 112C contract. 7.9 Immigration Nationality Act. Contractor shall verify the identity and employmer?t eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for- each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SMALL INDEMNIFY CITY AND HOLD CITY R, ARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS Or THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.10 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor - and there are no third -party beneficiaries. CITY OF PORK WORTH Village Creel: WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'rs City Project No. CO264841 Revised 09/06/2019 005243-5 Agreement Page 5 of 6 7.11 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their- work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH Village Creel, WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCLJMrNT5 City Project No. CO2648-11 Revised 09/06/20IR 00 52 43 - 0 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: W iV\:A-bn Eke)-C- tC- coff owl* Signature Sown (Printed ame) City of Fort Worth Dana Burghdoff Assistant City Manager Oct 23, 2020 Date Vice Title tees : r2boo mar',� l Address ty Secretary +( �'�,,. City/State/Zip (Seal) �' OGtobear ram'° 'ZO'z M&C: 20-0699 •• Date Date: 09/22/20I AS Forin 1295 No.: 2020-654130 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 6A 1�kaj..,% �� Farida odeiya, P.E. Sr. Project Manager Approved as to Form and Legality: We- ssld,Mw 22,"3 viS CDI) Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: Chrfsfanh Ir(fardrsr Cfid,1 pT111.312015:34 CDT) Chris Harder, P.E., Directa ���� Water Department CITY OF FORT WORTH village Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/0612019 SECTION 00 61 13 PERFORMANCE BOND no 61 13 - 1 PERFORMANCE 13OND Page I of 2 BOND #PRF9255022 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, WINSTON ELECTRIC, INC. DBA ACME ELECTRIC known as "Principal" herein and, COLONIAL AMERICAN CASUALTY & SURETY CO—, a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein {whether one or more.), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, EIGHT MILLION SIX HUNDRED FORTY SEVEN Tio�aUr�AND EIGHT HUNDRED r, n 0 }, lawful honey 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. 'V HEREAS, the Principal has entered into a certain written contract with the City awarded the 22ND day of SEPTEMBER __ , 20 20, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all inaterials, equipment labor and other accessories defined by law, in the prosecutiota 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 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 Or FORT WORTH Village Creek WRr Phase It Electrical Improvements STANDARD CONSTRUCTION SPt3C1I=ICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 -- Adopted June 2020 00 61 13 - 2 PERFORMANCE BOND Rage 2 of2 This band is made and executed in compliance with the provisions of Chapter 225 -1 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 22ND _day of SEPTEMBER ,20 20. PRINCIPAL: WINSTON ELECTRIC INC. DBA ACME ELECTRIC _ Signature ATTEST: �aeaC'�- WA1� bIC �,rn}r' (Principal) Secretary Name and Title Address: wo Y1 a ' '. Yfi A+6n6 TK`�tq Witness as to Principal Witness as o Surety SURETY: COLONIA AMER ICAN CASUALTY AND SURET OMPAN BY: ignature DAWN R. TAYLOR, ATTORNEY IN FACT Nance and Title Address: aj 11 Anil +ArAi iKFr- Aw- I IIRROCK TX 79424 - - Telephone Number: 806-798-2700 *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 bones shall not be prior to the date the Contract is awarded. CITY OF rORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd.July 1,2011--Adopted June 2020 Village Creck WRF Phase 11 Electrical Improvements City Project No, CO2648.11 0061 14 - 1 PAYMENT BOND Page I art SECTION 00 6114 BOND #PRF9255022 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS, COUNTY OF TARRANT § That we, WINSTON ELECTRIC, INC. DBA ACME ELECTRIC known as "Principal" herein, and COLONIAL AMERICAN CASUALTY & SURETY CO. , 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, EIGHT MILLION SIX HUNDRED FORTY SEVEN THOUSAND EIGHT in the penal sum of HI INIDRED-FORTY SIX AND Nnil On Dollars ($ 8,647,846.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which srnn well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fairly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 22ND -day of, SEPTEMBER , 2C} 20 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Village Creek Water Reclamation Facility Miscellaneous Switolagear 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 Wl force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Cade, 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 Wit): Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 OO G1 14 -2 PAYMENTBOND Page 2 oF2 IN WITNE88 WHEREOF, the Principal and Surety have each SIGNET] and SEALED this instrumentby duly authorized agents and officers on this the, 22_ND..._....— day of SEPTEMBER 12020 . PRINCIPAL: ININISiSTON Ei EGTR1G 1NG 9A GIGO 1 S"CI O, 1190�0 ACME lELrQ-TRIC .ATTEST: BY: Signature & Nr�ja 1Fg tc V tc PY� d (Principal) Secretary Name and Title Address: 5000 VV1U�.Y}rin c,* ±mX�- W Qr�ln TX �.�• i tg Witness as to Principal SURETY: Cal nNrat nnnl pir of � .El��, TY & SURETY CCOPANY ATTEST: BY: zul��4" Signature (Surety) Secretary DAWN R. TAYLOR ATTORNEY IN FACT Name and Title Address: I t IBROC:K. IX 79,424 - --------- Telephone Number: 806-798-2700 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 fi°om 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 %VRr Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 - Adopted Juno -1020 SECTION 00 61 19 MAINTENANCE BONA 0061 19-1 MAINTENANCE KND Page 1 of 4 BOND #PRF9255022 THE, STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS; COUNTY OF TARRANT § That we WINSTON ELECTRIC, INC. DBA ACME ELECTRIC known as "Principal" herein and COLONIAL AMERICAN CASUALTY & SURETY COMPANY 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 field 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 #ire sum of EIGHT MILLION SIX HUNDRED FORTY SEVEN THOUS��aEGHT HUNDRED FORTY SIX AND NO/100 ($ 8,647,846.00 - , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sure 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 20TH day of SEPTEMBER 20 20 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Village Creels 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 workinanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and ' 11ERE,AS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY Or FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION 5l'.k.CIFICA'110N DOCUMENTS City Project No, CO2648-H Revised July 1, 2011 - Adopted June 2020 00 61 19 - 2 MAMENANCE BONG Page 2 oF4 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, HOWL,VER, 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 Band, venue shall lie in Tarrant County, Texas or the United Mates District Court for the Northern District of Texas, Port Worth Division; and PROVIDED FURTHER, that this obligation sliall be continuous in nature and successive recoveries may be had hereon for successive: breaches. CITY Or PORT WORTH Village Creek wRT Phase 11 Electrical ltnproventents STANDARD CONSTRUCTION SP1 0VICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 0061 Ip-3 MAINTENANCE BOND Page 3 ol'4 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this tlxe 20TH day of_ __ SEPTEMBER -120 20 ATTEST: (Principal) :Secretary Witness as to Principal ATFEST: (Surety) Secretary Wtr6fis as td Suret y PRINCIPAL: WINSTON ELECTRIC, INC. DBA ACME ELECTRIC Signature Rconex�- )�vict PrAP &k& Name and Title Address: 65000 MrAY t't n �i✓fi VV�� W ar�r4n 9X g SURETY: RAIh1Al [] ThVI Td ATTf1RAff-y LN C-A T iVame artd'Ii[le Address; 9111 MILWAUKEE AVENUE LUBBOCK, TX 79424 Telephone Number: _ 801i798-2700 *.Note: If sighed 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. STANDARD CONSTRUCTION spLcir-icATION DQcumL•:NTS Revised July 1, 2011 — Adapted June 2020 Village Creek WRF Phase 11 Electrical Improvements City Pmject No. CO24548-11 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint J. Kirk KILLOUGH, C. Brent AYCOCK, Jeffery FOWLER and Dawn R. TAYLOR, all of Lubbock, Texas, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN, WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 22nd day of February, A.D. 2016. ATTEST: M ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Secretary Vice President Eric D. Barnes Michael Bond OE/ps �ysS tN$�y rf a' s [). State of Maryland County of Baltimore On this 22nd day of February, A.D. 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL BOND, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 0011101), r�s3[iM��ty �✓R< < 11111�,`` Maria D. Adamski, Notary Public My Commission Expires: July S, 2019 POA-F 168-0058 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate sea] thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by -facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. AN T STIMO W . E�& I have hereunto subscribed my name and affixed the corporate seals of the said Companies, thiiay of y 20C) r ,4 ��u 4a Y lase los �IIAL Ore.' Gerald F. Haley, Vice President Texas Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. ZlJRICH` AVISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numeeo de telefono gratuito de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sabre com- panias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.Q. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 S.itio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: Si tiene una disputa relacionada con su prima de seguro o con una reclamacion, usted debe comunicarse con la compania primero. Si is disputa no es resuelta, listed puede comunicarse con of Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condicion del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 UIL diENVIRONMENTAL MAM EVAWS) ON WSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAITER OF TRANSFER OF RIGHTS OF RECOVER' AGAINST OTHERS TO US WRITTEN CONTRACT LIMITATION This endorsement modifies Insurance provided under tho following, where Indicated by an 'X' in the checkbox(es) below: E] COMMERCIAL GENERAL LIABILITY COVERAGE FORM CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM ® PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM SCt-1EDUL IE Marne Of Person Or Organization: — - Any person(s) or organization(s) with whom the insured agrees, in a written contract, signed by both parties and executed prior to the cornmencemenl of operations to provide a waiver of transfer of rights of recovery. P1ease refer to each Coverage Form to determine which terms are defined. Words shown in quotations on this endorsement may or may not be defined In all Coverage Forms. The following Is added to the Transfer Of Rights Of Recovery Against Others To Us condition of the Coverage Form(s) Indicated above: We waive any right of recovery we may have against the person or organization shown In the Schedule of this endorsement because of payments we make for Injury or damage arising out of your ongoing operations or "your wore done under a written contract with that person or organization and Included In the "products -completed operations hazard'. This waiver applies only to the person or organization shown in the Schedule of this endorsement, This waiver will not apply to `occurrences" resulting from the solo negligence of the person or organization shown in the Schedule of thts endorsement. All other terms and conditions remain unchanged. MEEI 2299 g516 Includes Copyrighted material of Insurance Services Ofiice, Inc., Rage 9 of 1 with Its permission. ENVIRONMENTAL POLICY NUMBER: MKLV4ENVIO1718 �® EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. Pt-NASE READ IT CAREFULLY. AUTOMKTIC PRIMARY AND NOW -CONTRIBUTORY INSURANCE This endorsement modifies Insurance provided under the following, where indicated by an "X" In the checkbox below: ®COMMERCIAL GENERAL LIABILITY COVERAGE FORM N CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM ❑ OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM ® PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE FORM SCHEDULE Person Or Organizatinn. - �7 Any additional insured with whom you agree to a written contract signed by both parties and executed prior to the commencement of operations to provide Primary and Non -Contributory status under this insurance. With respect to the coverage provided by this endorsement, the following is added to the Other Insurance condition of the Coverage Form(s) Indicated above: Primacy And No"antributM This Insurance is primary to, and will net seek contribution from, any other insurance available to the Person Or Organization shown in the Schedule of this endorsement. However, this does not apply to any "claim", "suit" or "pollution condition' resulting from the sole negligence of the Person Or Organization shown in the Schedule of this endorsement. All ether terms and conditions remain unchanged. MEEI 2274 05 iS Includes copyrighted material of Insurance Services Once, Inc„ Page I of I with its permission. INStMED. WtNSTON ELECTRIC, INC. EVARSTOW 8M5URAMF PAN!, THIS ENDURSEMNWif CWANOKS TUE9OUCV� KFASC, RrAO IT GARUFUU.Y' GPOLLUTION LIA131LITY COVERAor F()RM TABLE OF CORTEWIS 2 SECTION I~COVERAGES ................... _-........ ............. ^'--... ,............ , _. _,_____,,,,,,____-~,,~_~___ A. Insuring Agreements .—.—..----....—.—.---.--.--.—.--.-.2 ...--'—.....~---'—.........-.----... Y Cpn���n��PoNut�nJhuN�y.—..`_—~-...-~—.^~—.—.�^—._^.~^^^---_,__,.,,.~—_~~..^.�.^_-.--- 2 lYanspodaUomPnOulkmtJub|fitX............ ..................... .......... .^.................... ............ .^,.^'^^....... ___.`^^.._,,.~2 3 Non -Owned Disposal SHaUabN|y............... ........................................................ ^.................................... ......... 2 4 CrImIS Management AndErnmtpmncy Response Costs .......................................................................................... 3 S. Claims And Defense ,_-.3 C. Swpp�a/wentory —.'^^^............ `^^............................................................................................ .............. SECTION U~EXCLUSIONS _~..--5 SECTION III ~ WHO |S AN INSURED ........ -^,'~............. ----8 GEUrIONyV~LIMITS OF INSURANCE AND SELF -INSURED RETENTION QR DEDUCTIBLE ^..................................... 8 A. Limits Of Insurance ~~ ........................................-----.._.---^8 B. Self -insured Retmn8Gn....... ^.-.............................. .......... ......................... ..~,-._.— C. Deductible ............................... '^`~~—^~^'~^^'~-''-^^^'^^^^^-~'..'--~^^^~`^—'--^~~~.—'',....~.~---.-....--.- 8 SECTION V— CONDITIONS MEEK8NK111117 IneJudescopyrighted material mfInsurance Services Office, Inc.~mqth Its permIsslon. ...................13 Page I of 17 lE=NViRONMSNTAL EVAHSTON INSURANCE COMPANY T"IS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM !VARIOUS PROVISIONS IN THIS POLICY MAY RESTRICT OR EXCLUDE COVERAGE. PLEASE READ T"E ENTIRE POLICY CAREFULLY TO DETERMINE THE INSttRED'S IRIG IT'S AND DUTIES ANO WHAT IS AND IS NOT COVERED, AMOUNTS INCURRED AS SUPPLEMENTARY PAYMENTS IN EXCESS OF THE DEFENSE �I��AISI S AGGREGATE LIMIT SHOWN IN THE DECLARATIONS WiLL REDUCE THE LIMIT OF INSURANCE AVAILA13LE AND WILL BE APPLIED AGAINST THE SELF-INS4 RED RETENTION OR DEDUCTIBLE, IF APPLICABLE. Throughout this policy the words *you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organinft qualifying as a Named Insured under this policy, The words ` ve", 'us" and "our° rater to the company providing this Insurance, The word "insured" means any person or organization qualifying as such under Section III — Who is An insured. Other words and phrases that appear In quotation marks have special meaning. Refer to Section VI — Defiinitions. SECTiON I — COVERAGES A. Insuring Agreements The following Insuring Agreements apply only If indicated by an "X' in the Declarations, and the "pollution condiffon" that causes a °loss" takes place In the "coverage territory". The amount we will pay Is limited as described in Section 1V — Limits Of Insurance And Self -insured Retention Or Deductlble. 'I. Contractor's Pollution Liability We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily Injury", 'property damage' or "cleanup costs" caused by a "pollution condition" to which this Insurance applies, provided: a. The "pollution condition" arises out of "your work" performed during the policy period, except for a "pollution condition" arising out of the °completed operations' of `your worts'; and b. The'bodily Injury" or "property damage" occurs, or the "cleanup costs' are Incurred, during the policy period. With respect to 'bodily injury". "property damage" or 'cleanup costs' caused by legionella, there must be a direct relation to a documented case of a legienella outbreak for coverage to apply. 2. Transportation Pnilutton Liability We will pay those sums that the Insured becomes legally obligated to pay as damages because ofbodily Injury°, °property damage' or °cleanup costs" resulting from a 'transporiatlon pollution condition" to which this insurance applies, provided: a. file "transportation pollution canditioW arises out of 'transported cargo" that 15 transported, delivered or shipped by you in a "covered conveyancer, or by a "carrier on your behalf; and b. The "bodily Injury' or "property damage' occurs, or the `cleanup costs" are incurred, during the policy period. This coverage shall not be utilized to evidence Financial responsibility of any Insured under any applicable federal, state, provincial or local law. 3. Nonr Owned Plrposal Site Liabiiity i EEI dtthi 11117 Includes copyrighted material of Insurance Services Office, Inc., with Page i of Ri its permission. We wilt pay those sums that the insured becomes legally obligated to pay as damages because of "bodily Injury", 'Property damage" or "cleanup costs°° resulting from a 'pollution condition' to which this Insurance applies, originating at, on or under, or migrating from, a covered "non -owned disposal site provided: a. Tha "pollution condition" arises from waste or material generated by "your worts'; and b. The 'bodily injury" or "property damage" occurs, or the "cleanup costs" are incurred, during the policy period. 4. Crisis Management And Ernergency Response Costs We will indemnify you far. a. 'Crisis management costs" you incur as a direct result of a "crisis management event", provided that the 'crisis management everit": (1 ) Arises directly from a "pollution condition" that has resulted or is reasonably likely to result In a "loss°° covered under this policy; (2) Commences during the policy period; and (3) first becomes known to a 'responsible Insured' during tho policy period and is reported to us In writing as soon as practical, but In any event during the policy period or within 30 days after the end of the policy period. We will pay those "crisis management casts" you Incur evert if coverage hereunder is still to be confirmed by us, but we Witt stop paying such "crisis management costs" as soon as It becomes evident, to either you or us, Dist (his insurance does not apply. "Crisis management costs' are not subject to the self -insured retention or deductible*, and hr. '°emergency response costs° you Incur as a direct result of the 'pollution condition" that has resulted in a `loss° covered under this policy. 6. Glairns And Defense 1. With respect to Insuring Agreements 1. through 3. above, coverage applies only If, prior to the policy period, no Insured listed under Paragraph 1. of Section Ill — Who Is An Insured and no "responslble Insured" knew that the "bodily injury", "property damage' or "cleanup costs' had occurred, in whole or In part. If such a listed Insured or 'responsible insured' knew, prior to the policy period, that the "bodily Injury', 'property damage" or "cleanup costs" occurred, than any continuation, change or resumption of such 'bodily injury", "property damage' or 'cleanup costs" during or after the policy period will be deemed to have been known prior to the policy period. 'Bodily Injury", "property damage' or 'cleanup costs° which eeeurs during the policy period and was not, prior to the policy period, known to have occurred by any Insured listed under Paragraph 1. of Section III — Who Is An Insured or any "responsible Insured' authorized by you to give or receive notice of a 'pollution condition' of 'claim', Includes any continuation, change or resumption of the 'bodily Injury', "property damage° or 'cleanup costs" after the end of the policy period. "Bodily Injury", "property damage' or 'cleanup costs" will be deemed to have been known to have occurred at the oadlest Hare when any insured listed under Paragraph 1. of Section III -- Who Is An Insured or any "responsible Insured' authorized by you to give or receive notice of a 'pollution condition" or "claim": a. Reports all or any part of the °bodily Injury', "property damage or "cleanup costs" to us or any ether insurer. Is. Receives a written or verbal demand or °clafmp for damages because of the "bodily Injury", "property darnage" or "cleanup costs"; or c. Secomes aware by any other means that the "bodily Injury", "property darnggs" or "cleanup costs" has occurred or has begun to occur. Damages because of "bodily injury" Include damages claimed by any person or organization for care, loss of services or death resulting at any time from the mbodily fnjurle. 2. We will have the right and duty to defend that insured against any "suit" seeking those damages to which this Insurance applies. However, we will have no duty to defend the Insured against any 'suit" seeping damages to which this Insurance does not apply. We may, at our discretion, investigate any "pollution condition" and settle any'claim" that may result. But: MEW 0007 1117 Includes copyrighted material of Insurance Services Office, Inc., with Page 3 of 17 Its permission. a, The amount we will pay for damages is limited as described In Section IV Limits Of Insurance And Self - Insured Retention Or Deductible; and b. Our right and duty to defend ends when we have used up the applicable limit of insurance In the payment of judgments, settlements or supplementary payments. C. Supplementary Payments 9. We will pay, with respect to any "claim' we Investigate or settle, or any "suit" against an insured we defend: a. All expenses we Incur. b. All reasonable expenses incurred by the insured at our request to assist us In the Investigation or defense of the 'claim", including actual loss of earnings up to $500 a day because of time off from work, c. All court costs taxed against the insured In the 'suft"_ However, these payments do not include attorneys` fees or attorneys' expenses taxed against the insured. d. Pre -judgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any pre judgment interest based on that period of time after the offer. a. All interest on Die full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to }gay, or deposited In court the part or the judgment that Is within the applicable limit of insurance. 2. If we defend an insured against a 'suit' and an Indemnitee of the Insured is also named as a party to the "suite, we will defend that indernniies if all of the fallowing conditions are met: a. The "suit" against the indemnitee seeks damages for which the insured has assumed the liability of the indemnilee In a contract or agreement that is an `Insured contract'; b. This insurance applies to such liability assumed by the Insured; c. The obligation to defend, or the cost of the defense of, that indemnitee has also been assumed by the insured In the same "Insured contract"; d. The allegations In the "suit" and the Information we know about the "pollution condition" are such that no conflict appears to exist between the interests of the Insured and the interests of the Indemnitee; e. The Indemnitee and the insured ask us to conduct and control the defense of that Indamriltee against such °suit" and agree that we can assign the same counsel to defend the insured and the Indemnitee; and f. The Indemnitee; (1) Agrees in writing to: (a) Cooperate with us In the investigation, settlement or defenso of the "suite; (b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the 'suit"; (c) Notify any other insurer whose coverage is available to the €ndemnifee; and (d) Cooperate with us with respect to coordinating other applicable insurance available to the Indemnitee; and (2) provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (fa) Conduct and control the defense of the Indemnitee in such "suite. So long as the above conditions are met, attorneys' fees incurred by us In the defense of that Indemnitee, necessary litigation expenses Incurred by Lis and necessary litigation expenses Incurred by the indemnliee at our request will be paid as supplementary payments. We may, at our option, appoint one counsel to defend all of the Insureds and indemnitees of the Insureds who are or may be involved with respect to such "suit". irl EEI 0007 1117 Includes copyrighted material of Insurance Services Office, Inc., with Purge 4 of 97 Its permission, Our obligation to defend an insured's Indemnitee and to pay for attorneys' fees and necessary litigation expenses as supplementary payments ends when we have used up the applicable limit of insurance In the payment of judgments, settlements or supplementary payments, or the conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. Amounts paid as supplementary payments as described in Paragraphs 1. and 2. above will reduce the Defense Expenses Aggregate Limit shown In the Declarations, Once that limit has been exhausted, amounts paid as supplementary payments will reduce the applicable limits described in Section IV — Limits Of Insurance And Self - Insured Retention Or Deductible. SECTION II — EXCLUSIONS This Insurance does not apply to: 1. Communicable Disease "Loss" due to the presence of a communicable disease, which means an illness, sickness, physical condition, or an Interruption or disorder of bodily functions, systems, or organs that is transmissible by Infection or contagion directly or Indirectly through Duman contact or contact with human fluids, waste or similar agents. However, this exclusion does not apply to the discharge, dispersal or release of "maid" or legionella. 2. Contractual Liability "Loss" for which the Insured is obligated to pay damages by reason of the assumption of liability In a contract or agreement. However, this exclusion does not apply to liability for damages: a. That the Insured would have in the absence of the contract or agreement; or b. Assumed in a contract or agreement that is an "insured contract", provided the 'loss' occurs subsequent to the execution of the contract or agreement. 3. Oamage To Properly "Property damage" in any way related to any real property or facility that Is or was at any time owned, operated or occupied by, or rented to, you. However, this exclusion does not apply if the real property or facility is operated or occupied by you for the purpose of performing 'your works. 4. Damage To Your Product Or Your Work "Property damage to "your product« or "your wort;" or any part of "your product" or "your work". This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by as subcontractor. S. Employees Liability "Bodily Injury" to: a. An employee" of the insured arising out of and In the course of. (1) Employment by the insured; or (2) Performing duties related to the conduct of the Insured's business; or b. The spouse, child, parent, brother or sister of that "employees as a consequence of this exclusion S. This exclusion applies whether the Insured may be liable as an employer or In any other capacity and to any obligation to share damages with or repay someone else who must pay damages because of the Injury. However, this exclusion does not apply to Itabilily assumed by you under an insured contract". 6. expected Or Intended Injury 'Bodily injury" or "property damage" expected or intended from the standpoint of a "responsible Insured. I. tines And Penalties Punitive damages, exemplary damages, multiplied damages, fines or penalties. S. Impaired Property `Property damage" to "impaired property" or property that has not been physically injured, arising out of: MEET 666i 19 I? Includes copyrighted material of insurance Services Office, Inc., with Page 5 of 17 its permission. a. A defect, deficiency, Inadequacy or dangerous condition 1n "your product° or "your work'; or b. A delay or failure by you or anyone acting on your behalf to perform a contract or agreement In accordance with Its terms. This exclusion does not apply to the toss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work' after it has been put to Its intended use. 9. Insured Versus Insured Any "claim" made by or on behalf of an insured against any other insured. However, this exclusion does not apply with respect to "claims" against you by any Insured seeking coverage or Indemnification pursuant to a written contract or agreement. 10. Intentional Acts °Loss" arising out of intentional, willful or deliberate: a. Injury to persons or property; or b. icallum to comply wits any permit, administrative complaint, notice of violation, notice letter, executive order or instruction of any governmental or public agency or body either before or after the beginning of the policy p€ftd. However, this exclusion does not apply to an Insured who did not commit, participate In or have knowledge of any of the acts described above. 11. Known Circumstances "Loss" caused by, arising out of or in any way related to a Opollution condition", including any subsequent continuation or resumption of or changes in such `pollution condition", that existed prior to the policy period, or that was known to any "responsible Insured' at any lime before the heginning of the policy period. 17, Nuclear Energy Liability "Loss": a. With respect to which an Insured under the policy Is also an Insured under a nuclear energy liability policy Issued by the Nuclear Energy Liability Insurance Association, Mutual Atomic Energy Liability Underwriters, Nuclear Insurance Association of Canada or any of their successors, or would be an insured under any such policy but for Its termination upon exhaustion of its limit of liability; b. Resulting from the "hazardous lampertles" of "'nuclear material" and with respect to which: (1) Any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amendatory thereof; or (2) The insured Is, or had this policy not been Issued would be, entitled to indemnity from the United Staters of America, or any agency thereof, tinder any agreement entered Into by the united Stales of America, or any agency thereof, with any person or organization; or c. Resulting from the hazardous properties° of 'nuclear material", If- (1) The wnuclear material: (a) Is at any "nuclear facility" owned by, or operated by or on behalf of, an Insured; or (bJ Has been discharged or dispersed therefrom; (2) The nuclear rnaterlal� is contained In °spent fuel" or "waste' at any time possessed, handfed, used, processed, stored, transported or disposed of by or on behalf of an Insured. or (3) The 'loss'° arises nut of the furnishing by an insured of services, materials, pans or equipment in connection with the planning, construction, maintenance, operation or use of any nuclear facility®, but if such facility Is located within the United States of America, its territories or possessions or Canada, this exclusion (3) applies only to proparty damago" to such "nuclear facility" and any property thereat. As used in this exclusion: "Hazardous properties Irre.ludes radioactive, toxic or explosive properties. 'Nuclear material" means source material", °'spacial nuclear material" or "by product material'. MEW 9e0711 17 Includes copyrighted material of Insurance Services Office, Inc., with page 6 of 17 Its permIssioH. "Source material", "special nuclear material" and "by-product material" have the meanings given them In the Atomic Energy Act of 1954 or in any law amendatory thereof. 'Spent fuel' means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation In a "nuclear reactor". %Vaste" means any waste material: a. Containing "by-product material" other than the tailings or wastes produced by the extraction or concentration of uranium or thorium from any are processed primarily for its "source material" content; and b. Resulting from the operation by any person or organization of any "nuclear facility" included under the first two paragraphs of the definition of "nuclear facility. "Nuclear facility" means: a. Any `nuclear reactor"; b. Any equipment or device designed or used for. (1) Separating the Isotopes of uranium or plutonium; (2) Processing or utilizing "spent fuel"; or (3) Handling, processing or packaging'Iwaste`; c. Any equipment or device used for the processing, fabricating or alloying of 'special nuclear material" if at any time the total amount of such material in the custody of the Insured at the premises where such equipment or crevice is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof, or more then 250 grams of uranium 235; d. Any structure, basin, excavation, premises or place prepared or used for the storage or disposal of "waste'; and Includes the site can which any of the foregoing Is located, all operations conducted an such site and all premises used for such operations. "Nuclear reactor" means any apparatus designed or used to sustain nuclear fission in a self-supporting chain reaction or to contain a critical mass of fissionable material. 'Property damage' includes all forms of radlcacGve contamination of property. 13. Other enterprises "Loss'° arising out of any business enterprise owned, operated or managed by the insured or its parent company or the affiliate, successor or assignee of such company not named in the Declarations. U. Professional Services "Loss' arising out of any allayed or actual ,act, error or omission In the rendering of or failure to render "professional services' by you or any contractor or subcontractor working on your behalf. This exclusion applies even If the "claims" against any Insured allege negligence or other wrongdoing In the supervision, hiring, employment, training or monitoring of others by that insured, If the 'pollution condiffono which caused the "toss" involved the rendering of of failure to reader "professional services'. However, this exclusion does not apply to a "claim" in which you committed an actual or alleged act, error or omission relating to Improper or Inadequate supervision, direction or control or any subcontractors for which you are legally liable when performing operations on your behalf at a job site. 15. Proparty Damage To Cargo "Property damage" to "transported cargo". 16, Property Damage To Conveyances "Propetty damage" to any "auto", railcar, train, watercraft or aircraft operated by or on behalf of any Insured resulting from a "pollution uondilion' caused by "transported cargo°. However, this exclusion does not apply to any "claim" brought by any "carrier" for "property damage" arising out of the Insured's negligence. 17. Vehicles li SEI 0007 1117 Includes copyrighted maleriat of insurance Services aftce, Inc., wlth Page 7 of 17 Its permission. "Loss" arising out of the ownership, maintenance, use, operation or entrustment to others of any aircraft, Ourimanned aircraft", 'auto' or watercraft. Use includes 'loading or unloading". However, this exclusion does not apply to: a. "Loading or unloading" within the boundaries of any location covered under this policy; or b. insuring Agreement A.2. Transportation Pollution Liability, if shown as covered In the Declarations. Is. War "Loss", however caused, arising, directly or indirectly, out of: a. War, including undeclared or civil war; b. Warlike action by a military force, Including action taken in the hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or c. Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. 19. Workers` Compensation And Similar Laws Any obligation of the insured under a workers` compensation, disability benefits or unemployment compensation law or any similar law. 20. Your product "Loss" arising out of "your product. SECTION III m WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An Individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an Insured. Your members, your partners, and their spouses are also Insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also Insureds, but only with respect to the conduct of your business. Your managers are Insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an Insured. Your "executive oKcers° and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. 2. Each of the following is also an Insured: a. Your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of "your work". b. In the event of your bankruptcy, your trustees, and in the event of your death or incapacity, your legal representatives or executors, but only with respect to each such trustee's, representative's or executor's vicarious liability resulting from "your work". 3. Any organization, other than a partnership, joint venture or limited liability company, you newly acquire or form during the policy period and over which you maintain ownership or majority interest, will qualify as an insured but only with respect to 'your work" rendered on or after the acquisition or formation dale of such organization. However coverage under this provision Is afforded only unfit the 90th day after you acquire or form the organization or the end of the policy period, whichever is earlier. 4. Any client for whom you perform or performed °your work" and with whom you have agreed to provide additional insured Status In a written contract or agreement is an insurers under this policy, provided the written contract or agreement was executed prior la the: a. Commencement of "your work"; and b. Date the "pollution conditions" first commenced. Rl EEI 000111117 Includes copyrighted material of Insurance Services Office, inc., with Page 9 of 17 Its permission. Such client is an Insured only wfth respect to 'bodily injury" or `property damage" caused by a "pollution condition" for which the client is liable because of "your work'. There is no coverage under this Insurance for any "claims" arising out of the sole negligence of your clients. Any insurance afforded to an insured described In Paragraph 4, above only applies to the extent permitted by law, will not be broader than that which you are required by the contract or agreement to provide for such insured, and is limited to the lesser of the Limits Of Insurance shown In the Declarations or the amount required by the written contract or agreement. Paragraph 4. does not apply to any client specifically named as an additional insured In an endorsement attached to this policy. SECTION Id —LIMITS OF INSURANCE AND SELF4NSURED RETENTION OR DEDUCTIBLE A. Limits Of Insurance I. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of Insureds, "claims" made, or persons or organizations making claims". 2. The Coverage Form Aggregate Limit Is the most we will pay for the sum of all 'loss' and supplementary payments arising out of all 'pollution conditions" under ali Insuring Agreements. 3. Subject to Paragraph 2. above: a. The Each Contractor's Pollution Condition Limit is the most we will pay under Insuring Agreement A.I. for the sum of all "loss" and supplementary payments arising out of any one "pollution condition". b. The Each Transportation Pollution Condition Limit is the most we will pay under Insuring Agreement A.2. for the sum of all "loss" and supplementary payments arising out of any one "transportation pollution condition". C. The Each Non -Owned Disposal Site Pollution Condition Limit Is the most we will pay under Insuring Agreement A.3. for the sum of all `loss" and supplementary payments arising out of any one "pollution condition' at a "non -owned disposal site'. d. The Each Crisis Management And Emergency Response Limit is The most we wilt pay under insuring Agreement A.4. for the sum of all "loss" and supplementary payments arising out of any one 'pollution conditlon". 4. Amounts paid as supplementary payments will reduce the Defense Expenses Aggregate Limit shown in the Declarations. Once that limit has been exhausted, amounts paid as supplementary payments will reduce the applicable limits described in Paragraphs 2. and 3, above. The limits of Insurance of this Coverage Form apply separately to each policy period, unless the policy period is extended after issuance for an additional period. In that case, the additional period will be deemed pars of the last preceding period for purposes of determining the limits of insurance. E. Self -insured Retention The following applies only if Self -insured Retention is selected in the Declarations: 4. You agree to assume the Self -Insured Retention shown In the Deciarations, Our obligation to pay damages or supplementary payments under this Insurance and the applicable limit shown in the Declarations will apply In excess of the self -insured retention. 2. Regardless of whether or not there is any other Insurance, whether or not collectible, applicable to a �clairn" or "pollution condition" within the self4risured retention, you must matte actual payment of the full self -Insured retention before the limits of Insurance will apply. Compliance with this clause Is a condition precedent for coverage under this Insurance. We will main no payments of any type In the event you fall to comply with this clause. 3. You must not Incur costs lather than adjusting expenses without our written consent in the event of any %lairn" or "pollution condition" which appears likely to exceed the self -insured retention. 4. We have the right and duly in all cases to assume control of the Investigation. defense and settlement of any 'claim" or "pollution condition" to which this Insurance applies. When we exercise this right, the following apply: a. You will remain responsible for the cost of all damages and supplementary payments within the self -Insured retention; MEEI 0007 1117 Includes copyrighted material of insurance Services office, Inc., with Page ft ©f 17 Its permission. b. At our request, you will advance to us any portion of the applicable sell -insured retention that we deem reasonable to pay for any "claim' or `pollution condition", c. If you have paid to us all or part of the applicable self -insured retention and the total amount of damages and supplementary payments that we pay for that 'claim" or "pollutlon condition" is less than the applicable self- insurer! retention, then we will reimburse you the amount you paid in excess of the amount we pay; and d. We will have the sole and absolute right to settle the "claim' for any amount we deem reasonable, including any amount within the self -insured retention. Afthough we agree to attempt to advise and consult Witt] you prior to making arty settlement, we will have no obligation to obtain your consent or the consent of any other Insured, to any settlement we make that requires payment from you of any amount within the self -insured retention. You and any other Insured Hereby waive any claim or defense against us resulting from our entering Into any such settlement without your approval. C. Deductible The fallowing applies only if Deductible Is selected In the Declarations: 1. Our obligation to pay damages for "loss" on your behalf applies only to the amount of damages In excess of the Deductible shown in the Declarations. 2. The deductible applies separately to each "pollution condition". and may be applied to supplementary payments, setilements or Indemnification. 3. The terms of this insurance, Including those with respect to: a. Our right and duty to defend tho insured against any °°claims" seeking those damages; and b. Your duties In the event of a "pollution] condition'; apply Irrespective of the application of the deductible. 4. At our sole election and option, we may either: a. Pay any part or all of the deductible to effect settlement of any "claim", and upon notification of the action taken, you must promptly reimburse us for that part of the deductible as has been paid by us; or b. Simultaneously upon receipt of notice of any *claim' or at any time thereafter, call upon you to pay or deposit with us all or any part of the deductible, to be hold and applied by us as herein provided. S. In the event that you do not promptly comply with Paragraph 4. above, any cost we incur in collection] of the deductible including, but not limited to, collection agency fees, attorneys' fees, and interest, will be added to and applied In addition to the deductible without limitation] to such costs. 6. If the same, related or continuous "pollution condition" results In coverage under more than one Insuring Agreement under this policy, then only the highest Deductible shown In the Declarations of all Insuring Agreements applicable to the 'pollution condition" will apply. SECTION V — CONDITIONS 1. Bankruptcy Bankruptcy or Insolvency of the Insured or the insured's estate will not relieve us of our obligations or Increase our liability under this Coverage Form, 2. Duties In The Event Of Pollution Condition Or Claim a. You must see to it that we are notified as soon as practicable In writing of a 'pollution condition'. To the extent possible, notice must contain; (1) How, when and where the 'pollution condition' toot; place; (2) The names and addresses of any claimants, Injured persons and witnesses; (3) The nature and location of any Injury or damage arising out of the 'pollution condition"; (4) The date and details of "your work' that may have caused the apollution condition'; (r) Copies of any contracts that have been entered Into by any Insured that are related to "your work° performed; and MEE] 0007 1117 Includes copyrighted material of Insurance Services Office, Inc„ with Pago 10 of 17 Its pennission. (6) Details explaining how the Insured first became aware of the 'pollution condittonp. b. If a "claim' is made against any Insured: (1) You must record and notify us as soon as practicable: in writing the specifics of the "cfafrn' and the dale received; and (2) You and any other Involved Insured must: (a) Send us copies as soon as practicable of any demands, notices, summons or legal papers received In connection with the 'claim'; (b) Authorize us to obtain records and other information; (c) Cooperate with us in the Investigation, settlement or defense of the "claim"; and (d) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the Insured because of injury or damage to which this insurance may also apply. c. No Insured will, except at that Insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, without our written consent. However, written consent Is not required with respect to: (1) "Crisis management costs" that have been reported In accordance with Paragraph a.(3) of Insuring Agreement A.4. Crisis Management Or Emergency Response Costs; or (2) "Emergency response costs°° that have been reported and approved by us or our appointed representative by use of the emergency response hotline. 3. Legal Action Against Us No person or organization has a right under this Coverage Form: a. To join us as a party or otherw)sa bring us into a ,,suit" asking for damages from an Insumd; or b. To sue us on this Coverage Form unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an Insured obtained after an actual trial; but we will not be liable for damages that are not payable under the terms of this Coverage Form or that are In excess of the applicable limit of Insurance. An agreed settlement means a settlement and release of liability slgned by us, the insured and the claimant or the claimant's legal representative. 4. Other Insurance If other valid and collectible Insurance Is available to the Insured for "loss" we cover under this Coverage Form, our obligations are limited as follows: a. Primary Insurance This Insurance Is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other Insurance is also primary. In that case, we will share with all such other insurances by the method described In Paragraph c, below. b. Excess Insurance (1) This Insurance is excess over. (a) Any other insurance, whether primary, excess, contingent or on any other basis, If you are an insured on an Insurance policy that applies to your wont" or "completed operations" of 'your work" perfari d at a specific job site and that Insurance policy applies to a specific job site; (b) Any other valid and collectible insurance available to you covering liability for damages arising out of 'your work" or #completed operations' of "your work", including that work far which you have been added as an additional insured by an endorsement, or by definition In a contract or agreement, or by combination thereof; (c) Any other valid and collectible insurance available to any person or entity per rorming functions for others on your behalf as defined in "your work" In this Coverage Donn; (d) Any valid and collectible project -specific insurance policy, owners protective insurance policy, owner - controlled insurance policy, contractor -controlled Insurance policy, wrap-up policy or similar Insurance program under which an insured Is covered: or MEET 0007 1117 Includes copyrighted material of Insurance Services Office, Inc., with Pages I 1 of it its permission. (e) Any other valid and collectible Insurance, whether primary, excess, contingent or on any other basis, covering a: (1) `Transportation pollution condition", If Insuring Agreement A.2. Transportation Pollution Liability is shown as covered in tha Declarations; or (0) `Pollution condition" on a "non -owned disposal site", If Insuring Agreement A.3. Non -Owned Disposal Sites is shown as covered In the Declarations. (2) When this Insurance Is excess, we will have no duty to defend the insured against any "suit" If any other Insurer has a duty to defend the Insured against that suit". If no other Insurer defends, we will undertake to do so, but we will be entitled to the Insured's rights against all those other Insurers. (3) When this insurance is excess over other insurance, we will pay only our share of the amount of the damages, if any, that exceeds the sum of: (a) The total amount that all such other Insurance would pay for the damages in the absence of tits Insurance; and (b) The total of all deductible and self -insured amounts under all that other Insurance_ We will share the remaining damages, If any, with any other insurance that Is not described In this Excess Insurance provision and was not bought specifically to apply in excess of the Limits Of Insum. nce shown In the Declarations of this Coverage Form. c. Method Gf Sharing If all of the other Insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until It has paid Its applicable limit of Insurance or none of the damages remain, whichever comes first. If any of the other Insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each Insurer's share Is based on the ratio of its applicable limit of Insurance to the total applicable limits of Insurance of all insurers. S. Premium Audit a. We will compute all premiums for this Coverage Form In accordance with our rules, rates, rating plans and minimum premium requirements. b. Premium shown as Advance And Deposit Premium in the Declarations is a deposit premium only. At the cease of each audit period we will compute the earned premium for that period and send notice to the first Named insured shown In the Declarations. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period Is more than the greater of the earned premium or Minimum Retained Premium shown in the Declarations, we will return the excess to the first Named Insured. c. The first Named Insured must beep records of the information we need for premium computation, and send us copies at such times as we may request. tf. Representations BY accepting this policy, you agree: a. The statements In the applications, other materials submitted to us and Declarations are accurate and complete; b. Those statements are based upon mpresentafions you made to us; and rc. We have Issued this policy In reliance upon your representations. 7. Separation Of Insureds Except with respect to the limits of insurance, and any rights or duties specifically assigned to the first Famed Insured shown in the Declarations, this Insurance applies: a. Asir each fumed Insured were the only Named Insured; and b. Separately to each Insured against whore a 'claim' Is made. 8. Transfer Of Bights Of Recovery Against others To Us I EEI 0007 1117 Includes copyrighted material of Insuranco Services office, Inc., with Page 12 of J7 its permission. If the Insured has rights to recover all or part of any payment we have made under this Insurance, those rights are transferred to us. The Insured must do nothing after "loss" to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. SECTION VI — DEFINITIONS 1. "Auto° means a land motor vehicle, trailer or semitrailer designed for travel on public roads, Including any attached machinery or equipment. 2. "Bodily injury" means physical Injury, sickness, disease, mental anguish or emotional distress sustained by any person, Including medical monitoring or death resulting from any of these at any time. 3. "Cargo}' means waste, products or materials carried or delivered by a 'covered conveyance'. d. "Carrier' means a parson or an entity, other than any Insured or any subsidiary or affiliate company of any insured, engaged by the insured to transport material by aircraft, "auto' or watercrafl, but only If such person or entity is property licensed to transport such material and in the business of transporting such material. S. "Claim" means a written request or demand received by any Insured or us for money or services Including, but not limited to, the institution of'sult" or arbitration proceedings against any insured, seeking damages. 9. "Cleanup costs" rneans reasonable and necessary expenses incurred In the investigation, evaluation, monitoring, testing, removal, containment, treatment, response, disposal, remediallon, detoxification or neutralization of any pollutants": a. To the extent required by federal, state, focal or provincial laws, including but not limited to statutes, rules, ordinances, guidance documents, regulations and all amendments thereto, Including state voluntary clean up or risk -based corrective action guldance, governing the liability or responsibilities of the Insured; or b. Which have been actually incurred by the government or any political subdivision of the United States of America or any state thereof, or by third parties. "Cleanup costs" includes "restoration costs". 7. "Completed operations" means 'your work' that has been completed. 'Cumpleted operations" doss not Include 'your work" that has been abandoned or has not yet been completed. "Your work' will be deemed completed at the earliest of the following times: a. When all wart to be performed under the contract has been completed; b. When all of the work to be done at the site has been completed if the contract ells for work at more than one site; or c. When that part of the work stone at a job site has been put to Its intended use by any person or organization other than another contractor or subcontractor working on the same project, "Your work" that may require further service, maintenance, correction, repair or replacement, but Is otherwise complete, will be deemed completed. B. "Coverage territory" means: a. The united Stales of America (including its territories and possessions), Puerto Rico and Canada; and b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places Included In Paragraph a. above. "Coverage territory" does not Include military bases or installations not located In Paragraph a. above. 9. "Covered conveyance" means any conveyance operated by or on behalf of an Insured used for transporting property. 10. "Crisis management consultant" means a professional firm or consultant that provides crisis management services and has been approved In writing by us, the approval for which will not be unreasonaNe withheld. 91.'Crisis management costs' means those reasonable and necessary fees and expenses: a. Incurred by you within 90 days after the "crisis rrwnagernent event" Is discovered by you. or thereafter as approved by us In writing; and b. For services provided to you by a *crisis management consultant' for the sole purpose of assisting you with: (i) Managing the media Indirect response to a "crisis management event" to which this Insurance applies; or MEEI 0007 1117 Includes copyrighted material of insurance Services Office, Inc., with Page 13 of 17 Its permission. ission. (2) Minimizing the economic harm to you caused by a "crisis management event' to which this insurance applies by consulting with you with respect to maintaining and restoring your company's public Image or reputation. You must take reasonable steps to minimize "crlsls management casts 12. 'Crisis management event" means the public announcement by a third party that a 'pollution condition" for which you are legally responsible has caused: a. "Bodily Injury' involving third parries; or b. "Property damage", but only to the extent resulting in actual physical damage to real property owned by thin parties; provided that one of your "executive officers" has proffered, in our sole discretion, a good faith opinion that the public announcement or accusation has caused or is reasonably likely to cause economic harm to, or a material adverse effect on, your company's image or goodwill. 13. "Emergency response costs" means reasonable and necessary costs Incurred to mitigate a "pollution condition" constituting an emergency situation whereby in the absence of such mitigation: a. 'Bodily Injury" or 'property damage' to third parties is Imminent; or b. "Cleanup costs" pursuant to environmental law are incurred. 14. `Employeeincludes temporary and leased staff working an your behalf and under your direct supervision, but only with respect to `dour work. 15. "Executive officer means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document. 16. "impalred property" means tangible property, other than "your product' or "your work', that cannot be used or is less useful because: a. It Incorporates "your product' or 'your work" that is known or thought to be defective, deficient, Inadequate or dangerous. or b. You have failed to futfiif the terms of a contract or agreement; If such property can be restored to use by the repair, replacement, adjustment or removal of "your product" or "your work" or your fulfilling the terms of the contract or agreement, 17. "Insured contract" means: a. An obligation, as required by ordinance, to Indemnify a municipality, except In connection with work for a municipality; or h. `That part of any other contract or agreement pertaining to your business (including an Indemnification of a municipality In connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization, provided the 'bodily Injury's or property damage" Is caused, in whole or In part, by you or by those acting on your behalf. Fort liability means a liability that would be unposed by law in the absence of any contract or agreement. Paragraph b. does not include that part of any contract or agroemment: (1) That Indemnifies an architect, engineer or surveyor for Injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, rnaps, shop drawings, opinions, roparts, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or Instructions, or falling to give them, if that is the primary cause or the injury or damage; or (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an Injury or damage arising out of the insured's rendering or failure to render "professional services', including those listed In (1) above and supervisory, Inspection, architectural or engineering activities. 16. 'Loading or unloading" means the handling of property: a. Alter it is moved from the place where It Is accepted for movement Into or onto a vehicle; b. While It is in or on a vehicle; or Iii1BEt 0007 1117 Includes copyrighted material of Insurance Services Office, Inc., with Page 14 of I Its permission. c. White it is being moved from a vehicle to the place where it Is finally delivered. 19. 'bass" means. a. 'Bodily injury", "property damage" or "cleanup costs", with respect to Insuring Agreements AA. through A.3.; or b. "Crisis management costs" or "emergency response costs", with respect to Insuring Agreement A.4.; as applicable when shown as covered in the Declarations. 20. 'Mold" means any permanent or transient fungus, mold, mildew or mycotoxin or any of the spores, scents or by- products produced or released by fungus. 21. 'Natural resource damages" means physical Injury to or destruction of, as well as the assessment of such Injury or destruction, Including the resulting loss of value of land, fish, wildlife, biota, air, water, groundwater, drinking water supplies, and other such resources belonging to, managed by, held in (n.ist by, appertaining to, or otherwise controlled by the United Stales of America, any state or local government, any Native American tribe or, If such resources are subject to a trust restriction on alienation, any member of a Native American tribe. 22. "Non -owned disposal site" means a location you use for the treatment, storage or disposal of waste or material, provided the "non -owned disposal site: a. Is not managed. operated, owned or leased by any insured or any subsidiary or affiliate of any Insured; h. Is permitted or licensed by the applicable federal, state, local or provincial authorities to accept such waste or material as of the date the waste or material is treated, stored or disposed of at the "non -owned disposal site; and c. Is not listed on a proposed or final Federal National Priorities List or any state or provincial equivalent National Priority List, Superfund or Hazardous Waste List prior to the treatment, storage or disposal of the waste or material at the "non -owned disposal slle"° 22. "Pollutants" means, but is not limited to, any solid, liquid, gaseous, thermal, biological or radioactive substance, material or matter, irritant or contaminant Including smoke, vapors, soot, silt, sedimentation, fumes, acids, alkalis, chemicals and waste. WKh respect to Insuring Agreements A.I. Contractors Pollution Liability and A.4. Crisis Management And Emergency Response Costs only, `pollutants" Includes 'mold" and leglonella. 24. 'Pollution conditloW means the discharge, dispersal, seepage, migration. release or escape of "pollutants". With respect to Insuring Agreements A.2. Transportation Pollution Liability and A.4. Crisis Management And Emergency Response Costs only, if shown as covered in the Declarations, "pollution condition' Includes 'transportation pollution condition°. 25. "Professional services" means those functions performed for others by you or any contractor or subcontractor working on your behalf (hat are related to your practice as a consultant, engineer, architect, surveyor, laboratory, project or construction manager and as disclosed on the application including, but not limited to, the preparation or approval of wraps, drawings, opinions, reports, surveys, designs, specifications or engineering services. 26. "Properly damage' means: a. Physical Injury to tangible propariy, Including all resulting toss of use or diminution in value of that property. All such loss of use or diminution In value will be deemed to occur at the time of the physical injury that caused it; b. Loss of use or diminution in value of tangible property that is not physically injured. All such loss of use or diminution In value will be deemed to occur at the time of the 'claim'; or c. "Natural resource damages% 27. "Responsible Insured" means. a. Your 'executive officer", director, partner, member or manager; b. Any Insured who has responsibility, In whole or In part, for risk control, risk management, health and safety or environmental affairs, control or compliance; or c. Any Insured who signed or who has responsibility, in whole or In part, for completing the application on which we refied In Issuing this Coverage Form. l EEII 0007 1117 Includes copyrighted material of Insurance $ewicos Office, Inc., with Page 15 of 17 Its permission. 2B. "Restoration costs' means reasonable and necessary costs incurred by the Insured with our consent, which will not be unreasonably withheld or delayed, to restore, repair or replace real or personal property to substantially the same condition It was In prior to being damaged during worts performed in the coarse of Incurring °cleanup costs". However, such 'restoration costs" will not exceed the actual cash value of such property Immediately prior to Incurring "cleanup costs" or include costs associated with Improvements or betterments, ordinance or law. 20. 'Sul(' means a civil proceeding In which damages because of nbodily Injury", property damage" or "cleanup costs" to which this Insurance applies are alleged. "Suit" Includes: a. An arbitration proceeding In which such damages are claimed and to which the Insured Faust submit or does submit with our consent, or b. Any other alternative dispute resolution proceeding In which such damages are claimed and to which the Insured submits with our consent. 30. 'Temporary storage" means storage of materials In a locked and secure storage container with clearly posted warning signs for a period of up to 30 days at a premise you own or rent. "Temporary storage" does not Include storage of materials at any site at which you are performing your work". 31.'Transportation pollution condition" means the emission, discharge, dispersal, release or escape of "pollutants" from a "covered convayancW which occurs beyond the boundaries of a 'covered location". 32. `Transported cargo" means the Insured's "cargo" after It is moved from the place where ft Is accepted by or on behalf of an insured for movement into or onto a 'covered conveyance". until the "cargo' Is moved from the 'covered conveyance* to the place where it is finally delivered on behalf of the Insured. `Transported cargo" also includes the Insured's "cargo" during "loading or unloading" to or from a "covered conveyance". `"Transported cargo" does not include «cargo" at rest for a period longer than 72 hours after it has been accepted on behalf of the Insured for movement into or onto a "covered conveyance" but before It reaches the place of final delivery. 33. "Unmanned aircraft" means an aircraft that Is not designed, manufactured or modified after manufacture to be controlled directly by a person from within or on the aircraft. 3+4. "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (e) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment fumished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, perfonnance or use of *Your product"; and (2) The providing of or failure to provide warnings or Instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 35. "Your work": a. Means: (1) Contracting work or contracting operations as disclosed in the application or specifically endorsed hereon perfomied by you or on your behalf for others at a location that you do not own. control, rent or occupy other than for the purpose of performing "your work"; and (2) Materials, parts or equipment furnished In connection with such worts or operations. h. Includes: Mr-KI 0007 1197 Includes copyrighted material of insurance Services Office, Inc., with Page 16 of 17 its permission. (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of 'your work"; (2) The providing of or failure to provide wamings or Instructions; (3) The 'completed operations of'your work"; and (4) With respect to Insuring Agreement AA. Contractor's Pollution Liability, the "temporary storage" of asbestos, or any material or substance containing asbestos, asbestos fibers or asbestiform talc that was removed In the course of "your work'. t EEI 0007 1117 Includes copyrighted material of Insurance Services Office, Inc.. with Page 17 of 17 Its permission. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to 5E MON Il — WHO 1S AN INSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Part and b. Has not been added as an additional insured for the same project by attachment of an endorse- ment under this Coverage Part which includes such person or organization In the endorsement's schedule; is an insured, but: a;. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect: and b. Only as described in Paragraph (1), (2) or (3) be- low, whichever applies: (1) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors — (Form B) endorse- ment CG 20 10 11 8.5; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- trartors — Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 3710 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured -- Owners, Les- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contrac- tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 0413. or both of such eri&rsements with either of those edition dates; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 2010. or the Ad- ditional Insured Owners, Lessees or Contractors — Completed Operations en- dorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies; or (3) If neither Paragraph (1) nor (2) above applies: (a) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage Is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a, if the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minirnum limits required by the written contract or agree- ment, the insurance provided to the additional in- sured will be limited to such minimum required limits. For the purposes of determining whether CG D6 0402 19 0 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement This provision will not increase the limits of insurance described in Section M — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injury', wproperty damage" or "personal injury" arising out of the providing. or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (`) Any "bodily injury' or "property damage" caused by "your work" and included in the "products -completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. e. The additional insured must comply with the fol- lowing) duties: (1) Give us written notice as soon as practicable of an "occurrence' or an offense which may result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suit" is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received: and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. (3) Immediately send us copies of all legal pa- pers received in connection with the claim or '*suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit". and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or 'suit" to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV -. Commercial General Liability Conditions. Page 2 of 2 B 2017 The Travelors Indemnity Company. Ati rights reserved. CG IDS 04 02 19 007978 COMMERCIAL GENERAL LIABILITY THIS ENDOMSIFIVIENT CHANGES THE POLICY. PLKASE READ IT CAREFULLY. i ,ND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement, The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, dunes, and what is and is not covered. A. Who Is An Insured — Unnamed Subsidiaries C. Incidental Medical Malpractice 8. Blanket Additional insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability —Railroads Operations F. Damage To premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO 15 AN INSURED — UNNAMED venture or limited liability company; or SUMSIDIARIES b. A trust; The following is added to SECTION 11 — WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, E. BLANKET ADDITIONAL INSURED joint venture or limited liability company, that is GOVERNMENTAL ENTITIES m PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS Declarations is a Named Insured it a. You are the sole owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury' or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% in such subsidiary, or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 500/6 in such subsidiary, For purposes of Paragraph 1. of Section Il — Who Is An Insured, each such subsidiary will be deemed to be designated in the Declarations as; The following is added to SECTION 11— WHO IS AN INSURED; Any governmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: a. Any "bodily injury', "property damage" or "Personal and advertising injury' arising out of operations performed for the governmental entity, or b. Any "bodily injury^' or "property damage" included in the "products -completed operations hazard". CG D3 1€ 02 19 02017 The Travelers Indemnity Company. All eights reserved. Page 1 of 3 Includes copyrighted matarial of Insurance Services Office. Inc., with its permission. 007980 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph ia. of the definition of "occurrence" In the DEFINITIONS Section; b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION 11 — WHO IS Ali! INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic: or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their worm hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph 5. of SECTION Ill — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". pharmaceuticals committed by, or with the lmowledge or consent of, the insured. S. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of .food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV COMMERCIAL GENERAL, LIAMILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent root subject to Paragraph 2.a.(1) of Section II — Who Is An Ensured. D. BLANKET WAILER OF SUBROGATION The following is added to Paragraph S., Transfer Of Rights Of Recovery Agalmst Others To Us, of SECTION IV o COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs: or b. "Personal and advertising injury" caused by an offense that is committed: 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SIFCTION I — agreement. COVERAGES — COVERAGE A -- BODILY E. CC3h1iRACiIiFALLIA131LITY—RAILRAE9DS INJURY Aid© PROPERTY DAMAGE LIABILfrY: 1. The following replaces Paragraph c. of the Sale Of Pharmacauticals definition of "insured contract" in the "Bodily injury' or "property. damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement: ordinance relating to the sale of Page 2 of 3 10 2017 The Traveters Indemnity Company. All rights reserved. CG 03 16 02 19 Includes copyrighted material of Insurance Servicea Office, Inc., with its permission. 2. Paragraph f.(1) of the definition of "insured contract" in the DSF1NITIONS Section is deleted. F. DAMAGE TO PREMISES RB111r1'ED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: COMMERCIAL GENERAL LIABILITY a. Any premises while rented to you or temporarily occupied by you with permission of the owner, or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CC ®3 ,16 02 19 6 2017 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office. Inc., with its permission. 007981 POLICY NUMBER: DT-CO-7N63,3454-COF-20 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 07-02-20 THIS ENDORSEMENT T CHANGES THE POLICY. PLEASE LEA@ IT CAREFULLY DES IGNATED PROJECT(S) E ;RL AGGREGATE LIMIT This endorsement moddies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE DART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED IN A GENERAL AGGREGATR WRITTEN CONTRACT THAT IS IN EFFECT DURING LINXT SHOWN AN THE THIS POLICY PERIOD, TO PROVIDE A SEPAnATE DRCLARhTTIONS. GENERAL AGGREGATE LIlki'CT, PROVIDED THAT THE CONTRACT IS SIGNED BY YOU BEFORE THE KUODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated Wproject". Such payments attributed only to operations at a single desig• shall not reduce the General Aggregate Limit nated "project, shown in the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project' shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated OccurPence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the general Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur - cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1). and less of the number of- for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot Ib. Claims made or 'suits" brought; or he attributed only to operations at a single desig- nated'"project" shown in the Schedule above: c. Persons or organizations mailing claims or bringing "salts°. CG D2 11 0104 Copyright, The Travelers Indemnity Company, 2004 rage 1 of 2 007970 COMMERCIAL GENERAL LIABILITY I. Any payments made under COVERAGE A. for damages or under COVERAGE Q for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate Limit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 2. The General Aggregate limit is the most we will pay for the sum of a. Damages under Coverage B; and H. Damages from "occurrences" under COVERAGE A (SECTION 1) and for all medical expenses caused by accidents under COVERAGE C (SECTION 1) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the „products -completed operations hazard" is pro- vided, any payments for damages- because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Limn. E. For the purposes of this endorsement the Defiini- #lons SecUori is amended by the addition of the following definition: "Project' means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION [[I — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004 CG D2 110104 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS I. The following is added to Paragraph A.I.c., Who Is An Insured, of SECTION II o COVERED ALTOS LIA®ILITY COVEII AOE: This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury' or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph R.S., ®thew Insurance of SECTION IV w BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is the first named insured when the written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury' or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non-contributory. CA T4 74 02 IS 02015 The Travelers Indemnity Company. All rights reserved, . 1 J ,.. 4 1 ! Page 1 of 1 POLICY NUMBER: 010-7N125354-20-26-G ISSUE ©ATE: €16-29-20 THIS ENVORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY W NOTICE, OF CANCELLATION PROVIDED BY U This +:indorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CHEDULE CANCELLATION. Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGAN=ATXON TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL RE GIVEN, BUT ONLY IF: 1. YOU SENT} U8 A WRITTEN PXQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAM AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY1 MW 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE M SEGFMMG OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCEMDULE. ADDRESS: THE ADDRESS FOR THAT PICU024 OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN R2()UEST FROM YOU TO U5. PROVISIONS: If we cancel this policy for any statutorily permitted above. We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 91 02011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 007236 COMMERCIAL AUTO THIS ENDORS15MENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part. and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE BARED AUTO D. FIMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMIT'S F. FARED AUTO — LIMITED WORLDWIDE COW ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE o GLASS PROVISIONS . A. BROAD FORMA NAMED INSURED 05M 0� The following is added to Paragraph A.1., Who Is An insured. of SECTION II o COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain SO% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLr; NKET ADDITIONAL INSURED The following is added to Paragraph c. in A.9., .Who Is An Insured, of SECTION 11 — COVERED AUTOS LIABILITY ;OVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the 'bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "Insured" for Covered Autos Liability Coverage, but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE m INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTA31ON EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRSAGIS L.. NOTICE AND KNOWLEDGE of ACCIDENT OR LOSS M. OLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section It. O. LiMPLOYFE HIRED AUTO 1. The following is added to Paragraph A.I., llNrho Is An Insured, of SEcnoN II — Cow ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an `insured" while operating an "auto" hired or rented under a contract or agreement in an *employee's" name. with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.S., Other Insurance, of SECTION IV o BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your (;A 13 53 0215 02015 The Travelers Indemnity Company. All rights reserved, Page 1 of 4 Includes copyrighted material of Insurance Services ('} ce, Inc. with its permission. 007231 X80riTT41IN rwwvlrfl permission, while performing duties (a) With respect to any claim made or °suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- The fallowing is added to Paragraph A.., Who Is tle any such claim or "suit' and keep us advised of all proceedings and ac- An Insured, of SECTION 11— COVERED AUTOS tions. LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- (11) Neither you nor any other involved Ing a covered "auto" you don't own, hire or borrow "insured" will make any settlement in your -business oryour personal affairs. without our consent E. SUPPLEMENTARY PAYMENTS — INCREASED (ill) We may, at our discretion, participate LIMITS in defending the "insured" against. or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION It s COVERED AUTOS LlAGIL We will reimburse the "insured" for i i'R�, COVERAGE. sums sums that the "insured' legally must (1) Up to $3.000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in - we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- . The following replaces Paragraph A.Z.a.(4), graph C.. Limits Of Insurance, of of SECTION 11 V COVERED AUTOS E_IABIL• SEC7ION II — COVERED AUTOS ITY COVERAGE., LIA131LITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. 'don of such claims and your defense of the "insured" against any such Pr HIRED AUTO — LIMITED WORLDWIDE COV- "suit". but only up to and included ERAGE -- INDEMNITY BASIS within the limit described in Para - The following replaces subparagraph (5) in Para- graph C., Limits Of Insurance, of graph 13.7., policy Period, Coverage Territory. SECTION 11 — COVERED AUTOS of SEC'nI ON IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE. and not in TIONS: addition to such limit Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction. em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages,settlements United States of America applies to and pro- or defense expenses. h1bits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire. rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re - and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter - partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 02015 The Travelers Indemnity Company. All rlghts reserved. CA T3 53 07 15 Includes copyrighted matedal of Insurance services Office, Inc. with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coup- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable had you complied with the compulsory in- The following is added to Paragraph 8.3.. Exclu- surance requirements. dons, of SECTION III — PHYSICAL DAMAGE COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in - United States of America, its territories hate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.I.b. and A.1.c., but ada. We assume no responsibility for the only. furnishing of certificates of insurance, or for compliance in any way with the laws a. If that "auto" is a covered "auto" for Comp -re - of other countries relating to insurance. pensive Coverage under this policy; b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE — GLASS ranty: and The following is added to Paragraph D.. Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. MIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The fallowing replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L- NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a.. of SECTION IV — BUSINESS AUTO CONDITIONS; Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of M. $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A,4,, Cover, acge lixtensions, of SECTION III -= PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and (a) You (if you are an individual): (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". BLANKET WAIVER OF SUDRAGATION The following replaces Paragraph A.S., Transfer Of Rights Of Recovery Against others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by CA 73 53 02 15 02015 The Travelers Indemnity Company. All rights reserved, Page 3 of 4 Includes copyrightad matarial at Insurance Sarvrces Office, Inc, wrltt its permis3lon. 007232 COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIOMAL ERRORS OR OMISSIONS ever this provision does not affect our right to col - The following is added to Paragraph 81., Corr lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non -renewal. SUCTION IV -» BUSINESS AUTO CONIVITIONS: Page 4 of 4 0 Z015 rhe'Travelers Indemnity Company. All rights reserved. iA i; 53 02 15 Includes copyrighted material of Insurance services Office, Inc. with its permission. WOME S CMIPIMA-flON ND Ti�A L �" � LIA �m�l+�wttit I�IAPrl,l rY PaUCY ONE Tflwn GQVW RhRi°FORD CT 0671193 ENl9Ol-al 7l EN1`WC 99 06 V1 (OD) POLICY NUMBER: us,'nmusa TEXAS �,;'ARLJER NOTICE Or CANCULI.ATION EWORSFM��M If we Cancel this paleCy, We will rnall via certified rrtad or deWu to you in person writteri notice stating when .such Cancellation is to take effect Mailing that notice to you at your mailing address shown in Item ] of the Iliforrnation page will be sufficient to prove notice. We will mail or deliver that notice; a. At least ten days berate the effective date of the cancellation. if we cancel for nonpayment of prernhiin, or b. At least the number or days shown in the Schedule before the etfertive data of the cancellation, if we cancel for any other reason. Notwithstanding the provisions above, is rio event will the number of days advance tiodre for cancellation be (e is than the number of days required by Texas law. SCHEDULE NUMBER OF DAYS 69 This reiidorsament changes the policy to which d is attached and is effecbw an the date issued unless atherwbe stated. taw tnforrrrafin" below its required only when this endorsement is issued subsesueat to preparation of thk, polfcyj Endorsement Efreetive Polity No. Endorsewent No. Insured Premium 5 Insurance Company Counterslgned by DATE OF ISSUE: t7M012020 S?' ASSIGN, Page I of i 020$0 The irareren Enderprrt-tycar,Vaq mlrigirts reserved �� � . - `171AVEE , AND ONE MUR SUIT= 04PLOVFRS LIABILITY POLICY H=ivoftu CT 06103 EN00ftSR RN'f WC Q 03 04 ( 1�) .. 001 POLICY LUMBER: rB-'► 125450 'fEKAS WAIVER OF OUn RIGHT TO RECOVER FROM OTHCRS ENDORSEMENT This endorsement aPpises 0* to the insurance prnvaded by the policy because Texas is shown fil Item 3.A. of the Informatiun Page - We have the right to recover our payments from anyone Kable for an injury covered by tills policy. We- WM not enforce our right against the person or wganaafion named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsemert is shown in the SchWAge. f• ED Spixik Wa'hw Blanket Waiver Any person or organizaWn for whore the Named Insured has agreed by written contract to fumrsh tWs waiver. 2. Operations: 3. Premium: The Premium charge far this endorsement shah be a.00 percent of the premium developed on payeoll in connection with in R performed for the above person(s) or organization(s) arising out of The operaharrs descriEatid.. 4. Advance Premiur€i: S quH ,ues mjl This t;nd0rsoment chmges the policy to which it is attached and is of %alive OR the date Iss>� stated. rluleSs ©tlrerwije ghc Infvrraatinn Mow Is required early when tirltis ep&Tser►jertt is inued sutsequent 4a prepavatiorr ruf tm policy.) Endorsement EffeWye Policy No. I ndurse "rit No. InsuredPremium Insurance Company Countersigned by--- -- DATE, OF ISSUE: 061WQ020 Si ASSIGN: Page I of I 0 CopyrW2014 Hatiet31 r-adrid] an eemptnsavan Irswanto lot Ali 6nVu REsuna8 006125-1 CERTIFICATE OF INSURANCE Page I of 2 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FONT WORTH ViJ[age Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMEMTS City Project No. CO2648-II Revised July 1, 2011 —Adopted June 2020 006125-2 CERTIFICATE OF INSURANCE Page 2 of2 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WOR7111 Village Creek WRIT Phase 11 Electrical hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SP> CIFICATION DOCUMENTS Revision: Matrh9, 2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology......................................................................... ......... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology......................................................................................................................... ..... 6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting............................................................................................................ 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent..........................................11.................................................................................................. 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............................................................................................................................11 Article 4 -- Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................1.1 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............................................................................................ .............1.6 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: Match 9, 2020 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6,22 6.23 6.24 Labor; Working Hours................................................................................................................ 20 Services, Materials, and Equipment...........................................................................................20 ProjectSchedule........................................................................ Substitutes and "Or -Equals" ..................................................... Concerning Subcontractors, Suppliers, and Others .................. WageRates................................................................................ Patent Fees and Royalties......................................................... Permits and Utilities.................................................................. L d R ulations .......................................... 21 .......................................... 21 .......................................... 24 1� S awsan eg............................................................................... Taxes......................................................................................................... Use of Site and Other Areas..................................................................... Record Documents.................................................................................... Safetyand Protection................................................................................ Safety Representative................................................................................ Hazard Communication Programs............................................................................................. Emergencies and/or Rectification......................................................... Submittals.............................................................................................. Continuingthe Work............................................................................. Contractor's General Warranty and Guarantee .................................... Indemnification..................................................................................... Delegation of Professional Design Services ........................................ Rightto Audit.. : .......... ...... .................. * .............. Nondiscrimination................................................................................. Article 7 Other Work at the Site ................................. 7.01 Related Work at Site ................................. 7.02 Coordination .............................................. ................................ 26 ................................ 27 ................................ 27 ................................ 28 ................................ 28 ................................ 29 ................................ 29 ................................ 30 30 ..................................... 30 ..................................... 31 •.................................... 32 ..................................... 32 ................................... 33 ..................................... 34 ..................................... 34 ..................................... 35 Article 8 --- City's Responsibilities................................................................................ 8.01 Communications to Contractor................................................................ 8.02 Furnish Data......................................................................... 8.03 Pay When Due..................................................................... 8.04 Lands and Easements; Reports and Tests ............................. 8.05 Change Orders....................................................................... 8,06 Inspections, Tests, and Approvals ........................................ 8.07 Limitations on City's Responsibilities ................................. 8,08 Undisclosed Hazardous Environmental Condition .............. 8.09 Compliance with Safety Program ......................................... •................... 35 .................... 35 ................................. 36 ................................. 36 ................................. 36 ........................... I ............... I...... 36 .................................................. 36 .................................................. 36 .................................................. 36 .................................................. 37 ................................................. 37 .................................................. 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 WOR11I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmch 9, 2020 Article 10 - Changes in the Work; Claims; Extra Work ..................................................... ......38 ..................... 10.01 Authorized Changes in the Work.................................................................................... 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............................................................................................................ 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 1.3.03 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 1.4.01 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 ..................... 15.02 City May Terminate for Cause....................................................................................... ----. 58 15.03 City May Terminate For Convenience .......................... Article16 Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDAIU) CONSTRUCTION SPECIFICATION DOCU W.NTS Revision: Mardi 9, 2020 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 DOCUMiNTS Rcvision: Match 9,2020 00 72 00 - 1 GENERAL CONDITIONS Page] of63 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 tides 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. S. 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. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CnrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 2 of 63 12. 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. 13. 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. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. 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. 18. 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. 19. 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. 20. 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). 21. 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. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORrl1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Man h 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. 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 CIaim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. 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. 27. 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. 28. 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. 29. 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. 34. 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. 31. 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. 32. 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. 33. Engineer --The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. 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. 35. 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. 36. 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: Mainh 9, 2020 007200- 1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements Sections of Division 1 of the Contract Documents. 39. 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. 40. 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. 41. 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. 42. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. 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. 46. 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. 47. PCBs Polychlorinated biphenyls. 48. 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. 49, Plans -- See definition of Drawings. CITY OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 5 of63 50. 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. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. 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. 54. 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. 55. Regular Working Hours Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. Schedule of SubmittalsA schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. 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. 59. 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. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. ,Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. 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 DOCUVF.NTS Revision: Mavv h 9, 2020 00 72 00 - I GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 66. 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. 67. 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. 68 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. 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 Iess than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 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 SPECJFICATION DOCUMENTS Revision: M=h9, 2020 007200-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be famished 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 no earlier than. 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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: MarcJt 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 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 Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORM I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mairh 9, 2020 00 72 00 - 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 PIans 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: March 9, 2020 007200-1 GENERAL CONDITIONS Page I I 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 on-line electronic document management and collaboration system 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 forinat, 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. I. 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. Crl'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS Revision; MaO 9, 2020 007200-I GENERAL CONDITIONS Page 12 of63 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; CrrY OF FORT WOW11I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Mash 9, 2020 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. 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 CONS"1RUCTION SPECIFICATIONDOCLMF.NFS Revision: )Aainh9,2020 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A- Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CPrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLIMFNrS Revision: Mardi 9, 2020 00 72 00 - I 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 oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions 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 WORrI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mairh 9, 2020 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 WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Macro 4, 2020 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their Iimits when deemed necessary and prudent by the City based upon changes in statutory Iaw, 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 FOKT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS Revision; Ma di 9, 2020 00 72 00 - 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: Mairh9,2020 00 72 00 - 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: 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 famish 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: Maiah 9, 2020 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. 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. "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 SPF.,CIFICATION DOCUMENTS Revision: Maki 9, 2020 007200-1 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 01 25 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: March 9, 2020 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Iv awh 9, 2020 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 WE goal, Contractor is required to comply with the intent of the City's WE 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 WE 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 SPECll,ICATION DOCUMENTS Revision: Majvh 9, 2020 00 72 00 - 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 WORN STANDARD CONSTRUCTION SPECIFICATION DOCi TMFNTS Revision: Man;h 4, 2020 007200- 1 GENERAL CONDITIONS Page 26 of63 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 1 lth 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: Match 9, 2020 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.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: L 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 SPEC) FICATION DOCUMENTS Revision: Mwch 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 28 of63 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. httnJ/www.window.state.tx.us/taxinfo/taxforins/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF, PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match 9, 2020 007200-1 GENERAL CONDITIONS Page 29 of 63 3. ShouId 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPE0FICA,TION DOCUMENTS Revision: March 9, 2020 00 72 00 - 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 other property at the Site or adjacent thereto, including trees, shrubs, Iawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 6.1 S.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 6.1 S.C. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maich 9,2020 007200-1 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: 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 fumetioning 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: Mairh 9, 2020 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 5.02.13. 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. TMS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECt ICA"I'ION DOCUMENTS Revision: Mnidki 4, 2020 00 72 00 - 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 SOU HT WERE CAUSED IN WHOLE OR IN PART, BY ANY ACT. ONIISSION 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 6.1 S.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: Mwdi9, 2020 00 72 00 - 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 V1, 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 Ole FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maa;h 9, 2020 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 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 platters 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: March 9, 2020 007200- i 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 identified in the Supplementary Conditions. 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 W012I,II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: N&vch9, 2020 007200-I 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: Mairh9, 2020 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi 9, 2020 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maich9, 2020 00 72 00 - 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 Cast of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, 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: 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 PORT WORTH STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS Revision; Mmvb9,2020 007200-I 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 Iosses 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: Mwrh 9, 2020 00 72 00 - I 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 11.0l.A.1 or specifically covered by Paragraph 11.01.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. S. 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 11.01.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: March 9, 2020 00 72 00 - I 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. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 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%. b. 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 CONSTRUCITON SPECIFICATION DOCUMENTS Revision: Mawh 9, 2020 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.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 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 1.5 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 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT W ORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I'S Revision: Maidi 9, 2020 007200-I GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs I1.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.0 LB; 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: Murk 9, 2020 007200- 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab"} to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 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: Math 9, 2020 00 72 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, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found. to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI 1CATION DOCUMENTS Revision: Mardi 9, 2020 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 terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the 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 SPECIFICATION DOCUMENTS Revision: M&rh %20z0 007200-1 GENERAL CONDITIONS Pagc 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: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 52 of63 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: 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI NMNTS Revision: Mmuhuh9, 2020 00 72 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 DOC UMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 54 of63 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 al I Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 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 TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; March 9, 2020 00 72 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' WORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Madi9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WOR'1,1I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 4, 2020 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: I . 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 #20020-12-2011established 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 WORITI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CTTY OF FORTWORTH SIANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maier 9, 2020 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mveh 9, 2020 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 Ioss 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 PORT WORTH STANDARD CONSTRUMION SPECIFICATION DOCUMENTS Revision: Mash 4, 2020 00 72 00 - 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 parry to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marsh 9, 2020 00 72 00 - 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 DOCUWt NTS Revision: Maidi9, 2020 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 W SUPPLEMENTARY CONDITIONS Page 1 of 6 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 ro erg ssed to the point where, in the opinion of the City, the Work (or a specified part thereof) is sufficiently_ complete, in accordance with the Agreement and all Contract Documents, so that the Work (or a specified 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 sbown 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. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of June 18, 2020: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION CITY OF FORT WORTH Village Creek WRIT Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. CO2648-11 Revised March 9, 2020 — Adopted June 2020 PARCEL NUMBER None 00 73 00 StJPPLEMENTARY CONDITIONS Page 2 of 6 TARGET DATE OF POSSESSION 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. SC-4.01A.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 June 18, 2020 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and testis of subsurface conditions at the site of the Work: A Geotechnical Engineering Report No. 95195020, dated April, 9, 2020, prepared by Terracon Consultants, Inc. a sub -consultant of Gupta & Associates Inc, a consultant of the City, providing additional information on subsurface exploration and geotechnical engineering for the new electrical building sites. 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. SC-4.06A., "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 CITY OF FORT WORTI4 Village Creek WRY Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264$-II Revised March 9, 2020 — AdopLed June 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 (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 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 sbown 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. CITY OF FORT WOR II Village Creek WRF Phase It Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised March 9, 2020 —Adopted June 2020 00 73 00 SUPPILM;NTARY CONDITIONS Page 4 of 6 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: (I) General Aggregate: (2) Each Occurrence: $Confirm Limits with Railroad $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 Iines 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" CYI'Y OF PORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO26484I Revised March 9, 2020 — Adopted June 2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 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) A copy of the table is also available by accessing the City's website at: https:/lapps.fortworthtexas.L-ov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions 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" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. NPDES Wastewater Discharge Permit. 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 June 18, 2020: 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 Sco a of Work Coordination Authority Crescent Constructors Chlorine Improvements 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" CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised March 9, 2020 — Adopted June 2020 None 0073 00 SUPPLEMENTARY CONDrIlONS Page 6 of 6 SC-14.10, "SUBSTANITAL COMPLETION" Add the following Section as follows: 14.10 Substantial Completion A. When Contractor considers the entire Work sufficiently complete, in accordance with the Contract_ Documents and this Agreement, such that the City may implement or use the Work for its intended purpose, Contractor shall notify the City in writing that the entire Work is substantially complete and request that the City issue a letter of Substantial Completion. Contractor shall at the same time submit to the City an initial draft punch list to be coml2letcd or corrected before final acceptance. B. Promptly_ after Contractor's notification, City and Contractor shall make an inspection of the Work to determine the status of completion. If City does not consider the Work substantially complete, City will notify Contractor in writing giving the reasons, therefore. C. If City considers the Work substantially complete, City will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Completion a list of items to be completed or corrected before Final Acceptance. D. At the time of receipt of the letter of Substantial Completion, City and Contractor will confer regarding City's use or occupancy of the Work following Substantial Completion. All surety and insurance shall remain in effect until Final Payment. L. After Substantial Completion, the Contractor shall promptly begin work on the punch list of items to be cam leted or corrected prior to Final Acceptance. In gppropriate cases Contractor mqy submit monthly Applications for Payment for completed punch list items following the progress payment procedures set forth herein. F. I duipment warranty period shall start after Substantial Completion. SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised March 4, 2020 — Adopted June 2020 SECTION 01 11 00 SUMMARY OF WORK 1 PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 11 00- 1 SUMMARY OF WORK Page I of 10 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 00 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 01 - General Requirements 1..2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents Work is to include furnishing all Iabor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 1. Bid Item 1 Return 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; Iow voltage switchgear, transformers, panelboards and other major equipment. 2. Bid Item 2 — Return Pump Station 2 Area — Electrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Return 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. CITY OF FORT WORTI3 Village Creek WRF Phase It Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO26484I Revised August 15, 2017 -- Adopted Juue 2020 — Addendum I 01 1100 - 2 SUMMARY OF WORK Page 2 of 10 3. Bid Item 3 — Return Pump Station 2 Area — 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 Ethernet 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. 4. Bid Item 4 — Return Pump Station 2 Area — Instrumentation & Controls System: This bid item 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. 5. Bid Item 5 -- Return Pump Station 2 Area — Structural : This bid item shall include all necessary activities required for the complete construction of concrete foundation; and all other equipment, materials, and services including but not limited to furnishing and installing concrete foundations and subgrade preparation complete and in place. 6. Bid Item 6 Return Pump Station 2 Area — Civil : This bid item shall include all necessary activities required for the civil improvements including but not limited to the following: Perform a site evaluation and analysis to verify existing conditions match drawings. Install erosion control measures where needed to contain all sediment to work area. Clear and grub area. Delineate limits of demolition for approval. Remove and properly dispose all items called for on the drawings or as directed by owner. Accurately layout foundation pad location and walkways per drawings. Prepare subgrade as shown in drawing details and specifications. Construct walkways to correct slopes and elevations. Re -sod all disturbed non - paved areas. 7. Bid Item 7 — Return 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. 8. Bid Item S — .Return Pump Station I Area EIectrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Return 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. CITY OF FORT WORTH village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised August 15, 2017 — Adopted June 2020 — Addendum I 011100-3 SUMMARY OF WORK Page 3 of 10 9. Bid Item 9 — Return Pump Station I Area 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 Ethernet 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. 10. Bid Item 10 Return Pump Station I Area Instrumentation & Controls System: This bid item 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. 11. Bid Item I I — Return Pump Station I Area — Structural : This bid item shall include all necessary activities required for the complete construction of concrete foundation; and all other equipment, materials, and services including but not limited to furnishing and installing concrete foundations and subgrade preparation complete and in place.. 12. Bid Item 12 --- Return Pump Station I Area — Civil : This bid item shall include all necessary activities required for the civil improvements including but not limited to the following: Perform a site evaluation and analysis to verify existing conditions match drawings. Install erosion control measures where needed to contain all sediment to work area. Clear and grub area. Delineate limits of demolition for approval. Remove and properly dispose all items called for on the drawings or as directed by owner. Accurately layout foundation pad location and walkways per drawings. Prepare subgrade as shown in drawing details and specifications. Construct walkways to correct slopes and elevations. Re -sod all disturbed non - paved areas. 13. Bid Item 13 Service Water 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. 14. Bid Item 14 — Service Water Pump Station 2 Area — Electrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Service Water 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. CITY OF FORT WORTH Village Creek IMF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised August 15, 2017 — Adopted June 2020 — Addendum 1 011100-4 SUMMARY OF WORK Page 4 of 10 15, Bid Item 15 — Service Water Pump Station 2 Area — 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 Ethernet 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. 16. Bid Item 16 — Service Water Pump Station 2 Area Instrumentation & Controls System: This bid item 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. 17. Bid Item 17 — Service Water Pump Station 2 Area — Structural : This bid item shall include all necessary activities required for the complete construction of concrete foundation; and all other equipment, materials, and services including but not Limited to furnishing and installing concrete foundations and subgrade preparation complete and in place. 18, Bid Item 18 — Chlorine 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. 19. Bid Item 19 — Chlorine Area — Electrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Chlorine 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. 20. Bid Item 20 Chlorine Area — 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 Ethernet 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 WRY Phase 11 Elcetrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised August 15, 2017 — Adopted Junc 2020 — Addendum 1 O1 11 00-5 SUMMARY OF WORT{ Page 5 of 10 21. Bid Item 21 Chlorine Area Instrumentation & Controls System: This bid item 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. 22. Bid Item 22 Chlorine Area Structural: This bid item shall include all necessary activities required for the complete construction of concrete foundation; and all other equipment, materials, and services including but not limited to furnishing and installing concrete foundations and subgrade preparation complete and in place. 23. Bid Item 23 — Chlorine Area Civil: This bid item shall include all necessary activities required for the civil improvements including but not limited to the following: Perform a site evaluation and analysis to verify existing conditions match drawings. Install erosion control measures where needed to contain all sediment to work area. Clear and grub area. Delineate limits of demolition for approval. Remove and properly dispose all items called for on the drawings or as directed by owner. Accurately layout foundation pad location and walkways per drawings. Prepare subgrade as shown in drawing details and specifications. Construct walkways to correct slopes and elevations. Re -sod all disturbed non - paved areas. Coordinate all construction with Contractor on -site immediately north and adjacent to work area. 24. Bid Item 24 — 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. 25. Bid Item Al.I — Return Pump Station 7 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. 26. Bid Item A1.2 Return Pump Station 7 Area— Electrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Return Pump Station 7 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 Viliage Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPFC1Fi '1C1T1ON DOCUMENTS City Project No. CO2648-I1 Revised August 15, 2017 — Adopted June 2020 — Addendum 1 01 11 00-6 SUMMARY OF WORK Page 6 of 10 27. Bid Item Al.3 — Return Pump Station 7 Area 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 Ethernet 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. 28. Bid Item AI A Return Pump Station 7 Area — Instrumentation & Controls System: This bid item 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. 29. Bid Item Al. 5 — Return Pump Station 7 Area -- Structural : This bid item shall include all necessary activities required for the complete construction of concrete foundation; and all other equipment, materials, and services including but not limited to furnishing and installing concrete foundations and subgrade preparation complete and in place. 30. Bid Item A1.6 Return Pump Station 7 Area — Civil: This bid item shall include all necessary activities required for the civil improvements including but not limited to the following: Perform a site evaluation and analysis to verify existing conditions match drawings. Install erosion control measures where needed to contain all sediment to work area. Clear and grub area. Delineate limits of demolition for approval. Remove and properly dispose all items called for on the drawings or as directed by owner. Accurately layout foundation pad location and walkways per drawings. Prepare subgrade as shown in drawing details and specifications. Construct walkways to correct slopes and elevations. Re -sod all disturbed non - paved areas. 31. Bid Item A2.1 Storm Drain Pump Station 2 Area — ElectricaI Equipment: This bid item shall include all necessary activities to procure major electrical equipment including medium voltage electrical switcbgear, motor controls; low voltage switchgear, transformers, panelboards and other major equipment. 32. Bid Item A2.2 — Storm Drain Pump Station 2 Area Electrical Work: This bid item shall include all necessary activities to provide all electrical work associated with the Storm Drain 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. CITY OF FORT WORTH Village Creek WRF Phase lI Electrical hi provements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised August 15, 2017 — Adopted June 2020 — Addendum 1 01 11 00 - 7 SUMMARY OF WORK Page 7 of 10 33. Bid Item A2.3 — Storm Drain Pump Station 2 Area — 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 Ethernet 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. 34. Bid Item A2.4 — Storm Drain Pump Station 2 Area — Instrumentation & Controls System: This bid item 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. 35. Bid Item A2.5 -- Storm Drain Pump Station 2 Area — Structural : This bid item shall include all necessary activities required for the complete construction of concrete foundation; and all other equipment, materials, and services including but not limited to furnishing and installing concrete foundations and subgrade preparation complete and in place. 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 furnishing 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II Revised August 15, 2017 — Adopted June 2020 — Addendum I 01 11 00-8 SUMMARY OF WORK Page 8 of 10 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. 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. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. 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. F. Construction Sequencing 1. The Contractor shall coordinate construction schedule and operations with the Owner. The Contractor shall submit a detailed Construction Sequencing Plan which describes the method of construction associated with maximizing continued system operation. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised August 15, 2017 — Adopted June 2020 — Addendum I 01 11 00-9 SUMMARY OF WORK Page 9 of 10 2, Milestone: Contractor shall submit all shop drawings to Engineer within 90 calendar days from Notice to Proceed. All shop drawings shall be approved within 120 calendar days from Notice to Proceed. (This includes resubmittals. Contractor is responsible for providing shop drawings in timely fashion to allow minimum of 14 calendar day review time for the Engineer. 3. Village Creek WRF cannot be shut down or its capacity be limited such that the Plant cannot adequately treat the required flow. 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 WORTIi Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised August 15, 2017 — Adopted June 2020 — Addendum 1 011100-10 SUMMARY OF WORK Page 10 of] 0 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised August 15, 2017 — Adopted .June 2020 — Addendum I SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 012500-t SUBSTITUTION PROCEDURES Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or perforinance 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 Phase 1I Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 012500-2 SUBSTITUTION PROCF,DURES 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 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. 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 PORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 Revised Juty 1, 2011 — Adopted June 2020 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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. WiIl 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 Phase II Electrical I nprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. CO2648-II Revised July 1, 2011 — Adopted June 2020 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 0125 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 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 Address Date Telephone For Use by City: Approved City Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARI] CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised July 1, 2011 — Adopted June 2020 SECTION 0131 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0131 19 - 1 PRECONSTRUCTION MEETING Page I of 4 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting I . A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTII Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2048-11 Revised August 17, 2012 — Adopted June 2020 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 in. 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 cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised August 17, 2012 —Adopted June 2020 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 4 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 WORITI Village Creek WRF Phase II Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 Revised August 17, 2012 — Adopted June 2020 013119-4 PRE CONSTRUCTION MEETING Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Phase It Electrical huprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised August 17, 2012 — Adopted June 2020 SECTION 01 31 20 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be detennined by the City. 3. Attendees a. Contractor CITY OF, FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 01 31 20 - 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 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 c. 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 in. 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 WOKFI1 Village Creek MU Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCIJMLNTS City Project No. CO2648-11 Revised July 1, 2011 —Adopted June 2020 01 31 20 - 3 PROJECT MEETINGS Page 3 of 4 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 Phase 1I Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 —Adopted June 2020 01 31 20 - 4 PROJECT MEETINGS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WOR ,11 Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 Revised Tidy 1, 2011 — Adopted June 2020 SECTION 0132 13 SCHEDULE OF VALUES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 32 13-1 SCHEDULE OF VALUES Page] of 6 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. B. Submit a detailed Schedule of Values for the Work to be performed on the project. 1. Submit schedule within 10 days prior to submitting the first Application for Payment. 2. Line items in the Agreement are to be used as line items in the schedule. 3. Payment will be made on the quantity of Work completed per Contract Documents during the payment period and as measured per this Section. CITY OF FORT WOXrll STANDARD CONSTRUCTION Village Creek WRF Phase 11 Electrical Improvements SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project No. CO2648-II August 2017 —Adopted June 2020 013213-2 SCHEDULE Of VALUES Page 2 of 6 a. Payment amount is the Work quantity measured multiplied by the unit prices for that line item in the Agreement. b. Payment on a unit price basis will not be made for work outside finished dimensions shown in the Contract Documents. c. Partial payments will be made for lump sum line items in the Agreement. 1) Lump sum line items in the Agreement are to be divided into smaller unit prices to allow more accurate determination of the percentage of the item that has been completed. a) Provide adequate detail to allow more accurate determination of the percentage of work completed for each item. b) Provide breakdown for items that exceed $50,000.00. An exception may be made for equipment packages that cannot be subdivided into units or subassemblies. c) Separate product costs and installation costs. 2) Product costs include cost for product, delivery and unloading costs, royalties and patent fees, taxes, and other cost paid directly to the Subcontractor or Supplier. 3) Installation costs include cost for the supervision, labor and equipment for field fabrication, erection, installation, start-up, initial operation and Contractor's overhead and profit. For equipment or systems that exceed $50,000 the costs reported for startup activation shall not be less than 10 percent of the total item cost. d) Lump sum items may be divided into an estimated number of units. 4) The estimated number of units times the cost per unit must equal the lump sum amount for that line item. 5) Contractor will receive payment for all of the lump sum line item. e) Include a directly proportional amount of Contractor's overhead and profit for each line item. f) Divide principal subcontract amounts into an adequate number of line items to allow determination of the percentage of work completed for each item. 6) These line items may be used to establish the value of work to be added or deleted from the project. 7) Correlate line items with other administrative schedules and forms: g) Progress schedule, h) List of Subcontractors, i) Schedule of allowances, CITY OF FORT WORTH STANDARD CONSTRUCTION Village Creek WRF Please II Electrical Improvements SPECIFICAIION DOCUMENTS — WATER FACILITY PROJECTS City Project No. CO2648-TI August 2017 — Adopted Juice 2020 0132 13 - 3 SC14LDULE OF VALUES Page 3 of 6 j) Schedule of alternatives, k) List of products and principal Suppliers, and 1) Schedule of Submittals 8) Costs for mobilization shall be listed as a separate line item and shall be actual cost for: m) Bonds and insurance, n) Transportation and setup for equipment, o) Transportation and/or erection of all field offices, sheds and storage facilities, p) Salaries for preparation of submittals required before the first Application for Payment, q) Salaries for field personnel assigned to the project related to the mobilization of the project, r) Mobilization may not exceed 3 percent of the total contract amount. Cost for mobilization may be submitted only for work completed 9) The sum of all values listed in the schedule must equal the total contract amount. 4. Submit a schedule indicating the anticipated schedule of payments to be made by the Owner. Schedule shall indicate: a. The Application for Payment number, b. Date the request is to be submitted, and C. Anticipated amount of payment to be requested. 5. Update the Schedule of Values quarterly or more often if necessary to provide a reasonably accurate indication of the funds that the Owner will need to have available to make payment to the Contractor for the Work performed. C. Provide written approval of the Schedule of Values, Application for Payment form, and method of payment by the Surety Company providing performance, and payment bonds prior to submitting the first Application for Payment. Payment will not be made without this approval. D. Payments for Work shall conform to the provisions of the General Conditions, the Supplementary Conditions, the Agreement, and this Section. E. Submit Applications for Payment at the prices indicated in the Agreement Prices for each item in the Agreement shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds, and insurance, CITY OF FORT WORITI STANDARD CONSTRUCTION Village Creek WRF Phase I1 Electrical Improvements SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project No. CO2648-1I August 2017 — Adopted June 2020 013213-4 SCHEDUT F OF VALUES Page 4 of 6 b. Professional services including but not limited to engineering and legal fees, c. The products to be permanently incorporated into the project, d. The products consumed during the construction of the project, e. The labor and supervision to complete the project, f. The equipment, including tools, machinery, and appliances required to complete the project, g. The field and home office administration and overhead costs related directly or indirectly to the project, and h. Any and all kinds, amount or class of excavation, backfilling, pumping or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, permanent protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, fences, appurtenances and connections, cleaning up, overhead expense, bond, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, and profits, unless otherwise specified. 2. Provide work not specifically set forth as an individual payment item but required to provide a complete and functional system. These items are a subsidiary obligation of the Contractor and are to be included in the Contract Price. Payment will be made for materials on hand. a. Store materials properly on site per Contract Documents. 1) Payment will be made for the invoice amount less the specified retainage. 2) Provide invoices at the time materials are included on the materials - on -hand tabulation. b. Provide documentation of payment for materials -on -band with the next payment request. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the materials on hand tabulation if this documentation is not provided so payment will not be made. c. Payment for materials -on -hand is provided for the convenience of the Contractor and does not constitute acceptance of the product. 4. The work covered by progress payments becomes the property of the Owner at the time of payment. 1.02 PAYMENT PROCEDURES A. Submit Applications for Payment per the procedures. Submit a Schedule of Values in the Application for Payment format to be used. 1. Applications for Payment may be submitted on a pre-printed form or may be generated by computer. Computer generated payment requests must have the CITY OF FORT WORTH STANDARD CONSTRUCTION Village Creek WRF Phase 11 F,lectrical Improvements SPECIFICA"1'ION DOCUMENTS - WATER FACILITY PROJECTS City Project No. CO2649-II August 2017 — Adopted June 2020 0132 13 -5 SCUEDULF, OF VALUES Page 5 of 6 same fol-mat and information indicated in the pre-printed form and be approved by the Engineer. a. Indicate the total contract amount and the work completed to date on the Tabulation of Values for Original Contract Performed (Attachment "A".) b. Include only approved Change Order items in the Tabulation of Extra Work on Approved Change Orders (Attachment "B".) C. List all materials on hand that are presented for payment on the Tabulation of Materials on Hand (Attachment "C".) Once an item has been entered on the tabulation it is not to be removed. d. Include the Project Summary Report (Attachment "D") with each Application for Payment. Data included in the Project Summary Report are to be taken from the other tabulations. Include a completed summary as indicated in with each Applications for Payment submitted. 1) Number each application sequentially and indicate the payment period. 2) Show the total amounts for value of original contract performed, extra work on approved Change Orders, and materials on hand on the Project Summary Report. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3) Note the number of pages in tabulations in the blank space on the Project Summary Report to allow a determination that all sheets have been submitted. 4) Execute Contractor's certification by the Contractor's agent of authority and notarize for each Application for Payment. 2. Do not alter the schedule of values and the form for the submission of requests without the written approval of the Engineer once these have been approved by the Engineer. 3. Final payment requires additional procedures and documentation. B. Progress payments shall be made as the work progresses on a monthly basis. i. End the payment period on the day indicated in the Agreement and submit an Application for Payment for Work completed and materials received since the end of the last payment period. 2. At the end of the payment period, submit a draft copy of the Application for Payment for that month to the City. Agreement is to be reached on: a. The percentage of work completed for each lump sum item, b. The quantity of work completed for each unit price item, c. The percentage of work completed for each approved Change Order item, and d. The amount of materials on hand. On the basis of these agreements the Contractor is to prepare a final copy of the Application for Payment and submit it to the City for approval. CITY OF FORT WORTH STANDARD CONSTRUCTION Village Creek WRF Phase 11 Electrical Improvements SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project No. CO264841 August 2017 — Adopted June 2020 013213-6 SCHEDULE OF VALUES Page 6 of 6 C. Provide a revised and up-to-date progress schedule with each Application for Payment. 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. 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 WINE Phase II Electrical Improvements SPECIFICATION DOCUMENTS — WATER FACILITY PROJECTS City Project No. CO2648-11 August 2017 — Adopted June 2020 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 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. 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. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Definitions 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 —Adopted June 2020 013216-2 CONSTRUCTION PROGRESS SCIIEDULE Page 2 of 6 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. The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. be Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised July 1, 2011 — Adopted June 2020 01 32 16-3 CONSTRUCTION PROGRESS SCALDL I..F, Page 3 of 6 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 Ievel 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised July 1, 2011 — Adopted June 2020 01 32 16-4 CONSTRUCTION PROGRESS SCIIL:DIUF. Page 4 of 6 b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised July 1, 2011 — Adopted June 2020 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 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) MS Project 2. The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. Submit final baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for discussion. B. Progress Schedule I. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. 3. The City's Project Manager reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Manager communicates directly with the Contractor's scheduler for providing same. The Contractor re- submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager review the Contractor's progress schedule for acceptance and to monitor performance and progress 4. The following list of items are required to ensure proper status information is contained in the Progress Schedule. a. Baseline Start date b. Baseline Finish Date C. % Complete d. Float e. Activity Logic (dependencies) f. Critical Path g. Activities added or deleted h. Expected Baseline Finish date i. Variance to the Baseline Finish Date C. Monthly Construction Status Report 1. Submit schedule narrative monthly no later than the last day of the month. 2. The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the City of Fort Worth standard format. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: a. Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) b. Explain variances from the baseline on critical path activities CITY OF FORT WORTII Village Creek WRF Phase 11 Electrical Tmprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 Revised July 1, 2011 —Adopted June 2020 0132 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 6 c. Explain any potential schedule conflicts or delays d. Describe recovery plans where appropriate e. Provide a summary forecast of the work to be achieved in the next reporting period. D. Submittal Process 1. The City administers and manages schedules through BIM360. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. 1.6 ACTION 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 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 Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. CO2648-1I Revised July 1, 2011 — Adopted June 2020 013233-1 PRECONSTRUCTION VIDEO Page I of 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 Revised July 1, 2011 —Adopted Jane 2020 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTII Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 SECTION 0133 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 01 3300- 1 SUBMITTALS Page] of 8 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 l . 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 WORTT4 Village Creek WRF Phase It Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised December 20, 2012 — Adopted June 2020 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 I . 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 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 1 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 '/2 inches x 11 inches to 8 % inches x I 1 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 TORT WORTH Village Creek WRY' Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECI-FICATION DOCUMENTS City Project No. CO2648-11 Revised December 20, 2012 — Adopted 7mae 2020 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-incb 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 £ 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMF,NTS City Project No. CO2648-1I Revised December 20, 2012 — Adopted June 2020 01 33 00 - 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 1. 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. I . 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 Electronic Document Management Site (BIM360), 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 WRh Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised December 20, 2012 — Adopted June 2020 013300-5 SIJBMITrALS 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 furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 Ol 33 00 - 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 I 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 l) "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. CrfY OF PORT WORTH Village Creek WRP Phase 11 Electrical Improvements STANDARD CONSTRUCTION SP! C1 ICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 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) 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] Cr1'Y OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised December 20, 2012 — Adopted June 2020 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 Phase II Electrical Luprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 SECTION 0135 00 SPECIAL PROCEDURES PART 1 GENERAL 013500-1 SPECIAL PROCEDURES Page I of 4 This specification outlines the general steps and responsibilities of the City and its Contractors on a project that requires shutdown of the City's water transmission, water treatment, or wastewater systems. 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Time and in the sequence stipulated below. B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. The Contractor shall coordinate construction schedule and operations with the Owner. The Contractor shall submit a detailed Construction Sequencing Plan which describes the method of construction associated with maximizing continued system operation. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Time. E. The Contract is a critical path project and time is of the essence throughout the construction period. F. The Contractor shall provide all necessary equipment and temporary facilities, including but not limited to backup generator, motor control center and wire/conduit as required to maintain an operational facility. H. All work at site which potentially could interfere with normal operations shall be coordinated with the Owner. Contractor shall submit a construction sequencing plan. Approval for shutdown(s) may be dependent upon required demand and the operating status of near -by facilities to supplement lost influent pumping capacity. I. The following sequences are provided for information only to assist the Contractor in preparing sequencing and schedules. They are not intended to replace the Contractor's means and methods. The Contractor can submit an alternative work sequence for approval. Pre -Construction Activities a. Mobilize and submit key project submittals and shop drawings. b. Take pre -construction photographs and videos of the existing site prior to commencing any work. C. Schedule/attend a meeting with the Owner to determine acceptable protocol (i.e., duration, scheduling, notification procedures, etc.) that will be used for any planned shutdown of existing facilities. d. Milestone: Contractor shall submit all shop drawings to Engineer within 90 calendar days from Notice to Proceed. All shop drawings shall be approved within 120 calendar days from Notice to Proceed. (This includes resubmittals. Contractor is responsible for providing shop drawings in timely fashion to allow minimum of 14 calendar day review time for the Engineer.) CITY OF FORT WOR 171-I Village Creek WRF Phase II Elmtrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 June 2020 013500-2 SPECIAL. PROCEDURES Page 2 of 4 2. Construction Activities a. Install and commission the required electrical equipment at the specified areas. b. Any preliminary wire/conduit and ductbanks that can be performed should be completed. C. Place cast -in -place concrete foundations and install new electrical buildings. d. Install new electrical equipment, wire/conduit, and dutbanks, from field equipment to the new electrical equipment and RTU. e. Perform all necessary electrical testing prior to energizing equipment. f. Once all work has been completed, perform an Operational Readiness Test (ORT) on all input and output points followed by a Functional Demonstration Test (FDT). g. Once FDT is completed, perform 30-Day Site Acceptance Test (SAT). Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Time. K. Village Creek WRF cannot be shut down or its capacity be limited such that the Plant cannot adequately treat the required flow. 1.02 SHUT DOWNS AND PLANS OF ACTION A. Shut downs of operations or equipment must be planned and scheduled. Submit a written plan of action for approval for shutting down essential services. The contractor shall use the Shut Down and Tie in Form and follow 0133 00 Submittals. These operations include: a. Pipelines. b. Electrical power. c. Control power. d. Process piping. e. Treatment equipment. f. Communications equipment. g. Other designated functions. 2. Describe the following in the Plan of Action: a. Construction necessary. b. Utilities, piping, or services affected. C. Length of time the service or utility will be disturbed. d. Procedures to be used to carry out the Work. e. Plan of Action to handle emergencies. f. Contingency plan that will be used if the original schedule cannot be met. 2. Plan must be received by the Owner 3 weeks prior to beginning the Work. B. Shut downs will be allowed during low flow periods. Allowable shut down and duration shall be based on system demands and is subject to change. 1.04 OWNER REQUIREMENTS A. The Owner will coordinate with the Contractor and internal staff before and during the shutdown. The Owner will coordinate with other Cities or Agencies as required. CITY OF FOR"r WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Proicct No. CO2648-1I June 2020 01 35 00 - 3 SPECIAL PROCEDURES Page 3 of 4 B. The Contractor must have all required labor, equipment and materials on site preceding the beginning of the work. Failure to meet this requirement will result in the Owners Representative, in concurrence with the Project Manager, delaying the shutdown for up to two weeks. C. The Owner can require the Contractor to perform a walkthrough of the shutdown process prior to the day of the activity. D. The Contractor is encouraged to set up a meeting with the Owner one week prior to the shutdown to review the steps of the shutdown and go over and potential risks. E. The Owner reserves the right to cancel a shutdown if there is the potential that service will be lost due to conditions unrelated to the project. (weather, system failures, etc) END OF SECTION CITY OF, FOR"I' WORT}I Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 01 35 00 - 4 SPECIAL PROCLDURES Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. CO2648-II June 2020 SECTION 0135 13 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 35 13 -1 SPECIAL PROJECT PROCEDURES Pagel of 6 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 Fora: 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 L When work requires coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump suln. 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 0135 13 -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 All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS 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. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements asset 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 -- Adopted June 2020 01 35 13 -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 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 01 31 13 G. Water Department Coordination CITY OF FORT WORTII Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. CO2649-II Revised December 20, 2012 — Adopted June 2020 01 35 13-4 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) At locations in the Project where construction activities occur in areas where USACE pertnits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas 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 e. 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 VYW Phase H Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 Revised December 20, 2012 — Adopted June 2020 01 35 B - 5 SPECIAL PROJECT PROCEDURES Page 5 of 6 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 Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICAI'10N DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 0135 13 - 5 SPECIAL. PROJECT PROCEDURES Page 6 of G THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO26 48-1I Revised December 20, 2012 — Adopted June 2020 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PARTI- 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 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. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. Contractor is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the Contractor fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Electronic Documentation Site (BIM360), or another external FTP site approved by the City. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised Jelly 1, 2011 -- Adopted June 2020 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 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 I 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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 Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised July 1, 2011 — Adopted June 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 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 Phase II Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 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 I. 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 L Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground Ievel 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 WRr Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No, CO2648-II Revised July 1, 2011 -- Adopted June 2020 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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] 1.1.2 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] I [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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised July 1, 2011 —Adopted June 2020 01 50 00 - 4 TEMPORARY FACILHIES 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECTFICATTON DOCLTW...N`I'S City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 01 57 13-1 STORM WATER POLLUTION PREVLNTION Page I of4 SECTION 0157 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 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 I 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 l . 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 Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July I, 2011 — Adopted June 2020 01 57 13 - 2 STORM WATER POIJ.UTION PREVENTION Page 2 of 4 B. Construction Activities resulting in: 1. Less than I 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) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 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 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Village Creek WRF Please It Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-IT Revised July 1, 2011 — Adopted June 2020 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 01 57 13-4 STORM WATER POLLUTION PREVENTION Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CPl'Y OF, FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUC'1TON SPECIFICATION DOCUMENTS City Project No. CO2649-IT Revised July 1, 2011 — Adopted June 2020 SECTION 0160 00 PRODUCT REQUIREMENTS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 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 City Electronic Documentation Site as follows: 1. Resources102 - Construction DocumentslStandard 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 SUBMITTALSANFORMATIONAL 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 Phase If Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 01 60 00 - 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 WOR:111 Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 —Adopted June 2020 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of4 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 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 [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 perinitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTkI Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 Revised July 1, 2011 — Adopted June 2020 01 66 00 - 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted .Tune 2020 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 CrrY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 016600-4 PRODUCT STORAGE. AND HANDLING REQUIREMENTS Page 4 of 4 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 017000-1 MOBILIZATION AND REMOBILIZATION Page I of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II Revised November 22, 2016 — Adopted June 2020 017000-2 MO13IL1ZATION AND REMOBILIZATION Page 2 of4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 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. Mobilization and Demobilization a. Measure l) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section l .I .A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-I1 Revised November 22, 2016 — Adopted June 2020 01 70 00 - 3 MOBILIZATION AND REMOBILIZA11ON Page 3 of 4 Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1A ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH ViIfage Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised November 22, 2016 — Adopted June 2020 017000-4 MOBILIZATION AND REMOBII.IZATION Page 4 of 4 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 Phase Ii F..lectrical Improvements STANDARI] CONSTRUCTION SPECIFICATTON DOCUMLNTS City Projeet No. CO2648-II Revised November 22, 2016 — Adopted June 2020 01 7123- 1 CONSTRUCTION STAKING AND SURVEY Page 1 of SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 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. 2) Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates CITY OF FORT WORTH Village Creek WRF Phase A Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 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. 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 Contractor. 2. Coordination a. 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. 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 re - stake the deficient areas. B. Construction Survey 1, Construction Survey will be performed by the Contractor. 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. Contractor shall restore or replace any control data due to damage caused during construction operations. 3. General a. Construction survey will be performed in order to maintain complete and accurate Iogs of control and survey work as it progresses for Project Records. b. The Contractor shall 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 (2) Horizontal'and vertical points of inflection, curvature, etc. (All Fittings) CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised December 20, 2012 — Adopted ,tune 2020 01 71 23 -3 CONSTRUCTION STAY) NG AND SURVEY Page 3 of 4 (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 Iinear 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 shall perform construction survey and to verify control data, including but not Iimited to the following: 1) Established benchmarks and control points are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades. 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 correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CrfY OF FORT WORTH Village Creek WRF Phase 11 Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 01 71 23 -4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 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 Phase II Electrical Improvements STANDARD CONSTRUCTION SPECDICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 SECTION 0174 23 CLEANING PARTI- GENERAL 1.1 SUMMARY 017423-1 CLEANING Pagc I of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 01 74 23 -2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ok] 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. CrrY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised July 1, 2011 —Adopted June 2020 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 bum on -site. B. Intermediate Cleaning during Construction I . 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 I . 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 Creck WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICA711ON DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 01 74 23 - 4 CLEANING Page 4 of 4 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 Cl'1'Y OP PORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 —Adopted June 2020 SECTION 0175 00 STARTING AND ADJUSTING PART I GENERAL 1.01 WORK INCLUDED 01 78 2300 - 1 STARTING AND ADJUSTING Page 1 of 6 A. Provide step-by-step procedures for starting provided systems, including equipment, pumps and processes. B. Provide pre -start up inspections by equipment manufacturers. C. Provide instruction and demonstration of operation, adjustment, and maintenance of each system and the component parts. D. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. E. Provide for initial maintenance and operation. 1.02 SUBMITTALS A. Provide Submittals in accordance with Section 0133 00, SUBMITTALS: 1. Provide a Plan of Action for testing, checking, and starting major equipment and process piping systems. Submit reports as required by this specification. 2. Provide Equipment Installation Reports and submit per Section 0133 00, SUBMITTALS. 3. Provide Operation and Maintenance Manuals per Section 01 78 23, OPERATION AND MAINTENANCE DATA. 1.03 STANDARDS A. Comply with any standards associated with the testing or start-up of equipment, as listed in the various sections of the specifications. 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. B. Furnish the services of a representative of the Supplier to witness tests and start-up procedures as required by these specifications. PART 2 PRODUCTS 2.01 TESTING INSTRUMENTATION A. Furnish any instrumentation or other testing devices needed to conduct tests. PART 3 EXECUTION CITY OF PORT WORTH Village Cheek WRF Phase 11 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 01 78 2300 - 2 STARTING AND ADJUSTING Page 2 of 6 3.01 SERVICES OF SUPPLIER'S REPRESENTATIVES A. Provide the services of a Supplier's representative for inspection, supervision of installation, and training. Supervisor's representative must be an experienced and competent technical (not sales) representative of the Supplier. A. Perform installation, adjustment, and testing of the equipment under the direct supervision of the Supplier's representative where specified. B. Provide the services of the Supplier's representative to instruct the Owner or his authorized personnel on operational procedures and maintenance requirements. C. Include the cost of the services of the Supplier's representative in the equipment price which is included in the Contract Price. 3.02 INSPECTION AND START-UP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. 1. Check for adequate and proper lubrication. 2. Determine that parts or components are free from undue stress from structural members, piping or anchorage. 3. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. B. Have the Supplier's representative present when the equipment is placed in operation. I. The Supplier is to be on Site as often as necessary for proper and trouble free operation. 2. Ensure that the proper procedure is employed in startup of systems. C. Provide Equipment Installation Reports for Equipment. 1. Certify that the equipment and related appurtenances have been thoroughly examined and approved for start-up and operation. 2. Include the date when Owner's personnel were instructed in the proper operation and maintenance of the equipment in the report. 3.03 STARTING REQUIREMENTS A. Refer to the individual sections of the specifications for specific start up procedures. 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the Owner and Engineer to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Equipment which operates on a limited or part-time basis shall be operated in the presence of the Engineer to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual specification sections. Demonstrate that equipment and systems meet the specified performance criteria. CITY OP PORT WORTH Village Creek WRP Phase II Electrical Improvements CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 01 78 2300 - 3 STARTING AND ADJUSTING Page 3 of 6 D. Unless specifically stated otherwise in the individual equipment specifications, equipment and systems are not Substantially Complete until the end of this initial operation period. If an exception to this requirement is specifically noted in an individual equipment specification, the exception shall only apply to that particular piece of equipment and not to the remaining components provided under the project. 3.05 OPERATOR TRAINING A. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training. B. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. C. Operations training is to include but not be limited to- 1 . Orientation to provide an overview of system/subsystem configuration and operation 2. Terminology, nomenclature, and display symbols. 3. Operations theory. 4. Equipment appearance, functions, concepts, and operation. 5. Operating modes, practices and procedures under normal, diminished, and emergency conditions. 6. Start-up and shutdown procedures. 7. Safety precautions. 8. On -the job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures. 9. Content and use of Operation and Maintenance manuals and related reference materials. D. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment, product, or system. Maintenance training is to include but not be limited to: Orientation to provide an overview of system/subsystem concept, configuration, and operation. 2. Operations theory and interfaces. 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout and fiuictions. 4. Safety precautions. 5. Use of standard and special tools and test equipment. 6. Adjustment, calibration, and use of related test equipment. 7. Detailed preventive maintenance activities. 8. Troubleshooting, diagnostics, and testing. 9. Equipment assembly and disassembly. 10. Repair and parts replacement. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Acne 2020 01 7x 2300 - 4 STARTING AND ADJUSTING Page 4 of 6 11. Parts ordering practices and storage. 12. Failure and recovery procedures. 13. Cabling and/or interface connectors. 14. Content and use of operation and maintenance manuals and related reference materials. 15. Procedures for warranty repairs. 16. Lubrication. 17. Procedures, practices, documentation, and materials required to commence system maintenance. E. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: 1. Number of hours for the course. 2. Agenda and narrative description, including the defined objectives for each lesson. 3. Draft copy of training handbooks. 4. A descriptive listing of suggested reference publications. 5. Audio-visual equipment required for training. 6. Type and number of tools or test equipment required for each training session. F. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Provide instructional materials which include references to the Operation and Maintenance Manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations. G. Provide qualified instructors to conduct the training. Provide instructors with knowledge of the theory of operation and practical experience with the equipment, product, or system. 2. Provide instructors that have successfully conducted similar training courses. H. Training may be recorded by the Owner or its consultants for use in future training. Provide Iegal releases or pay additional fees required to allow training by the Supplier to be recorded. I. Schedule for training is to be approved by Owner. Schedule training and start-up operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of two weeks' notice if training must be rescheduled. 4. Time required for training is to be considered in the development of the project schedule. J. Schedule and coordinate training for equipment, products, or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 01 78 2300 - 5 STARTING AND ADJUSTING Page 5 of 6 K. Conduct a training course for the equipment products and systems listed below. Training is to be adequate to meet the training objectives described above and is to be for at least the minimum time indicated. 3.06 INITIAL MAINTENANCE A. Maintain equipment until the project is accepted by the Owner. 1. Ensure that mechanical equipment is properly greased, oiled, or otherwise cared for as recommended by the Supplier. 2. Operate air handling equipment only when filters are in place and are clean. Change filters weekly during construction. B. Service equipment per the Supplier's instructions immediately before releasing the equipment to the Owner. 1. Replace replaceable filters and clean permanent filters associated with air handling units or other packaged equipment. 2. Remove and clean screens at strainers in piping systems. 3. Clean insects from intake louver screens. END OF SECTION CITY OF FORT WORTH Village Creek Wit Phase 1I Electrical Improvements CONSTRUCTION SPECTFTCATION DOCUMLNTS City Project No. CO264841 June 2020 01 78 2300 - 6 STARTING AND ADJUSTING Page 6 of 6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase Il Electrical improvements CONSTRUCTION SPECIFICATION! DOCUMENTS City Project No. CO2648-11 June 2020 017719-1 CLOSEOUT REQUIREMENTS Pagel of4 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 Forins and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTII Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised July 1, 2011 — Adopted June 2020 01 77 19-2 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 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. CO2649-11 Revised July 1, 2011 —Adopted June 2020 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 JOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 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 Creels WRl' Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised July 1, 2011 — Adopted June 2020 017719-4 CLOSEOUT REQUIREMENTS Page 4 of THIS PAGE LEFT BLANK INTENTIONALLY CITY OF PORT WORTH Village Crock WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised July 1, 2011 — Adopted ,Tune 2020 01 7823- 1 OPERATION AND MAINTENANCE DATA Page I of 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 Fornls 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. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 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 '/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages CITY OF FORT WORI'lI Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of6 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten 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 sbeets 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: CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Revised December 20, 2012 — Adopted June 2020 01 7823 -3 OPERATION AND MAINTENANCE-' DATA Page 3 of 6 a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 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 CITY OF FORT' WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised December 20, 2012 — Adopted June 2020 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 6 h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 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 ofpanelboards 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] 19 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 PORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised December 20, 2012 — Adopted June 2020 01 78 23 - 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 WORTFI Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised December 20, 2012 — Adapted June 2020 017823-6 OPERATION AND MAINTENANCE DATA Page 6 of 6 THIS PAGE LEFT BLANK INTENTIONALLY CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised December 20, 2012 — Adopted June 2020 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 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. 1.3 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 Phase 1I Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Revised July 1, 2011 — Adopted June 2020 01 78 39 - 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 Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 Revised July 1, 2011 —Adopted June 2020 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] 3.3 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 perfonned, 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. 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 I 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 Prase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Revised July 1, 2011 — Adopted June 2020 01 78 39 - 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. 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 Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I Revised July 1, 2011 — Adopted June 2020 024115-t PAVING REMOVAL Page I of SECTION 02 41 15 PAVING REMOVAL PARTI- 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 Port Worth Standard Specification 1. 1.2.A 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. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. The following measurement and payment procedures in Item 1.2.13 shall not apply. The work enumerated in Item 1.2.13 shall be included in the total lump sum price. B. Measurement and Payment 1. Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f: Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 0241 15 - 2 PAVING REMOVAL Page 2 of a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation 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: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench 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-lbf/ft3 (600 kN-m/m3)} 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] CITY OF PORT WORTH Village Creek W1U Phase II Electrical hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 024115-3 PAVING REMOVAL Page 3 of 6 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. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONS`l'RUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 024115-4 PAVING REMOVAL Page 4 of 6 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 3.4.B. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.13. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 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. 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 024115-5 PAVING REMOVAL Page 5 of 6 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 worlananship 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. 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 Stockpile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization 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 11 33. 5. Finishing: see Section 32 11 33. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 0241 15 - 6 PAVING REMOVAL Page 6 of 6 6. Curing: see Section 32 11 33. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. 1. 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] 3.1.0 CLEANING [NOT USED] 3.11. CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — modified payment requirements on utility projects 2/2/2016 F. Griffin 1.2.A.2.b. —Removed duplicate last sentence. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 SECTION 03 10 00 CONCRETE FORMWORK PART 1 GENERAL 1.01 SUMMARY A. Section includes: 031000-1 CONCRETE FORMWORK Page 1 of 10 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. ReIated Sections: 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. 2. ACI 301, Standard Specifications for Structural Concrete. 3. ACI 318/318R, Building Code Requirements for Reinforced Concrete, CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 10 00 - 2 CONCRETE FORMWORK Page 2 of 10 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'/2" in any 10-feet. 2. Outside comer 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 031000-3 CONCRETE FORMWORK Page 3 of 10 F. Level alignment: 1. Elevation of slabs -on -grade -- maximum 3/4 inch not to exceed '/4-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 — 'A 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 comer 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. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical hnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II .Tune 2020 03 10 00 - 4 CONCRETE FORMWORK Page 4 of 10 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. 1. 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, falswork, and shoring design shall be by an engineer licensed in the state of Texas. 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 Iargest practical sizes to minimize number of joints and to conform to joint system shown or CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 031000-5 CONCRETE FORMWORK Page 5 of 10 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 1. 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 Ieast 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 bole when forms are removed. 5. Wire ties are not acceptable. E. Form Release Agent: Material: Release agent sball 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. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 031000-6 CONCRETE FORMWORK Page 6 of 10 b. SIKA. c. Or approved equal. F. Void Forms. See Section 03 11 14. 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 farm 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. 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 03 10 00 - 7 CONCRETE FORMWORK Page 7 of 10 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. For n intersecting planes of openings to provide true, clean-cut corners, with edge grain of plywood not exposed as form for concrete. D. Falsework: 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 equired dimensions. E. Forms for Smooth Finish Concrete: 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. 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: CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 03 10 00 - 8 CONCRETE FORMWORK Page 8 of 10 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: 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.B., above, for the requirements of coordination. 2. Accurately place and securely support items to be built into forms. I. Sealing Formwork: All formwork joints shall be tight fitting or otherwise scaled 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 farm to fill any irregularities and create a tight seal. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 031000-9 CONCRETE FORMWORK Page 9 of 10 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 A 1 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. 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 SIabs 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 031000-10 CONCRETE FORMWORK Page 10 of 10 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 ACT 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 farms 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 Phase 11 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 SECTION 03 1516 CONCRETE JOINTS PARTI GENERAL 1.01 DESCRIPTION A. Scope: 03 15 16-1 CONCRETE JOINTS Page 1 of 12 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: 1. ACI 301, Standard Specifications for Structural Concrete. CITY OF FORT WORTH Village Creek WRF Pbase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 03 15 16 - 2 CONCRETE JOINTS Page 2 of 12 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: a. Waterstops shall be extruded from an elastomeric polyvinyl chloride compound containing the plasticizers, resins, stabilizers, and other materials necessary to meet CITY OF FORT WORTH Village Creek WRY, Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 03 15 16-3 CONCRETE JOINTS Page 3 of 12 the requirements of these Specifications and the requirements of CRD-0572. 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. 2. Product and Manufacturer. Provide one of the following: a. Duroseal Gasket, by BBZ USA, Inc. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 15 16-4 CONCRETE JOINTS Page 4 of 12 b. Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. c. SikaSwell S, by Sika Corporation. C. Hydrophilie 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 11 (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 S, as manufactured by Euclid Chemical Company, for horizontal joints only. 3. Concrete Surface Retarder -Formula F, as manufactured by Euclid Chemical Company, for vertical joints only. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-II June 2020 03 15 16-5 CONCRETE JOINTS Page 5 of 12 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 Annatec 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 li 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 D 412). 400 percent, minimum. 4. Tear strength (ASTM D 624, die C): 75 pounds per inch of thickness, minimum. 5. Color: light gray unless noted otherwise by Architect or Owner. C. Product and Manufacturer: Provide one of the following: CITY OF PORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 15 16-6 CONCRETE JOINTS Page 6 of 12 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. 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. Provide other additional construction joints as required to satisfactorily complete all Work. 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 CITY OF TORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-H June 2020 03 15 16 - 7 CONCRETE JOINTS Page 7 of 12 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 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. CITY OF FORT WORTH Village Creels wRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 03 15 16-8 CONCRETE JOINTS Page 8 of 12 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. 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. CITY OF PORT WORTH Village Creek WRY Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 03 15 16 - 9 CONCRETE JOINTS Page 9 of 12 5. 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. Centcrbulb 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 held. 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- inches. The contact surface between the hydrophilic rubber waterstop the PVC waterstop shall be filled with hydrophilic sealant. 5. 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. CITY OF FORT WORTH Village Creek WRY Phase 1I Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 031516-10 CONCRETE JOINTS Page 10 of 12 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 1116-inch thick. Place fresh concrete while the 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 031516-11 CONCRETE JOINTS Page I 1 of 12 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 pruner. 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. 3.09 SEARING 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 03 15 16 - 12 CONCRETE JOINTS Page 12 of 12 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-H June 2020 SECTION 03 20 00 CONCRETE REINFORCEMENT PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 03 20 00 - 1 CONCRETE REINFORCEMENT Page l of 8 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 a11. 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 CONTRACTORS 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. 7. ASTM A706, Specification for Low -Alloy Steel Deformed Bars for Concrete Reinforcement. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 032000-2 CONCRETE REINFORCEMENT Page 2 of 8 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'/4 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: 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 032000-3 CONCRETE REINFORCEMENT Page 3 of 8 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. Mecbanical 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: a. At formed surfaces in contact with soil, weather, or liquid or located above Iiquid, 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 I or Class 2 for moderate protection. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 032000-4 CONCRETE REINFORCEMENT Page 4 of 8 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 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. 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. CITY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 03 20 00 - 5 CONCRETE REINFORCEMENT Page 5 of 8 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 AC131 S. 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 nurnbers 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: 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: 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Lnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 032000-6 CONCRETE REINFORCEMENT Page 6 of S 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. 1. Drilled Dowels Drilled dowels shall be reinforcing dowels set in a resin adhesive in a hole drilled into hardened concrete. 2. HoIes 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. 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. 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, CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 03 20 00 - 7 CONCRETE REINFORCEMENT Page 7 of 8 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 032000-8 CONCRETE REINFORCEMENT Pagc 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical hi provements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 SECTION 03 30 00 CAST IN PLACE CONCRETE PART 1 GENERAL 1.01 DESCRIPTION A. Scope: 033000-1 CAST IN PLACE CONCRETE Page l of 36 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TT June 2020 033000-2 CAST IN PLACE CONCRETE Page 2 of 36 4. Class D (350 psi) flowable fill shall be unreinforced and used for falling large underground abandoned spaces and other locations identified in the Drawings. 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. ACT 214, Recommended Practice for Evaluation of Strength Test Results of Concrete. 2. ACI 301, Specifications for Structural Concrete (includes ASTM Standards referred to herein). 3. ACT 304, Guide for Measuring, Mixing, Transporting and Placing Concrete. 4. ACT 305, Hot Weather Concreting. 5. ACI 306, Cold Weather Concreting, 6. ACT 309, Guide for Consolidation of Concrete. 7. ACI 311, Guide for Concrete Inspection. 8. ACI 318, Building Code Requirements for Structural Concrete. 9. ACI 350, Code Requirements for Environmental Engineering Concrete Structures 10. ANSI/NSF 61, Drinking Water System Components -Health Effects. 11. AASHTO M 182, Burlap Cloth Made From Jute or Kenaf. 12. AASHTO TP 23, Proposed Standard Method of Test for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 13. ASTM C 31, Practice for Making and Curing Concrete Test Specimens in the Field. 14, ASTM C 33, Specification for Concrete Aggregates. CITY OF FORT WORTH Village Creek WRF Pbase 11 Electrical irnProvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Tune 2020 03 30 00 - 3 CAST IN PLACE CONCRETE Page 3 of 36 15. ASTM C 39, Test Method for Compressive Strength of Cylindrical Concrete Specimens. 16. ASTM C 42, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 17. ASTM C 94, Specification for Ready -Mixed Concrete. 19. ASTM C109, Test Method for Compressive Strength of Hydraulic Cement Mortars. 19. ASTM C 143, Test Method for Slump of Hydraulic- Cement Concrete. 20. ASTM C 150, Specification for Portland Cement. 21. ASTM C 157, Test Method for Length Change of Hardened Hydraulic -Cement Mortar and Concrete. 22. ASTM C 171, Specification for Sheet Materials for Curing Concrete. 23. ASTM C 172, Practice for Sampling Freshly Mixed Concrete. 24. ASTM C 231, Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 25. ASTM C 260, Specification for Air -Entraining Admixtures for Concrete. 26. ASTM C 309, Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 27. ASTM C 330, Specification for Lightweight Aggregates for Structural Concrete. 28. ASTM C 494, Specification for Chemical Admixtures for Concrete. 29. ASTM C 618, Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 30. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 31. ASTM C 1240, Specification for Silica Flume for Use as a Mineral Admixture in Hydraulic -Cement Concrete, Mortar, and Grout. 32. ASTM E 154, Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover. 33. ASTM E 329, Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used for Construction. 34. ACI 117 Specification for Tolerances for Concrete Construction and Materials 35. ACI SP-15 Field Reference Manual CITY OF FORT WORTH Village Creek WRF Phase iI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033000-4 CAST W PLACE CONCRETE Page 4 of 36 36. ASTM C 13 8 Standard Test Method for Unit Weight, Yield and Air Content (Gravimetric) of Concrete 37. ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory 38. ASTM C900 Standard Test Method for Pullout Strength of Hardened Concrete 39. 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 C 1077. 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. 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: 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: CITY OF FORT WORTH 'Village Creek WRY Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033000-5 CAST IN PLACE CONCRETE Page 5 of36 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. 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. 1. Measured slump. in. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 033000-6 CAST IN PLACE CONCRETE Page 6 of 36 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 157 modified as follows: specimens shall be removed from molds at an age of 23 f 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 50 percent +4 percent relative humidity for the remainder of the test. Measurements to determine shrinkage expressed as percentage of base Iength shall be made and reported separately for 7, 14, 21, and 28 days of drying after seven days of moist curing. 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, CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 033000-7 CAST IN PLACE CONCRETE Page 7 of36 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. 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 pennission 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033000-8 CAST IN PLACE CONCRETE Pagc 8 of 36 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. 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. CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvcmcnts CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Junc 2020 033000-9 CAST IN PLACE CONCRETE Page 9 of 36 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. 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, CITY OF FORT WORTH Villagc Crcek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 30 00 - 10 CAST IN PLACE CONCRETE Page 10 of36 PART 2 PRODUCTS 2.01 CEMENTITIOUS MATERIALS A. Cement: I . Portland cement, ASTM C 150, Type H. 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. 2. 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: 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. 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: CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033000-11 CAST IN PLACE CONCRETE Page I of36 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 lb variation from 5641bs. add or deduct 2.5 percent from the percent passing the No. 8 sieve. The higher the amount of 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 033000-12 CAST IN PLACE CONCRETE Page 12 of 36 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. D. High Range Water -Reducing Admixture (HRWR): ASTM C 494, Type FIG. 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. I Type D, Water -reducing and Retarding. 4. Type E, Water -reducing and Accelerating. 5. 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. CITY OF FORT WORTH Village Creek wRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 03 30 00 - 13 CAST IN PLACE CONCRETE Page 13 of 36 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 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 Aggregate' Minimum Maximum Air % { ) Compressive Classification Cementitious W/C slump Air Strength3 Size A Size B (lbs/cy) Ratio' (psi) Class "A" #57 #8 564 0.45 4" 5+/-1.5 4000 Max. Class "B" #57 or #67 517 0.50 4" Max. 5+/-1.5 3500 Class "C" Any ASTM C <---------------- no requirements ------------------ > 2000 33 Class "D" No requirements 300 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO26484I June 2020 03 30 00 - 14 CAST IN PLACE CONCRETE Page 14 of36 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). 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 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. 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. 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. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-I1 June 2020 03 30 00 - 15 CAST IN PLACE CONCRETE Page 15 of 36 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 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 192, 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. CITY OF FORT WORTH Village Creek WRF Phase it Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 033000-16 CAST IN PLACE CONCRETE Page 16 of 36 c. MasterKure, as manufactured by BASF. 3. Curing compound must be applied by roller or power sprayer. 2.08 FINISHING AIDS A. Evaporation Retardant: l . 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 bean 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 30 00 - 17 CAST IN PLACE CONCRETE Page 17 of 36 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 PIus, 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 CI, 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 form at all buildings and where shown on the Drawings. Use polyethylene membrane not less than 15 mils thick, lapping at least 9-inches at joints. 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 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: CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 033000-18 CAST IN PLACE CONCRETE Page 18 of 36 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. 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, f xllt� W 6J1►kl Z41:4 Y 1►lfreifl)zM N B!1 Ina 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. CITY OF PORT WORT14 Village Creek wRP Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 033000-19 CAST IN PLACE CONCRETE Page 19 of 36 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. 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 lb, 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 033000-20 CAST IN PLACE CONCRETE Page 20 of 36 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. 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. PIace 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. CITY OF FORT WORTH Village Creek WRY Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 033000-21 CAST IN PLACE CONCRETE Page 21 of 36 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 15 16, 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" 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. 5. 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 detennined by CONTRACTOR to suit equipment used. 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-incbes 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: CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033000 -22 CAST IN PLACE CONCRETE Page 22 of 36 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 corncrs. 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. 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 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 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvemcnts CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 30 00 - 23 CAST IN PLACE CONCRETE Pagc 23 of 36 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 857 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: a. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACT 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. 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. 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. CITY OF FORT WORTH Village Creck wRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Junc2020 03 30 00 - 24 CAST IN PLACE CONCRETE Page 24 of36 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. 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, CIass 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. CITY Of PORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Julie 2020 03 30 00 - 25 CAST IN PLACE CONCRETE Page 25 of36 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. 3.07 SLAB FINISHES A. FIoat Finish: 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 03 30 00 - 26 CAST IN PLACE CONCRETE Page 26 of 36 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: 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: 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO26484I .Time 2020 03 30 00 - 27 CAST IN PLACE CONCRETE Page 27 of 36 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. 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, CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 03 30 00 - 28 CAST IN PLACE CONCRETE Page 28 of 36 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: 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 40°F in any 24 hour period. Provide necessary heating or cooling as required to prevent such temperature changes. 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. 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 01 45 23, Testing and Inspection Services, and transportation required by the testing. CITY OF FORT WORTH Village Creek WRF Phase iI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 .Tune 2020 033000-29 CAST IN PLACE CONCRETE Page 29 of 36 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. SIump: 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 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. 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 407 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical hnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 033000 -30 CAST IN PLACE CONCRETE Page 30 of 36 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 hatching procedures 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. L 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. H. 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. CITY OF FORT WORTH Village Creek wRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 033000-31 CAST IN PLACE CONCRETE Page 31 of 36 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. D. Testing Concrete Structure for Strength: 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. 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. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 30 00 - 32 CAST IN PLACE CONCRETE Page 32 of 36 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 construction. Provide all other miscellaneous concrete filling shown or required to complete the Work. B. Equipment Bases: 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 sbown, 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 genera], 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. CITY OF FORT WORTH Village Creek wRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II Julie 2020 03 30 00 - 33 CAST IN PLACE CONCRETE Page 33 of 36 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: 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: I . 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. CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 03 30 00 - 34 CAST IN PLACE CONCRETE Page 34 of36 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. 4. Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. 5. 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, scaling compounds, and other substances marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 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. 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 03 30 00 - 35 CAST IN PLACE CONCRETE Page 35 of 36 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 03 30 00 - 36 CAST IN PLACE CONCRETE Page 36 of 36 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION ]DOCUMENTS City Project No. CO2648-II June 2020 03 34 16 - 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page I of 4 SECTION 03 34 16 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair 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 03 30 00 — Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the Iatest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. C172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033416-2 CONCRETE BASE MATERIAI, FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 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 OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type Il low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTII Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 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] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density. 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.1.1 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WOKl'II Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-1I June 2020 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. 5. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HVAC Work. 8. Metal, wood and plastic fabrications. 9. SheIf 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. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 05 50 01 -2 ANCHORAGES Page 2 of 6 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 Electrodepo sited 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. I IKIX3 30111305 l Y @ 11:11 Oki 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 Phase TT Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 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: 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 055001-4 ANCHORAGES Page 4 of 6 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. 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-171 E (Type 18). Provide those recommended by the manufacturer for the required loading. 2. Finish shall be black. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 05 50 01 - 5 ANCHORAGES Page 5 of 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 .tune 2020 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 50 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 June 2020 260000-1 ELECTRICAL - GENERAL PROVISIONS Page 1 of 10 SECTION 26 00 00 ELECTRICAL - GENERAL PROVISIONS PART 1 - 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. Coordinate 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. Power monitoring for the Owner's facilities shall be performed by a existing Electrical Power Monitoring and Control System (PMCS). Monitoring information from equipment specified in the individual Sections of Division 26, and as shown on the Drawings, shall be interfaced to the monitoring system. 6. 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. 7. 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. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 00 00 - 2 ELECTRICAL - GENERAL PROVISIONS Page 2 of 10 8. 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. 9. Provide standby generation to keep the Owner's process in service as required by the Contract Documents. 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. Maintain the Owner's process operations during all construction including any required electrical or control system outages. Prior to bidding, 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. Verify any process related information which may be shown or specified. If the obtained information conflicts with information in the Contract Documents, notify the Engineer in writing prior to bidding. As a minimum, 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 Contract 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. I. 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. Provide all tools, equipment, supplies, and shall perform all labor required to install the equipment specified in the Contract Documents to install, test, and place into satisfactory operation in the time specified for completion in the Contract Documents. Failure of any of the participants in executing the requirements of this Contract 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 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 ELECTRICAL WORK REQUIRED IN OTHER DIVISIONS A. No references are made to any other section which may contain work related to any other section. The Contract Documents, which is defined to include both the Drawings and the Specifications, shall be taken with every section related to every other section as required to CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Proicct No. CO2648-1I June 2020 260000-3 ELECTRICAL - GENERAL PROVISIONS Page 3 of 10 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, provide such information or additional work as may be required in those references, and include such information or work as may be specified. Examine all Sections of the Specifications and Drawings and determine the power and wiring requirements and 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, provide the additional conductors, raceways and/or wiring, and include in the Contract Price and Schedule. B. Process Divisions 1. Examine all Process Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Process Control System. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring, with no change in Contract Price or Schedule. C. Mechanical Divisions 1. Examine all Mechanical Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide fully functioning Mechanical Equipment Control Systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring with no change in Contract Price or Schedule. D. Electric Valve Operator Divisions 1. Examine all Electric Valve Operator Equipment Specifications and Drawings, determining power and wiring requirements. Provide external wiring and raceways, as required to provide a fully functioning Electric Valve Operator Control System. If the equipment requires more conductors and/or wiring due to different equipment being supplied, furnish the additional conductors, raceways and/or wiring with no change in Contract Price or Schedule. 1.03 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 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 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 without review. D. Check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and omissions on approved shop drawings shall not provide relief 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. CITY OF FORT WORTH 'Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2049-II June 2020 260000-4 ELECTRICAL - OF.NF,RAL PROVISIONS Page 4of10 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 the related shop drawings are marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT", "REVISE AND RESUBMIT", "REJECTED", or "NOT APPROVED". F. All approved shop drawings shall be maintained on site for the Owner's Inspector and for the Owner's Engineer to verify 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. 1.04 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. International Society of Automation (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. 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, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents, 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, full compliance with all Laws and Regulations at all times, 1.05 HAZARDOUS AREAS CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 260000-5 ELECTRICAL - GENFRAL PROVISIONS Page 5 of 10 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 filial 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. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer monthly. 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 ductbank 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. 9. Planview, 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. 11. All protective device and electrical system monitoring device settings. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260000-6 ELECTRICAL - GLNLILAL PROVISIONS Page 6 of 10 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. Retainage will not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 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. Material or equipment from a manufacturer, not submitted and approved for this project shall not be brought on site. Use of any such material or equipment, will be rejected, and shall be removed and replaced, with the approved material and equipment, with no change allowed in the Contract Price or Schedule. C. Material and equipment shall be UL listed, where such listing exists. D. All material, products, equipment and workmanship being furnished for the project shall be replaced if it does not meet the requirements of Contract Documents even if installed, with no change in Contract Price or Schedule. 1.11 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, successfully complete 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 be rejected and shall be removed and replaced with no change in Contract Price or Schedule. B. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.12 WARRANTIES A. Manufacturer's warranties shall be provided as specified in each of the Specification Sections. 1.13 EQUIPMENT IDENTIFICATION A. Identify all equipment (disconnect switches, separately mounted motor starters, control stations, etc.) furnished under Division 26 with the name of the equipment it serves. Motor control 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 do not show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. CITY OF FORT WORTII Village Creek WRF Phase TT Electrical Improvements CONSTRIJCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 260000-7 ELECTRICAL - GENERAL. PROVISIONS Page 7 of 10 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. 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. Circuits are shown as "home -runs" shall be field routed. The raceway system provided shall include all necessary fittings, supports and boxes for a complete code -compliant raceway installation. Field routed raceway shall avoid blocking access to equipment either existing or spaces planned for future equipment and shall avoid blocking personnel egress through doors or access hatches. 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. Determine exact locations and obtain approval from 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 use of a pre -approved alternate item shall include the arrangement of equipment and/or layout other than that which is specified or shown herein. All additional work and materials required shall be provided with no change in the contract price or schedule. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. 1. 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, identify 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. Provide all conduit and conductors or data highway cables to RTU and/or PLC termination cabinets, where designated on the Drawings or otherwise required by the Specifications, the manufacture of the equipment, or submitted and approved systems. The conduit and conductors or data highway cables as shown on the interface drawings may not necessarily be shown on the floor plan. 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. Do not combine conductors carrying low voltage signals in wireways without barriers or NEC code -compliant separation for their entire length in the wire way, and/or provide separate wireways to provide separation of the conductors. Low voltage signal conductors routed through manholes or hand holes shall be bundled and separated from other 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 June 2020 260000-8 ELECTRICAL - GENERAL PROVISIONS Page 8 of 10 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. Electrical equipment or raceways shall not be attached to or supported from, sheet metal walls. C. Electrical equipment pads shall be provided for all free-standing equipment. Dimensions shall be 3-inches high. With 3-inch extension from front of equipment for equipment mounted against the wall and 3-inch extension on front and rear sections when equipment is rear accessible. 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 change in Contract Price or Schedule for such change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33. A. Coordinate with Divisions 2 and 3 for cutting and patching. B. Core drill holes in concrete floors and walls as required. Obtain written permission from the Owner/Engineer before core drilling any holes larger than two inches. C. Schedule the installation of work to provide 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 a structural member is cut or drilled, restore the structural member to its previous condition in complete accordance with the instructions of the Structural Engineer, with no change in contract price or schedule 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 WORTI-T Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUIvrF.NTS City Project No. CO2648-11 June 2020 260000-9 ELECTRICAL - GENERAL PROVISIONS Page 9 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. Remove rubble and excess patching materials from the premises. J. Existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material approved by the Structural Engineer. 3.05 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the OwnerfEngineer. No change in Contract Price or Schedule 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 always be protected against mechanical or water damage. 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 OwnerfEngineer or shall be replaced with no change in Contract Price or Schedule, 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 provided with no change in Contract Price or Schedule. G. Conduits exiting tray in airconditioned indoor electrical rooms will enter the top of electrical enclosures. The location of these conduits shall be coordinated with the HVAC duct vents such that cold air will not blow on the conduits causing condensation which will enter the electrical enclosures. After installation, inspect the conduits while the HVAC system is running to insure no condensation is forming and entering any electrical enclosure. Re -direct the air flow if possible or re-route the conduits to avoid condensation. Conductors in re- routed conduits shall be replaced, re -terminated. retested and the operation of the equipment retested with no change in the Contract Price or Schedule. 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 CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-It June 2020 260000-10 ELECTRICAL - GENERAL PROVISIONS Page 10 of 10 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 repairs. 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. B. All tests required by the individual specification Sections shall be completed prior to energizing electrical equipment. 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 1 2 3 rotation on a phase sequenced motor when connected to "A", "B" and "C" phases. G. Provide 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. Provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSfRU C TION SPECIFICATION DOCI 1M LNTS City Project No. CO2648-11 June 2020 SECTION 26 04 10 ELECTRICAL BUILDINGS (EBG) PART 1 - GENERAL 1.01 SCORE OF WORK 260410-1 ELECTRICAL BUILDINGS (EBG) Page 1 of 13 A. The Contractor shall furnish and install Electrical Buildings for assemblies of electrical equipment to house and protect electrical equipment from the elements in NEMA 3R construction. B. Structural grid base and floor system shall be designed for applicable floor loading for allowing the EB to be lifted and transported with the interior equipment installed and interconnected. C. Buildings shall be as specified herein and as shown on the Drawings. D. Equipment Manufacturer shall provide line by line specification compliance. Note Compliance (C), Deviation (D) with an explanation for the deviation, and Exception (E) with explanation 2 for the exception. C, D and E shall be listed by each paragraph of the specification section in the margins. If more room is required for explanations, attach them to the noted specification section in the submittals listed by its corresponding numbered paragraph. 1.02 RELATED WORK A. Section 40 90 00 Instrumentation General Provisions 2 B. Section 26 00 00 Electrical — General Provisions C. Section 26 05 29 Electrical Support Hardware D. Section 26 05 33 Raceways, Boxes and Fittings E. Section 26 05 36 Cable Tray F. Section 26 05 19 Wires and Cables (600 Volt Maximum) G. Section 26 05 13 Medium Voltage cables H. Section 26 27 26 Light Switches and Receptacles I. Section 26 22 13 Distribution Dry -Type Transformers J. Section 26 24 16 Panelboards K. Section 26 28 16 Low Voltage Enclosed Circuit Breakers and Disconnect Switches L. Section 26 50 00 Lighting System M. Section 26 05 26 Grounding and Bonding System CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 —Last Revised Add. f#2 260410-2 ELECTRICAL BUILDINGS (EBG) Page 2 of 13 2 N. Section 26 60 00 Fire Alarm System 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 unreviewed. B. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. C. Submittals for each Equipment Building shall be made by the electrical manufacturer of the associated electrical equipment. D. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. E. Structural, electrical and mechanical drawings shall be submitted for approval. F. Structural, electrical and mechanical drawings shall be submitted as "Certified as -built" upon completion, initially via electronic mail modem transmission (e-mail), then followed by mail on 3.5" discs in Auto CAD R13 format and (1) hard copy on 1 V x 17" or larger medium. G. Complete HVAC calculations shall be submitted with approval drawings for review. 1.04 REFERENCE CODES AND STANDARDS A. Design and construction shall conform to the applicable sections of the latest standards as issued by the following agencies, as a minimum: 1. Uniform Building Code (UBC) — (Default Structural loading criteria shall be per the UBC) 2. American National Standards Institute/American Society of Civil Engineers (ANSIIASCE) 3. Metal Building Manufacturers Association (MBMA) 4. American Society for Testing and Material (ASTM) 5. American Society of Heating, Refrigeration, and Air conditioning Engineers (ASHRAE) 6. National Electric Manufacturers Association NEMA 250 7. National Electric Manufacturers Association NEMA ICS6 8. UL 50 Enclosures for Electrical Equipment, Non -Environmental Considerations (Type 1) 9. UL 50E Enclosures for Electrical Equipment, Environmental Considerations (Remaining Types) 10. UL 508A Industrial Control Panels CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. 42 260410-3 ELECTRICAL BUILDINGS (EBG) Page 3 of 13 11. UL 1773 Termination Boxes 12. National Electric Code (NEC), including local amendments, with NRTL Certification. 13. Project Local Building Codes. 14. Occupational Safety and Health Administration (OSHA) 15. The EBG shall be designed and constructed to withstand external loading conditions as prescribed by the Uniform Building Code. 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. All drawings and structural calculations shall bear the seal of a currently licensed Professional Engineer in the State of Texas. C. The supplier of the EBG shall be the manufacturer of the major components within the EBG. The manufacturer of major components within the EBG shall be responsible for providing equipment per referenced specification sections and for coordinating the delivery and installation of the equipment to the EBG. D. 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. E. All welding shall be performed by AWS qualified personnel. F. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. G. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. H. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Jobsite delivery storage and handling shall be handled in accordance with the associated electrical equipment specification. C. At shipping splits (when required due to transportation restrictions), each open area shall be sealed with 2" thick wooden framing and a complete plywood cover for temporary protection during transportation and setting. Seams in plywood shall be liberally caulked at the exterior. CITY OF FORT WORTH 'Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. #2 260410-4 ELECTRICAL BUILDINGS (EBG) Page 4 of 13 D. 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. 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. F. 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. G. 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. H. 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 the same warranty period as specified for the associated mechanical equipment, but not less than 5 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: f. M & M Costal MFG 2. Lectrus Corp 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 GENERAL A. Area classification- General purpose. I Non -hazardous area. B. The EBG shall be designed for use in a 40°C ambient. C. THE EBG shall be built for the seismic zone of the area in which it is to be installed. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. #2 260410-5 ELECTRICAL BUILDINGS (EBG) Page 5 of 13 D. Structural components of the EBG shall be designed to withstand external loading as prescribed by the applicable codes above (as a minimum), with co -lateral considerations as follows: 1. Base and floor system shall be designed to withstand all dead and live loads as applicable, or, a minimum of 250 Ibslft2 over the entire floor area, while supported at lift points only. 2. Maximum deflection of all base members shall not exceed L1240 at time of lift, and following final installation, with all applicable dead and live loads applied, or, a minimum of 250 Ibslft2 over the entire floor area. 3. Roof loading- Per Uniform Building Code (40 Ibslft2 minimum). 4. Wind loading- Per Uniform Building Code - Exposure C minimum (90 mph minimum). 5. Each shipping piece shall be designed for lifting by lugs located along the base perimeter members at 15'-0" approximate intervals 6. All lifting lugs shall be removable, without sacrificing the structural integrity of the building. 7. The ceiling shall be capable of withstanding a single continuous load of 100 lbs. per linear foot located at mid span of the ceiling panels and running the entire length of the EBG. The ceiling panels shall act alone, structurally, and not depend on the roof or the interior equipment for support. 8. Alf shipping splits and other penetrations shall have adequate structural reinforcement via rigid frames or other means to minimize distortion during handling and transportation. 2.03 MATERIALS AND CONSTRUCTION A. All permanent components shall consist of materials that do not freely support combustion. Use of wood or any other materials that freely support combustion will not be allowed as permanent components. B. Base and Floor 1. Base members shall be ASTM A36 wide flange, channel, angle and tube shapes forming a self-supporting grid. All members shall be continuously welded to adjoining members. Structural members shall be located to coordinate with the enclosed equipment, to support it, while allowing maximum access to equipment floor openings for cable penetration. 2. Floor shall be 1/4" (minimum) thickness flat steel plate, welded to all longitudinal and transverse base members. 3. Floor plate seams shall be continuously welded at all joints, and ground smooth to minimize visibility of seams. Welding of floor plate shall be staged to produce a flat and ripple free surface. 4. The installed enclosure shall be capable of supporting a floor loading of 250 pounds per square foot. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical hnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 17, 2020 — Last Revised Add. #2 260410-6 ELECTRICAL BUILDINGS (EBG) Page 6 of 13 C. Floor Openings 1. Each equipment area shown on the Drawings shall have a 14 ga plate bolted to the floor opening for conduit entry. Size and location of the opening shall be provided by the Contractor. D. Enclosure Walls 1. Exterior walls shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design. Interlocking panel ribs shall repeat at a maximum of 16". 2. Interior walls shall be 18 ga (minimum) hot -dipped galvanized sheet steel firmly attached to interlocking ribs of exterior wall panels utilizing ASTM shear and pull out rated self tapping screws on 24" maximum centers. Each interior wall panel shall be formed to receive adjacent panels at overlaps. 3. Walls shall be insulated with 3 inches (R-11) of fiberglass insulation inserted between the inner and outer walls. 4. Walls shall be able to withstand a wind loading of 90 miles per hour. 5. The wall panels shall be assembled using self drilling and tapping #14 TEK screws installed at each interlocking joint. The maximum TEK screwspacing shall be 16" on center. 6. Following assembly (and coating) of all interlocking wall and roof panels each exterior seam shall be neatly caulked using a high modulus silicone base product. The use of copolymer tape and / or neoprene gasketing is unacceptable between any exterior seams of the EBG. E. Ceiling and Roof Structure 1. Ceiling panels shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design with vertical standing ribs. 2. Roof material shall be 18ga (minimum) hot -dipped galvanized sheet steel interlocking panels to create a tightly interlocking panel design with vertical standing ribs. 3. Following assembly (and coating) of all interlocking wall and roof panels each exterior seam shall be neatly caulked using a high modulus silicone base product. The use of copolymer tape and / or neoprene gasketing is unacceptable between any exterior seams of the EBG. 4. The entire roof perimeter shall be trimmed with a fascia that aesthetically hides the standing rib roof edges, prevents high velocity rain water run-off, and prevents built-up ice from sliding off the roof in large sheets. 5. The roof shall be able to withstand, at a minimum, a live load of 40 pounds per square foot. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Iinprovcmcnfs CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add, #2 260410-7 ELECTRICAL BUILDINGS (EBG) Page 7 of 13 6. Roof panels shall be caulked along all mating surfaces before assembly and each roof panel shall be attached to its adjacent panels using gasketed #14 stainless aluminum self drilling and tapping TEK screws on 16" centers. F. insulation levels: 1. Ceiling- 3" fiberglass batt (R11) 2. Walls- 3" fiberglass batt (R11) 3. Floor- 1" urethane board or urethane spray (R7.2) 4. Equipment access doors- 1" urethane board (R7.2) 5. Personnel doors- (R2.4) 6. Floor insulation shall be R7.2 Celotex or equal urethane board, secured tightly below the floor with welded metal straps (glue pins are not acceptable), or sprayed urethane foam. G. Doors 1. General a. Equipment and personnel doors shall be provided as shown on the Drawings b. One equipment door shall be provided to allow for equipment entry and removal. c. Access doors shall be provided for any installed equipment and future planned spaces to allow for rear access to the installed equipment. d. Equipment and personnel access doors shall be hinged and have the ability to be padlocked for restricted entry. e. One personnel door shall be provided in addition to the equipment door to allow for personnel entry and exit. f. Additional doors shall be provided if required for equipment access or by Code. 2. Construction a. #4080 Single leaf, double wall, honeycomb reinforced personnel door, hot -dipped galvanized, #20ga, 1-314" thick- ( 1 ) required equipped as follows: 1) Panic hardware- thumb -latch wl keyed cylinder lock 2) Closer wl stopping arm (Yale series #50) 3) Wind safety chain 4) Drip shield 5) Threshold- Aluminum CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-It July 17, 2020 — Last Revised Add. #2 260410-8 ELECTRICAL BUILDINGS (Ei3G) Page 8 of 13 6) Factory frame 7) Caps in top 8) Weather stripping 9) Stainless steel hinges 10) R2.4 thermal resistance rating 11) Fire resistant insulation 12) Removable transom to allow 108" overall clearance through doorway b. #3070 Single leaf, double wall, honeycomb reinforced personnel door, hot -dipped galvanized, #20ga, 1-314" thick- ( 1 ) required equipped as follows: 1) Panic hardware- thumb -latch wI keyed cylinder lock 2) Closer wl stopping arm (Yale series #50) 3) Wind safety chain 4) Drip shield 5) Threshold- Aluminum 6) Factory frame 7) Caps in top 8) Weather stripping 9) Stainless steel hinges 10) R2.4 thermal resistance rating 11) Fire resistant insulation (1.5-hour minimum rating) c. Equipment rear access doors- 12ga plot -dipped Galvanized steel (1) required, equipped as follows: 1) Posts (mullions) shall be easily removable (allowing total door and post removal without compromising the structural integrity of the EEG providing full open access for potential equipment replacement or the addition of future equipment. 2) NEMA 3R rating 3) Stainless steel continuous piano type hinge 4) Stainless steel padlockable vault handle 5) (3) -point latching system CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 17, 2020 — Last Revised Add. #2 260410-9 ELECTRICAL BUILDINGS (EBG) Page 9 of 13 6) Full gasketing & drip shield 7) "DANGER HIGH VOLTAGE KEEP OUT' sign 8) Hold open device 9) 1" urethane board (R7.2) 10) Metal inner skin over insulation welded to door H. Coatings 1. All exterior and interior surfaces shall be thoroughly cleaned prior to coating application per the coating manufacturer's recommended practice. 2. Exterior surfaces- Walls, Roof & Fascia Substrate: a. Primer - high solids epoxy primer, 1.5 Mils DFT b. Finish - high solids polyurethane enamel, 1.5 Mils DFT c. Color - ANSI #61 Light Gray d. Touch-up paint - (1) quart 3. Interior -Substrate: a. Primer - high solids epoxy primer, 1.5 Mils DFT b. Finish - high solids polyurethane enamel, 1.5 Mils DFT c. Color - white d. Touch-up paint - (1) quart 4. Floor- (Top Area) a. Primer - high solids epoxy primer, 3.0 Mils DFT b. Finish - high solids polyurethane enamel, 1.5 Mils DFT with non skid additive c. Color - ANSI #61 Light Gray, anti-skid d. Touch-up paint - (1) quart 5. Base & Floor Underside a. Primer - high solid epoxy mastic, 2.0 Mils DFT b. Undercoat - high solid Coal Tar Epoxy, 4.0 Mils DFT 6. All coatings shall be applied inside an environmentally controlled (air quality, temperature and humidity) paint booth with ventilation and filtration provisions in full compliance with CITY OF FORT WORTH Village Creek VW Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 17, 2020 — Last Revised Add. ##2 26 04 10 - 10 ELECTRICAL BUILDINGS (EBG) Page 10 of 13 EPA and in accordance with the manufacturer's coating requirements. Coating applications performed in outside ambient air conditions will NOT be acceptable. I. Grounding 1. Two external ground pads (tin plated) shall be welded to the structural base, for connection to a grounding grid. Grounding components shall be as specified in Section 26 05 26 Grounding and Bonding. 2.04 ELECTRICAL UTILITIES A. All utilities shall be UL listed and recognized devices. B. All utilities shall be functionally tested prior to completion C. Interior lights- LED fixtures - (qty. required for 50 foot candles interior illumination at floor level). D. Exterior lights- LED Fixtures 1. One each door 2. LED Fixtures 3. Single control circuit with one master photocell. E. Emergency Lights — Surface mounted Emergency Light on Internal Battery Pack, Lithonia- ELM 6LU VOLT LTP or equal. 1. One each door F. Light switch 3-way- Two (2) required, One at each door, Specification grade, or equal, 20A 125V G. Duplex receptacles- 20A, 125V ivory GFCI duplex receptacle, 2 required, as specified in Section 26 27 26. H. Ground lugs welded to base- Burndy #QA28-21\11-410, or equal, 2 required. 2.05 INSTALLATION OF EQUIPMENT A. All Equipment, as specified herein, shall be factory installed inside the EBG, and shall meet the installation requirements as specified in PART 3 of this specification Section. 2.06 HVAC SYSTEM A. HVAC System 1. Redundancy a. The HVAC System shall consist of two (2) independent systems, each capable of providing 100% of the total HVAC requirements specified herein. CITY OF FORT WORTH Village Creek MIRE Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 17, 2020 — Last Revised Add. 42 260410-11 ELECTRICAL BUILDINGS (EBG) Page 11 of 13 2. Exterior design temperatures - a. Summer (Per ASHRAE 2% design temperature) b. Winter (Per ASHRAE 99% design temperature) 3. interior design temperatures a. Summer 85 of b. Winter 55 of 4. HVAC system shall maintain the maximum interior temperature above with consideration to ambient conditions and the specified internal equipment total heat loss calculated at 100% of the full load rating of each piece of electrical equipment installed in the EBG. 5. HVAC unit — as required to maintain interior design temperatures) - Industrial quality, vertical, self contained, wall mounted with aluminum fin, riffle tube copper coils and adjustable fresh air damper to 40%: a. Cooling capacity as required. b. Heating capacity as required. c. Return air grill d. Supply air grill e. Thermostat- Automatic -Change -Over f. High Pressure Switch g. Low Pressure Switch h. Top flashing 6. Complete HVAC calculations shall be submitted with approval drawings for review 7. HVAC units shall be painted to match exterior color. 2.07 ACCESSORIES A. Removable lift lugs- As required along base length at approximate 15'-0" centers (per shipping piece) PART 3 - EXECUTION 3.01 INSTALLATION A. Installation of the building shall be in accordance with the building manufacturer's instructions. CITY OF FORT WORTH Village Creels WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-H July 17, 2020 — Last Revised Add. #2 0=21«il-0i ELECTRICAL. BUILDINGS (EBG) Page 12 of 13 B. Spreader bars, cables, shackles, and other lifting 1 rigging equipment shall be provided by the Contractor, unless specifically noted otherwise. C. When handling EBG all lift lugs should be used. D. The EBG shall be supported at all times during handling, transportation and setting at all removable lift lug locations, as a minimum. END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase H Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 17, 2020 - Last Revised Add. 42 260410-13 ELECTRICAL BUILDINGS (EBG) Page 13 of 13 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. #2 SECTION 26 05 13 MEDIUM VOLTAGE CABLES PART 1- GENERAL 1.01 SCOPE OF WORK 260513-1 MEDIUM VOLTAGE CABLES Page 1 of 12 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 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. 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. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 June 2020 260513-2 MEDIUM VOLTAGE CABLFS Page 2 of 12 B. Certified Tests 1. Submit certified test reports of manufacturer's standard production testing and inspection as specified. 2. Submit independent testing firm reports as specified. C. Cable Splicing and Termination Certifications 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 manufacturer's 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 manufacturer's 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. 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. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260513-3 MEDIUM VOLTAGE CABLES Page 3 of 12 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. 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 1050C 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. CITY OF FOR`f WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260513-4 MEDIUM VOLTAGE CABLES Page 4 of 12 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 kV. — 100%. 3. Multiconductor cable shall meet construction requirements as specified in 2.03 below plus include a copper ground wire and overall flame-retardant PVC cover. B. 15 kV Cable 1. Cable type: Single conductor. 2. Insulation level: 15 kV — 133% 3. Multiconductor cable shall meet construction requirements as specified in 2.03 below plus include a copper ground wire and overall flame-retardant PVC cover. 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 ILEA, 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-93-6391NEMA 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 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-1I June 2020 260513-5 MEDIUM VOLTAGE CABLES Page 5of12 of ICEA S-93-6391NEMA 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. 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. 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260513-6 MEDIUM VOLTAGE CABLES Page 6 of 12 Single conductor shielded cable terminations for indoor, outdoor and buried applications shall be 15125kV 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 518 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. 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 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 UL 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 CITY OF FORT WORT'11 Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Proicct No. CO2648-II June 2020 260513-7 MEDIUM VOLTAGE CABLES Page 7 of 12 through 35 kV. 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 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 Blt 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 c. Elastimold d. Raychem e. 3M 200 Amp toad 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 -200C to 650C 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260513-8 MEDIUM VOLTAGE CABLES Page 8 of 12 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. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TT Rme 2020 260513-9 MEDIUM VOLTAGE CABLES Page 9 of 12 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 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 70OF 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2605 13 - 10 MEDIUM VOLTAGE CABLES Page 10 of 12 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 W and 15 W 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 wraparound 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. S. 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 anytime 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 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 / CITY ON FO1ZT WOR1,13 Village Creek WRF Phase 11 Elec(Tical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 2605 13-11 MEDIUM VOLTAGE CABLES Page 11 of 12 inspector being present during all testing procedures. The witness will sign the raw data forms on which he 1 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. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-1I June 2020 2605 13-12 MLDIOM VOLTAGE CA-BLLS Page 12 of 12 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 Phase IT Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 June 2020 SECTION 26 05 19 LOW -VOLTAGE WIRES AND CABLES PART 1 - GENERAL 1.01 SCOPE OF WORK 260519-1 LOW -VOLTAGE WINS AND CABLES Page 1 or 14 A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORE( 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 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 Vi[lage Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260519-2 LOW -VOLTAGE WIRES AND CA13LES Page 2 of 14 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 manufacturer's 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, complete all submittal requirements, and present to the Owner/Engineer prior to 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. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. PART 2 - PRODUCTS CITY OF FORT WORTH Village Creek WRF Pltase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II .Tune 2020 260519-3 LOW -VOLTAGE WIRES AND CABLES Page 3 of 14 2.01 GENERAL A. Wires and cables shall be 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 POWER & BUILDING WIRE A. All building wire shall be tinned stranded copper conductors, Type XHHW-2 B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. Encore Wire 2.03 VARIABLE FREQUENCY DRIVE CABLE A. Cable for use with VFDs shall be symmetrical design, three stranded Class D, tinned copper, circuit conductors with XLPE insulation, three bare copper grounds, 100% shields with 50% overlap, and overall PVC jacket. Cable shall be 2000 volt, UL 1277 Type TC, XHHW-2 rated, 900C., IEEE 12021383. B. Manufacturers 1. Belden 2. General Cable 3. Southwire 4. Okonite 5. Encore Wire 2.04 TRAY CABLE A. Cable for tray use shall be stranded tinned 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 CITY OF FORT WORTIi Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 2605 19 - 4 LOW -VOLTAGE WIRES AND CABLES Page 4 of 14 4. Encore Wire 2.05 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 4. Encore Wire 2.06 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor. B. Manufacturers 1. Southwire 2. General Cable 3. Okonite 4. Encore Wire 2.07 CONTROL WIRE AND CABLE A. Control wire shall be NEC Type XHHW-2. B. Multi -conductor control cable, shall be tinned stranded, #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 4. Encore Wire 2.08 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 260519-5 LOW -VOLTAGE WIRES AND CABLES Page 5 of 14 b. Insulation: PVC with 600-volt, 900C 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, 900C 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 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, 900C 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 2.09 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: 1. Category 5e above Grade shielded Cable CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 260519-6 LOW -VOLTAGE WIRES AND CABLES Page 6 of 14 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 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCITMENTS City Project No. CO2648-11 June 2020 260519-7 LOW -VOLTAGE WIRES AND CABLES Page 7 of 14 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 6 below Grade Cable a. Conductors: 4 pair 23AWG Bare Copper b. Insulation: Polyolefin c. Shield: 100 percent aluminum foil polyester tape with drain wire d. Jacket: Polyethylene with 300 volts rated and manufacturer's identification e. Misc.: Gel filled and NEMA WC-63.1, listed for outdoor and wet locations use f. Manufacturers: 1) CommScope SYSTIMAX GigaSPEED X10D 1571 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 1 Data 2. Red — FIRE Alarm 3. Blue — SCADA 2.10 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. CO2648-II June 2020 260519-8 LOW -VOLTAGE WIRES AND CABLES Page 8 of 14 B. Control and Instrumentation Conductors (including graphic panel, alarm, low- and high-level signals): Termination connectors 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. Terminals to be UL Listed for stranded conductor terminations. Rated for a maximum of 2 #14 stranded conductors. Color of terminals to comply with NFPA 79. C. Manufacturers 1. Phoenix Contact 2. Entrelec 3. Weidmuller 4. Allen Bradley 5. Approved equal D. Motor Conductors: Motor connections with conductors #12 AWG up to #6 AWG shall be ring type compression terminations on the motor leads and secured with bolt, nut and spring washer. Connections shall be -30°C rubber insulated, half lap, and two layers minimum of Scotch 33 or equal vinyl tape. Motor terminations for conductors #8 AWG and larger shall be in accordance with paragraph "Lugs and Connectors" below. Motors provided on this project per specification 26 05 50 and / or 26 05 51 shall have motor terminals enclosures with bus and NEMA one -hole or two -hole pads to accommodate the conductor terminals specified herein. E. Lugs and Connectors All lugs and connectors shall be tin plated copper and shall be crimped type, installed 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 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. 2.11 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. 2.12 WALL AND FLOOR SLAB OPENING SEALS CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPL'•CIItICATION DOCUMENTS City Project No. CO2648-II June 2020 260519-9 LOW -VOLTAGE WIRES AND CABLES Page 9 of 14 A. Wall and floor slab openings shall be sealed with "FLAME -SAFE" as manufactured by the Thomas & Betts Corp. or equal. 2.13 WIRE AND CABLE TAGS A. 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, 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. 2.14 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 Neutral White 208Y1120, 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 2.15 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. PART 3 - EXECUTION 3.01 GENERAL CITY OF FORT WORTH Village Creek WRIT' Phase If Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2605 19 - 10 LOW -VOLTAGE WIRES AND CABLES Page 10 of 14 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. Conductors which are found to have been installed without tension —monitoring 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, with no change in the Contract Price or Schedule allowed. 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. 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, shall be bundled throughout their exposed length with nylon, self-locking, releasable, cable ties placed at intervals not exceeding four inches on centers. 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 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 Surplus wire shall be removed unless noted otherwise. Conductors shall be bridled or bundled and secured in an acceptable manner. Identify all circuits entering motor control centers and all other control enclosures 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. CITY OF FORT WOR`fH 'Village Creek WRF Phase II Electrical ILnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2605 19 - 11 LOW-VOLTAGL WIRES AND CABLES Page 11 of 14 G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors passing through holes or over edges in sheet metal enclosures. Provide at least 6 feet spare conductors in freestanding panels and at least two feet spare in other assemblies for all conductors which are to be terminated by others. Provide additional conductor length in any assembly where it is obvious that more conductor will be needed to reach the termination point. J. Do not combine power conductors in the same raceway unless shown on Drawings. 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 and specification 26 05 26. Ground wires exposed to mechanical damage shall be installed in rigid aluminum conduit. Make connections to equipment with solderless connections. Connections to ground rods 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). 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2605 19 - 12 LOW -VOLTAGE WIRES AND CABLES Page 12 of 14 C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete 110, 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 PLCIRTU. 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. 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. Raceways entering junction boxes or control panels containing electrical or instrumentation equipment shall be sealed with 3M 100ONS Watertight Sealant or approved equal. B. This requirement shall apply to for all raceways in the conduit system. 3.09 FIELD TESTS A. Conductors under 1000 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. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvements CONSTR13CTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2605 19 - 13 LOW -VOLTAGE WIRES AND CABLES Page 13 of 14 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 Villagc Creek WRF Phase II Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2605 19 - 14 LOW -VOLTAGE WIRES AND CABLES Page 14 of 14 THIS PAGE 1S INTENTIONALLY LEFT BLAND( CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 GROUNDING AND BONDING SYSTEM PART 1 - GENERAL 1.01 SCOPE OF WORK 260526-1 GROONDING AND BONDING SYSTEM Page I of 6 A. Furnish alf 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 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. Ground rods. 2. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 260526-2 GROUNDING AND BONDING SYSTEM Page 2 of 6 6. Exothermic bonding system. B. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal 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 Price or Schedule will be allowed for delays due to unacceptable submittals. C. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will cause the submittal to be rejected and returned 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, complete all submittal requirements, and present to the Owner/Engineer prior to 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. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner PART 2- PRODUCTS CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260526-3 GROUNDING AND BONDING S'YSTF_,M Page 3 of 6 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. 2.02 CONDUCTORS A. Conductors 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 tinned copper where direct buried, or encased in concrete. Tinned 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 ARID CONNECTIONS A. Waterpipe ground clamps shall be cast bronze. 1. Manufacturers a. Thomas & Betts Co. Cat. JPT b. Burndy c. O.Z. Gedney Co. d. Cooper Power Systems e. Erica CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPEC1 ICATION DOCUMENTS City Project No. CO2648-11 June 2020 260526-4 GROUNDING AND BONDING SYSTEM Page 4 of 6 f. Harger g. Approved equal h. Provide the correct size for the pipe. B. Other grounding system clamps, where specified or shown shall be cast bronze. 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 SCRII b. Burndy Thermoweld c. Cadweld d. Approved equal. 2. Exothermic welded connections shall be used in exposed locations as specified herein. D. Provide a Burndy Hyground Irreversible Compression System or equal in areas where the Owner's operations prevent the use of an exothermic welded connection. The use of a compression system ground connection is otherwise prohibited without written approval on a case -by -case basis from the Owner or Engineer. Permission shall be submitted through the RFI process. Compression connectors installed without permission shall be removed and replaced with exothermic weld connections with no change in the Contract Price or change in the Contract Schedule allowed. E. All grounding connections which would require exothermic welding in a Class 1 Division 1 Area as determined by NFPA 820, or the Engineer, or the NEC Authority Having Jurisdiction shall use a Burndy Hyground Irreversible Compression System, or equal. PART 3 - EXECUTION 3.01 INSTALLATION CITY OF FORT WORTH ViI lage Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260526-5 GROUNDING AND BONDING SYSTEM Page 5 of 6 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. Water pipe grounding connections shall not be painted. Painted connections shall be disassembled, replaced and reconnected. B. Install equipment grounding conductors in ail 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. 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 or not specifically shown on the Drawings using grounding electrode conductors. Grounding electrode conductors rising from the counterpoise to bond to a column shall be made using an insulated conductor the same size as the conductors used to form the counterpoise. Exposed grounding electrode conductors shall be routed in rigid conduit. Bond metallic conduits as specified. Grounding electrode conductor connections to structural steel columns shall be made with as permitted by the Structural Engineer 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 912 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. N. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized as shown with a minimum size in accordance with NEC Article 250.66. 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 electrode (ground rod) at the end of every down lead if no counterpoise is present or shall connect directly to the power system counterpoise without driving a separate ground rod. Refer to Section 26 41 00 for lightning protection system specifications. J. Provide a #110 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 CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260526-6 GROUNDING AND BONDING SYSTEM Page 6 of 6 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. N. Care shall be taken to ensure good ground continuity, between the conduit system and equipment frames and enclosures. Where necessary, bonding jumper conductors shall be provided. O. Ground all grounding type receptacles 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 SECTION 26 06 29 ELECTRICAL SUPPORT HARDWARE PART 1 - GENERAL 1.01 SCOPE OF WORK 26 05 29 - 1 ELECTRICAL SUPPORT HARDWARE Page I of 6 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. fi�lx7t:7 �_� lr � ■3rc?I•T:7-7 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 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 cause the submittal to be rejected and returned 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, underwater) CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260529-2 ELECTRICAI, 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 on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory and any submittal 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 Price or Schedule will be allowed for delays due to unacceptable submittals. 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. 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 having a UL standard 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, a 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, all submittal requirements must be complete, and an approved copy of all such submittals shall be available to the Owner/Engineer prior to delivery of the equipment. Delivery of equipment not completely constructed, onsite factory work, or failed factory tests will not be permitted. CITY OF FORT WORTH Village Creek WRE Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 260529-3 ELECTRICAI. SUPPORT HARDWARE Page 3 of 6 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 Material shall be new and unused, with no signs of damage from handling. 1.07 WARRANTY A. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. FART 2 - 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 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges), washer and nut. Anchor shall be used for anchor sizes less than 318 inch. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260529-4 ELECTRICAL SUPPORT HARDWARE Page 4 of 6 2. All parts shall be 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 316 stainless steel materials conforming to SAE 316 standards. 2.03 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Tyco Unistrut b. 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. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMEM'S City Projcct No. CO2648-11 June 2020 260529-5 ELECTRICAL SUPPORT HARDWARE Page 5 of 6 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 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. Install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The locations of devices are shown as general on the Drawings and may be varied within reasonable limits as to avoid any piping or other obstruction without change in the Contract Price or Schedule, subject to the approval of the Owner and Engineer. 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 if 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 are permitted as specified above. Incorporate additional channel materials and/or provide assemblies of double channel with enough vertical and horizontal members to from a rigid structure whether or not such additional materials or the use of double channel materials are shown or specified. 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. Outdoor supports structures shall be able to support the equipment with the structural strength to withstand wind gusts up to 90 mph without damage. 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 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 CITY OF FORT WORTH Village Creek WfU` Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260529-6 ELECTRICAL SUPPORT HARDWARE Page 6 of 6 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 ,Tune 2020 26 05 33 - 1 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page I of 18 SECTION 26 05 33 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS PART 1- 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, enclosures containing electrical devices, controls 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 wails 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 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 indication per the specifications as warranted. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. CO2648-I1 June 2020 260533-2 RACEWAYS, BOXES, ENCLOSURES, 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. C. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive and shall include an indexed Table of Contents. Electronic submittals are mandatory, and any submittal 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 Price or Schedule will be allowed for delays due to unacceptable submittals. 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. 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 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 Schedule will be allowed. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvements CONSTRUMION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 05 33 - 3 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 3 of 18 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to 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. 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. Provide warranties, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner. 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. Device entries less than 3/4 inch shall be provided with an adaptor to connect %-inch or larger conduit. The following adaptors are acceptable: REAI2SA, Cooper Crouse Hinds or equal, for aluminum 2. ADAPT ADU302930, REDAPT or equal, for 316 stainless. 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 June 2020 260533-4 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 4 of 18 b. Robroy Industries c. O'Kote, Inc. d. Calbond 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) 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 CITY OF FORT WORT1-1 Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Tune 2020 260533-5 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 5 of 18 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 c. American Conduit d. Patriot Industries e. 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 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 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 CITY OF FORT WORf1I CONSTRUCTION SPECIFICATION DOCUMENTS June 2020 Village Creek WRF Phase II Electrical Improvements City Project No. CO2648-11 260533-6 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 6of18 2.03 WIREWAYS A. All wireways shall be NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless steel quick -release type latches. Wireway shall have two Breather/Drains for each ten feet of wireway. Breather/Drain shall be in the bottom, near the ends of the wireway. Wireways shall have integral welded mounting lugs. Bolted -on mounting lugs are unacceptable. Provide stainless steel internal barriers to isolate signal cables from power conductors and multiconductor digital control cables. B. Manufacturers 1. Industrial Enclosure Corporation 2. Cooper B Line a. Approved equal C. Breather/Drains 1. Eaton Crouse -Hinds 316 stainless steel a. Approved equal 2.04 RACEWAY BOXES AND EQUIPMENT ENCLOSURES A. The term box and enclosure are synonymous for this specification. Boxes and enclosures specified herein, include terminal boxes, junction boxes, pull boxes, and boxes for switch, receptacles and lighting. Enclosures used for electrical and instrumentation equipment, other than terminal boxes, shall be provided as described in this section with references to this specification in other specification sections. All raceway boxes and equipment enclosures shall be provided with a common ground point and shall be UL rated. B. NEMA Type 4X boxes shall be 316 stainless steel or aluminum only as otherwise specified or shown with mounting lugs or brackets welded 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. Enclosures with mounting feet shall have the mounting feet brackets for the attachment of mounting feet welded on. Boxes manufactured with holes intended for mounting using bolted -on mounting lugs or feet 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 larger than 24 inches X 20 inches shall have a three-point type latch with handle. Boxes 24 inches X 20 inches or smaller 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. NEMA 4X 316 Stainless Steel enclosures 1. Use for all locations unless otherwise shown or specified 2. Type 316 stainless steel, body and door 3. Stainless steel continuous hinge 4. Foam in -place gasket CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260533-7 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 7 of 18 5. Single point quarter turn latches (20-inch X 24-inch and smaller). All others shall have three-point 6. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Eaton Crouse Hinds c. Hoffman d. Appleton Electric e. EMF Company f. NEMA Enclosures Company g. Cooper B Line h. Rittal i. Approved equal D. NEMA 4X Aluminum [Where shown on the Drawings] boxes 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). Ail others three-point latch 5. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Hoffman c. EMF Company d. NEMA Enclosures Company e. Cooper B Line f. Approved equal E. Chemical Rooms and areas specified or shown to be corrosive: NEMA 4X nonmetallic boxes shall be constructed as follows: 1. PVC or Fiberglass reinforced polyester body and door. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260533-8 RACEWAYS, BOXLS, ENCLOSURES, AND FITTINGS Page 8 of 18 2. UV inhibitors 3. UL Listed 4. RoHS compliant 5. Formed in place polyurethane gasket in continuous channel. 6. 316 Stainless steel quarter turn cover bolts with metallic handles. 7. Manufacturers a. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Allied Molded Products, Inc. c. Cantex d. Cooper e. Hoffman f. Hubbell-Wiegmann Non -Metallic g. Approved equal F. Classified Areas, NEMA 7/4X boxes (Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70) 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. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Eaton Crouse -Hinds c. Appleton Electric d. Approved equal G. NEMA 12 boxes [Where shown on the Drawings] shall be constructed as follows: 1. Type 5052 aluminum, body and door 2. Stainless steel continuous hinge CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTTON SPECTFTCATION DOCUMENTS CiLy Project No. CO2648-11 June2020 260533-9 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 9 of 18 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. Enclosures housing electrical equipment may be constructed by the manufacturer of that equipment but shall meet the all the physical requirements specified herein. b. Hoffman c. EMF Company d. NEMA Enclosures Company e. Cooper f. Approved equal H. NEMA 1 or NEMA I boxes shall not be used. I. Malleable iron boxes shall not be used. 2.05 DEVICE BOXES A. Device boxes installed in aluminum raceway systems for switches and receptacle, etc., shall be 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. Eaton Crouse -Hinds 2. Appleton 3. Approved equal 2.06 CONDUIT OUTLET BODIES A. 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 for conduits up to and including 2-112 inches. B. Manufacturers 1. Eaton Crouse -Hinds Form 7 with Mark 7 wedge -nut cover 2. Appleton 3. Approved equal C. Provide junction boxes for conduits larger than 2-112 inches. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO26484I June 2020 26 05 33 - 10 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 10 of 18 D. All outlet boxes and covers for Class 1 Division 2 areas shall be rated NEMA 4X. 1. Manufacturers a. Eaton Crouse -Hinds EA Series b. Approved equal �kt�%1LL1�1>t i�l�J�'1 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 C. Conduit hubs for use on outlet boxes or boxes containing electrical or instrumentation equipment shall be watertight, threaded steel, insulated throat, hub of the female -female type, with locking nipple of male construction. Hubs shall be T&B HT Series, or approved equal. Hubs with female locking nipples, where the hub projects into the box, will not be acceptable. 0 `- i CC 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 100oNS Watertight Sealant, or approved equal. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals 1. O.Z.IGedney 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. CITY OF FORT WORTH Village Creek WRF Phase TI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260533-11 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 11 of 18 2. Approved equal 2.11 EXPANSION -DEFLECTION COUPLING A. Combination expansion -deflection fittings with 314-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 copper -free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps B. Manufacturers 1. Eaton Crouse -Hinds Model XD 2. Approved equal C. Provide an aluminum cover over the fitting to protect the rubber portions from exposure to direct sun light. Secure the aluminum sun shield with a minim of two stainless steel tie wraps. D. Nylon tie wraps are not acceptable. 2.12 EXPANSION FITTINGS A. Expansion fittings shall provide eight -inch movement, shall be made of copper -free aluminum, with exterior tinned copper braid bonding jumper and 316 stainless grounding straps. Provide internal grounding. Nylon tie wraps are not acceptable. B. Manufacturers 1. Eaton Crouse -Hinds Co. Type XJGSA 2. Approved equal 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 copper -free aluminum, with seals, breathers and drains. Provide type ED, or as required for the application. B. Manufacturers 1. Eaton Crouse -Hinds Co. 2. Appleton Electric Co. 3. O.Z./Gedney Co. 4. Approved equal 2.14 KELLEMS GRIPS A. Kellems grips cable supports shall be 316 stainless steel. 2.15 CONDUIT MOUNTING EQUIPMENT CITY OF FORT WOR717H Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260533-12 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 12 of 18 A. 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 A. Use the tagging formats for conduits as shown on the Drawings. Where modifications or additions are made to existing equipment 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, 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. 4. Rigid Non-metallic, Schedule 80 PVC (RNC) Underground encased in red dyed reinforced Type concrete. 6. Flexible Aluminum (FMC) Type Fixture whip connection to lighting fixtures in NEMA 12 areas (maximum 3-feet). 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 FORAWORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 260533-13 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 13 of 18 Raceway System Location 8 Electric Metallic Tubing (EMT) Steel Type For use only on concealed, above ground, interior electrical wiring in air-conditioned administrative buildings remote to the process area, and clearly defined as such on the Drawings or in the Specifications. 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 and electrical equipment enclosures shall have NEMA ratings for the location in which they are installed, and as specified herein. B. 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. Provide cast aluminum conduit fittings for exposed switch, receptacle and lighting outlet boxes. D. All raceway boxes and wall — mounted electrical equipment enclosures shall be provided with factory mounting integral welded mounting lugs. Bolt -on gasketed mounting lugs attached through factory -drilled holes are not acceptable for any raceway box or electrical equipment enclosure. 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 or electrical equipment enclosures in wet locations. F. Boxes for use only on concealed, above ground, interior electrical wiring, in air-conditioned administrative buildings remote to the process area, may be NEMA 1 galvanized boxes as specified for such areas. All boxes used in such areas, for exposed wiring, shall be NEMA 12 aluminum or 316 stainless steel as specified above. 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 enough 316 stainless steel washers to provide the required air space or may be mounted using 316 stainless steel slotted channel. 3.04 CONDUIT OUTLET BODIES APPLICATIONS CITY OF FORT WORTH Village Creek WRI' Phase 11 Electrical Improvements CONSTRUCTION SPFCWTCATTON DOCUMENTS City Project No. CO2648-TI June 2020 260533-14 RACEWAYS, BOXES, ENCLOSURES, AND FITTTNOS Page 14 of IS 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 provided. 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. �Ici:3�1�L1 •liffeitil-M I CffAM 2:1 [F7_r 111972,.E-3 A. Insulated grounding bushings shall be provided and 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. 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. Provide an expansion fitting with a minimum of six inches available movement shall be installed on the exposed side of under to above grade conduit transitions. Expansion - deflection fittings shall not be provided unless approved and protected as specified above. 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 CITY OF FORT WORTH Village Creek WRT' Phasc 11 Electrical Improvements CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. CO2648-IT June 2020 26 05 33 - 15 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 15 of 18 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. Tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. 3.11 RACEWAY SEALING A. All raceways entering junction boxes, terminal junction boxes, electrical equipment enclosures or control panels containing electrical or instrumentation equipment shall be connected to the box, enclosure or panel using conduit hubs and shall be 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 IN CONCRETE ENCASEMENT A. Transitions from PVC raceway to PVC coated aluminum raceway in concrete encasements shall be made as follows: 1. Terminate the PVC conduit in a threaded PVC female adapter. 2. Terminate the PVC coated aluminum conduit in a threaded male adaptor. 3. Thread the male PVC -coated aluminum conduit adaptor into the female threaded PVC adapter. B. Tighten the joint securely, then double layer wrap the joint 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. 1.01 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 Price 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 CITY OF FORT' WORTH 'Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 260533-16 RACEWAYS, BOXES, ENCLOSURES, AND Ffl-PINGS Page 16 of 18 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. 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 with no increase in the Contract Price or Schedule allowed. 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. Raceways entering or leaving the raceway system, which could be subjected to the entry of moisture, rain or liquid of any type, shall be tightly seated, using 3M 100ONS Watertight Sealant, or approved equal at any possible moisture entry point both before and after the installation of cables to prevent the 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. No increase in the Contract Price or Schedule will be allowed. 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. G. 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. Multiple conduits mounted on walls shall be supported using strut and 316 stainless steel conduit clamps, screws, nuts and washers. H. Surface mounted panel boxes, junction boxes, conduit, etc. shall be supported as specified herein. 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 26 05 29 Electrical Support Hardware. J. No electrical equipment enclosures, boxes, terminal junction boxes or raceways shall be attached to or supported from, sheet metal walls. K. 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. L. 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. CITY OF FORT WOWITI 'Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 260533-17 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 17 of 18 M. Conduits containing equipment grounding conductors and terminating in boxes shall have insulated throat grounding bushings. The grounding conductor shall be grounded to the box. N. Conduits shall be installed using threaded fittings. Running threads will not be permitted. O. Provide glued type conduit fittings on PVC conduit. P. 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 conductors shall be removed from the raceway, discarded and removed them from the job site, replaced, re -terminated, retagged, and retested in accordance with the specifications. The function of the system shall be retested in its entirety. No increase in Contract Time or Schedule will be allowed. Q. Liquid tight 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 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. R. Seal the remaining openings or spaces of conduits passing through openings in walls or floor slabs to prevent the passage of flame or smoke where additional openings or space around the conduits are present. S. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. T. 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. The raceways 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. 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. U. 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. V. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or 7. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Jane 2020 260533-18 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS Page 18 of 18 W. 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. X. 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. Y. 3116-inch polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. Z. 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. AA. 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. 1313. The use of running threads is prohibited. Where such threads are necessary, a three-piece union shall be used. CC.Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces, cold air plenums, etc. shall be sealed with Watertight Sealant as specified herein. DD.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. EE. 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. FF. Conduits entering the top of electrical equipment enclosures from cable tray or otherwise routed from above the equipment in airconditioned dry indoor spaces shall coordinate their placement with the HVAC duct vents such that cold air from the HVAC system will not blow directly on the vertical conduits causing condensation. Conduits which cannot be located away from direct exposure to cold air from the HVAC system shall be insulated to prevent condensation from forming inside the conduits or shall be re-routed. In all cases, condensation caused by cold air from the HVAC system shall be prevented from entering electrical enclosures. Equipment damaged by water from condensation shall be removed, replaced, conductors re -terminated, and its operation retested with no change in the contract price or schedule. GG. All 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. END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June2020 SECTION 26 05 36 CABLE TRAY PART1- GENERAL 1.01 SCOPE OF WORK 260536-1 CABLE TRAY Page 1 of 4 A. Furnish and install complete cable tray systems, with all accessories, fittings, supports, as shown on the Drawings and as specified herein. B. Cable tray runs outline the general routing of raceways. Select actual routing in the field to follow Drawings as closely as possible and to avoid interfering with pipes, ducts, structural members, or other equipment. Deviations in routing from that shown on the Drawings must be approved by the Engineer, with no change in the Contract Price or Schedule allowed. 1.02 RELATED WORK A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Shop Drawings 1. Submit to the Owner/Engineer, in accordance with Division 1, a complete tray layout and routing in a computer -aided format, fittings and hangers, with tray type, sizes, dimensions and support points. a. Submittal shall show tray routing, with elevations. b. Drawings shall show locations of tray hangers and/or concrete inserts where concrete inserts are to be used c. The use of the Engineer's Drawings as a base plan for the layout is not allowed. Calculations shall be provided for loading and deflections. Calculations shall be submitted in a format (Excel spread sheet and PDF on CD and or flash drive or acceptable equal) which will permit hand calculation verification by the Owner/Engineer. B. Product Data: Provide data for fittings and accessories. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation and installation of product. D. Operation and Maintenance Manuals 1. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for the cable tray and its components. 1.04 REFERENCE STANDARDS A. National Fire Protection Association (NFPA) CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 260536-2 CABLETRAY Page 2 of 4 1. NFPA 70 - National Electrical Code, Article 392 Cable Trays. B. National Electrical Manufacturers Association (NEMA) 1. NEMA VE-1 — 2002 Metal Cable Tray Systems 2. NEMA VE-2 — 2001 Cable Tray Installation Guidelines C. Underwriters Laboratories (UL) D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 REGULATORY REQUIREMENTS A. Conform to the requirements of NFPA 70. B. Furnish products listed and classified by UL as suitable for the purpose specified herein and as shown on the Drawings. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to 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. D. Materials showing signs of previous or jobsite exposure will be rejected. 1.07 WARRANTY A. Provide warranties, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided 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. T.J. Cope Allied. 2. Cooper B-Line 3. Approved Equal CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPF.CIFICA'I'ION DOCUMENTS City Project No. CO2648-11 ]urge 2020 260536-3 CABLE TRAY Page 3 of4 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 LADDER -TYPE CABLE TRAY A. Description: NEMA VE 1, Class 20C (minimum 100 pounds per foot load rating) ladder type tray. B. Material: Aluminum C. Finish: NIA. D. Inside Width: As indicated on the Drawings. E. Inside Depth: Minimum five inches, unless otherwise shown on the Drawings. F. Straight section Rung Spacing: nine inches on center. G. Each rung shall be capable of supporting a 200 pound concentrated load at the center of the cable tray span and width, over and above the specified cable load, with a safety factor of 1.5. H. Inside Radius of Fittings: Minimum 24 inches, unless otherwise shown on the Drawings. I. Provide clamps, hangers, brackets, splice plates, reducer plates, blind ends, barrier strips, connectors, nuts, bolts, washers, lock washers, all thread and grounding straps, all of 316 stainless steel. J. Dividers: Dividers shall be supplied to isolate cables of different voltage ratings that occupy the same cable tray. 2.03 WARNING SIGNS A. Permanent warning label shall appear on all straight sections and fittings and shall have the following wording: WARNING! DO NOT USE CABLE TRAY AS A WALKWAY, LADDER OR SUPPORT. USE ONLY AS A MECHANICAL SUPPORT FOR CABLES. PART 3 K EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install metallic cable tray in accordance with NEMA VE 2 Cable Tray Installation Guidelines, and as specified herein. A. Conduits, containing wire or cables entering or leaving the cable tray shall be securely clamped to the cable tray, but the tray shall not act as the primary means of conduit support. Conduits or any other raceway containing conductors routed from or to the cable tray system shall be provided with their own independent supports. B. Provide supports at each connection point, at the end of each run, and at other points to maintain spacing between supports of 12 feet maximum. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-II June 2020 26 05 36 - 4 CABLE TRAY Page 4 of 4 C. Use expansion connectors where required. Install bonding jumpers at each at each expansion splice plate. Bonding jumpers shall be rated for the cable tray ampacity. All tray systems shall have a continuous bare tinned copper grounding conductor as specified herein. The bonding jumpers shall be provided in addition to the grounding conductor. D. Ground and bond cable tray under provisions of NEC Article 392. 1) Provide continuity between tray components. 2) Install a bare #110 AWG bare tinned copper cable through entire length of each tray (both medium voltage power and low voltage power and control) and bond to each cable tray section and bond the tray ground to the electrical system grounding electrode grid at all ends. If tray system is configured in a loop, then bond the tray grounding conductor to the power system grounding electrode grid at two points minimum. The tray ground shall be routed along the outside of the tray to avoid damage to tray conductors from the ground clamps. Bond the tray grounding conductor to every enclosure to which any tray conductor is routed. 3) Bond any metallic raceway which routes conductors to or from cable tray to the cable tray itself and to the cable tray grounding conductor. Route a bonding conductor from the tray grounding conductor through the raceway routing conductors to or from the tray system to the enclosure which the tray conductors are routed. Bond the grounding conductor to the enclosure ground bus. E. Use anti -oxidant compound to prepare aluminum contact surfaces before assembly. END OF SECTION CITY OF FORT WORTH Village Creek W12F Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 SECTION 26 05 43 UNDERGROUND SYSTEM PART 1 - GENERAL 1.01 SCOPE OF WORK 26 05 43 - 1 UNDERGROUND SYSTEM Page 1 of 10 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 33 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 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 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): CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I July 24, 2020 — Last Revised Add. #3 26 05 43 -2 UNDERGROUND SYSTEM Page 2 of 10 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. C. Materials shall not be stored exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous or jobsite exposure will be rejected. CITY OF FORT WORTH Village Creek WRF Phase it Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 24, 2020 — Last Rcvised Add. #3 26 05 43 - 3 UNDERGROUND SYSTEM Page 3 of 10 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 e 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 1 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. 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, Calbond 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. 7. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pounds per cubic foot with compressive strength, a minimum of 3000 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 314-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. 8. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. CITY OF FORT WORTH Village Creek WRF Phase it Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 24, 2020 — Gast Revised Add.113 26 05 43 -4 UNDERGROUND SYSTEM Page 4 of 10 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 M306-041 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. 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. CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-H July 24, 2020 — Last Revised Add. #3 260543-5 UNDERGROUND SYSTEM Page 5 of 10 d. Frame shall be of extruded aluminum with a continuous 1-114 inch anchor flange. A dovetail groove shall be extruded into the seat of the frame with a 118" 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 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 b. Approved Equal CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 24, 2020 — Last Revised Add. #3 260543-6 UNDERGROUND SYSTEM Page 6 of 10 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 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 manufacturer's 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 sea! 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. 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 CITY OF FORT WORTH Village Crock WRF Phase II Electrical huprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TI July 24, 2020 — Last Revised Add. #3 260543-7 UNDERGROUND SYSTEM Page 7 of 10 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 1 OOONS 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. Q. 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 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. CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 24, 2020 — Last Revised Add. #3 260543-8 UNDERGROUND SYSTEM Page 8 of 10 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 or manhole is set, 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 or manhole is set 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 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 24, 2020 — Last Revised Add. #3 26 05 43 - 9 UNDERGROUND SYSTEM Page 9 of 10 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 24, 2020 — Last Revised Add. #3 26 05 43 - 10 UNDERGROUND SYST) M Page 10 of 10 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 24, 2020 — Last Revised Add. #F3 SECTION 26 05 73 POWER SYSTEM STUDY PART 1- GENERAL 1.01 SCOPE OF WORK 260573-1 POWER SYSTEM STUDY Page 1 of 10 A. 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. 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 Study shall model all electrical equipment down to and including 480-Volt utilization equipment. All motors shall be modeled individually, including disconnect switches, if present. D. Obtain and provide all pertinent data necessary for the successful completion of the Power System Studies, including information on all existing or new equipment and wiring pertinent to the Study. This includes all cable and raceway data, data for existing or new motors, data from all existing 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. Obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. If during field investigations conflicts between the Contract Documents and the field conditions are encountered, 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 Contractor's electrical equipment suppliers. 1.03 SUBMITTALS A. No later than four weeks after Contract Award, provide a submittal of the name and qualifications of the Study Engineer, for approval. No submittals required under this section will be accepted until this requirement is met, and if submitted will be returned without review. B. Provide the following additional submittals: 1. Preliminary Study: The first submittal shall consist only of the Short Circuit Study results and equipment evaluation, based upon sound engineering reasonable assumptions, CITY OF FORT WOR71:1-1 Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 260573-2 POWER SYSTEM STUDY Page 2 of 10 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 submittal shall be made and approved prior to any shop drawing submittal being reviewed for electrical equipment for which the results of this preliminary study are required. The submittal and approval of the Preliminary Study is a critical milestone in the Construction Schedule. Failure to submit an acceptable study in a timely manner may delay the Project Schedule. No exceptions will be made for the specified sequence of the submittal of the Study prior to the submittal of shop drawings, and any delays caused by a late submittal of the Study will not be a cause for the Engineer / Owner to allow any extension of the Contract Time or Contract Price. 2. Final Study: The final submittal shall be the Final Study and shall include all items listed under "Scope of Work" in this Section. No electrical equipment for which the results of the final study are required, shall be energized until such results have been reviewed and approved by the Engineer / Owner, and applied to such electrical equipment, and certified as Settings Complete by the manufacturer's field representative. This submittal is required to include a PDF of the study and a copy of the SKM raw data input files on a CD and/or a flash drive. C. Upon completion of the studies, submit the studies for approval to the Owner/Engineer. The study submittal shall include all 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. Allow not less than three calendar weeks for review of the both the Preliminary and Final 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. Delays in the Construction Schedule due to the submittal of unacceptable Power System Studies will not be a cause for the Engineer / Owner to approve any changes in the Contract Time or Contract Price. D. The completed, sealed, and signed studies, with all known issues resolved, shall be submitted to the Owner/Engineer for approval, not less than 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, including any custom forms, labels, formats, and libraries, shall be provided at the same time in electronic format as specified herein. All individual are flash labels, ready for installation, shall be provided with this submittal. E. Submit for approval, a manufacturer's conducted 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 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. 2. NFPA-70E - Standard for Electrical Safety Requirements for Employee Workplaces. 3. ANSI/NFPA 70 — National Electrical Code CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCT FMENTS City Project No. CO2648-II June 2020 260573-3 POWER SYSTEM STUDY Page 3 of 10 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(PE) in the regular employment 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 of Texas. B. The PE shall comply with the State PE Law in the submittal of the Preliminary and Final Studies. The Preliminary Study shall bear the name and registration number of the PE who will be sealing the work along with the statement acceptable to the State PE Board which indicates the work is "Preliminary, Not for Construction" and is "Issued for Review". The final report shall bear the Engineer's Seal, Registration Number, Original Signature and Date in accordance with the State PE Laws. C. Computer Model Revision Control 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. Field verify all existing protective equipment, protective device settings and conductors shown in the model which are in series with the new equipment all the way from the Utility and or Generator power sources to the connection point of the new equipment. Field verify the name plate data on all existing motors connected to the same bus or any upstream bus which is in series with the new equipment. The same criterion applies to all existing equipment modified under this Contract. Notify the Owner/Engineer of any discrepancies discovered which exist between the Owner's power system model and existing field conditions prior to the submittal of any Studies for review. 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. it is unacceptable to add the branches of the new equipment provided under this Contract in a stand-alone or separated configuration from the overall power system and adding in the available fault current at the point of attachment. All revisions and the addition of all new equipment shall be tied into the existing power system model by the Study Engineer. 3. The Study Engineer shall forward the updated base model computer files to the Owner with the submittal of the Preliminary Study for the Engineer to check, and again the final model shall be submitted upon approval of the Final 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 checked out again and returned to the Study Engineer for further use. 1.06 SCHEDULE OF WORK A. The selection of the Study Engineer shall be submitted to the Owner/Engineer for approval in a timely manner, in accordance with the time specified. The Study shall be completed and submitted in the phases as specified above. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Juice 2020 260573-4 POWER SYSTEM STUDY Page 4 of 10 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. The work experience resume of the Study Engineers who will be doing the work and the Professional Engineer who will be sealing the Final Study shall be submitted along with his 1 her PE registration number in the State where the equipment is to be installed. 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 including any existing equipment modified in any way under this project. The Contractor shall field verify the name plate data of all existing transformers, protective device equipment and the size and length of any existing conductors in series with the new or modified equipment in the Contract. Conductor lengths in concealed conduit shall be estimated to the best of the Contractor's ability from field observations and any available existing conformed to construction record drawings. Generic devices or values 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, clearly 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 Preliminary or Final study is not acceptable. B. 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. C. 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 starting curves. 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 CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvements CONSTR13CTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260573-5 POWER SYSTEM STUDY Page 5 of 10 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. 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. 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 supplied for this project. Include settings for the protective devices in existing equipment feeding any piece of new equipment.. If the Study Engineer, during his work, determines that selective coordination cannot be obtained in or between pieces of existing and new equipment as specified, the Owner/Engineer shall immediately be notified, Provide the supporting information to the Owner/Engineer for resolution of the problem. E. Projects executed in phases may not have the new equipment provided under earlier phases on site when this study is being done. Obtain the shop drawings from the Owner for that equipment and include that data in this study. Obtain study data done by the Study Engineer doing any studies under previous phases and include that data in this study. Clearly indicate what information was obtained from the Owner. This is acceptable only for the preliminary phases of this study. The final study shall include actual information on equipment provided under the earlier phases, including fault studies and protective device coordination. F. As a minimum, each short circuit study shall include the following: 1. One -Line Diagram: The presentation of the One Line Diagram shall be on one or more 22 x 34-inch drawings with match lines if on multiple sheets, using font sizes which are easily readable. Include the following information and activities listed below: 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 (Delta, Wye, Grounded Wye, Zig-Zag, etc.) of all transformers. Use the ratings of the actual transformers being provided where available. The Final Study shall use the name plate information on the transformers provided. Use the actual name plate information on all existing transformers. Generic transformer data on new or existing transformers are not acceptable. d. The type, manufacturer, and ratio of all instrument transformers energizing each relay shall be included on both existing and new instrument transformers. Field verify this information on all existing protective devices which are in series with the new equipment provided under this Contract. e. Nameplate ratings of all motors and generators with their sub transient reactance. Field verify the name plate information of all existing generator providing power to the new equipment, and field verify the name plate motor information on all motors CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 05 73 - 6 POWER SYSTEM STUDY Page 6 of 10 connected to the bus of existing equipment which is in series with the new equipment. 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. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc. shall be included. h. The time -current setting of existing adjustable relays and direct -acting trips, if applicable. The Contractor shall field verify the information as specified herein. i. Arrange for the shutdown of the equipment requiring field verification with the Owner, Investigations shall be dome at a time, including after hours if necessary, which do not significantly interrupt the Owner's process operations. 2. Impedance Diagram: The presentation of the Impedance Diagram shall be on one or more 22 x 34-inch drawings with match lines if on multiple sheets, using font sizes which are easily readable. Include the following: a. Available fault current 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: Include the following: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the three-phase and line -to -ground short circuits of each case. b. Calculate the maximum and minimum fault currents. G. Provide Time -Current Curves (TCC) on $-1/2 x 11 log -log paper. 1. The Time Current Curves shall be presented in series only. Parallel branches shall not appear on the same TCC presentation. 2. Do not put more than one branch of protective devices on any one coordination curve. 3. Show a maximum of five devices in series on one TCC. Include a one -line diagram and the names of each protective device in the branch on the coordination curve drawing. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvements CONSTRUCTION SPLCIFICATION DOCIJMhNTS City Project No. CO2648-II June 2020 260573-7 POWER SYSTEM STUDY Page 7 of l0 Use the same color for the same protective device appearing on different TCC presentations. 4. Provide separate drawings for ground fault coordination curves. 5. Use the names designated in the Contract Documents. 6. Include motor starting curves and transformer inrush and damage curves, and cable short circuit withstand curves. H. The study shall include, where shown in the project, the selection and sizing of the type of low resistance ground (LRG) system and all associated components, including the selection of the appropriate relay to detect a single line to ground fault. The study shall also recommend the minimum size of cables to attach the electrical service to the LRG system. I. The high resistance grounding system, where shown in the project, shall be sized such that a single phase can be grounded, and the system still continues to operate while the ground fault alarm is being locally displayed and transmitted to SCADA. 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, to calculate Arc -Flash Incident Energy (AFIE) levels and flash protection boundary distances. C. The analysis shall be performed under each possible condition and shall identify the worst - case Arc -Flash condition. The preliminary 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 and safe approach requirements determined in accordance with NFPA-70E. (Latest versions) E. Results of the Analysis shall be submitted in tabular form on an Excel spread sheet, and shall include, device or bus name, bolted fault and arcing fault current levels, flash protection boundary distances, personal -protective equipment and AFIE levels. The analysis shall be presented on paper and included with the specified electronic format files. F. After approval of the Study, provide the Arc Flash Hazard Warning Labels. The Study Engineer shall oversee the installation of the required labels for each item of electrical equipment furnished on the project and for each item of existing equipment for which the arc flash hazard has changed. A typical warning label shall be submitted with the Study for approval, and shall include the information listed below, at minimum. 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Incident Energy Level. 5. Required Personal Protective Equipment Rating. CITY OF FORT WORTH Village Creek WRF Phase H Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260573-8 POWER SYSTEM STUDY Page 8 of 10 6. Type of Fire Rated Clothing. G. Labels shall be affixed to the enclosures, in a readily visible location, for all power -handling equipment as follows. 1. Switchgear a. One label for the line side of the main breaker b. One label for the load side of the main breaker (switchgear bus) c. One label on each vertical section, indicating the data for the switchgear bus 2. MCCs a. One label for the line side of the main breaker b. One label for the load side of the main breaker (MCC bus) c. One label on each vertical section, indicating the data for the MCC bus 3. Switchboards a. One label for each switchboard operated at 480 Volts or above b. Label to indicate data for line side of the main breaker 4. Panelboards a. One label for each panelboard operated at 480 Volts or above b. Label to indicate data for line side of the main breaker 5. Control panels, including combination starters a. Single label at each unit operated at 480 Volts or above. b. Label to indicate data for the line side of the disconnect device. 6. Disconnect switches a. Single label at each disconnect switch operated at 480 Volts or above. b. Label to indicate data for the line side of the switch H. Size of each label shall be not less than 4 inches wide and 3 inches tall. 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. CITY OF PORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 260573-9 POWER SYSTEM STUDY Page 9 of 10 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. f 7-1:A 15421 3.01 FIELD SERVICES A. Label Installation Certification 1. When the label installation is complete, the Contractor, the Contractor's Study Engineer and the Owner/Engineer shall jointly inspect each location and show to the Owner/Engineer's satisfaction that labels are installed in all the specified locations, and in any additional recommended locations indicated in the Study. B. Training 1. Provide the services of the Arc -Flash Training Engineer to conduct a training program for the Owner's personnel. The class shall include the following: a. The class shall be held for not less than one eight -hour day for each shift of maintenance and operational personnel. b. The care, application and use of protective personal equipment described by the warning signs installed on the project. c. Conduct training at a location onsite to be designated d by the Owner. Include class sessions in the field at equipment locations as may be required for instruction. d. Applicable information from the Power System Study shall be provided to the attendees. e. Submit a detailed class syllabus to the Engineer/Owner for review and approval prior to holding the training class. 2. Provide the services of the Power System Study Engineer to conduct power system operation training for the Owner's personnel. The class shall include the following: a. The class shall be held for not less than one eight -hour day for each shift of maintenance and operational personnel. b. Instruction in the safe operation of the power system for both new electrical power distribution equipment included in the study and existing power distribution equipment which is in series with the new equipment. c. The safe operation of electrical equipment Kirk Key interlocks. d. Power system switching which avoids configurations that may exceed equipment short circuit ratings, or that may cause other undesirable or danger if certain circuits are paralleled. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. CO2648-It June 2020 26 05 73 - 10 POWER SYSTEM STUDY Page 10 of 10 e. Provide handout materials including one -line diagrams and O&M information for each person in attendance. f. Submit a detailed class syllabus to the Engineer/Owner for review and approval prior to holding the training class. C. The cost of Field Services shall be included in the Contract Price and the schedule for training shall be included in the Contract Schedule. 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 SECTION 26 12 19 PAD -MOUNTED TRANSFORMERS PART 1- GENERAL 1.01 SCOPE OF WORK 261219-1 PAD -MOUNTED TRANSFORMERS Page 1 of 10 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 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 PORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 12 19-2 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. WA 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 FOItT WOR111 Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 26 12 19-3 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 Y119 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. CITY OF FORT WORTH Village Creek WRF Phase It Electricai Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 26 12 19-4 PAD -MOUNTED TRANSFORMERS Page 4 of 10 F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. G. Transformers manufactured more than 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 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 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. Manufacturers 1. General Electric 2. Eaton CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 261219-5 PAD -MOUNTED TRANSFORMERS Page 5 of 10 3. Square D 4. 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. (55165/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: +1- 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMF.,NTS City Project No. CO2648-I1 Atne 2020 261219-6 PAD -MOUNTED TRANSFOIZMP.RS 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 650C 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. 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. 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 -50C 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. CO2648-1I June 2020 26 12 19 - 7 PAD-MOUNTFII 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. Q. Any exposed copper inside the enclosure shall be tinned. 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, Munseli No.7GY3.2911.5. 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 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 Rapid pressure rise relay (ANSI device 63X) J. Winding temperature relay (ANSI device 49X) CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 12 19-8 PAD -MOUNTED TRANSFORMERS Page 8 of 10 2.06 PRIMARY CONNECTIONS A. Transformer primary connections shall be dead front wells, inserts, cable parking supports, and elbows for cable sizes shown on the drawings. 2.07 LIGHTNING ARRESTORS A. Provide 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 WORTII Village Creek WRF Phase iI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2612I9-9 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 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 Phasc II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 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 TRAIPSING 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 261322-1 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SW1TCHGEAR Page I of 14 SECTION 26 13 22 MEDIUM VOLTAGE SEALED DEADI'RONT DISTRIBUTION SWITCHGEAR PART 1 e 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. B. Manufacturer shall provide line by line specification compliance. Note Compliance (C), 2 Deviation (D) with an explanation for the deviation, and Exception (E) with explanation for the exception. C, D and E shall be listed by each paragraph of the specification section in the margins. If more room is required for explanations, attach them to the noted specification section in the submittals listed by its corresponding numbered paragraph. 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 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I July 17, 2020 — Last Revised Add. #2 261322-2 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGBAR Page 2 of 14 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, 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 manufacturer's 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. CITY OF FORT WORTH Village Creek WRF Phase It Electrical hrrprovemeuts CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 17, 2020 — Last Revised Add. 42 261322-3 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 3 of 14 H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. I. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.04 REFERENCE CODES AND STANDARDS A. The medium voltage pad mounted switchgear and protection devices in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. ANSI C57.12.28, Pad -Mounted Equipment --- Enclosure Integrity 2. ANSI C119.2, Separable Insulated Connectors 3. IEEE/ANSI 71, 72, 73, 74 Standard for Three Phase Manually Operated Subsurface Load Interrupting Switches. 4. ANSI/IEEE Std. 386, Separable Insulated Connector Systems for Power Distribution Systems Above 600 Volts. 5. ANSI/IEEE C57.13, Instrument Transformers, Requirements for 6. ASTM D-2472 Specification for Sulfur Hexafluoride, SF'6. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 July 17, 2020 — Last Revised Add. #f2 26 13 22 - 4 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 4 of 14 C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. 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. G. The equipment shall be provided through a local authorized sales channel within 100 miles of the job site that has the ability to provide Factory Authorized Field Services. The manufacturer shall have local Factory Field Service Technicians within 100 miles of the job site. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for three years from date of final acceptance of the equipment. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturer is CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 July 17, 2020 — Last Revised Add. #2 261322-5 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 5 of 14 acceptable: 1. S & C Electric 2. G & W 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. 1. General M Max. 15.5 Impulse Level (BIL), W 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. 42 261322-6 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 6 of 14 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 Load Dropping Amps. 600 kV, 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. 92 261322-7 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 7 of 14 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 (SFc,) 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 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I July 17, 2020 — Last Revised Add. #2 261322-8 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SW1TC11GEAR Page 8 of 14 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 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 SFs insulated switch tank, unless otherwise CITY OF FORT WORTH Village Creek WRY Phase I1 Electrical t nprovement5 CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 July 17, 2020 — Last Revised Add. 42 261322-9 MEDIUM VOLTAGE SEALED DF..ADFRONT DISTRIBUTION SWITCHGEAR Page 9 of 14 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 -400C to +700C. 4. Control settings shall be field programmable by using a personal computer or dip switches. For computer programming the personal computer shall be connected via a data port to the control. The data port shall be accessible from the exterior of the enclosure. Neither external power nor energization of the switchgear shall be required to set or alter control settings. Trip characteristics (TCC curves) shall be field selectable. Trip selection shall be selectable with the load taps energized. 5. Control shall record and store the last 12 events minimum, 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. 92 261322-10 MEDIUM VOLTAGE, SEALED DEADFRONT DISTRIBUTION S'WITCHGEAR Page 10 of 14 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 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. 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 Furnac Genius 110 boards. CITY OF FORT WORTH Village Crock WRY Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 17, 2020 — Last Revised Add. Q 261322-11 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page It of 14 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 10/10013aseT 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: 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 "comet 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 1AP, 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. CITY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I July 17, 2020 — Last Revised Add. #2 261322-12 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 12 of 14 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. 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I July 17, 2020 — Last Revised Add. 42 261322-13 MEDIUM VOLTAGE SEALED DFADFRONT DISTRIBUTION SWITCHGEAR Page 13 of 14 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 A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The training shall be for a period of not less than one eight hour day. C. The cost of training program, to be conducted with Owner's personnel, shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the equipment being supplied. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II July 17, 2020 —Last Revised Add. #2 261322-14 MEDIUM VOLTAGE SEALED DEADFRONT DISTRIBUTION SWITCHGEAR Page 14 of 14 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-I1 July 17, 2020 — Last Revised Add. #2 2622 13 - 1 DISTRIBUTION DRY -TYPE TRANSFORMERS Page 1 of 8 SECTION 26 22 13 DISTRIBUTION DRY -TYPE TRANSFORMERS PART 1 - 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 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. CJTY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. CO2648-11 June 2020 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 WORFII Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262213-3 DISTRIBU'110N 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 Phase II Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 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 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 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. ABB 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 1. kVA Rating: 2. Impedance: 3. HV: 4. LV: 5. LV: 2.03 CONSTRUCTION A. Insulation Systems 262213-5 DISTRIBUTION DRY -TYPE TRANSFORMERS Page 5 of 8 As shown on the Drawings. ANSI Standard Tolerance As shown on the Drawings. As shown on the Drawings. As shown on the Drawings. 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 1150C 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 300C 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 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2622 13 - 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 2-112% 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 WA, 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. All 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262213-7 DISTRIBUTION DRY-TYPL TRANSFORMERS Pagc 7 of S 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. A-► f!Ie7 &*101111AI J CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262213-8 DISTRIBUTION DRY -TYPE TRANSFORMERS Page 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262414-1 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page I of 14 SECTION 26 24 14 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS PART 1- GENERAL 1.01 SCOPE OF WORK A. Furnish and install low voltage generator quick connect switchboards, complete and operable, as specified herein and as shown on the Contract Drawings. 1.02 RELATED WORK A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1, Section 26 00 00 and as specified herein. B. Provide systems engineering with coordination curves, to demonstrate coordination between existing and proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections to which reference is made in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. D. Unmarked cut sheets will cause rejection of the submittal and its return for revision. E. Provide the original equipment manufacturer (OEM) equipment shop drawings, including all wiring diagrams, created in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. F. Submit for approval, a manufacturer's conducted training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. G. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: I. Master drawing index 2. Front view elevation 3. Floor plan 4. Top view 5. Single line CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-Il June 2020 262414-2 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 2 of 14 6. Schematic diagram 7. Nameplate schedule 8. UL Listing of the completed assembly 9. Component list with detailed component information, including original manufacturer's part number. 10. Conduit entry/exit locations 11. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 12. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 13. Descriptive bulletins 14. Product data sheets. 15. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 16. Floor mat 17. Key interlock scheme drawing and sequence of operations 18. Busway connection and amperage rating. H. Factory Tests. Submittals shall be made for factory tests specified herein. I. Field Test Reports. Submittals shall be made for field tests specified herein. J. 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. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Tmprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 Julie 2020 262414-3 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 3 of 14 e. Field Test Reports 1.04 REFERENCE CODES AND STANDARDS A. The low voltage generator quick -connect switchboards, 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 PB 2 - Deadfront Distribution Switchboards 2. UL 891 - Standard for Dead Front Switchboards 3. UL 489 — Standard for Safety for Molded -Case Circuit Breakers 4. ANSIINFPA 70 — National Electrical Code (NEC) 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. 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, complete 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. CITY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262414-4 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 4 of 14 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 until such time that the site is ready for permanent installation of the equipment with no change in Contract Price or Schedule. 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. Provide warrantees, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided 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. ABB 2. Eaton / Cutler -Hammer 3. Square D 4. Trystar 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 switchboards described in this specification shall be designed for operation on the voltage systems as shown on the Drawings. B. The switchboards and protective devices shall be fully rated for a short circuit current of 65,000 rms symmetrical amperes (minimum) or greater if shown on the Drawings. Systems employing series connected ratings shall not be used. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262414-5 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 5 of 14 C. The manufacturer shall design the switchboard, including devices, for continuous operation at its rated current in a 40°C ambient temperature. D. Switchboard shall be UL listed and labeled as suitable for use as service equipment. 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), 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). 4. Nameplates a. External 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/1 6-in thick by 314-in by 2-112-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 1/2", 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. 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 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 4XI13, 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. CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II .Tune 2020 262414-6 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 6 of 14 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. 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. B. Isolated compartments shall be provided for each main or tie circuit device and associated metering equipment. C. The switchboard shall be arranged so that the uppermost operating handle shall not exceed 6-feet-6-inches from the floor when the switchboard is mounted on a 4-inch high equipment pad. D. Enclosures 1. Structures shall be NEMA 4X, 316SS unless noted otherwise on the Drawings. 2. Switchboard shall consist of the required number of vertical sections bolted together to form a rigid assembly. The sides and rear shall be covered with removable bolt -on covers. All edges of front covers or hinged front panels shall be formed. Provide adequate ventilation within the enclosure. 3. All sections of the switchboard shall be front and rear aligned with depth as shown on the Drawings. Devices shall be front removable and load connections front and rear accessible. Rear access shall be provided. CITY OF FORT WORTH Village Creek WRY Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 .Tune 2020 262414-7 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 7 of 14 4. Where switchboard is shown installed against a wall or other location where the switchboard does not have space for rear access, all sections of the switchboard shall be rear aligned with depth as shown on the Drawings. Devices shall be front removable and load connections front accessible. 5. The assembly shall be provided with adequate lifting means. 6. Isolated compartments shall be provided for each main or tie circuit device and associated metering equipment. 7. The switchboard shall be arranged so that the uppermost operating handle shall not exceed 6-feet-6-inches from the floor when the switchboard is mounted on a 4-inch high equipment pad. 8. Provide cable pull section with utility [and generator requirements] as shown on the Drawings. 9. Where switchboards are shown outdoors, enclosure shall be non -walk-in or walk-in, as shown, and meet applicable NEMA 3R requirements of UL. a. Each section shall have front and rear access. b. Doors shall have provisions for padlocking. c. Each cubicle bay shall be supported on a heavy gauge, welded steel channel base extending around all four sides, constructed to exclude rodents, vermin, and dust. Apply a non-flammable undercoating to the base and to the underside of the cubicle floor plates. d. Roof structure shall be watertight with a continuous drip edge channel on the front. Roof shall slope to the rear for water drainage. e. Holes for lifting eyes shall be blind tapped. f. Provide tamper resistant, padlockable, weathertight, gasketed cubicle doors and switch handle covers, with stainless steel hinge pins. g. Raintight, corrosion resistant ventilation louvers shall provide air circulation within the structure, while excluding insects, vermin, dust and sand. h. Each cubicle shall have heavy duty, 240 VAC, space heaters, thermostat controlled, of enough 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. Provision shall be made for a externally powered 120 Volt circuit. Each cubicle shall have an exhaust fan, thermostatically controlled, for heat dissipation. The switch compartment shall contain barriered compartments for incoming and outgoing cables, All cables shall enter and exit underground from the bottom of the cubicle as shown on the Drawings. k. Ventilating openings shall be provided, complete with replaceable fiber glass air filters. CITY OF FORT WORTIA Village Creek WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262414-8 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 8 of 14 End sections shall be the same widths as other sections, except each end of the outer section shall have an end trim. m. The enclosure shall be provided with bolt -on rear covers for each section. [Each section shall have front and rear access. 10. Provide cable pull section with utility and generator requirements as shown on the Drawings. E. Busses 1. All busses shall be tin plated copper, sized as shown on the Drawings. Neutral bus shall be fully rated. 2. Busses shall be braced for the specified equipment short circuit current rating. 3. All joint connections shall be joined with bolts and conical spring -type washers. 4. Feeder sections shall have full height vertical bus. 5. Provide a tin-plated copper ground bus extending throughout the entire length of the switchboard, equipped with sufficient provisions for lugs for external ground connections, cable grounding conductors and conduit grounding, and sized for cables shown on the Drawings. 6. Unused spaces, or spaces indicated for future devices shall include doors, bus, device supports or mounting plates and connections. F. Wiring and Terminations 1. Small wiring, necessary fuse blocks and terminal blocks within the switchboard shall be furnished as required. 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 manufacturer's wiring diagrams. 2. Incoming generator cables shall terminate in Posi-Lok style receptacles, as manufactured by Cooper Crouse -Hinds, shall be provided for all generator cables, and shall be suitable for copper cable rated for 75'C of the size as indicated on the drawings. 3. All control wire shall be tinned copper type SIS, bundled and secured with nylon ties. Insulated locking spade terminals shall be provided for all control connections, except where saddle type terminals are provided integral to a device. All current transformer secondary leads shall first, be connected to conveniently accessible short-circuit terminal blocks, before connecting to any other device. All groups of control wires leaving the switchboard shall be provided with terminal blocks with suitable numbering strips. Provide wire markers at each end of all control wiring. Wire tags shall be heat shrink type "Brady" or approved equal with the tag numbers typed with an indelible marking process. Character size shall be a minimum of 1/8 inch height. Hand written tags shall not be acceptable. Tags relying on adhesives or taped -on markers are not acceptable. G. Main Section 1. Where the main incoming conductors are shown to terminate in the main breaker section, enough vertical space shall be provided to route the cables from the conduit entry to the main compression type lugs without exceeding the cable manufacturer's minimum CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUME14TS City Project No. CO2648-f1 June 2020 262414-9 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 9 of 14 bending radius of any of the incoming cables. Entry of incoming cables shall be as shown or noted on the Drawings. 2. Where an auxiliary cable pull section is shown on the Drawings, provide bus extensions and compression lugs for the number and size of incoming cables. Enough vertical space shall be provided to route the cables from the conduit entry to the main compression type lugs without exceeding the cable manufacturer's minimum bending radius of any of the incoming cables. Incoming cables shall be top entry or bottom entry as shown or noted on the Drawings. 3. Where shown on the Drawings, the Main section shall contain a three-phase, 600-volt, lightning arrester, and surge capacitors, to protect the switchboard from lightning discharges. H. Main Circuit Protective Devices Unless otherwise shown on the Drawings, single main or main -tie -main circuit breakers, 1600 ampere rating and larger, shall be insulated case (ICCB), 3 Pole, 600 Volt, drawout 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 pickup, and delay; adjustable short time pickup and delay; short time izt 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, 2. Unless otherwise shown on the Drawings, single main or main -tie -main circuit breakers, less than 1600 ampere rating, shall be molded case (MCCB), 3 Pole, 600 Volt, fixed 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 pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay. 3. Breakers shall be rated for 100% continuous duty and shall carry 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. I. Surge Protective Devices 1. Furnish where shown on the Drawings, or specified herein, a manufacturer provided and installed, a Low Voltage Surge Protective Device (SPD), as specified in Section 26 43 13 of these Specifications. 2. Connection to the switchboard shall be with a surge rated disconnect, mounted integral to the switchboard. 2.04 METERING AND PROTECTIVE RELAYS A. 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. B. A 100VA minimum UPS shall be provided, powered from the control power transformer to provide control power to the power quality meters. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2624 14-10 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 10 of 14 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 in Section 40 96 30. 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 96 15 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 10/100BaseT 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: 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 9-30VDC 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. G. Control and Instrument Power Transformers CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Julie 2020 262414-11 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 11 of 14 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. Provide a load calculation showing that the sizing of the control power transformer complies with this requirement. b. Control power transformers shall be 120 volts 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.] 2.06 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 version of ANSI and NEMA standards. The switchboard shall be completely assembled, wired, adjusted, and tested at the factory. After assembly, the complete switchboard shall be tested for operation under simulated service conditions to assure the accuracy of the wiring and the functioning of all equipment. The main circuits shall be given a dielectric test of 2200 volts for one minute between live parts and ground, and between opposite polarities. The wiring and control circuits shall be given a dielectric test of 1500 volts for one minute between live parts and ground. B. Provide three certified copies of factory test reports as specified in Paragraph 1.03D. 2.07 ACCESSORIES A. Furnish and install a non -conducting floor mat, minimum 318-inch-thick by 3 feet wide, meeting ANSl1ASTM 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 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 PART 3 - EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory -trained manufacturer's field engineer to assist 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 switchboard. The manufacturer's field engineer shall provide technical direction and assistance in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained therein. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-Ii June 2020 2624 14 - 12 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 12 of 14 B. Provide three copies of the manufacturer's field start-up report. 3.02 INSTALLER'S QUALIFICATIONS A. Provide an installer who shall be specialized in installing low voltage switchboards 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 switchboard. B. Check concrete pads and baseplates for uniformity and level surface. C. Verify that the switchboard is ready to install. D. Verify field measurements are as instructed by manufacturer. 3.04 INSTALLATION A. Install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 3.05 FIELD QUALITY CONTROL A. Inspect installed switchboard 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. B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, in accordance with settings designated in a coordinated study of the system as required in Section 20 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 ELECTRICAL 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 of each bus section. Megger for one minute for each measurement at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 100 megohm. C. Test each key interlock system for proper functioning. D. Submit the results of all specified tests to the Engineer/Owner within five business days for approval and for their permanent records. CITY OF FORT WORTH Vil [age Creels WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2624 14-13 TAW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 13 of 14 3.08 CLEANING A. Clean interiors of 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. Provide a qualified factory -trained manufacturer's representative who shall personally inspect the equipment at the jobsite and shall certify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. Provide three copies of the manufacturer's representative's certification. 3.11 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The training shall be for a period of not less than one, eight -hour day. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price. The training and instruction, insofar as practicable, shall be directly related to the 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. 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 Phase IT Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 24 14 - 14 LOW VOLTAGE GENERATOR QUICK CONNECT SWITCHBOARDS Page 14 of 14 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. CO2648-11 June 2020 SECTION 26 24 16 PANELBOARDS PART 1 - GENERAL 1.01 SCOPE OF WORK 26 24 16 - 1 PANELBOARDS Page] of 8 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. 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 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 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 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. D. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: 1. Master drawing index CITY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262416-2 PANELBOARDS Page 2 of 8 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 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 ARID 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 PBA 2006 - Panelboards CITY OF FOR"1' VJORTII Village Creek WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 262416-3 PANELBOARDS Page 3 of 8 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 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. 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 JOBSITF 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. 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 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. CITY OF FORT WORTH Village Creck WRF Phase 11 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262416-4 PANELBOARDS Page 4 of 8 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 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 22,000 amperes RMS symmetrical for 240/120 volt single- phase or 208Y/120 volt three-phase. The minimum interrupting for 480Y/277 volt three-phase shall be 65,000 amperes RMS symmetrical. Panelboards employing series connected ratings for main, feeder and branch devices are not acceptable and shall not be provided. 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°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-inch thick by 3/4-inch by 2-1/2-inch, 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 1/2 inch, 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: CITY OF FORT WOR11I Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Prqject No. CO2649-11 June 2020 262416-5 PANELBOARDS Page 5 of 8 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 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 :fl►��,►►��Im.i��►►�Tll►��:*rr a Dili-6T-�2 H C. Surge Protective Devices (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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262416-6 PANELBOARDS Page 6 of 8 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 inches in height shall have a vault handle and three-point latch, 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. 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 208Y/120 volt, three phase, or 120/240 volt single phase, panelboards shall have an interrupting capacity of not less than 22,000 amperes, RMS symmetrical. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 262416-7 PANELBOARDS Page 7 of 8 D. Each circuit breaker used in 480Y1277 volt and 480 volt panelboards shall have an interrupting capacity of not less than 65,000 amperes, RMS symmetrical. E. Circuit breakers shall be as manufactured by the panelboard manufacturer. 2.05 MINI -ROWER CENTERS A. Mini -power 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 indoorloutdoor operation. B. kVA and voltage ratings shall be as shown on the Drawings. Main primary breaker shall have an interrupting rating of 65,000 amperes at 480Y1277 volts and a secondary load center rated at 14,000 amperes interrupting capacity (A1C) RMS symmetrical at 120/240 or 208Y1120 volts as shown on the drawings. Transformer sound levels shall not exceed the following ANSI and NEMA levels for self -cooled ratings: 1. Up to 9 KVA 40 db 2. 10 to 30KVA 45 db C. Transformer shall be copper wound, 220*C insulation system with a maximum full load temperature rise of 115*C rise. Transformers shall be epoxy -resin encapsulated. The core of the transformer shall be grounded to the enclosure with the neutral wired out to a neutral bus and bonded to a ground bus inside the transformer enclosure. Provide two 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. Power center shall have phase, neutral and ground tinned copper buses, and be complete with all circuit breakers as shown on the drawings. Breakers shall have an interrupting rating of 10,000 amperes minimum, and shall be of the bolt -on type. PART 3 - EXECUTION 3.01 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 Phase IT Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 262416-8 PANELBOARDS Page 8 of 8 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUC ION SPEC1F1CATION DOCUME MS City Project No. CO2648-1I June 2020 262419-1 IOW VOLTAGE MOTOR CONTROL CLNTERS Page 1 of 32 SECTION 26 24 19 LOW VOLTAGE MOTOR CONTROL CENTERS PART 1 - GENERAL 1.01 SCOPE OF WORK A. 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 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. All shop drawing submittals and all O&M submittals shall be submitted in hard copy format and in electronic format using PDF files on a CD and/or a flash drive 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. C. Provide systems engineering to produce coordination curves, showing coordination between existing protective devices and breakers and/or fuses submitted, such that protective device CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 262419-2 LOW VOLTAGE MOTOR CONTROL CENTERS Page 2 of32 coordination is accomplished. Such curves and settings shall be included as a part of these submittals. D. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections to which reference is made in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. E. Provide original equipment manufacturer (OEM) created equipment shop drawings, including all wiring diagrams, created in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturer's logo, drawing file numbers, and shall be maintained on file in the OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. F. 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. Unmarked cut sheets will cause rejection of the submittal and its return for revision. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262419-3 LOW VOLTAGE MOTOR CONTROL CENTERS Page 3 of 32 15. Component list with detailed component information, including original manufacturer's part number. 16. Conduit entrylexit locations 17. Assembly ratings including: 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. G. Harmonic distortion calculations for Variable Frequency Drives (VFDs). H. Factory Tests. Submittals shall be made for factory tests specified herein. I. Field Test Reports. Submittals shall be made for field tests specified herein. J. 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. CITY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2049-11 June2020 262419-4 LOW VOLTAGE MOTOR CONTROL CENTERS Page 4 of 32 K. Submit for approval, a manufacturer's conducted 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 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 the equipment provided 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 provided shall be the manufacturer of the major components within the assembly. All assemblies provided shall be manufactured by the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" will not be acceptable. C1T'Y OF FORT' WOR1'14 'Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262419-5 LOW VOLTAGE MOTOR CONTROL CENTERS Page 5 of 32 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 JOSSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the OwnerlEngineer 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, until such time that the site is ready for permanent installation of the equipment with no change in Contract Price or Schedule. F. Space heaters provided in equipment shall be provided with temporary electrical power to operate during jobsite storage and after equipment is installed in permanent location. Space heater operation shall be continuous until equipment is powered and placed in service. 1.07 WARRANTY A. Provide warrantees, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years except for variable frequency drives which shall be for three years, from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided 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 CITY OF FORT WORTH Village Creek WRF Phase iI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, CO2648-11 June 2020 262419-6 LOW VOLTAGE MOTOR CONTROL CENTERS Page 6 of 32 2. ABB 3. Rockwell 4. Siemens 5. 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 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. Provide a factory -installed dedicated Point of Utilization Device (SPD) 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 when the equipment contains a programmable logic controller (PLC) or a uninterruptible power supply (UPS) or Protective Relay devices, or is otherwise indicated on the drawings. 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 CITY OF FORT WOR111 Village Cieek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262419-7 LOW VOLTAGE MOTOR CONTROL CENTERS Page 7 of 32 front face. Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1/1 6-inch thick by 314-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 112 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. 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 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 4X113, 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. CITY OF FORT WORTH Village Creek WRI- Phase I[ Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 262419-8 LOW VOLTAGE MOTOR CONTROL CANTERS Page S of 32 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. 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. Provide a load calculation showing the sizing of the control power transformer complies with this requirement. b. Control power transformers shall be 120 volts 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 Structures shall be NEMA Type 1A unless noted otherwise on the Drawings. 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. MCCs shall be constructed to allow field installation of additional sections to each end and shall be provided with 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 lineup, 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 turn 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 mounting against the wall or back-to-back with another MCC. All wiring, bus joints and other mechanical parts requiring tightening or other maintenance shall be accessible from the front or top. CTTY OF FORT WOR7111 Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECTFICATION DOCUULNTS City Project No. CO2649-11 June 2020 262419-9 LOW VOLTAGE MOTOR CONTROL CENTERS Page 9 of 32 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. 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: CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262419-10 LOW VOLTAGE MOTOR CONTROL CENTERS Page 10 o£32 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. 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. g. Each MCC lineup shall have an exhaust fan, thermostatically controlled, for heat dissipation. Power for ventilation fan shall be provided by [distribution transformer and panelboard mounted in MCC section], [customer panelboard] as shown on the drawings. C. Construction 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, CITY OF PORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City ProjccL No. CO2648-11 June 2020 262419-1I LOW VOLTAGE MOTOR CONTROL CENTERS Page 1 I of 32 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. 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, and factory insulated by taping. 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 210 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 #110 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIACATION DOCUMENTS City Project No. CO2648-17 June 2020 26 24 19 - 12 LOW VOLTAGE MOTOR CONTROL CENTERS Page 12 of 32 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. 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 The MCC main sections shall include the main and tie 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 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City PToject No. CO2648-11 June 2020 2624 19 - 13 LOW VOLTAGE MOTOR CONTROL CENTERS Page 13 of 32 I. Arc Energy -reduction is required on breakers that are rated at or can be set at 1200 amperes or higher. 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 i2t switch, adjustable instantaneous settings, and adjustable ground fault settings with i2t 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 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. 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. K. Interlocks 1. Electrical, mechanical and Kirk -Key interlocks shall be provided on breakers where shown on the Drawings. CITY OF FORT WORTH Village Creek WRF Phase IJElectrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2624 19 - 14 LOW VOLTA,GF MOTOR CONTROL CENTERS Page 14 of 32 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. L. 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. Provide a load calculation showing that the sizing of the control power transformer complies with this requirement. 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. M. 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 The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater element ratings matched to the motors and control equipment 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. 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 CITY OF FOR"1' WOR"1H Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPF.CTFTCATTON DOCT TMF.NTS City Project No. CO2648-TT June 2020 2624 19-15 LOW VOLTAGE MOTOR CONTROL CENTERS Page 15 of 32 trip range in percent of rated continuous current and a trip test feature. MCP's shall be labeled in accordance with UL489. 8. Where indicated on the Control Schematic title, motor starter logic shall be contained in a PLC with Modbus TCP Ethernet Communications. The PLC shall not be affected by VFD frequency interference. The PLC shall be programmed by the manufacturer using the control schematics shown on the Drawings. 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. 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 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, 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262419-16 LOW VOLTAGE MOTOR CONTROL CENTERS Page 16 o€32 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). 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. CITY OF FORT WORTH Vi[]age Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TI June 2020 2624 19-17 LOW VOLTAGE MOTOR CONTROL CENTERS Page 17 of 32 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 (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 beat 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 CITY OF FORT WORTH Village Crcck WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 Julie 2020 2624 19-18 LOW VOLTAGE MOTOR CONTROL CENTERS Page 18 of 32 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. Variable Frequency Drives (VFDs) (Where shown inside the MCC on the drawings) 1. Fans shall be furnished for soft start starters and Variable Frequency Drives (VFDs), as required by the manufacturer, to provide air circulation and cooling and shall be as follows: a. The fan shall operate only when the drive is "ON" and for a cool -down period after the drive has stopped. Otherwise the fan shall not run when the drive is "OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washable. b. Fan power shall be obtained from a tap on the main control power transformer. c. A "loss of cooling" fault shall be furnished. In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, shut down safely without electronic component failure.] The VFD shall be a sinusoidal Pulse width modulated (PWM) type, with sensor -less Dynamic Torque Vector Control capability, designed for use with standard induction motors, constant or variable torque as required for the load application, with current limiting input fuses, incoming line reactors and/or active filters, circuit breaker disconnect, motor isolation contactor, control transformer overload relays and process signal follower card. Drives shall be UL listed. Variable frequency drives manufactured for HVAC applications are not acceptable. 3. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the VFD, auxiliary components and equipment where shown or specified, and matched to the motors and control equipment actually supplied, in compliance with the NEC. All variations necessary to accommodate the motors and controls as actually furnished shall be made without extra cost to the Owner. 4. The VFD shall be sized for a motor one NEMA size larger than the motor being supplied. 5. The VFD inverter/chopper shall be of the pulse width modulated (PWM), neutral point clamp (NPC) type, converting the utility input voltage and frequency to a variable voltage and frequency output via a two-step operation. Adjustable Current Source VFDs are not acceptable. The output devices shall be Insulated Gate Bipolar Transistors (IGBTs). Bipolar Junction Transistors, GTOs or SCRs are not acceptable. 6. Drive output voltage shall vary with frequency to maintain a constant volts/hertz ratio up to base speed (60 hertz) output. Constant or linear voltage output shall be supplied at frequencies greater than base speed (60 hertz). 7. The Drive shall be capable of a minimum of 100% rated current in continuous operation. 8. The drive one minute overload current rating shall be not less than 110% of rated current. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262419-19 LOW VOLTAGL MOTOR CONTROL CENTERS Page 19 of 32 9. Each VFD shall have a thermal magnetic circuit breaker to provide a disconnect means. Operating handle shall protrude through the door. The disconnect shall not be mounted on the door. The handle position shall indicate ON, OFF, and TRIPPED condition. The handle shall have provisions for padlocking in the OFF position with at least three padlocks. Interlocks shall prevent unauthorized opening or closing of the VFD door with the disconnect handle in the ON position. Door handle interlock shall have provision for defeating by qualified maintenance personnel. 10. Where the cables from the VFD to the motor exceed 100 feet in length, a properly sized line reactor shall be installed at the VFD output to reduce dvldt levels and the resultant peak voltage overshoots at the motor terminals. 11. Make provisions to accept a remote dry contact closure to start and stop the drive(s) with the drive control system in the AUTO mode. 12. Service Conditions a. Input power: MCC voltage plus 10%, minus 5%, three-phase, 60 Hertz. b. Input frequency: 57 to 63 Hz. c. Ambient temperature: 0 to 40°C (Enclosed). d. Elevation: Up to 3300 feet above mean sea level. e. Relative humidity: Up to 90% non -condensing. 13. Minimum Drive Efficiency: The VFD shall have an efficiency at full load and speed that exceeds 95% for VFDs below 15 HP and 97% for drives 15 HP and above. The efficiency shall exceed 90% at 50% speed and load. 14. Displacement Power Factor: 0.95 or better at any speed, measured at drive input terminals. 15. Drive Output: 100% rated current continuous, suitable for operation of the driven equipment over a 30:1 speed range without overloading or low speed cogging. Drives shall be capable of a continuous overload up to 110% rated current and a maximum 150% overload for one minute. Starting torque shall be matched to the load. 16. Voltage Regulation: plus or minus 1% of rated value, no load to full load 17. Output Frequency Drift: No more than plus or minus 0.5% from setpoint 18. Drives shall withstand five cycle transient voltage dips of up to 15% of rated voltage without an undervoltage trip or fault shutdown, while operating a variable torque load. 19. Protection of power semiconductor components shall be accomplished without the use of fast acting semiconductor output fuses. Subjecting the controller to any of the following conditions shall not result in component failure or the need for fuse replacement. a. Short circuit at controller output b. Ground fault at controller output c. Open circuit at controller output CITY OF FORT WORTH Village Creek WRP Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2624 14-20 LOW VOLTAGE MOTOR CONTROL CENTERS Page 20 of 32 d. Input undervoltage e. DC bus overvoltage f. Loss of input phase g. AC line switching transients h. Instantaneous overload i. Sustained overload exceeding 115% of controller rated current j. Overtemperature responsive to a thermal switch in the motor or an overload relay 20. The controller electronics shall contain light emitting diodes (LED's) to monitor and indicate the following conditions. a. Under voltage b. Overvoltage c. Ground Fault d. Instantaneous Overcurrent e. Over temperature f. Power UP Delay/Reset g. Drive Enabled h. Bus Capacitors Charged] 21. Where shown on the Drawings, furnish a three -contactor bypass, including a drive input disconnect, an VFD input isolation contactor, bypass contactor and an VFD output contactor that is electrically and mechanically interlocked with the bypass contactor. This circuit shall include control logic, status lights and motor over -current relays. The complete bypass system [Inverter -Off -Bypass] [Hand -Off -Auto with Inverter -Bypass] selector switch(s), and Inverter/Bypass pilot lights shall be packaged with the VFD. The unit shall be set up for [Manual] [Automatic] bypass operation upon an VFD trip. 22. Where shown on the Drawings, make provisions to accept a 4 20 mA DC input signal for remote speed control. Input shall be isolated at the drive and active with the drive control system in the AUTO mode. 23. Where shown on the Drawings, furnish a pneumatic process follower allowing motor speed control proportional to a 3-15PSIG pneumatic signal.] 24. Where shown on the Drawings, furnish a 120 volts AC control to allow VFD to interface with remote dry contacts.] 25. Where shown on the Drawings, furnish a motor over -current relay to provide sensing of a given level of load current. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262419-21 LOW VOLTAGE MOTOR CONTROL CENTERS Page 21 of 32 26. Provide a 4 20 mADC isolated output signal proportional to speed for remote speed indication.] 27. Provide two sets of Form C auxiliary dry contacts for remote indication of VFD running status.] 28. Provide two sets of Form C auxiliary dry contacts for remote indication of VFD fault.] 29. Following an over or undervoltage trip, the drive shall automatically restart after a short time delay after the incoming line voltage is within the specified range.] 30. The equipment manufacturer shall provide a harmonic analysis showing that the drives meet IEEE 519 at the Point of common Coupling. The Point of Common coupling shall be defined as the incoming line terminals of the motor control center. Total harmonic distortion shall be calculated under worst -case condition in accordance with the procedure outlined in IEEE Standard 519-1992. Copies of these calculations shall be submitted for approval. The worst -case condition of operation is defined as follows: a. All VFDs in the MCC are operating at full speed and all other loads on the MCC are in the "OFF" condition. 31. The voltage harmonic distortion, at the point of common coupling, shall not exceed 5% as indicated in Table 10.2 of IEEE 519. 32. The current harmonic distortion, at the point of common coupling, shall not exceed the limits in Table 10.3 of IEEE 519. 33. The harmonic analysis shall include all voltage and current harmonics to the 50th 34. Each VFD shall, as a minimum, contain a 5% line reactor. The manufacturer shall additionally use individual matrix filters, or an active harmonic filter on the MCC bus, as shown on the Drawings, for mitigating harmonic distortion. All VFDs of a single drive size shall have the same type and size of mitigating device. Other types of mitigation are not acceptable. 35. In the event that the harmonic distortion does not meet the specified limits in the field tests, the manufacturer shall provide and the Contractor shall provide and install, at no additional expense to the Owner, additional filtering sufficient to meet IEEE 519 as specified. The manufacturer may substitute new VFDs containing matrix filters or an additional section on the MCC containing an active harmonic filter connected to the MCC bus, to meet the specified requirements. All VFDs of a single drive size shall still shall have the same type and size of mitigating device. Any Field modifications to the VFDs, their wiring, their enclosures, or relocation of cells in the MCC requiring motor or control conductor splicing to meet the specified requirements, will not be acceptable. 36. Compliance shall be verified with onsite field measurements of both the voltage and current harmonic distortion at the point of common coupling with operating conditions as defined above. G. Harmonic Correction Units 1. Where Harmonic Correction Units are shown on the Drawings as an integral part of the MCC, the units shall be factory designed as a part of the MCC, for the attenuation of harmonics induced by nonlinear loads such as Variable Frequency Drives. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 26 24 19 - 22 LOW VOLTAGE MOTOR CONTROI, CENTERS Page 22 of 32 2. The harmonic correction unit shall be in a totally enclosed dead -front, free-standing MCC assembly. Structures shall be 90 inches high and 21 inches deep for front -mounted units. Structures shall contain a horizontal wireway at the top, isolated from the horizontal bus by metal barriers and shall be readily accessible through a hinged cover. Adequate space for conduit and wiring to enter the top or bottom shall be provided without structural interference. 3. An operating mechanism shall be mounted on the primary of each harmonic correction unit. It shall be mechanically interlocked with the door to prevent access unless the disconnect is in the "OFF" position. A defeater shall be provided to bypass this interlock. With the door open, an interlock shall be provided to prevent inadvertent closing of the disconnect. Padlocking facilities shall be provided to positively lock the disconnect in the "OFF" position with from one to three padlocks with the door open or closed. 4. Harmonic Correction Units shall be disconnected from the power source by a molded case switch. All units shall include 200,000 AIC rated fuses with Class T actuation. All units shall be provided with a grounding lug. Grounding by the Contractor shall be performed according to local and national standards. 5. The harmonic correction units shall be sized to meet 5% total harmonic current distortion {THD (1)), and <5% total harmonic voltage distortion {THD (V)) levels as defined by IEEE 519-1992 at the incoming line terminals of the VFD. 6. The harmonic correction unit shall be designed in accordance with the applicable sections of the following standards. Where a conflict arises between these standards and this specification, this specification shall govern. a. ANSI IEEE standard C62.41-1991 Surge Withstand Capacity b. CSA 22.2, No. 14 & 66 CSA requirements for power electronics c. FCC Part 15, Sub Part J, Class A RFIIEMI emission standards d. ANSI IEEE standard 519-1992 Harmonic limits e. UL 508C UL requirements for power conversion equipment 7. The motor control center manufacturer shall install the harmonic correction unit in the motor control center. The harmonic correction unit shall be approved by UL or CSA for installation in the motor control center. 8_ Modes of Operation a. The harmonic correction unit shall be designed to electronically inject harmonic current to cancel load produced harmonic current such that the upstream power harmonic current and voltage are reduced to below 5% TDD and 5% THD (V) as defined by ANSI IEEE standard 519-1992 for load demand and voltage distortion limits. TDD refers to the total load demand of the applied circuit. The applied circuit may be a single nonlinear load, an entire distribution bus load, or the facility load at the Point -of -Common Coupling (PCC) b. Reactive current compensation (displacement power factor correction) shall be activated via a digital keypad/display mounted on the door of the enclosure. When reactive current compensation is activated, the harmonic correction unit shall first CITY OF FORT WORTH Village Creek'WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262419-23 LOW VOI.,TAGE MOTOR CONTROL CENTERS Page 23 of 32 perform harmonic current correction and then use the remaining capacity to inject reactive current compensation to the specified level herein defined 9. Design a. Each unit of the harmonic correction units shall meet FCC Part 15, Sub Part J Class A requirements for both radiated and conducted EMI. b. All harmonic correction units shall be defined as a power electronic device consisting of power semiconductors that switch into the AC lines to modulate its output to cancel detrimental harmonic and/or reactive currents. A DC bus shall store power for power semiconductor switching. A microprocessor shall control the operation of the power converter. c. Each unit shall be designed with a current limiting function to protect the semiconductors. When this level is attained, a message shall be displayed indicating the output capacity is at -maximum capacity and actuate the at -maximum capacity relay. Operation shall continue indefinitely at this level without trip off or destruction of the power correction unit. d. Two distinct levels of faults shall be employed. Non -critical level faults shall provide automatic restart and a return to normal operation upon automatic fault clearance. Critical level faults stop the function of the unit and await operator action 1) Faults such as ac line over -voltage, AC line under -voltage, AC line power loss, and AC line phase imbalance shall be automatically restarted. Upon removal of these fault conditions, the power correction system shall restart without Operator action. Automatic restart shall not occur if five faults have occurred in less than five minutes. During the fault condition, except line loss, the display shall state the type of fault and indicate that automatic restart will occur. The run relay and run LED shall be disabled. The fault relay shall not be enabled unless time out occurs. Upon AC line loss, the power -on relay shall be disabled and no display shall be provided. 2) All other types of faults shall be considered critical and stop the power correction system. The display shall indicate the fault condition and "STOP." The run LED and relay shall be disabled and the fault relay enabled. The Operator shall be required to initiate a power reset (turn power OFF and ON) to restart the power correction system. e. The logic of the harmonic correction unit shall monitor the load current by utilizing two current transformers (CTs) mounted on phases A and B to direct the function of the power electronic converter. A third current transformer is required if single-phase or three-phase line -to -neutral connected loads are present downstream from the location of the CTs. The ratio of the CTs shall be entered into the logic via the digital keypadfdisplay to calibrate the operation of the power correction system. The output of the current transformers shall be 5 amperes f. Up to three harmonic correction units may be installed in parallel to inject current according to the information received from one set of CTs. The units will function independently. If one unit is stopped or faulted, the remaining units will adjust accordingly to maintain optimum harmonic cancellation levels up to the capacity of the remaining units 10. Performance Requirements CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUN4ENTS City Project No. CO264841 June 2020 262419-24 LOW VOLTAGE MOTOR CONTROL. CENTERS Page 24 of 32 a. Input Power: 1) Voltage: Same as MCC service. 2) Voltage Tolerance: +/- 10% of nominal 3) Frequency: 60 Hertz, +/- 5% 4) Current Limit: 100% of rating 5) Surge Withstand Capability: ANSI/IEEE std. C62.41-1991 without damage 11. Output Performance a. Performance of the harmonic correction unit shall be independent of the impedance of the power source. All performance levels shall be attained whether on the ac lines or backup generator or output of the uninterruptible power supply (UPS) b. Harmonic Correction: 1) Limit 2nd through 50th order harmonic current to <5% TDD as defined in ANSI/IEEE STD 519-1992 at each installed location. Harmonic levels for individual harmonic orders shall comply with respective levels established in ANSIIIEEE STD 519-1992. 2) Limit the THD (V) added to the electrical system immediately upstream of the power correction system location(s) to less than or equal to 5% as defined in ANSI/IEEE STD 519-1992. The power correction system shall not correct for utility supplied voltage distortion levels. c. Reactive Current Compensation: to 0.95 lagging displacement power factor. Leading power factor is not permitted 12. Environmental Conditions a. The harmonic correction unit shall be able to withstand the following environmental conditions without damage or degradation of operating characteristics or life 1) Operating Ambient Temperature: 0 degrees C (32°F) to 40°C (1040F). 2) Storage Temperature: -40°C (40°F) to 65°C (149°F). 3) Relative Humidity: 0 to 95%, non -condensing. 4) Altitude: Operating to 2000 meters (6500 feet). Derated for higher elevations. 5) Audible Noise: Generated by power correction system not to exceed 65 dbA measured one meter from surface of unit. 13. Current Transformers a. Split core type current transformers shall be installed as defined herein and shown in the electrical drawings. Current transformers shall be rated for the total rated RMS current of the total load at each installed location. CITY OF PORT WORTH Village Creek WRT Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 26 24 19 - 25 LOW VOLTAGE MOTOR CONTROL CENTERS Page 25 of 32 b. Two current transformers per power correction system location shall be provided and shall be mounted on phases A and B. A third current transformer shall be provided if single or three-phase line -to -neutral connected loads are present downstream from the location of the CTs. c. Each current transformer shall have a current output of five amperes. Current capacity of each current transformer shall be 5000, 3000, 1000 or 500, as required for the electrical system where installed. No other ratings are acceptable. d. Each current transformer shall be rated for 400 Hertz. 14. Operator Controls and Interface a. All units shall include a digital interface model (DIM) that includes an alphanumeric display to clearly display information. All information shall be in English. Operators include run, stop, setup, enter, and up/down scroll. b. The display shall provide operating data while functioning. Standard operating parameters available for display are ac line voltage, total RMS load current, harmonic current of load, reactive current of load, output harmonic and reactive current of power correction system. c. When the output of the power correction unit is at full rated capacity, the display shall indicate at -maximum capacity and actuate an at -maximum capacity relay. d. All fault conditions shall be displayed as they occur. Diagnostic information shall be provided in English and clearly indicate the nature of the fault. e. The run pushbutton shall include a red LED. LED shall be lighted when unit is running. f. Contacts shall be provided for operator information for power -on, run, fault and at - maximum capacity. Each contact shall be rated for one ampere at 1201240 volts. One Form C contact shall be provided for each relay. 15. An RS-485 serial communication port shall be provided for remote control and diagnostic information. H. 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. Control Relays CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2624 19 - 26 LOW VOLTAGE MOTOR CONTROL CENTERS Page 26 of 32 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, 114 HP at 120 volts AC, operating temperature minus 10 to plus 55°C. Provide spare normally open 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 27 13 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 (PM1), 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 61 96. 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 CITY OF FORT WORTH Village Creek "F Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMliNTS City Proiect No. CO2649-11 June 2020 262419-27 LOW VOLTAGE MOTOR CONTROL CENTERS Page 27 of 32 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. 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 10/1008ase-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTUTASCII. 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. 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 CITY OF PORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2624 19 - 28 LOW VOLTAGE MOTOR CONTROL CENTERS Page 28 of 32 2.09 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 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 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 in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained therein. B. Provide three copies of the manufacturer's field-testing report. 3.02 VARIABLE FREQUENCY DRIVES INSTALLATION A. Provide the services of a manufacturer's field engineer to assist the Contractor in installation, adjusting, programming, startup, testing and training on the VFDs furnished and installed as a part of the MCCs. 3.03 INSTALLER'S QUALIFICATIONS A. Provide an installer who 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. 3.04 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 except for 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 24 19 - 29 LOW VOLTAGE MOTOR CONTROL CENTERS Page 29 o1`32 E. Verify field measurements are as instructed by manufacturer. 3.05 INSTALLATION A. Install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 3.06 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. 3.07 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, 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 are 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. 3.08 FIELD TESTING A. Provide a manufacturer's field engineer who 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 manufacturer's maximum test voltages be exceeded. C. Complete the following test forms: Motor Control Center Test Report: Before energizing the motor control center, perform megohm meter tests. The measurements shall be made on all phase busing and the data checked for conformance with typical manufacturer's 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 manufacturer's recommended values will not be acceptable. Provide any necessary remedial action before the busing is energized. A data sheet and test report shall be submitted to the Owner/Engineer for each MCC and shall be reviewed and approved prior to energization of 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 (S13 or PNL) Nameplate data: CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2624 14-30 LOW VOLTAGE MOTOR CONTROL CENTLRS Page 30 of 32 1) Volts: 2) Horizontal bus amps: 3) Main breaker amps: d. Insulation test (measured): 1) Phase A-B: 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. Test reports showing unsatisfactory results may require the removal of all defective or suspected materials, equipment and/or apparatus, and their replacement with new items as determined by the Owner/Engineer with no change in the Contract Price or Schedule allowed. Retesting, if required by the Owner/Engineer shall be done with no change in Contract Price or Schedule. 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. 3.09 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. 3.10 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. 3.11 MANUFACTURER'S CERTIFICATION A. Provide a qualified factory -trained manufacturer's representative who shall personally inspect the equipment at the jobsite and shall certify in writing that the equipment has been installed, CITY OF FORT WORTH Vitlage Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Prgicct No. CO2649-11 June 2020 2624 19-31 LOW VOLTAGE MOTOR CONTROL CENTERS Page 31 of 32 adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. Provide three copies of the manufacturer's representative's certification. 3.12 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 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 OIL SECTION CITY OF PORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264941 June 2020 26 24 19 - 32 LOW VOLTAGE MOTOR CONTROL CENTERS Page 32 of 32 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF PORT WORTH Village Crock WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262713-1 POWER METERING AND PROTECTIVE. RELAYS Page 1 of 20 SECTION 26 2713 POWER METERING AND PROTECTIVE RELAYS PART 1- GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for power metering and protective relays to be furnished under other Sections of the Specifications to which reference is made 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 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. A. Refer to Division 26 00 00 for media and format for shop drawing submittals. B. All cut sheets shall be clearly marked to indicate which products are being submitted for use on this project. Unmarked cut sheets will cause the submittal to be rejected and returned for revision. C. 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. D. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., enough to confirm that the meter or relay provides every specified requirement. Any options or exceptions shall be clearly indicated. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2627 13 - 2 POWER MFTFRTNG AND PROTECTIVE RELAYS Page 2 of 20 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. 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 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. Provide warrantees, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years except for variable frequency drives which shall be for three years, from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided at no expense to the Owner PART 2 - PRODUCTS 2.01 GENERAL CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2627 13 - 3 POWER METERING AND PROTECTIVE RELAYS Page 3 of20 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. B. Settings 1. Refer to Section 26 05 73 Power System Study for relay settings. 2.02 FEEDER PROTECTION SYSTEM (FP1) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. 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. 3. The relay shall be of draw out construction. 4. All circuit boards shall have a harsh environment conformal coating to resist H2S 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 protective functions as show on the drawings. Settings for selected functions are as follows. ANSI Function Description Remarks 50P Phase instantaneous overcurrent CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262713-4 POWER METERING AND PROTECTIVE RLLAYS Page 4 of 20 ANSI Function Description Remarks 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 51 SG Sensitive ground time overcurrent 51 2 — Negative sequence time overcurrent 59N Neutral over voltage 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 phase time overcurrent can be selected to operate either on RMS or Fundamental value. 3. The relay shall have the ability to build trip and alarm matrices and directly assign corresponding output relay without using programmable logic. 4. The relay shall have 6 switchable setting groups for dynamic reconfiguration of the protection elements due to changed conditions such as system configuration changes, or seasonal requirements. 5. The relay shall support 8 flex elements that can use any available/calculated analog parameters within the relay (e.g. comparator, inverter, over/under, etc).. 6. The relay shall support 16 digital counters. E. Programmable Logic: CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No. CO2648-11 June 2020 2627I3-5 POWER METERING AND PROTECTIVE RELAYS Page 5 of 20 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 8 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 2. The relay shall have support multiple time synchronization sources such as IRIG-B, IEEE 1588 and SNTP with the ability to configure priority for the time sources an dynamically switch based on availability of each source. 3. The relay shall provide two fiber optic Ethernet ports with two modes of operation — fail over mode or independent mode. 4. The relay shall have an option for Wi-Fi (IEEE 802.11 b/g/n) connectivity to configure settings and retrieve operational records. 5. The relay shall have a front panel USB port that shall provide connectivity to configure settings and retrieve operational records. 6. The relay shall provide a user definable memory map. 7. 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 440001 shall exist and be readable to allow simple, predictable "com 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. 8. The media protocol converter shall meet the following criteria: 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. CITY OF PORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 262713-6 POWFR METERING AND PROTECTIVE RELAYS Page 6 of 20 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 9-30VDC 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. 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 1 setting file from any third party tool (not only vendor specific proprietary relay configuration tool). 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 (SLID) 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. 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 1 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 1 ms. 5. The relay shall store all its recorded data in nonvolatile memory. CITY OF FORT WORTFI Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-1I Junc 2020 262713-7 POWER METERING AND PROTECTIVE RELAYS Page 7 of 20 6. The relay shall provide data logger function which shall record a maximum of 16 analog channels. 7. The current metering accuracy shall be at +/- .25% of the reading for up to 2 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 1 milliHertz accuracy level. 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 1 msec 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 24V, 48V, 125V and 250V DC sources. 10. The relay contacts shall be rated for a minimum of 10A 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 start -stop of the motor, Administrator for configuring. 2. The relay shall provide option for password complexity. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262713-8 POWER METERING AND PROTECTIVE RELAYS Page 8 of 20 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: a. Failed Authentication b. User Lock out c. Setting changes d. Login e. Log out f. RADIUS server unreachable g. Clear Event / Transient / Fault records 2.03 MOTOR PROTECTION SYSTEM (MP4) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Multilin 469 2. Schweitzer Engineering Laboratories 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 ANSI Function Description Setting 14 Speed Switch 19 Reduced Voltage Start 27 Under voltage 32 Jam/Acceleration 37 Undercurrent/Under voltage 38 Bearing Temperature 46 Current Unbalance CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICA'riON DOCUMENTS City Project No. CO2648-11 June 2020 262713-9 POWER METERING AND PROTECTIVE RLLAYS Page 9 of 20 AMSI Function ti Description Setting 47 Voltage Unbalance 1 Phase Reversal 1 Phase Failure 49 Stator Temperature 50 Instantaneous Current According to protective device coordination study 50G Instantaneous Ground Current According to protective device coordination study 51 Overcurrent According to protective device coordination study 51G Ground Overcurrent According to protective device coordination study 55 Power Factor 59 Overvoltage 66 Starts per Hour Set in field per manufacturer requirements 81 Frequency 86 Overcurrent Lockout 87 Differential Protection D. General I. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2627 13-10 POWER MFTERING AND PROTECTIVE RELAYS Page 10 of 20 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 RTD's 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 6. Motor starting reports CITY OF FORT WORTH Village Creek WRI' Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Prc�iect No. CO2648-I1 June 2020 26 27 13 - 11 POWER METERING AND PROTECTIVE RELAYS Page 11 of 20 G. Inputs and Outputs 1. 12 RTDs, 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: 1. Range of available control power: DC: 90-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. K. 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 (lP 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". CITY OF FORT WOWITI Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2027 13-12 POWER METERING AND PROTECTIVE RELAYS Page 12 of 20 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 10/10013ase-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 9-30VDC 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. 2.04 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 Engineering Laboratories 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 1-12S gas and other corrosive agents, including humidity. D. Monitoring and Metering 1. Metering Functions with accuracy of 0.2% for A & V 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. CifY OF FORT WORTH Village Creek WiZF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 26 27 13 - 13 POWER METERING AND PROTECTIVE RELAYS Page 13 of 20 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. 2 - line, 40 character illuminated display for use with keypad. The display shall have: 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: 1. Range of available control power: DC: 88-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. G. Communication 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. CffY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 27 13 - 14 POWER METERING AND PROTECTIVE RELAYS Page 14 of 20 b. One RS-485 port. c. One integral 1011008aseT 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: a. The converter shall support 10/104Base-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTUTASCII. 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 9-30VDC 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. 2.05 TRANSFORMER PROTECTION! SYSTEM (TP1) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Multilin 745 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 W12d,Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-iI June 2020 2627 13 - 15 POWER METERING AND PROTECTIVE RELAYS Page 15 of 20 C. Minimum ANSI Functions ANSI Function Description Setting 50167 Negative Sequence IOC 50187 Instantaneous Differential 50G Ground IOC 50N Neutral IOC 50P Phase IOC 51167 Negative Sequence TOC 51 G Ground TOC 51 N Neutral TOC 51 P Phase TOC 59181 Volts -Per -Hertz 81-H5 Fifth Harmonic Level 810 Over frequency 81 U Under frequency 81 U-R Frequency Decay Rate 87 Differential (Percentage) Enable and set all associated parameters according to the relay vendor recommendations 87TG Ground Differential D. General 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. Variable dual -slope percent differential protection 2. Magnetizing inrush and over excitation blocking CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2627 13 - 16 POWER METERING AND PROTECTIVE RELAYS Page 16 of 20 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 (VIHz) Protection 8. Restricted Ground Fault Protection 9. Transformer overload protection F. 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— 10 records up to 32 power cycles 8. Simulation mode and playback capability G. Inputs and Outputs 1. 16 Logic (Switch) input contacts 2. Eight output relays 3. Four analog inputs 4. Seven programmable analog outputs 5. One solid state output 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. CPTY OF PORT WORTII Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 262713-17 POWER METERING AND PROTECTIVE RELAYS Page 17 of 20 J. Control Power: 1. Range of available control power: DC: 90-300 VDC; AC: 70-265 VAC, 48 to 62 Hz. 2. LO Range: DC: 20-60 VDC; AC: 20-48 VAC, 48 to 62 Hz. K. 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 10/100BaseT 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 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 10/100Base-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 9-30VDC 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262713-18 POWER METERING AND PROTECTIVE RELAYS Page 18 of 20 e. Converter shall be Digi One IAP, or approved equal. 2.06 PHASE FAILURE RELAY (PFR) 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. 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 CITY OF FORT WORTH Village Creek WRE' Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262713-19 POWER METERING AND PROTECTIVE RELAYS Page 19 of 20 2.07 ACCESSORIES A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. PART 3 - EXECUTION K�IFS>•1►���1�_�iiC�7i 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 '/-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 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2627 13 - 20 POWER METERING AND PROTECTIVE RELAYS Page 20 of 20 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264B-II June 2020 26 27 26 - 1 2 LIGHT SWITCHES AND RECEPTACLES Page I of 10 SECTION 26 27 26 LIGHT SWITCHES AND RECEPTACLES PART 1 o 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 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I July 6, 2020 — Last Revised Add. 42 262726-2 Z LIGHT SWITCHES AND RECEPTACLES Page 2 of 10 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. PART 2- 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 6, 2020 — Last Revised Add. #2 262726-3 2 LIGHT SWITCHES AND RECEPTACLES Page 3 of t 0 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. Explosion -proof single pole factory sealed switches shall be for 20 Amps, 120/277 volts, mounted in copper free aluminum boxes. 1. Manufacturers a. Crouse -Hinds EDS Series b. Appleton Electric Co. c. Killark C. 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 Pale, 3 Wire; (Cooper 5461 GY) D. Weatherproof covers 1. Die cast aluminum. Plastic or other non-metallic in -use covers are not acceptable. 2. Weatherproof while -in -use rating CITY OF FORT WORTH Village Creek WRF Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 6, 2020 — Last Revised Add. #2 262726-4 LIGHT SWITCHES AND RECEPTACLES Page 4 of 10 3. Manufacturers a. Eaton Catalog No. WILIMH/V b. Thomas & Betts E. Special purpose 1. Manufacturers a. Cooper (catalog number as listed) b. Hubbell c. Pass & Seymour 2. Clock hanger single, 15 Amp, 125 Volt, 2 Pole, 3 Wire, with hanging hook on device plate. (Cooper 452) 3. Single, corrosion resistant locking, 20 Amp, 125 Volt, 2 Pole, 3 Wire; Cooper, Catalog No. CRL520R and plug (Cooper CRL520P) 4. Single twist -lock, 30 Amp, 125 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL53OR; plug. (Cooper CRL530P) 5. 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. 6. Single twist -lock, 30 Amp, 250 Volt, 1 Phase, 3 Wire; Cooper, Catalog No. CRL630R; plug. (Cooper CRL630P) F. Explosion -proof receptacles and plugs 1. Manufacturers a. Appleton Electric (Catalog number as listed) b. Crouse -Hinds c. Hubbell Inc. 2. Single, 20 Amp, 125 Volt, 1 Phase, 3 Wire. (Appleton EFSC175-2023 and plug ECP- 2023) 3. Duplex, 20 Amp, 125 Volt, 1 Phase, 3 Wire. (Appleton EFSC275-2023 and plug, ECP- 2023) 4. Single, 20 Amp, 250 Volt, 1 Phase, 3 Wire. (Appleton EFSC175-20232 and plug ECP- 20232) 5. Duplex, 20 Amp, 250 Volt, 1 Phase, 3 Wire. (Appleton EFSC275-20232 and plug ECP- 20232) G. Device Plates CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 6, 2020 — Last Revised Add. #2 262726-5 2 LIGHT SWITCHES AND RECEPTACLES Page 5 of 10 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. H. Three Phase Power Receptacles 1. Three phase power receptacles and plugs shall berated 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 6, 2020 — Last Revised Add. #2 26 27 26- 6 2 LIGHT SWITCHES AND RECEPTACLES Page 6 of 10 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. g. All current carrying components shall be tin plated including contacts. h. Conductor clamping screws shall be stainless steel. 6. Acceptable manufacturers: a. Hubbell (North American Rated Series II) b. General Electric c. Cooper d. Meltric I. 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. 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: CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 July 6, 2020 — Last Revised Add. #2 26 27 26 - 7 2 LIGHT SWITCHES AND RECEPTACLES Page 7 of 10 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. g. All current carrying components shall be tin plated including contacts. h. Conductor clamping screws shall be stainless steel. 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 J. 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 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. All current carrying components shall be tin plated including contacts. 5. Conductor clamping screws shall be stainless steel. 6. Furnish and install one matching plug for each receptacle shown on the Drawings. K. Welding Receptacles and Disconnect Switches 1. Manufacturers: CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II July 6, 2020 — Last Revised Add. 42 26 27 26- 8 2 LIGHT SWITCHES AND RECEPTACLES Page 8 of 10 a. Crouse Hinds Arktite Receptacles with Enclosed Safety Switches", Catalog No. WSR103542. 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. a. All current carrying components shall be tin plated including contacts. b. Conductor clamping screws shall be stainless steel. 4. Furnish and install one matching plug for the welder. L. 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. All current carrying components shall be tin plated including contacts. 5. Conductor clamping screws shall be stainless steel. 6. Both receptacle and plug shall have reversed contacts. M. Poke -Through Service Fittings Poke -through service fittings shall be installed in a two-inch core drilled hole, fit floor thicknesses of 2-112 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. 4. Manufacturers CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648--11 July 6, 2020 — Last Revised Add. #2 262726-9 2 LIGHT SWITCHES AND RECEPTACLES Page 9 of 10 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 July 6, 2020 — Last Revised Add. #2 26 27 26 - 10 2 LIGHT SWITCHES AND RECEPTACLES Page 10 of 10 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS July 6, 2020 — Last Revised Add. #2 Village Creek WRF Phase 1I Electrical Improvements City Project No. CO2648-1I 262816-1 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECTSWITCITES Page I of 12 SECTION 26 28 16 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES PART 1 - GENERAL 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 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. fi 1Ti I k i f11 M 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. D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2628 16 - 2 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 2 of 12 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 OwnerlEngineer, 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 mterwiring 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 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. 14. Instruction and renewal parts books. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 262816-3 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 3 of 12 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 AB1 — 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2628 16-4 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 o 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICA ION DOCUMLN'1'S City Project No. CO2648-I1 .Tune 2020 262816-5 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHF;S Page 5 of 12 `aUY�ETA IlI►KA 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 400C 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. Ail 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 1116-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 112 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 Phase II Electrical Improvements CONSTRUCTION SPECIPICA"I1ON DOCI ]MF.NTS City Project No. CO2648-Ii June 2020 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 714X 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 turn 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 2628 16 - 7 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 7 of 12 4) Single point quarter turn 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 316 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. Internal Wiring 1. Wiring: Stranded tinned copper, minimum size No. 14 AWG, with 600 Volt, 900C, flame retardant, Type SIS thermosetting 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 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 Phase Ii Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 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. Electrically operated breakers shall be complete with close/open pushbuttons or a control switch, as shown on the Drawings, with red and green indicating lights to indicate breaker contact position, and 120-volt AC motor operators. 4. 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. 5. All insulated case circuit breakers shall be constructed and tested in accordance with UL 489. The circuit breakers shall carry a UL label. 6. 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) Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating and larger, shall be molded case (MCCB), three -Pale, 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. CITY OF FORT WORTII Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262816-9 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 9 of 12 3. Where shown on the Drawings or specified in the Contract Documents, breakers shall be rated for 100% continuous duty, and shall carry a UL 489 listing. 2.05 DISCONNECT SWITCHES 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. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2628 16 - 10 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page 10 of 12 B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, LIL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 m EXECUTION 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 414X 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 rerouted, 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. CITY OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 2628 16 - 11 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES Page I 1 of 12 B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for one minute, at minimum voltage of 1 000 volts DC. Measured Insulation resistance shall be at least 100 megohms. 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. D. Test the rating plug for correct rating. kxffi=qq=I_1idIzR9 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 WRr Phase II Electrical Improvements CONSTRUCTION SPECIIICATION DOCUMENTS City Project No. CO2648-TI June 2020 262816-12 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DTSCONNECT SWITCHES Page 12 of 12 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creck WRF Phasc It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 262987-t ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 1 of24 SECTION 26 29 87 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPs) 1.01 SCOPE OF WORK A. Furnish and install functional control panels to manually or automatically operate control systems as specified in the detailed requirements of this Section, and logic and schematics as shown on the Electrical Drawings. B. Submittals for Electrical Control Panels, not clearly specified as Control Panels by the Electrical Contractor, shall be submitted under the Section of the Specifications specified in the Process Equipment Division or Mechanical Equipment Division, and shall not be submitted under this Section. Control Panels for those Divisions, shall meet the requirements of Section 26 29 86 Mechanical Equipment Manufacturer's Control Panels, and shall be submitted as a part of the Mechanical Equipment manufacturer's submittals or Process Equipment Division Submittals. Control panels specified within the Instrumentation Sections of Division 40 shall be submitted as a part of the Instrumentation submittals. 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 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 facilities 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 Phasc II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 262987-2 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 2 of 24 above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. 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 manufacturers 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 devices, motor starters, control relays, control stations, 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. 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 inter -wiring 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. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section. 4. Schematic diagram, including manufacturer's selections of component ratings, and CT and PT ratios. 5. Power and control schematics including external connections. Show wire and terminal numbers, and color -coding. 6. Instruction and replacement parts books. 7. As -built final drawings. 8. Documentation that the panel assembly facility is a UL-508 certified pane[ shop. 9. Facsimile of the UL label that is to be applied to the completed panel. 10. Furnish complete Bill of Materials indicating manufacturer's name and part numbers. 11. Manufacturer's cut sheets for every component used in the panel assembly adequately marked to show the items being included. The manufacturer's name shall be clearly visible on each cut sheet submitted. 12. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current CfTY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCOMENTS City Proicc( No. CO2648.1I June 2020 262987-3 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 3 of 24 13. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 14. Cable terminal sizes. 15. 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 ICS 2 — 2000 Industrial Control and Systems 2. NFPA 70 — National Electrical Code (NEC) 3. NFPA 70E — Standard for Electrical Safety in the Workplace 4. NFPA 79 — Electrical Standard for Industrial Machinery 5. UL 5081508A —_- Industrial Control Enclosures 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 Owner/Engineer, an acceptable list of CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II ,Tune 2020 262987-4 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 4 of 24 installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The control panels shall be assembled in a UL-508 certified facility. A submittal of documentation certifying that the panel fabrication facility is a UL-508 certified facility, is required. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. 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. Control Panels 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 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 508A and other applicable UL standards. The panel shall also 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. Submit a facsimile of the UL label in the submittal information. 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 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. E. Where space heaters are provided in equipment, 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 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRCICTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262987-5 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 5 of 24 transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. PART 2 - PRODUCTS 2.01 MATERIAL MANUFACTURERS A. Subject to compliance with the Contract Documents, the following material Manufacturers are acceptable for items not specifically specified else ware: 1. ABB 2. Eaton 1 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 listed above are not relieved from meeting these Specifications in their entirety. 2.02 RATINGS A. 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 22,000 amperes RMS symmetrical at 480/277 volts, this includes all circuit breakers and combination motor starters. Systems of motor controllers employing series connected ratings for main and feeder devices shall not be used. Motor starter units shall be tested and UL 508A labeled for the specified short circuit duty in combination with the motor branch circuit protective device. B. There shall be selective device coordination between the Main Breaker, Feeder Breakers and control circuit protective devices. When using a circuit breaker or fuses as a main protective device, the instantaneous trip levels of the main protective device shall be higher than the available fault current to the control panel. If fuses are utilized in the control panel design, the protective devices for three-phase loads shall contain single phase protection of such equipment. If a fault occurs in the circuit of one load of a design with a backup load, the feeder protective device shall not remove both loads from the control system. C. Use ground fault sensing on grounded wye systems. D. The complete control panel assembly shall be UL certified or carry a UL listing for "Industrial Control Panels". E. The control panel shall meet all applicable requirements of the National Electrical Code. F. Motor controllers, including associated devices, shall be designed for continuous operation at rated current in a 40"C ambient temperature. G. For additional ratings and construction notes, refer to the Drawings. CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 262987-6 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (FCPS) Page 6 of 24 H. The Manufacturer shall produce and install on each panel, an Arc Flash Warning Label listing the various Flash Hazard Protection Boundaries, calculated from NFPA 70E, Annexes, as listed below: 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Incident Energy Level. 5. Required Personal Protective Equipment Class. 6. Type of Fire Rated Clothing. I. Provide an Arc Flash Warning Label, printed in color and affixed to the front of each panel provided. J. Shown below is a typical label. Size of each label shall be not less than 6 inches wide and 4 inches tall. AWARNING Arc Flash and Shock disk Appropriate PPE Required Flash Risk at Shirt & pants or coverall, Nonmeltirg (ASTM F1506) or Untreated Fiber Shock Risk when cover is removed Glove Class Limited Approach Restricted Approach Minimum Arc Rating i Liocatlorr: l 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. Except for VFD equipment, 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June2020 26 29 87 - 7 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 7 of 24 4. Where Kirk -Key arrangements are used, the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series, made of 316 stainless steel, or approved equal. 5. Nameplates a. External 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1116-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 112 inches, or equal. Prior to installing the adhesive 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. 2) There shall be a master nameplate that indicates supply voltage equipment ratings, short circuit current rating, 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. 3) Provide permanent warning signs as follows: a) "Danger- High Voltage- Keep Out" on all doors. b) "Warning- Hazard of Electric Shock - Disconnect Power Before Opening or Working On This Unit" on main power disconnect or disconnects. b. Internal 1) Provide the panel with a UL 508A label. 2) 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. 6. 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 4XI13, 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: CITY OF FORT WORTH Village Creek WRF Phase li Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No. CO2648-1I June 2020 262987-8 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 8 of 24 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 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. 7. 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 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. 8. 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; Crouse -Hinds, or equal, NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 7/4X cast aluminum. 9. Where 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. 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. CITY OF FORT WORTH Village Creek GVRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENT'S City Proieet No. CO2648-11 June 2020 262987-9 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 9 of 24 b. All free standing enclosures shall be provided with feet of the same construction as the enclosure. c. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. d. Back panel shall be tapped to accept all mounting screws. Self -tapping screws shall not be used to mount any components. e. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. f. Each enclosure shall be provided with a documentation pocket on the inner door. g. Enclosures shall not have holes or knockouts. h. Provide manufacturer's window kits where shown on the Drawings. i. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. j. All enclosures shall be padlockable. 2. NEMA 714X 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. b. Manufacturers 1) Cooper Crouse Hinds Type EJB, Style C 2) Appleton Electric Type AJBEW 3) Approved Equal 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 CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 262987-10 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 10 of 24 4) Foam -in -place gasketed doors b. Manufacturers 1) Hoffman Polypro 2) Hubbell-Wiegmann Non -Metallic 3) Approved Equal 4. ALUMINUM a. NEMA 4X Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel continuous hinge 3) Foam in -place gasket 4) Single point quarter turn latches (20 inches X 24 inches and below). All others three-point latch b. Manufacturers 1) Hoffman Comline 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 5. NEMA 12 a. NEMA 12 Aluminum 1) Type 5052 aluminum, body and door 2) Stainless steel continuous hinge 3) Foam in -place gasket 4) Single point quarter turn latches (20 inches X 24 inches and below). All others three-point latch b. Manufacturers 1) Hoffman Comline 2) EMF Company 3) NEMA Enclosures Company CITY OF FORT WORTH Village Creek 'WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. CO2648-II June 2020 26 29 87 - 11 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 11 of 24 4) Hammond Company 5) Approved Equal 6. NEMA 12 a. NEMA 12 Mild Steel 1) Mild Steel, body and door painted ANSI 61 Gray 2) Stainless steel continuous hinge pin 3) Foam in -place gasket 4) Single point quarter turn latches (20-inches x 24-inches and below). All others three-point latch b. Manufacturers 1) Hoffman 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 7. Otherwise Not Defined NEMA 4X Stainless Steel a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel continuous hinge 4) Foam in -place gasket 5) Single point quarter turn latches (20-inches x 24-inches and below). All others three-point latch b. Manufacturers 1) EMF Company 2) NEMA Enclosures Company 3) Hammond Company 4) Rittal 5) Approved Equal CITY OF FORTWORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 26 29 97 - 12 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 12 of 24 8. NEMA 1 or NEMA 1A boxes shall not be used. 9. Malleable iron boxes shall not be used. C. Environmental Conditioning 1. Condensation Control a. A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is mounted 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 40OF to 90°F. Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH or equal. b. Strip heaters may be provided if they are 240-volt rated, powered at 120 volts AC and do not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufactured by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5-inches wide, 240 volts, single phase, 150 watts, energized at 120 volts, with rust resisting iron sheath, Catalog No. OT-715, Product Code No. 129314, or equal. Provide sufficient wattage in heaters to prevent condensation should the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the control Panel shall be Chromalox, Type WR, single stage, Catalog No. WR-80, Product Code No.263177, or equal. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be #12 AWG stranded, nickel -plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6- CFI-12, Product Code No. 263783, or equal. c. Each panel shall have a 1/2-inch stainless steel condensate drain, installed on a stainless steel conduit hub, HGTZ Series, T&B or equal, in the bottom of the enclosure. Drain shall be O-Z GedneyDBB-50SS, or equal. 2. Corrosion Control a. Provide corrosion protection in each control panel with a corrosion -inhibiting vapor capsule b. Manufacturers CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCMAENTS City Project No. CO2649-I1 June 2020 262987-13 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (I -CPS) Page 13 of 24 1) Northern Instruments; Model Zerust VC 2) Hoffman Engineering; Model A-HCI 3) Approved equal. 3. Panel Interior Ambient Control a. The manufacturer shall provide ambient temperature control within the panel to maintain internal temperatures below the maximum operating temperatures of the panel components. an ambient temperature range of -20' C to 40°C. b. The manufacturer shall provide panel internal heat rise calculations to show that the panel internal temperatures will be maintained below the maximum operating temperatures of the panel components. c. The calculation shall show all the internal and external heat gain loads, the expected internal temperature rise in degrees C above the specified ambient, If the specified temperature range cannot be met, an air conditioning system shall be provided with sufficient capacity to maintain the temperature within the specified limits. Panels, for which the calculated heat rise exceeds 400C., shall have an air conditioning system, sized as required to reduce the heat rise to 40°C. or less, without violating the NEMA rating of the enclosure. d. The air conditioner shall have the following features: 1) Use CFC-free R134a refrigerant. 2) Have fully gasketed flanges on all four mounting edges for a watertight seal that maintains NEMA 4X rating of the panel. 3) Thermostatic low temperature control to provide energy efficient operation and prevents over -cooling. 4) EMIIRFI suppressor to minimize transient spikes during compressor on/off cycling. 5) Separated blower -driven evaporator and condenser air systems for closed loop cooling. 6) UL listed. 7) Stainless steel enclosure. 8) Internal corrosion resistant coating. 9) Low ambient kit. 10) Short cycle protector. 11) Manufacturers a) Hoffman b) Thermo Electric CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 .Tune 2020 262987-14 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 14 of24 c) Approved equal. 4. Enclosure Fans a. Fans shall be furnished for soft start starters and VFDs, as required by the manufacturer, to provide air circulation and cooling. Fans shall be controlled by a temperature switch. The fan shall operate only when the drive is "ON" and for a cool - down period after the drive has stopped Otherwise the fan shall not run when the drive is "OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washable. b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage ball bearing, three phase fan motors with 10-year design life shall be used in the drive design. Plastic muffin fans are not acceptable. Fan power shall be obtained from a tap on the main control power transformer. c. A "loss of cooling" fault shall be furnished. In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, be shut down safely without electronic component failure by the temperature switch. d. Redundant fans shall be provided in the drive design as backup in the event of fan failure. D. Internal Wiring 1. Power and control wiring shall be tinned stranded copper, minimum size #14 AWG, with 600 volt, 90°C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full 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, or equal. 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low twisted shielded pair cable conducting analog 4-20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power. The following trough color code shall be used. a. Black: for all 480-volt AC circuits b. Grey: 24-volt DC circuit c. White: 120-volt AC circuits d. Blue: intrinsically safe circuits CITY OF FORT WORTH Vii1age Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 26 29 97 - 15 ELECTRICAL, CONTILACTOR PROVIDED CONTROL PANELS (FOPS) Page 15 of24 6. All control panel wiring shall use the following color code. 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 f. Redlwhite stripe or white/red stripe: switched neutral g. Green or green wl 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 three phase - phase A k. Orange: 480V AC three phase - phase B. I. Yellow: 480V AC three Phase - phase C m. Purple: common for analog signal wiring n. Brown: positive leg of an analog signal E. 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. 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 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. Conduits shall not enter the side unless approved in writing by the OwnerlEngineer. F. Terminal Blocks 1. Terminal blocks shall be DIN -rail -mounted one-piece molded plastic blocks with tubular - clamp -screw type and end barriers. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-11 June 2020 26 24 87 - 16 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (F.CPS) Page 16 of 24 3. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amperes, 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 amperes, 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% spare terminals, but not less than two spare terminals. 6. 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 insulated connectors. 9. Provide an AC ground bar bonded to the panel enclosure (if metal) with 20% spare terminals. 10. Provided ground terminal blocks for each twisted -shielded pair drain wire. 2.04 SERVICE ENTRANCE DEVICE A. Where the Control Panel is rated and used as a service entrance panel, the manufacturer shall furnish factory installed in the Control Panel, a dedicated (SPD) (Type 2), permanently connected, Surge Protective Device on the load side of the service entrance panel, as specified in Section 26 43 13 Low Voltage AC Surge Protective Devices (SPDs). 2.05 MAIN CIRCUIT PROTECTIVE DEVICE A. Unless otherwise shown on the Drawings, the main circuit protective device shall be a molded case (MCCB), three Pale, 600 volt, fixed type, manually operated with stored energy closing mechanism. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. B. Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position. Where panels are shown or specified with inner and outer doors, disconnecting handles and controls shall be located on the inner door. 2.06 MOTOR CONTROLLERS A. Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 26 29 87 - 17 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 17 of 24 a. Eaton b. ABB c. Allen Bradley d. Square D 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. 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, 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. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified. A NEMA rated magnetic motor starter shall be furnished for each motor. Each motor starter shall be provided with a motor circuit protector (MCP), or circuit breaker, and equipped to provide undervoltage release and overload protection on all three phases. The short circuit protective device shall have an adjustable magnetic trip range up to 1400% of rated continuous current and a trip test feature. MCPs shall be labeled in accordance with UL489. 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. 4. A mechanical disconnect mechanism, with bypass, shall be installed on each motor circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to each motor. Disconnects mechanisms shall be located inside the enclosure such that the main circuit breaker handle is the only device interlocked with the panel door. 5. Each motor starter shall have a 120-volt operating coil unless otherwise noted. 6. Overload relays shall be standard Class 20, ambient compensated, manually reset by pushbutton located on front of the starter 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. 7. All interfaces between control panel and remote devices shall be isolated via an interposing relay. interposing relays shall have contacts rated for 250 volts AC and 10 amperes continuous. Relays shall be Control Relays as specified herein. C. Magnetic Motor Starters CITY OF FORT WORTH Village Crock WRF Phase II Electrical Improvements CONSTRUCTION SPECTFICATTON DOCUMENTS City Project No. CO2648-ll June 2020 26 29 87 - 18 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 18 of 24 1. Motor starters shall be two or three pole, single or three phase as required, 60 Hertz, 600 volts, magnetically operated, full voltage non reversing. NEMA sizes shall be as required for the horsepower shown on the Drawings. 2. Each motor starter shall have a 120-volt operating coil, and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the Drawings. A minimum of one normally open and one normally closed auxiliary contacts shall be provided in addition to the contacts required. 3. Overload relays shall be adjustable, ambient compensated and manually reset. 4. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 5. All wires shall be terminated on terminal blocks and shall be tagged. 6. Provide as built wiring diagram and post it in a protective cover inside the cell. D. Contactors 1. 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 required for the equipment provided, 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, 3000 VA photo control Precision Controls Model T-368-AL or approved equal, or a combination of both clock and photo control, all as shown on the Drawings. The photocell shall be separately located as shown on the Drawings. The photocell enclosure shall be as required by the area classification. E. Control Relays Control relays shall be 300 volt, industrial rated, plug-in socket type, housed in a transparent poiycarbonate dust cover, designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 amperes resistive, 114 HP at 120 volt AC, operating temperature minus 10 to plus 55'C. Provide spare normally open 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. F. Elapsed Time Meter 1. 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. 2.07 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. Where the control panel contains a programmable logic controller (PLC) for programming of the control logic, as shown on the Drawings, the PLC shall be as specified in Section 40 63 00 Programmable Logic Controllers. The manufacturer shall provide the address list, and the CITY OF FOXI' WORTII Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 26 29 87 - 19 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 19 of 24 interface to connect to the Owner's plant monitoring system for monitoring of the PLC's operation. B. Provide a scripted program file for all PLCs. C. 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). D. The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner's plant monitoring system for monitoring of the PLC's operation. 2.08 OPERATION INTERFACE TERMINAL (OIT) A. Where the control panel contains an Operation Interface Terminal as shown on the Drawings, for interfacing to the control logic, the manufacturer shall provide the address list, and an Ethernet and serial interface, to connect to the related PLC for monitoring and control of the PLC's operation. The OIT shall be as specified in Section 40 62 63 Operations Interface Terminal. B. Provide a scripted application and fully documented setup for all OITs. C. 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). D. The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner's plant monitoring system for monitoring of the PLC's OIT interface. 2.09 REMOTE MONITORING AND CONTROL INTERFACE A. General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as described in the Control Strategies in Section 40 61 96. 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCITMENTS City Project No. CO2648-II June 2020 26 24 87 - 20 ELEC KCAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) 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". 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 10/100Base-T Ethernet. The serial port speed (baud rate) shall support 230kbps. The protocol shall support Modbus TCP, Ethernet IP, DF1, and Modbus RTUTASCII. 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 Ut- 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. 2.10 SPARE PARTS A. Provide the following spare parts for each control panel in the quantities specified: 1. One box- replacement fuses, all types and sizes used 2. One replacement lamp, of each color, for pilot lights 3. One of each color replacement lens caps for pilot lights 4. One starter coil for each NEMA size furnished 5. One, Three -pole set of replacement overload heaters of each size range used 6. One, Three -pole set of starter contacts of each [NEMA] size used. 7. One can of aerosol touch-up paint. CITY OF FOKF WORTH Village Creek WRF Phase Ir Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Preject No. CO2648-11 June 2020 262987-21 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 21 of 24 B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturer's name, description and part number on the exterior of the package. 2.11 FACTORY TESTING A. The entire control panel 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. C. 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. D. Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. 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 motor controllers as detailed on the Drawings with the exception of motor controllers 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. 3.03 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, or equal. C. Conduits entering a control Panel or box containing electrical equipment, shall not enter the enclosure through the top. D. Install required safety labels. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 26 29 87 - 22 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANFIS (ECPS) Page 22 of 24 3.04 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. 3.05 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 one set of as -built panel drawings laminated, in each panel pocket. 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. 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 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test each key interlock system for proper functioning. D. Test all control logic before energizing the motor or equipment. 3.08 CLEANING A. Remove all rubbish and debris from inside and around the motor controllers. 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 CTTY OF FORT WORTH Village Creek WRY Phase It Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June2020 26 29 87 - 23 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) Page 23 of 24 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 soft start starters furnished under this Section. B. The training for each type of equipment 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 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 Phase 11 Electrical Improvements CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 29 87 - 24 ELECTRICAL CONTRACTOR PROVIDED CONTROL, PANELS (ECPS) Page 24 of 24 THIS PAGE IS INTENTIONALLY LEFT 13LANK CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION AOCLJIJENTS City Project No. CO2648-I1 June 2020 SECTION 26 41 00 LIGHTNING PROTECTION SYSTEM PART 1- GENERAL 1.01 SCOPE OF WORK 26 41 00 - 1 LIGHTNING PROTECTION SYSTEM Page 1 of A. The 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 1 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 1 Owner to accept the Bid Price with the exception. E. This Specification shall have precedence over any conflict in the bidder's submittals and 1 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 1 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. 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. CITY OF FORT WORT11 Village Creck WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 26 41 00 - 2 LIGHTNING PROTECTION SYST'FM Page 2 of 6 B. Other Divisions 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 near the appropriate label of Underwriters Laboratories. 1.02 QUALITY ASSURANCE A. The manufacturer of the lightning protection system equipment shall have produced similar equipment for a minimum period of five years and the lightning protection engineering company shall have been designing and installing lighting protection systems for at least 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 CfI'Y OF FORT WORTH Village Creek WRF Phase Il Electrical Improvements CONiSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-1I June 2020 264100-3 LIGHTNING PROTECTION SYSTEM 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. 1.03 JOBSITE DELIVERY, STORAGE ARID HANDLING A. Prior to jobsite delivery, complete all submittal requirements, and present to the Owner/Engineer prior to 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. 1.05 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. PART 2 - PRODUCTS 2.01 SUPPLIERS A. Subject to compliance with the Contract Documents, the following Suppliers are acceptable: Bonded Lightning / Advanced Lightning Technology, Argyle, Texas 2. Hicks Lightning Protection, Ponder, Texas 3. VFC, Inc. Grapevine, Texas 4. 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 1 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. CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2641 00 - 4 LIGHTNING PROTECTION SYSTEM Page 4 of 6 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. 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 II 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 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 264100-5 LIGHTNING PROTECTION SYSTEM Page 5 of 6 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. F. Provide a dedicated lightning protection system ground rod at the ground end of each down lead in accordance with NFPA 780 4.13.1.1(1). If a grounding counterpoise loop is present, bond each lightning protection system down lead to the nearest power system grounding electrode (ground rod) which is a part of the counterpoise in accordance with NFPA 780 4.13.1.1(2). Exothermically weld each down lead to the ground rod. All down lead conductors shall be installed without splice from the roof fightning protection conductors to the dedicated lightning protection system ground rod. G. 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. H. All components of the system, on or above the roof, shall be connected to the system ground. 3.02 TESTING A. 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 Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 264100-6 LIGHTNING PROTECTION SYSTEM Page 6 of THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF PORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 SECTION 26 41 19 ELECTRICAL DEMOLITION PART 1 - GENERAL 1.01 SCOPE OF WORK 2641 19 - 1 ELECTRICAL DEMOLITION Page I of 4 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. Make all required field verifications specified and/or as necessary to determine all 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 Contract Price and Schedule. 1.02 RELATED WORK A. Refer to Division 26 00 00 and the Contract Drawings, for related work and electrical coordination requirements. 1.03 SCHEDULES A. Schedule all required shutdowns with the OwnerlEngineer to coordinate the system demolition and installation of temporary facilities with the Owner's operational requirements. 1.04 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. 1.05 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. Beginning demolition, signifies the existing conditions have been accepted and warrants that service to equipment and items not scheduled or indicated for removal will be maintained. Temporary shutdowns and demolishing of any equipment shall be arranged and approved by the Owner to not interrupt critical process operations. PART 2- PRODUCTS 2.01 MATERIALS AND EQUIPMENT CITY OF FORT WORTII Viliage Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 2641 19-2 ELECTRICAL DEMOLITION Page 2 of 4 A. Materials and equipment for patching and extending work shall be as specified in individual Sections. 2.02 DESIGN AND CONSTRUCTION/ A. Provide temporary electrical conductors and raceway as required to maintain continued operation in accordance with the Owner's operational requirements and meeting the requirements of the NEC. 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. Continuous service to operating equipment shall be provided as required by the Owner's process operational needs which may include the temporary use of portable generation as specified herein. 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. 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, provide on -site generation with the capacity and voltage required by the Owner's power system to prevent process interruptions unacceptable to the Owner. Include all engine -generator fluids and fuel and rental expenses for the duration required by the work in the Contract Price. 2. 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. 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 in the Contract Price and Schedule. The determination of the requirements for continued process operations prior to bidding is required. No increase in Contract Time or Price will be allowed if this requirement is not met. 3. If failure to provide adequate power to keep the process in operation which causes a regulatory body to levy fines against the Owner, Owner shall be reimbursed. No increase in Contract Price for such expenses will be accepted. 3.02 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring from the load to the source of supply. CITY OF FORT WORTS Village Creek WRY Phase Il Electrical Improvements CONSTRUCTION SPECIFICA 1ON DOCUMENTS City Project No. CO2649-11 June 2020 264119-3 ELECTRICAL DEMOLITION Page 3 of 4 C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces to match the existing 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. Remove all associated conduit and conductors and the supporting means. Patch the wall, floor, or other surfaces where the equipment and associated raceway were attached to match the existing surfaces. F. Disconnect and remove electrical devices associated with mechanical equipment that has been removed. Remove all associated raceway and conductors. Patch the wall, floor, or other surfaces where the electrical devices and associated raceway were attached to match the existing surfaces. 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 classified area, causes the raceway system of the area to no longer comply with the classification or specification requirements of the area, provide and install such boxes, fittings, etc. as may be necessary to return the raceway system to compliance with the classification of the area and with these specifications. J. Extend existing installations using materials and methods as specified for new work. Using existing raceways is acceptable where extension of existing raceways is shown or specified only if the existing raceways are in accordance with the specifications for the new raceways. Replace existing raceways which do not meet these specifications. K. All work shall be done in an orderly and careful manner. Hold noise, dust, and vibration to a minimum and conduct the work 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 complete the work as specified. 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 to remain the property of the Owner shall be removed from the work area and transported 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 264119-4 ELECTRICAL DEMOLITION Page 4 of 4 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. if possible, 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. 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. Refurbish and replace any existing facility to be left in place which is damaged by the demolition operations with no change in Contract Price or Schedule. The repair of such damage shall result in the parts being returned to such a condition which is 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 ViItage Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 June 2020 264313-1 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page I 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. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.02 RELATED WORK A. Refer to Division 26 00 00 for related work and electrical coordination requirements. 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 unreviewed. Unmarked cut sheets will cause rejection of the submittal and its return for revision. B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related sections to which reference is made in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. C. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc., enough 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. D. 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-8120ps waveform) clamping voltage test results. E. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: CITY OF FORT WORTII Village Creek WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II .tune 2020 264313-2 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 2 of S 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 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. ANSIIIEEE 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. NEMAIISCI — 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. 1.05 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. 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. CITY OF FORT WORTH Village Creek WRP Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 2643 13 - 3 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 3 of8 4. UL 1558 - Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.06 WARRANTY A. Provide warrantees, including the manufacturer's warrantee, for the equipment specified and the proper installation thereof, to be free from defects in material and workmanship for two years from date of final acceptance of the equipment and its installation. Within such period of warranty, all material and labor necessary to return the equipment to new operating condition shall be provided. Any warranty work requiring shipping or transporting of the equipment shall be provided 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. ABB 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2643 13 - 4 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 4 of 8 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 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 EMIIRFI 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. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 264313-5 LOW VOLTAGE, AC SURGE PROTECTIVE DEVICES (SPDS) Page 5 of 8 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 ± 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 two 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 focal monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the 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. 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- 1.2150ps, 10kA-8120ps). 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. CITY OF FORT WORTH Village Creek WRF Phase 1I Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2643 13 - 6 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 6 of 8 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 ANSWEEE Category C High exposure waveform (20kV- 1.2150ps, 10kA-8120ps). 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvemments CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 2643 13 - 7 LOW VOLTAGE AC SURGE PROTFCTIVF. DEVICES (SPDS) Page 7 of 8 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. 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 fine 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 264313-8 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) Page 8 of 8 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 LL=N LG NG 240/120 1200/800V 800V 800V 208Y1120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600YI347 1500V 1500V 1500V 5. Pulse life test: Capable of protecting against and surviving 5000 ANSWEEE 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 CTTY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUW.NTS City Project No. CO2648-I1 June 2020 SECTION 26 50 00 LIGHTING SYSTEM PART 1 - GENERAL 1.01 SCOPE OF WORK 265000-1 LIGHTING SYSTEM Page I of 12 A. Furnish all labor, materials, equipment and incidentals required and install a complete fighting system ready for operation 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 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. 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 without review. 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. CITY OF PORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Projed No. CO2648-11 June 2020 265000-2 LIGHTING SYSTEM Page 2 of 12 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 drawings. H. Product Data: Provide dimensions, ratings and specific catalog number and identification of items and accessories and performance data. I. 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 YY. 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 -paint 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. CITY OR FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 26 50 00 - 3 LIGHTING SYSTEM Page 3 of 12 R. Manufacturer's technical information for the materials proposed for use in the systems. 1.04 REFERENCE CODES AND STANDARDS A. Ail 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. 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. 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. All fixtures shall be of the energy -efficient type. B. The manufacturer of these materials shall have produced similar lighting fixtures for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar systems shall be provided demonstrating compliance with this requirement. C. 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. D. QA process and test results documentation shall be kept on file for a minimum period of seven years. CITY OF PORT WORTH Village Creek WRF Phase II Electrical Tmprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 June 2020 265000-4 LIGHTING SYSTEM Page 4 of 12 E. 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. 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. 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 calendar days of arriving onsite. If the equipment cannot be installed within seven calendar days, the equipment shall be stored on site in a dry heated and air conditioned space. If there is no such storage space on site, 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 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 Contractor at no expense to the Owner. B. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the Luminaires for a period of five 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. C. 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. D. The manufacturer's warranty period shall run concurrently with the Contractor's warranty period. No exception to this provision shall be allowed. PART 2- PRODUCTS 2.01 MANUFACTURERS CITY OF FORT WOKTII Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 265000-5 LIGHTING SYSTEM Page 5 of 12 A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Lighting fixture manufacturers and types as required by the "Lighting Fixture Schedule" on the Drawings. The catalog numbers are given as a guide to the design and quality of fixture desired. Equivalent designs and equal quality fixtures of other manufacturers will be acceptable upon approval by the Owner/Engineer. 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. Where specified to match existing fixtures, fixtures of the same manufacturer and type shall be installed. 2.02 LIGHTING FIXTURES A. General 1. All lamps shall be of one manufacturer and shall be as manufactured by Osram/Sylvania Electric Products, Inc.; General Electric Co.; North American Philips Lighting Corp. or equal. 2. All ballasts shall be UL listed, ETL certified, Class "P", high power factor (minimum 0.90). 3. Ballasts shall have an "A" sound rating or better. 4. All ballasts used in exterior applications shall have a minimum starting temperature of 0°F unless otherwise specified. 5. All interior ballasts shall have a minimum starting temperature of 50°F. 6. Ballasts shall be parallel wired type and designed to operate the number and length of lamps specified. 7. The total harmonic distortion (THD) of each ballast shall be 10% or less. 8. Ballasts shall have a minimum ballast factor of 0.88 = N and as specified in the fixture schedule. 9. Ballasts shall have nominal power factor 0.90 or higher. 10. Ballasts shall have a maximum lamp current crest factor of 1.4. 11. Ballast shall provide normal rated life for the lamp specified. 12. All electronic ballasts shall be warranted for parts and replacement for five full years from the date of installation. 13. All ballasts shall be as manufactured by G.E., Advance, Model Mark V, similar by Osram/Syfvania; MagneTek or equal. 14. Where the equipment contains a programmable logic controller (PLC) or an uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 Tune 2020 265000-6 LIGHTING SYSTEM Page 6 of 12 installed, a dedicated Point of Utilization Device (SPD), as specified in Section 26 43 13, Individual Control Panel and Related Equipment Protection (Type 3). B. LED 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. Each luminaire shall meet all parameters of this specification throughout the minimum operational life when operated at the average operating temperature. 4. Nominal luminaire dimensions: refer to light fixture schedules. C. Luminaire Construction: 1. Luminaire housing to have no visible welding, screws, springs, hooks, rivets, bare LEDs 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. D. LED Sources CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No. CO2648-TT June 2020 265000-7 LIGHTING SYSTEM Page 7 of 12 1. LEDs shall be manufactured by: a. Nichia b. Samsung Osram 2. 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. 3. Lumen output shall not decrease by more than 20% over the minimum operational life of 50,000 hours. 4. 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. 5. LED Boards shall be suitable for field maintenance or service from below the ceiling with plug-in connectors. LED boards shall be upgradable. 6. 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,Y) 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. E. Power Supply and Driver 1. Driver: AccuDrive, 120-277 Volt, UL Listed, CSA Certified, Sound Rated A+. Driver shall be greater than 80% efficient at full load across all input voltages. Input wires shall be #18 AWG 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 shutoff function. Dimming shall be controlled by a 0-10 volt signal. 3. Driver shall be UL listed. 4. Maximum stand-by power shall be one 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 265000-8 LIGHTING SYSTEM Page 8 of 12 2002 for Location Category A, where failure does not mean a momentary loss of light during the transient event. F. Electrical 1. Operation Voltage - The luminaire shall operate from a 50 or 60 Hertz ±3 Hertz AC line over a voltage ranging from 120 volts AC to 277 volts AC. The fluctuations of line voltage shall have no visible effect on the luminous output. The standard operating voltages are 120 volts AC, 277 volts AC, 347 volts AC. 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% 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. 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. G. 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). All exit sign fixtures shall be rated maximum of five watts per fixture. H. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 265000-9 LIGHTING SYSTEM Page 9 of 12 b. The measurements shall be calibrated to standard photopic calibrations. c. Add specific project requirements. 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. J. Emergency Lighting Battery Units 1. Emergency fighting 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. 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 lumens 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. K. 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 Cc; Killark a Division of Hubbell Inc., or equal. 2. Where required in Section 26 00 00 — 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 265000-10 LIG1ffING SYSTEM Page 10 of 12 A. The location of lighting fixtures shown on the Drawings is approximate. The Contractor shall install the lighting fixtures after major ducts and piping are installed, to avoid conflicts. He shall install the fixtures to avoid shadows and blocking of light, relocating the fixtures as necessary, at no cost to the Owner. B. 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. C. All flush mounted fixtures shall be supported from the structure and shall not be dependent on the hung ceilings for their support. D. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types suited for the type ceiling involved. Troffers (2 X 4), provided in suspended ceiling grids, shall be installed with safety clips to hold the fixture securely in the ceiling grid. It shall be the responsibility of the Contractor to verify the ceiling types prior to ordering fixtures. E. Flexible fixture hangers shall be used for all pendant mounted fixtures. Fixtures two feet 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. 1. Install all required hardware and mounting brackets to secure luminaires to structure per local code requirements. J. Bond luminaires and metal accessories to branch circuit equipment grounding conductor. K. Install fixtures securely, in a neat and workmanlike manner, as specified in NECA 501. L. 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- M. 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). N. Flangeless fixtures for recess mounting in drywall shall be provided with mud ring and plaster guard, install per manufacturer's instructions. 3.02 REPLACEMENT A. Lamps (except for H.I.D.) used during the building construction, prior to two weeks from completion of the work, shall be removed and replaced with new lamps. 3.03 FIELD QUALITY CONTROL A. Perform field inspection, testing, and adjusting in accordance with Section 014000. CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Proieet No. CO2648-II )une 2020 26 50 00 - 11 LIGHTING SYSTEM Page I I of 12 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 photocells and occupancy sensors. 3.04 CLEANING UP 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. Plastic dust cover bags to be provided with new parabolic reflector lighting fixtures shall be removed after all construction activity that may cause dust formation on reflector surfaces has been completed. E. All fixtures shall be left in a clean condition, free of dirt and defects, before acceptance by the Owner/Engineer. END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 26 50 00 - 12 LIGHTING SYSTEM Page 12 of 12 THIS PAGE IS INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 312500-1 EROSION AND SEDIMENT CONTROL, SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page I of 10 1. Implementation of the project's Storm Water Pollution Prevention PIan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A 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 l . Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. The following measurement and payment procedures in Item 1.2.13 shall not apply. The work enumerated in Item 1.2.13 shall be included in the total lump sum price. B. Measurement and Payment 1. Storm Water Pollution Prevention Plan <I acre 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 structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 312500-2 EROSION AND SEDIMENTCONTROL Page 2 of 10 1.3 REFERENCES A. Reference Standards I . 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. ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Pen -nit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.9 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] CITY OF FORT WORTH Village Cheek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 10 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED loin] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2'/z inches x 3 '/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control CrfY OF FORT WORFH Village Creek WRF Phase Ii Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 10 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 RS percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1 /2 x 1-1 /2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. CITY OF FORT WORTH village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Prqject No. CO2648-1I June 2020 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 10 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 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures I . Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. CITY OF PORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 31 25 00 - 6 EROSION AND SEDIMENT CONTROL. Page 6 of It) 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height -At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and. twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIL'ICAI'ION DOCUML;NTS City Project No. CO2648-II June 2020 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 10 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. 1. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pivject No. CO2648-I1 June 2020 312500-8 hROSION AND SEDIMENT CONTROL Page 8 of 10 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (mare than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 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. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. Crl'Y OF FORT WORTII Village Creek WRC' Phase I1 ElectTical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 10 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] D1121.1X1) BRIX40 0111►1 Revision Log DATE NAME SUMMARY OF CHANGE CPrY OF FORT WORTII Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMhN'rS City Project No. CO2649-II June 2020 312500-10 EROSION AND SEDIMENT CONTROL Page 10 of 10 CITY OF FORT WORTH Village Creek WR 7 Phase II Electrical linprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page I of 6 SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Flexible pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any permanent asphalt pavement repair needed during the course of construction B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A 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 03 34 16 Concrete Base Material for Trench Repair 4. Section 32 12 16 — Asphalt Paving 5. Section 32 13 13 — Concrete Paving 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. The following measurement and payment procedures in Item 1.2.13 shall not apply. The work enumerated in Item 1.2.13 shall be included in the total lump sum price. B. Measurement and Payment Asphalt Pavement Repair [Tor utility trench repair, repair width is to include the width beyond the trench shown in the Drawings as well as any additional lwid1h required around structures.] a. Measurement I) Measurement for this Item will be by the Iinear foot of Asphalt Pavement Repair based on the defined width and roadway classification specified in the Drawings. b. Payment CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 3201 17 - 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing CITY OF FORT WORTH Villagc Crock WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 320117-3 PERMANENT ASPIIALT PAVING REPAIR Page 3 of 6 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batcbes 7) Tack coat 8) Removal and/or sweeping excess material 4. Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: a) Various thicknesses b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Extra Width Asphalt Pavement Repair c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS11NFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 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 Phase 11 Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 3201 17 - 4 PERMANENT ASPHALT PAVING RLPAIR Page 4 of 6 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12 FIELD CONDITIONS A. Place mixture when the roadway surface temperature is 45 degrees F or higher and rising unless otherwise approved. 1.13 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. Backfill 1. See Section 33 05 10. B. Base Material 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 2. Concrete Base: See Section 32 13 13. C. Asphalt Paving: see Section 32 12 16. 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] I V1:711 0.1 x4111I M e I 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Mark pavement cut for repairs for approval by the City. 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 3.4 INSTALLATION A. General 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 3. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls CITY OF FORT WORTH Village Creek WRF Phase lI Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCl1M1 N'I'S City Project No. CO2648-II June2020 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 6 c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. 5. Last or top lift shall not be less than 2 inches thick. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I2/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FOXF WORTH Village Creels WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 3201 17 - 6 PERMANENT ASPHALT PAVING REPAIR Page 6 of CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 SECTION 32 12 16 ASPHALT PAVING PART]- GENERAL 1.1 SUMMARY A. Section Includes: 32 12 16-1 ASPHALT PAVING Pagel of 26 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder for surface or base courses B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A 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 3. Section 32 01 17 - Permanent Asphalt Paving Repair 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. The following measurement and payment procedures in Item 1.2.13 shall not apply. The work enumerated in Item 1.2.B shall be included in the total lump sum price. B. Measurement and Payment Asphalt Pavement a. Measurement 1) Measurement for this Item shall be by the square yard of completed and accepted asphalt pavement in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat CITY OF FORT WORTI4 Village Creek WRP Phase It Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMF..NTS City Project No. CO2648-11 June 2020 321216-2 ASPHALT PAVING Page 2 of 26 8) Removal and/or sweeping excess material 2. H.M.A.C. Transition a. Measurement 1) Measurement for this Item shall be by the ton of composite Hot Mix Asphalt required for H.M.A.C. Transition. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hot Mix Asphalt. c. The price bid shall include: l ) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Base Course a. Measurement 1) Measurement for this Item shall be by the square yard of Asphalt Base Course completed and accepted in its final position for: a) Various thicknesses b) Various types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Base Course. e. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. H.M.A.C. Pavement Level Up a. Measurement 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and accepted in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of H.M.A.C. c. The price bid shall include: 1) Shaping and fine grading the roadbed CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS City Project No. CO2648-11 June 2020 321216-3 ASPHALT PAVING Page 3 of 26 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 5. H.M.A.C. Speed Cushion a. Measurement 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each H.M.A.C. Speed Cushion installed and accepted in its final position. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES A. Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards I . 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. National Institute of Standards and Technology (MIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 12 16-4 ASPHALT PAVING Page 4 of 26 a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer £ TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. CITY OF PORT WORTH Village Creek WRF Phase II Elecirical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 321216-5 ASPHALT PAVING Page 5 of 26 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 A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures listed in Table I. Table 1 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Temperature Binder Grade Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 601 'Contractors may pave at temperatures 10'F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand held thermal camera or a hand held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10' F of thermal segregation. 2. Unless otherwise shown on the Drawings, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY ]NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. CrfY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 .tune 2020 321216-6 ASPHALT PAVING Page 6 of 26 4. When the Contractor makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate 1. General a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the Drawings. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the Drawings. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part I1. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 321216-7 ASPHALT PAVING Page 7 of 26 Table 2 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent, max Tex-217-F, Part I 1.5 Decantation, percent, max Tex-217-F, Part 11 1.5 Micro-Deval abrasion, percent, max Tex-461-A Note I Los Angeles abrasion, percent, max Tex-4I0-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, percent, min Tex 460-A, Part I 853 Flat and elongated particles5: 1, percent, max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max I Tex-107-E 3 Combined Aggregate Sand equivalent, percent, min I Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the Drawings. 3. Unless otherwise shown on the Drawings. Only applies to crushed gravel. in. Coarse Aggregate 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from unlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for unlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a CIass A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. 10) For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 11) Provide coarse aggregate with at least the minimum SAC shown on the Drawings. 12) SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the Drawings. n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WOR17I Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Project No. CO2648-1I June 2020 321216-8 ASPHALT PAVING Page 8 of 26 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise shown on the Drawings. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either Contractor or City, including RAP generated during the project, is permitted only when shown on the Drawings. 5) City -owned RAP, if allowed for use, will be available at the location shown on the Drawings. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the Drawings. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Drawings. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds 5 percent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle Contractor -owned RAP stockpiles with City -owned RAP stockpiles. 15) Remove unused Contractor -owned RAP material from the project site upon completion of the project. 16) Return unused City -owned RAP to the designated stockpile location. o. Fine Aggregate 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Tmprovements STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. CO2648-II June 2020 32 12 16-9 ASPHALT PAVING Page 9 of 26 Table 3 Gradation Requirements for Fine Aggregate Sieve Size percent Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2. Mineral Filler a. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. b. Mineral filler is allowed unless otherwise shown on the Drawings. c. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the Drawings. The Drawings may require or disallow specific mineral fillers. When used, provide mineral filler that: 1) Is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2) Does not exceed 3 percent linear shrinkage when tested in accordance with Tex- 107-E; and meets the gradation requirements in Table 4. Table 4 Gradation Requirements for Mineral Filler Sieve Size percent Passing by Weight or Volume #8 100 #200 55---100 3. Baghouse Fines a. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum 4. Asphalt Binder a. Furnish the type and grade of performance -graded (PG) asphalt binder specified as follows: 1) Performance -Graded Binders (PG Binders) a) Must be smooth and homogeneous b) Show no separation when tested in accordance with Tex-540-C c) Meet Table 5 requirements CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Innprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 321216-10 ASPHAI, rPAVING Page 10 of 26 Table 5 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 -28 -34 -16 22 28 -34 -16 -22 1 -28 -34 -16 -22 1 -28 34 -16 -22 -28 Pro]2erty and Test Method Average 7-day max pavement design tem erature, 'C1 < 58 < 64 < 70 < 76 < 82 Min pavement design temperature, °C' 1 22 28 34 16 22 28 34 16 22 28 34 16 22 28 34 16 22 28 ORIGINAL BINDER Flash point,r 48, Min, °C 230 V1scosky, T 316:2,3 Max, 3.0 Paxs, test temperature, 'C 135 Dynamic shear, T 315:^ G*/sin(d), Min, 1.00 kPa Test temperature @ 10 rad/sec., °C 58 64 70 76 82 Elastic recovery, D 6084, 50*F, percent Min — — 3Q — — 30 SD — 30 50 6Q 30 SQ 60 70 50 60 70 ROLLING THIN-FILM OVEN ex-541-C Mass loss, Tex-541-C, Max, percent 1 Dynamic shear, T 315: G*/sin(d), Min, 2.20 kPa 58 64 70 76 82 Test temperature {a? 10 rad/see., °C CITY OP FORT WORTH Village Creek WRF Phase H Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2048-11 June 2U20 32 12 16 - 11 ASPIIALT PAV ING Page 11 of26 Table 5 (continued) Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 -2$ 1 -34 -16 1 -22 1 -28 1 -34 -16 1 -22 1 -28 -34 -16 1 -22 1 -28 1 -34 -16 -22 1 -28 Property and Test Method PRESSURE AGING VESSEL (PAV) RESIDUE R 28 PAV aging temperature, 'C 100 Dynamic shear, T 315: 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 G*/sin(d), Max, 5000 kPa Test temperature @ 10 rad/sec., °C Creep stiffness, T 313:1,1 -12 -19 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 S, max, 300 MPa, in -value, min, 0.300 Test temperature @ 60 sec., 'C Direct tension, T 314 6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 18 Failure strain, min, 1.0 percent Test temperature @ 1.0 mm/min., °C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASH1'O MP 2 and PP 28. 2,'this requirement may be waived at the Depatiment's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, enviromnental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator ofmixing and compaction temperatures that can be expected in the lab and field. Iligh values may indicate high mixing acid compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted fordynamic shear measurements of W/sin(d) at lest temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) orrotational viscomctry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, areacceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 Wit, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The nr-value requirement most be satisfied in both cases. CITY OF FORT WORTH Village Creck WRF Phase 11 Electrical Improvements SfANDARI.) CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 )one2020 321216-12 ASPHALT PAVING Page 12 of 26 b. Separation testing is not required if: 1) A modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, 2) The binder is blended on site in continuously agitated tanks, or binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. 5. Tack Coat a. Unless otherwise shown on the Drawings or approved, furnish CSS-1H, SS-1H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Section 2.2.A.5. 6. Additives a. General 1) When shown on the Drawings, use the type and rate of additive specified. 2) Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. b. Liquid Antistripping Agent 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt -stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) Properly labeled and unopened containers, as shipped from the manufacturer, or b) Scaled tank trucks with an invoice to show contents and quantities c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufacturer's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in -line -metering device. c. Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gal. or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 7. Mixes a. Design Requirements 1) Unless otherwise shown on the Drawings, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 2 through 8. Ctl'Y OF rOR'1' WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 3212I6-13 ASPIIALT PAVING Page 13 of26 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve Size B Fine Base C Coarse Surface D Fine Surface — 1 " 98.0-100.0 — — 3/4" 84.098.0 95.0100.0 1 /2" 98.0 100.0 3/81' 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0---63.0 50.070.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0 28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.07.0 2.07.0 2.07.0 Design VMAI, percent Minimum — 13.0 1 14.0 15.0 Plant -Produced VMA, percent Minimum 12.0 1 13.0 14.0 1. Voids in Mineral Aggregates. Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Tar et laboratory -molded density, percent Tex-207-F 96.01 Tensile strength (dry), psi (molded to 93 85-200 2 � percent 1 percent density)Tex-226-F Boil test' Tex-530-C — 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 32 12 16 - 14 ASPHALT PAVING Page 14 of 26 d. When WMA is not required by Drawings, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. 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] M=9901ORMVYULI A. Hauling Operations l . Before use, clean all truck beds to ensure mixture is not contaminated. 2. When a release agent is necessary to coat truck beds, use a release agent approved by the City. 3. Petroleum based products, such as diesel fuel, should not be used. 4. if wind, rain, temperature or haul distance impacts cooling, insulate truck beds or cover the truck bed with tarpaulin. 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover the truck bed with tarpaulin. 3.4 INSTALLATION A. Equipment 1. General a. Provide required or necessary equipment to produce, haul, place, compact, and core asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment a. Provide: 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants that ensure a uniform, continuous production 2) Automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions 3) Visible readouts indicating the weight or volume of asphalt and aggregate proportions 4) Safe and accurate means to take required samples by inspection forces 5) Permanent means to check the output of metering devices and to perform calibration and weight checks 6) Additive -feed systems to ensure a uniform, continuous material flow in the desired proportion 3. Weighing and Measuring Equipment a. General 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 32 12 16 - 15 ASPHALT PAVING Page 15 of26 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak -free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales 1) Furnish platform truck scales capable of weighing the entire truck or truck — trailer combination in a single draft. c. Aggregate Batching Scales 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f Asphalt Material Meter 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements below. a. Aggregate Feed System 1) Provide: a) A minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix b) Bins designed to prevent overflow of material c) Scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials d) A feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer c) An integrated means for moisture compensation fj Belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate CITY OF FORT WORTH Villagc Crock WRF Phase I1 Electrical I nprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 321216-16 ASPHALT PAVING Page 16 of 26 g) Cold aggregate bin flow indicators that automatically signal interrupted material flow b. Reclaimed Asphalt Pavement (RAP) Feed System 1) Provide a separate system to weigh and feed RAP into the hot mix plant. c. Mineral Filler Feed System 1) Provide a closed system for mineral filler that maintains a constant supply with minimal loss of material through the exhaust system. 2) Interlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral filler to plant production and provide a consistent percentage to the mixture. d. Heating, Drying, and Mixing Systems 1) Provide: a) A dryer or mixing system to agitate the aggregate during heating b) A heating system that controls the temperature during production to prevent aggregate and asphalt binder damage c) A heating system that completely burns fuel and leaves no residue d) A recording thermometer that continuously measures and records the mixture discharge temperature e) Dust collection system to collect excess dust escaping from the drum. e. Asphalt Binder Equipment 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature. 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. f. Mixture Storage and Discharge 1) Provide a surge -storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) Date b) Project identification number c) Plant identification d) Mix identification e) Vehicle identification f) Total weight of the load g) Tare weight of the vehicle h) Weight of mixture in each load i) Load number or sequential ticket number for the day g. Truck Scales 1) Provide standard platform scales at an approved location. 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 "Drum -Mix Plants," except as required below: a. Screening and. Proportioning CITY OF FORT WORTH Village Creek WRF Phase ]I Electrical hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 12 16 - 17 ASPHALT PAVING Page 17 of 26 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales 1) Provide aweigh box and hatching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. a. Aggregate Feeds 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. Asphalt Paver a. General 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. b. Tractor Unit CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONS MUCfION SPF_.CFFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 12 16 - 18 ASPHALT PAVING Page 18 of 26 1) Supply a tractor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. 2) Equip the unit with a hitch sufficient to maintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unloaded. c. Screed 1) Provide a heated compacting screed that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. d. Grade Reference 1) Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 inch between supports. 2) Ensure that the longitudinal controls can operate from any longitudinal grade reference including a string line, ski, mobile string line, or matching shoes. 3)- Furnish paver skis or mobile string line at least 40 feet long unless otherwise approved. 8. Material Transfer Devices a. Provide the specified type of device when shown on the Drawings. b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. 9. Remixing Equipment a. When required, provide equipment that includes a pug mill, variable pitch augers, or variable diameter augers operating under a storage unit with a minimum capacity of 8 tons. 10. Motor Grader a. When allowed, provide a self: -propelled grader with a blade length of at least 12 feet and a wheelbase of at least 16 feet. 11. Handheld Infrared Thermometer a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 12. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 12 16 - 19 ASPHALT PAVING Page 19 of 26 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required or approved. 14. Distributor vehicles a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle patterns, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. f. Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment a. When coring is required, provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing. B. Construction 1. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Section. 2. Unless otherwise shown on the Drawings, provide the mix design. 3. The City will perform quality assurance (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirements of this Section. C. Production Operations 1. General a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. 2. Operational Tolerances a. Stop production if testing indicates tolerances are exceeded on any of the following. 1) 3 consecutive tests on any individual sieve 2) 4 consecutive tests on any of the sieves 3) 2 consecutive tests on asphalt content b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot - mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge of Materials a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 12 16 - 20 ASPHALT PAVING Page 20 of 26 b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with Iane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand -placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the Drawings or otherwise directed. Table 9 Compacted Lift Thickness and Reauired Core Heiuht Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 9. Tack Coat a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.1.0 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic -tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Protect No. CO2648-I1 June 2020 32 12 16 - 21 ASPHALT PAVING Page 21 of 26 j. When a tacked road surface must be opened to traffic, they should be covered with sand to provide friction and prevent pick-up. k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 10. General placement requirements a. Material should be delivered to maintain a relatively constant head of material in front of the screed. b. The hopper should never be allowed to empty during paving. c. Dumping wings between trucks not allowed. Dispose of at end of days production. E. Lay -Down Operation F 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 10 Suggested Minimum Mixture Placement Temperature Minimum Placement High -Temperature Temperature Binder Grade (Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280OF PG 82 or higher 290°F Compaction 1. Use air void control unless ordinary compaction control is specified on the Drawings. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. 3. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. 8. The City may require roiling with a trench roller on widened areas, in trenches, and in other limited areas. 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 321216-22 ASPHALT PAVING Page 22 of 26 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 11. Air Void Control a. General 1) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 percent in -place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the Drawings. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at each location selected by the City for in -place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in -place air void content within requirements. e. Test Section 1) Construct a test section of 1 lane -width and at most 0.2 miles in length to demonstrate that compaction to between 5 percent and 9 percent in -place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in - place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in -place air void content is placed, resume full production. 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 1.2-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. e. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. CITY OF I''OR'1' WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TI June 2020 321216-23 ASPHALT PAVING Page 23 of 26 f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the roller slightly different in length. i. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. G. Irregularities 1. Identify and correct irregularities including, but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the Contractor. 3. If the City determines that the irregularity will adversely affect pavement performance, the City may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain the irregularities and areas where the mixture does not bond to the existing pavement. 4. If irregularities are detected, the City may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than 1 day while the Contractor is taking appropriate corrective action. 5. The City may suspend production or placement operations until the problem is corrected. 6- At the expense of the Contractor and to the satisfaction of the City, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. 3.5 REPAIR A. See Section 32 01 17. 3.6 QUALITY CONTROL A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the Drawings and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of 1 core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theoretical density. a. City to perform theoretical density test a minimum of 1 per day per street. B. Density Test 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 3212 t6-24 ASPHALT PAVING Page 24 of 26 2. Average of measurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the Contractor's expense as show in Table 11. Table 11 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75- ercent 91-93 100- ercent 94 90- ereent 95 75- ercent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 3. The amount of penalty shall be deducted from payment due to Contractor. 4. These requirements are in addition to the requirements of Article 1.2. C. Pavement Thickness Test City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 32 12 16 - 25 ASPHALTPAVING Page 25 of 26 Table 12. Thickness Deficienev Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with asphalt paving of the thickness shown on the Drawings. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. 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 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Jolmson 1.2.A — Modified items to be included in price bid CITY OF PORT WORTI3 Village Creek WRF Phase IT Electrical Improvernents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 321216-26 ASPIIALT PAVING Page 26 of 26 CITY OF PORT WOR'fII Village Creck WRP Phasc ll Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II .Tune 2020 32 13 20 - 1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A C. ReIated 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 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. The following measurement and payment procedures in Item 1.2.13 shall not apply. The work enumerated in Item 1.2.13 shall be included in the total lump sum price. B. Measurement and Payment 1, Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: , 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Driveway a. Measurement CITY OF FORT WORTI] Village Creek WRF Phase TI Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER I`RhH RAMPS Page 2 of 6 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per square foot of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 1.3 REFERENCES A. Abbreviations and Acronyms 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. 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. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/413) CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II ,Tune 2020 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND 13ARRIERFREE RAMPS Page of6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13, B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 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] 1.1.1 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete] Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 321320-4 CONCRF.TF. SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 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 A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition I Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 112 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 321320-6 CONCRETE SIDEWALKS, DRJVFWAYS AND BARRIER FREE RAMPS Page 6 of 6 3.5 REPAIR/RESTORATION [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 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. Ito ...each `Barrier Free Ramp" installed. CITY OF FORT WORTH Village Creek WRF Phase fI Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 16 13-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page I of 6 SECTION 32 1613 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART]- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A 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 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2, Lump Sum Price - Work associated with this Item is included in the total lump sum price. 3. The following measurement and payment procedures in Item 1.2.13 shall not apply. The work enumerated in Item 1.23 shall be included in the total lump sum price. B. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 321613-2 CONCRETE CURB AND GUTTERS AND VAIJ.FY GUTTERS Page 2 of 6 a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types c. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION 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 CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: See Section 32 13 13. C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 c. Install the required size and uniform thickness and as specified in the Drawings. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECll'ICATION DOCUMENTS City Project No. CO2648-11 Julie 2020 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 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 A. Demolition / Removal: See Section 02 41 13, 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement l . Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to forth a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. c. Deposit concrete into forms. d. Strike off with a template 1 /4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. CITY OF PORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO264841 June 2020 32 16 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GIJTTERS Page 4 of 5. Machine -Laid Concrete Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. c. Place the concrete with approved self-propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipfonn machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. c. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. f. Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIR/RESTORATION [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] CiTY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prqiect No. CO2648-II June 2020 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 32 16 13-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 40 61 00 - 1 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page I of 12 SECTION 40 61 00 INSTRUMENTATION AND CONTROLS - GENERAL PROVISIONS PART 1 - GENERAL 1.01 SCOPE OF WORK A. The General Contractor, also known as the "Contractor", shall be responsible for all work and shall provide the services of a Process Control Systems Integrator (PCSI), as a first -tier subcontractor who shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all instrumentation hardware specified within this Division B. All Software configuration and programming for the existing Emersion Distribution Control System (DCS) and Data Collection Unit (DCU) shall be provided by the City of Fort Worth herein identified as the Application Engineering Services (AES). C. The Contractor is advised that this facility is currently in operation which will continue to be in operation throughout the execution of this Contract. The Contractor shall schedule and conduct all work so as to minimize interference with system operation and maintenance. The Contractor shall develop and submit for review a detailed system startup plan that illustrate the strategy to be used for minimizing disruption to operation during system installation, cutover, and startup D. Contractors Scope of Work: All materials, equipment, labor, and services required to achieve a fully integrated and operational Process Control System (PCS) coordinated with the AES shall be provided. The Contractor shall 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: Provide overall coordination, installation, and supervision for the PCS. 2. Lead all meetings as directed by the specification. 3. Provide coordination and cooperation with AES programmers. 4. Provide design, installation, configuration, calibration, and integration of the PCS and associated sub-systems/Control Panels as shown on the contract documents. 5. Perform field -wiring terminations associated with new 1/0, controllers, sub -panels, control devices, rewiring of existing 1/0. The Contractor shall provide all conduit and wiring between field devices and enclosures provided under other divisions. 6. 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. 7. 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. 8. 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. 9. 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-I1 June 2020 4061 00 - 2 TNSTRUMENT'A11ON AND CONTROL - GENERAL PROVISIONS Page 2 of] 2 10. 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. 11. RTU wiring: The work for the following RTUs: RTU-11, RTU-12, RTU-15, RTU-21, RTU- 30 and RTU-32 shall include the following: Logging and documenting all the existing signal terminations with its tag and ERN information, before start to do any work in these RTU's. Disconnection and removal of signal wires as specified in contract document. C. Provide new wiring and reconnect the signals for the new equipment as specified in contract document. 12. Modify the BTUs located at pump station RS2 and RS7. The work shall include the following: a. Demolished the existing Back Panel of the RTU-12 and RTU-15. b. Provide a new Back Panel complete with the new terminal blocks and other new mounted devices. c. Reconnect all the existing and new signals maintaining the wire tags. 13. The following is the work at RTU-32 and at PLC-M3: a. Un-terminate the 10 coming from the demolished MCC-FA2- b. When the new MCC-FA2 is in place, run, terminate the 10 coming from the new MCC to the existing RTU-32. As shown in the Contract Drawings. c. 84" existing Meter Vault, PCSI shall run new 10 signals from this meter vault and terminate at PLC-M3 located inside the Chlorine Building, using the spare 10 points inside PLC-M3 panel. As shown in the Contract Drawings. d. PCSI shall be responsible to modify PLC-M3 program to accept all the new 10 signals from 84" meter vault, and coordinate with City of Fort Worth IT department for the Plant Ovation System to show the proper Graphics. 14. The following is the work at Storm Drain Pump Station 2 (SD-2) as shown on the contract drawings. a. Supply and install one ultrasonic level transmitter (LE/LIT-2000) with all necessary mounting hardware. b. Supply and install a Low Low Level Lockout control panel (LCP-2000), float switches and all necessary mounting hardware. c. Remove the existing Power Quality Meter on MCC-SWP2 and reinstall on the new power panel PP-SWP2. 15. Testing and commissioning of the re -connected signals and new signals as specified in section 40 61 21 Process Control System Testing. E. AES Scope of Work: The AES will provide all services for the existing Distributed Control System which includes: 1. All Human Machine Interface configuration/modifications for the Ovation DCS. 2. Database and other necessary modification 3. Testing and verification of plant DCS for all supervisory and/or monitoring functions specified in the contract document. 1.02 RELATED WORK CITY OF FORT WORTH Village Creek Wlth Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-TI June 2020 406100-3 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 3 of 12 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 10 Listing 3. Section 40 78 00 Panel Mounted Control Devices. 4. Section 40 71 00 Field Instrumentation. 5. Other control equipment specified under other division. 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. 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 71tfB 'Location/Governing index ',- ecifir-a4inns 1 O&M Manual Outline 4061 00 Panel Layout Drawings, Wiring Diagrams 4061 00 2 and Loop Diagrams 40 78 00 3 Commissioning/Startup and Testing Plan 4061 21 4 Final Documentation 4061 00 B. Hardware and Software Packages CITY OF FORT WORTH Village Creek WRF Phase 11 Flectrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 40 G 1 00 - 4 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 4 of 12 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. 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. Submit details of 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 PC& C. Panel/Sub-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. 2. Panel/Sub-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"xl7" 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 Panellsub-panel/module 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 field 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/sub-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 CITY OF FORT WOR'I'II Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 406100-5 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 5 of 12 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 110 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. 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: 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-5-11, "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, 110 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. Comm issioninglStartup 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 CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-ll June 2020 406100-6 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 6 of 12 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 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 PCSL 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPFCIF'ICATION DOCUMENTS City Project No. CO2648-II .Tune 2020 4061 00 - 7 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 7 of 12 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 or USB Drive. 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 shalt be in AutoCAD 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. 3. The cover and edge of each volume shall contain the following information: a. Project Name (refer to Contract Documents) b. Contract Number (refer to Contract Documents) c. Instrumentation and Control Systems d. Hardware [or Applications Engineering] Operations and Maintenance Manual e. Specification Sections , f. Subcontractor Name g. Date h. 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) S. 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical hnprovenients CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 406100-8 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 8 of 12 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. 1.05 PROCESS CONTROL SYSTEMS INTEGRATOR (PCSI) A. The Contractor shall provide the services of a pre -approved Process Control Systems Integrator (PCSI) for all work under the instrumentation sections of this and related Divisions, as described in this section and related sections. B. Where shown on the Bid Documents, the Contractor shall name the proposed PCSI. Only approved suppliers, as fisted herein, will be accepted. C. Qualifications 1. The PCSI shall be a "systems house," regularly engaged in the design and installation of control and instrumentation systems and their associated subsystems as they apply to the municipal water or wastewater industry. For the purposes of this and other applicable Divisions, a "systems house" shall be interpreted to mean an organization that complies with all the following criteria: 2. Employs a registered professional Control Systems Engineer or Electrical Engineer in the state of Texas to supervise or perform the work required by this Specification Section. 3. Employs personnel on this project who have successfully completed a manufacturer's training course on the hardware configuration and implementation of the specific programmable controllers, computers, and software proposed for this project. 4. Has been in the wastewater industry performing the type of work specified in this specification section for a minimum of five (5) continuous years. 5. The PCSI shall maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. 6. PCSI shall have an Electrical Contractor's license in the State of Texas. D. The PCSI shall be one of the following: 1. Prime Controls 815 Office Park Circle Lewisville, Texas 75057 Attn: Brian Poarch Phone: 972-221-4849 2. Richardson Logic Control 8115 Hicks Hollow McKinney, Texas 75071 Attn: Michael Cunningham Phone: 972-542-7375 3. Walker Industrial 1505 W. Walnut Hill Lane Irving, Texas 75038 Attn. Vance Smith Phone:817-540-7777 CITY OF FORT WORTII Village Creek WRE Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-ll June 2020 406100-9 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 9 of 12 E. The listing of specific PCSI organizations above does not imply acceptance of their products and capabilities that do not meet the specified ratings, features, and functions. PCSI's listed above are not relieved from meeting these specifications in their entirety. 1.06 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. 1.07 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. 1.08 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. 1.09 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. 1.10 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. 1.11 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 4061 00 - 10 INSTRUMENTATION ANI') CONTROL - GENERAL PROVISIONS Page 10 of 12 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. 1.12 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. 1.13 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. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICAI'ION DOCUMENTS City Project No. CO2648-11 ,Tune 2020 4061 00 - 11 1NSTRUMENTATiON AND CONTROL - GENERAL PROVISIONS Page I I of 12 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. 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 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. 1.14 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 1/1 6-in thick by 314-in by 2-112-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'/2", 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical hnprowments CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 4061 00-12 INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS Page 12 of 12 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. 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 61 21, 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 WOR"1'II Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 40612I-1 PROCESS CONTROL SYSTEM TESTING Pagel of 6 SECTION 40 61 21 PROCESS CONTROL SYSTEM TESTING PART 1 - GENERAL 1.01 SCOPE OF WORK A. This Section covers the testing requirements for all devices furnished, installed by the Contractor, Process Control System Integrator( PCSI)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 PCSI/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. D. The Contractor shall develop and submit for review and approval a plan for commissioning and startup with the existing Distributed Control System (DCS) 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. F. DCS Checkout: 1. The DCS System is currently operational and performing monitoring and control functions. The Contractor, in conjunction with the PCSIIAES, shall verify that the signals which are being re-wired/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-wired/re-terminated signals. 2. The Contractor, in conjunction with the PCSIIAES, shall perform an end -to -end (field termination to HMI) check, to check each new and re-wired/re-terminated physical 110 point control and monitoring functions. G. During installation and checkout, the Contractor shall provide a minimum of two (2) personnel on site full-time. The Owner shall observe the Contractor's work associated with startup of the new PLCs and shall provide support for process operations. H. Contractor shall provide all test equipment necessary to perform the test during System Commissioning and startup. 1. 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 CITY OF PORT' WORTH Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II Junc 2020 40 61 21 -2 PROCESS CONTROL SYSTEM'IT-SUNG Page 2 of 6 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, PCSI, AES, Engineer, and Owner. 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 110 point including spares. The checklist shall include point tag name, description, rack, slot, point and process range (where applicable). f. Test procedures which small 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) CITY OF FORT WORTH Village Creek VW Phase 11 Llectricai Improvements CONSTRUCTION SPECIFICXFION DOCUMENTS City Project No. CO2648-TI June 2020 4061 21 -3 PROCESS CONTROL SYSTEM TESTING Page 3 of 6 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: 1. Operational Readiness Test (ORT) 2. Functional Demonstration Test (FDT) 3. 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 Owner/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 Owner/Engineer, all affected Subcontractors. 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 Owner/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 (PLOT USED) PART 3 - EXECUTION 3.01 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. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 40 61 21 - 4 PROCESS CONTROL S'YS"1TM TF.STTNG Page 4 of 6 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. Tag/identification c. Installation d. Termination —wiring e. Calibrationladjustment — Check offs/sign offs for the loop f. Panel interface terminations g. I/O interface terminations h. 110 signal operation i. Inputs/outputs operational: received/sent, processed, and adjusted. j. Total loop operation — Provide space for comments k. 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) 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 CITY OF FORT WORTH Village Creek WRF Phase TI Electrical Improvements CONSTRUCfTON SPLCIFICA ION DOCUMENTS City Project No. CO2648-II 7uDe 2020 4061 21 - 5 PROCESS CONTROL SYSTEMTESTING ESTING Page 5 of 6 and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.04 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 3.05 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, Owner representative 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. 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)1 Total Testing Time CITY OF FORT WORTH Village Creek WRF Phase Il Electrical hnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 406121-6 PROCESS CONTROL SYSTEM TESTING Page 6 of 6 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 WOIiCfll Village Creek WRF Phase 11 Electrical hnprovements CONSTRUCTION SPECIFICATION DOCI MENTS City Project No. CO2648-TI June 2020 40 78 0096 - 1 CON'nkOL LOOP DESCRIPTIONS AND I/O LISTING Page 1 of 6 SECTION 40 61 96 CONTROL LOOP DESCRIPTIONS AND 110 LISTING PART1- GENERAL 1.01 RESPONSIBILITIES AND REQUIREMENTS A. This section describes the functional requirements of all instrumentation, control, monitoring systems and processes. This section may also describe work related to the control systems such as demolition of existing equipment, modification of existing equipment, and installation of wire and conduit related to the control system. B. The following system descriptions are provided to assist the CONTRACTOR in assembling necessary sensors, control devices, monitoring devices and telemetry to provide a complete and operable system. The descriptions are by no means entirely complete. Therefore, if it is found during the course of the contract that individual items of equipment, by virtue of characteristics peculiar to their design, require sensors, devices or connections not specifically noted in these documents, these features shall be provided at no additional cost to the OWNER. C. A control loop description covering instrumentation and control systems is provided in order to give the CONTRACTOR an understanding of the system function and to aid in the checkout of the installation. The CONTRACTOR shall not use the control loop description as a basis for providing a system having equipment of lesser quality or fewer component parts than specified herein or shown on the Contract Drawings. The CONTRACTOR shall not assume that the control loop description attempts to set forth a complete system. D. The CONTRACTOR shall retain ultimate responsibility under this Contract for system control and equipment coordination, installation, operation and guarantee, and the CONTRACTOR shall furnish and install all labor, equipment, materials, appurtenances, specialty items and services not provided by the I&C Subcontractor but required for complete and operable control systems. The control equipment covered by this specification is intended to be standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. The control equipment furnished shall be manufactured and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed as shown and specified in the Contract Documents. E. The CONTRACTOR, I&C Subcontractor and manufacturers of the equipment specified herein shall be required to review and satisfy all relevant requirements of other sections of the Contract Documents and the requirements of the Contract Drawings. The CONTRACTOR, manufacturers, suppliers, fabricators and/or subcontractors furnishing and/or installing equipment, services and specialties associated with this Section shall fully coordinate their efforts to avoid potential claims that are based on failure to review relevant Contract Documents, including the Contract Drawings. 1.02 RELATED WORK A. Related work specified elsewhere that shall apply to all equipment, materials, labor and services furnished under this Section shall include, but not be limited to, the following: 1. Division 40, Special Construction: a. Section 40 61 00 Instrumentation and Control General Requirements. CITY OP PORT WORTH Village Creek WRF Phase IT Electrical Improvement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 40 78 0046 - 2 CONTROL LOOP DESCRIPTIONS AND 1/0 LISTING Page 2 of 6 1.03 FUNCTIONAL REQUIREMENTS A. General: The system shall provide all of the functions described hereinafter for each loop. Major equipment items are identified in each loop. However, the CONTRACTOR shall provide all items of equipment, whether indicated, specified or not, that are necessary to affect the required loop performance at no additional cost to the OWNER. If a component is not described or shown in the Contract Documents but is required to make the control loop function as specified, the CONTRACTOR shall provide that component at no additional cost to the OWNER. Display and control loops are shown in process and instrumentation diagrams (P&ID) form in accordance with the Instrument Society of America (ISA) standard S5.1 except as modified by the contract documents. B. The LOOP specifies the functional performance of the named piece of equipment and includes an abstract of the functions of any interlocks to be provided. The precise definition of the interlock function is described in the Loop Description. The elementary diagrams prepared by the CONTRACTOR'S I&C Subcontractor shall show the interlock and identify the associated equipment. C. Tag Numbers: A shorthand notation has been used on the P&IDs and in the loop descriptions to identify process areas, loops, and components. Areas of System as defined in these Contract Documents, have been assigned loop numbers as follows: Consider the following example: Example: Tag number: HS-201A (HOA) NOTATION EXPLANATION HS ISA designation - HAND SWITCH 201 Loop number of Area or System A Suffix designating individual unit of multiple units in same Loop series (Hand Switch A, in this case) (HOA) Function Identifier - HAND -OFF -AUTO selector switch D. Discrepancy: If a discrepancy exists between the written loop specifications and the components shown on the diagrams of the P&ID Drawings, the written loop specification takes precedence. However, if a component is shown on the P&ID Drawings and is not referenced in the written loop specification, but is required to provide proper operation of the system, the CONTRACTOR shall provide such components without additional costs. And conversely, if a component is described in the written loop specification and is not shown on the P&ID Drawings, but is required to provide proper operation of the system, the CONTRACTOR shall provide such components without additional costs. The CONTRACTOR shall immediately notify the ENGINEER of any such discrepancies. E. Set Points (Trip Point): A particular nomenclature has been used to define the action of discrete devices about their set points. When RISING is specified with a set point, it means that the contacts actuate for all process variable values above that point. Conversely, when FALLING is specified, it means that the contacts actuate for all process variable values below that point- F. All set points (trip points) noted in the loop specifications are for reference only, and shall be field adjusted during testing and start-up. All set points (trip points) shall be set utilizing procedures as recommended by the manufacturer of the equipment being monitored and shall be field verified for proper system operation. CITY OF FORT WORTH Village Creek WRF Phase n Electrical Improvement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-It .Tune 2020 40 78 0096 - 3 CONTROL LOOP DESCRIPTIONS AND 1/0 LISTING Page 3 of G. Signal Compatibility. Discrete signals from or to systems and components not provided under this Division shall be dry contact signals rated for 10 amps at 120 volts. Dry contacts for switching 4-20 mA shall be rated 2 Amp. and be gold or gold flashed. The CONTRACTOR shall coordinate the discrete signal requirements with the I&C Subcontractor and the suppliers of the equipment providing the dry contact signals to ensure system and signal compatibility. PART 2 - LOOP SPECIFICATIONS 2.01 GENERAL A. The following paragraphs describe the basic functionality of the instrumentation and control system for the Village Creek Storm Drain Pump Station and its interface to the existing SCADA control room. The SCADA control room is comprised of an existing supervisory -control -and — data -acquisition system with a personal computer -based operator interface system. The AESS shall be responsible, under a separate contract, to program/configure the SCADA control room to meet the requirements of the Contract Documents as substantially described herein and as shown on the Drawings. LOOP 2000 — STORM DRAIN PUMP STATION WET WELL LEVEL CONTROL a. An Ultrasonic Level Transmitter (LIT-2000), Siemens HydroRanger, shall be installed over the wet well to measure the water level. This analog signal is sent from the local HydroRanger transmitter to the remote SCADA DCS for indication. b. The HydroRanger Low Low Level contact will stop pump SD-22 and SD-23 when level is equal to or less than the Low Low level set point of the HydroRanger. Low Low level lockout relay contacts will not let pumps start if LL level lockout relay is energized. When activated, the local LOW LOW LEVEL pilot light with turn ON. Low Low level lockout relay at LCP-2000 must be locally reset after a visual inspection, by pressing the local REST pushbutton. A Low Low Level alarm (LLA-200) is sent to SCADA. c. The Setpoints for the HydroRanger and SCADA Levels are as follows: i) LOW LOW 3 FT (both pumps shut down, and require manual reset) ii) LOW 3.5 FT (SD-22 and SD-23 pumps stop) iii) HIGH 11 FT (SD-23 start) iv) HIGH HIGH 11.5 FT (SD-22 start) v) Wet Well Depth is 14 FT vi) Transmitter element located at 15 FT (1 foot above grade) 2. LOOP 2001 — STORM DRAIN PUMP SD-22 Storm Drain Pump SD-22 is a constant speed, across the line, pump. It is designed as a backup to SD-23, in the event it cannot meet the required storm drain pumping capacity. b. Level Transmitter LIT-2000 shall be used to control the pump in AUTO mode. c. Manual Mode: i) The AUTO -MANUAL sector switch for Pump SD-22 is set to MANUAL position. ii) The pump is started and stopped with the local START and STOP push buttons. iii) Note the only level control during Manual operation is the Low Low level lockout via the HydroRanger Low Low level contact. CITY OF FORT WORTH Village Creek WRF Phase IT Electrical Improvement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-IT June 2020 40 78 0096 - 4 CONTROL LOOP DESCRIPTIONS AND I/O LISTING Page 4 of 6 d. Auto Mode: i) The AUTO -MANUAL sector switch is set to AUTO position. ii) Pump SD-22 will Start when the well level is greater than the High High Level setpoint from the HydroRanger iii) Pump SD-22 will Stop when the well level is less than the Low Level setpoint from the HydroRanger iv) The pump will shut down and lock out if the level is below the Low Low level setpoint from the HydroRanger. v) the SCADA Low Level setpoint. 3. LOOP 2002 — STORM DRAIN PUMP SD-23 a. Storm Drain Pump SD-23 is a variable speed pump that uses an eddy current clutch controller. It is designed as the primary storm drain pump. b. Level Transmitter LIT-2000 shall be used to control the pump in AUTO mode. c. Manual Mode: i) The AUTO -MANUAL sector switch for Pump SD-23 is set to MANUAL position. ii) The pump is started and stopped with the local START and STOP push buttons. iii) Note the only level control during Manual operation is the Low Low level lockout via the HydroRanger Low Low level contact. d. Auto Mode: i) The AUTO -MANUAL sector switch is set to AUTO position. ii) Pump SD-23 will Start when the well level is greater than the High Level setpoint from the HydroRanger iii) Pump SD-23 will Stop when the well level is less than the Low Level setpoint from the HydroRanger iv) The pump will shut down and lock out if the level is below the Low Low level setpoint. e. Speed Control: i) For local control of the pump speed, the SPEED LOCAL -REMOTE switch on the motor controller is set to LOCAL position. The speed is entered and controlled via the local keypad of the eddy current clutch controller. ii) For remote control of the speed from the SCADA control room, the SPEED LOCAL -REMOTE switch is set to REMOTE position. The speed is entered on the SCADA HMI screen. C1TY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvement CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. CO2648-11 June 2020 40 78 0096 - 5 CONTROL LOOP DESCRIPTIONS AND 110 LISTING Page 5 of PART 3 - STORM DRAIN PUMP STATION PLC 1/0 LIST PLC PT TYPE TAG DESCRIPTION ACTIVE INACTIVE RANGE UNITS DCS DI MM-2001B RUN STATUS STORM DRAIN PUMP SD22 RUNNING STOPPED DCS DI MM-2002B RUN STATUS STORM DRAIN PUMP SD23 RUNNING STOPPED DCS AO SC-2002 PUMP SD-23 SPEED COMMAND 0-100 % DCS At LIT-2000 STORM DRAIN WELL LEVEL SD2 0-14 FT DCS DI LLA 2000 WET WELL LOW LEVEL LOCKOUT ALARM ALARM NORMAL DCS Al JT-2010A STORM DRAIN PUMP MCC MAIN PQM AMPS TBD AMPS DCS Al JT-2010B STORM DRAIN PUMP MCC MAIN PQM KW TBD KW END OF SECTION CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS June 2020 Village Creek WRF Phase II Electrical Improvement City Project No. CO2648-11 40 78 0096 - 1 CONTROL, LOOP DESCRIPTIONS AND ILO LISTING Page I of 6 PAGE INTENTIONALLY LEFT BLANK CYFY OF FORT WORTH Village Creek WRF Phase ll Electrical Improvement CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-1I June 2020 SECTION 40 71 00 FIELD INSTRUMENTATION PART 1 - GENERAL 40 71 00 - 1 FIELD INS"IRUMFNTATION Page I of 10 1.01 SCOPE OF WORK A. Furnish, install and test all measurement instrument, level control devices and appurtenances, as shown on the Drawings, specified in the Related Work Sections and Divisions, and as specified herein. B. Equipment, specified in other Divisions, shall be manufactured in accordance with this Section, and submitted as a part of the equipment specified in other Divisions. 1.02 RELATED WORK A. Section 40 61 00 Instrumentation and Control General Provisions B. Section 40 61 21 Process Control System Testing 1.03 SUBMITTALS A. 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. B. Submittals for equipment specified herein, for other Sections or Divisions, shall be made as a part of equipment submittals furnished under other Sections or Divisions. C. Installation experience documentation shall be submitted for approval with the Section Equipment Submittal D. Operation and Maintenance Manuals. 1. Operations and Maintenance manuals shall be constructed in accordance with Division 1 and shall include the Following information : a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 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. National Electrical Manufacturer Association (NEMA) 2. Instrumentation Society of Automation (ISA) CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 4071 00 - 2 FIELD INSTRUMENTATION Page 2 of 10 3. Underwriters Laboratories (UL) 4. UL 508, the Standard of Safety for Industrial Control Equipment 5. UL 508A, the Standard of Safety for Industrial Control Panels 6. Factory Mutual (FM) 7. All equipment and installations shall satisfy applicable Federal, State, and local codes. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar instrumentation 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 two (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 LEVEL TRANSMITTER - SUBMERSIBLE PRESSURE TYPE A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Sitrans P submersible Transmitters for hydrostatic Level MPS Series. 2. Dwyer 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. Type: Measuring level by continuously measuring hydrostatic pressure via its sensing element, an ion implanted silicon semiconductor chip. Data is transmitted by an analog, 4 to 20 mA DC output signals. D. Performance Requirements: CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Prgiect No. CO2648-11 June 2020 40 71 00 - 3 FIELD 1NSTRU1v1LNTATION Page 3 of 10 1. Accuracy: ±0.25 percent full scale. 2. Zero Offset: ±0.50 percent full scale. 3. Span: ±0.50 percent full scale. 4. Operating Temperature Ranges: +14 to 176 degrees F. 5. Storage Temperature Range: -40 to 212 degrees F. E. Construction Features: 1. Sensor: Type 316 stainless steel. 2. Housing: Type 316 stainless steel. 3. Cable shall be provided of required length and fully submersible construction. 4. Power supply: 12 to 28 VDC with surge and lightning protection. 5. Electrical Connection: Attached 3-wire, 20-gauge polyethylene shielded unspliced cable. 6. Level Digital display shall accept 4-20 ma loop powered, 0.1 % of span, wall mounted and NEMA 4X rated as specified in section 40 78 00 Panel Mounted Control Devices with the pump control functionality. 2.02 ULTRASONIC LEVEL TRANSMITTERS (INDIVIDUAL ELEMENT) A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Siemens HydroRanger 200 transmitter and Echomax XRS-5 level element. 2. No Equal. B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of power and signal conductors as provided with each instrument. D. Type: 1. Separate ultrasonic transducer. 2. Dual 4-20ma outputs and 6 relay outputs E. Functional/Performance 1. Function: Sense and transmit a variable liquid level. CITY OF FORT WORTH Village Creek WRF Phase 11 Electrical Improvements CONS'1RUCfION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 40 71 00 - 4 FIELD INSTRUMENTATION Page 4 of 10 2. Principle: Pulse ultrasonic signals from the transducer toward the liquid and receive an echo, measuring the time between sending and receiving the pulse signal, and proportioning that to the measured liquid depth. 3. Range Capability: 1 feet to 50 feet 4. Beam Angle: 7 degrees 5. Shall have integral temperature compensation unit. 6. Accuracy. Current output 1 percent of selected full scale range. 7. Repeatability. 0.25 percent full scale. F. Physical 1. Transmitter housing: shall be NEMA 4X polycarbonate enclosure. Sensor shall be completely encapsulated PVC and submersible with an aluminum outer cover, suitable for Class I Div 2 locations. G. Power Requirements: 1. Input Power: 100VAC-230VAC H. Options/Accessories 1. Provide span and zero adjustment at each transmitter. 2. Provide local indication at each transmitter, either analog gauge or LCD readout. Scale shall be in Engineering units. 3. Provide an integral indicator scaled in Engineering units. 4. Provide hand held programmer(s) where full setup is not available for the instrument 2.03 FLOAT TYPE LEVEL SWITCHES A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Contegra FS-90 2. Fiygt Model EMH-10 3. Mercoid FSW2 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 Manufacturer's specialty cables for installation of power and signal conductors as provided with each instrument. CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUMION SPECIFICATION DOCUMENTS City Project No. CO2648-I1 June 2020 407100-5 FIELD INSTRUMENTATION Page 5 of 10 D. Type: 1. The switch assembly shall be weighted and suspended on its own cable. E. Function/Performance: 1. Temperature Rating: 0-50 degrees C. 2. Contact Rating: Up to 250V ACIDC and 8 amps AC, 5 amps DC. 3. Contact Arrangement: Form C contact which is field selectable normally open or closed. 4. CSA Rating: Class I, Div. I F. Physical: 1. Contact: Sealed mercury free switch housed in a chemical -resistant polypropylene or Stainless Steel casing. 2. Switch shall have a rating for the area in which it is installed. 3. Flexible Support Cable: Synthetic four wire cable, minimum 19 AWG wire. 4. Specific Gravity: Match to fluid being measured. G. Power Requirements 1. None H. Options/Accessories 1. Provide flexible support cable of sufficient length to ensure no splice or connection is required in the wet well. 2. Provide junction box rated for the area in which it is installed. 2.04 PANEL DISPLAYS WITH PUMP CONTROL FUNCTIONALITY A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Siemens Model: RD 200 2. Precision Digital Trident series PD 765 3. Mercoid Series MCP 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. Displays shall be as shown on the Drawings or where otherwise specified. D. Design and fabrication: CITY OF FORT WORTH Village Creek WI& Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 407100-6 FIELD INSTRUMENTATION Page 6 of 10 1. 4-20 mA, t 10 V, TC & RTD Inputs 2. Rating: NEMA 4X, IP65 without the use of a separate cover. 3. Shallow Depth Case 3.6" Behind Panel 4. Power Supply: 85-265 VAC 5. Optional features to be supplied: two relays providing form A contacts, software settable at independent values for pump control application 6. Output: analog 4-20 mA 7. Display: minimum digit height up to of 1.5 inches; sunlight readable 2.05 SPARE INSTRUMENTS AND RELATED COMPONENTS A. Contractor shall furnish a minimum of one or 10 percent of each installed instrument, whichever is greater. B. All spare equipment shall be packed in a manner suitable for long term storage and shall be adequately protected against corrosion, humidity and temperature. Individually mark and vacuum seal all spare parts. Provide other spare parts as indicated on the individual device specifications. 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 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 the manufacturer. 3.03 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless otherwise shown on the Drawings. Fittings shall be of the compression type, 316 stainless steel. C. All conduit entries into the instruments shall use hubs of watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. D. Install stainless steel instrument labels with instrument ID, secured with safety wire. CITY OF FORT WORTH Village Creek WRF Phase I1 Electrical Improvements CONSTRUCTION SPECll-ICATION DOCUMENTS City Project No. CO2649-11 June 2020 40 71 00 - 7 FIELD INSTRUMENTATION Page 7 of 10 3.04 RACEWAY SEALING A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all entrances shall be sealed with 3M 1 GOONS Watertight Sealant, or approved equal. 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 shall be specified in the manufacturer's instructions. 3.06 FIELD ADJUSTING A. Adjust all equipment for proper range and field conditions, as described in the manufacturer's instructions. B. Any field adjustments, required for proper system operation, shall be included in the Final O&M. 3.07 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. B. Test each interlock system for proper functioning. C. Test all control logic for proper operation. 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 and certified representative shall certify in writing that the equipment has been installed, adjusted, including all settings as defined in the Contract Documents. B. The Contractor shall provide three (3) copies of the representative's certification. 3.11 TRAINING A. Provide the representatives, services for training of Owner's personnel in operation and maintenance of the equipment furnished under this Section. B. The training for each type of equipment shall be for a period of not less than one (1) eight hour day. CITY OF PORT WORTH Village Creek WRF Phase IT Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2649-II June 2020 407100-8 FIELD INSTRUMENTATION Page 8 of 10 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. CITY OF FORT WORTH Village Creek WRIT Phase 11 Electrical Improvements CONSTRUCTTON SPECIFICATION DOCUMENTS City Project No. CO2648-II June 2020 407100-9 FIELD INSTRUMENTATION Page 9 of 10 PART 4 - INSTRUMENT SCHEDULE ITEN4 F'B�If� TAB + DESCRIPTION INSTRUMENT IN -rFZUtu1F-N,r COMMENTS NO NO TYPE RANGE �~ Scum Well No. 11 Weighted Float Set at 1 ft from 1. 02IV01 LSH-011 High Level Level Switch top 2. 02N01 LT-011 Scum Well No. 11 Submersible 0-12 ft Level Level Transmitter Scum Well No. 12 Weighted Float Set at 1 ft from 3. 02N01 LSH-012 High Level Level Switch top Scum Well No. 12 Submersible 4. 02N01 LT-012 Level Level Transmitter 0 12 ft Scum Well No. 10 Weighted Float Set at 1 ft from 5. 021\104 LSH-010 High Level Level Switch top 6. 02N04 LT-010 Scum Well No. 10 Submersible 0-12 ft. Level Level Transmitter Scum Well No. 8 Weighted Float Set at 1 ft from 7. 03NO3 LSH-008 High Level Level Switch top 8. 03NO3 LT-008 Scum Well No. 8 Submersible 0-18 ft. Level Level Transmitter Scum Well No. 7 Weighted Float Set at 1 ft from 9. 04NO3 LSH-007 High Level Level Switch top 10. 04NO3 LT-007 Scum Well No. 7 Submersible 0-18 ft. Level Level Transmitter LE/LIT- Storm Water PS Ultrasonic Level 11. 06N01 2000 Wet Well Transmitter 0-14 ft Detail on 06N01 LSLL- Storm Water PS Weighted Float 06NO3 12. 2000 Wet Well Level Switch 13. 02N01 LI-011 Scum Well No. 11 Panel Displays/ 0 12 ft note-1 Level controller Controller Scum 14. 02N01 LI-012 Scum Well No. 12 Panel Displays/ 0-12 ft. pumps Level controller Controller Operating Scum Well No. 10 Panel Displays! level 15. 02N04 LI-010 Level controller Controller 0-12 ft. Stop= 10% Scum Well No. 8 Panel Displays) Start=70% 16. 03NO3 LI-008 Level controller Controller 0-18 ft . To be tuned Scum Well No. 7 Panel Displays! during 17. 04NO3 LI-007 Level controller Controller 0-18 ft. startup. Note-1: These instruments are installed in SCUM Pump Control Panels shown on the contract documents. END OF SECTION CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 4071 00 - 10 YIELD INSTRUMENTATION Page 10 of 10 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-Il June 2020 407800-1 PANEL MOUNTED CONTROL DEVICES Page] of6 SECTION 40 78 00 PANEL MOUNTED CONTROL DEVICES PART 1 - 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 61 00 Instrumentation and Controls - General Provision B. Section 40 71 00 Field Instrumentation C. Electrical system Division 26 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 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 CITY OF FORT WORTH Village Creek WRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 40 78 00 - 2 PANEL MOUNTED CONTROL DEVICES Page 2 of 6 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 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. PART 2 - 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 414X113 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 IIO 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 WOKITI Village Creek WRF Phase 11 Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-11 June 2020 407800-3 PANEL MOUNTED CONTROL DEVICES Page 3 of 6 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' wORTII Village Creek wRF Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-H June 2020 407800-4 PANEL MOUNTED CONTROL DEVICES Page 4 of 6 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 60947-7-211EC 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 Phase Tf Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. CO2648-ll June 2020 407800-5 PANF.I. MOUNTED CONTROL DEVICES Page 5 of 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 110 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 Phase II Electrical Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Praiecl No. CO2648-11 June 2020 407800-6 PANEL MOUNTED CONTROL DEVICES Page 6 of 6 G. Options/Accessories Required: 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 POTHER 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 1116-in thick by 112-in by 1-112-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. 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 PORT WORTH Village Creek WRl' Phase 11 Electrical Improvements CONSTRUCTION SPEC1rICATION DOCUMENTS City Project No. CO2648-11 June 2020 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02648 Revised July I, 2011 GC-4002 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 Revised July 1, 2011 rmrHnH Geotechnical Engineering Report VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas April 9, 2020 Terracon Project No. 95185020 Prepared for: Gupta & Associates, Inc. Dallas, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas April 9, 2020 Gupta & Associates, Inc. 13717 Neutron Road Dallas, Texas 75244 Attn: Ms. Puneet Gupta, P.E. P: (972) 490 7661 E: pgupta@gaiconsulting.com Re: Geotechnical Engineering Report VCWRF Misc. Switchgear Replacement Phase II 4500 Wilma Lane Arlington, Tarrant County, Texas Terracon Project No. 95185020 Dear Ms. Gupta: 1rerracon GeoReport We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. P95185020 dated February 8, 2018 (revised May 21, 2019). This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and the design and construction of foundations for the proposed project. 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. Cheryl C. Pedraza, P.E. Geotechnical Department Manager Christopher W. Eddy, P.E. Senior Geotechnical Engineer Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272 P [817] 268 8600 F [817] 268 8602 terracon,cornlofficeslfort-worth REPORT TOPICS ICTION............................................................................................................. 11 SITE COI!!®IT ONS......................................................................................................... 1 PROJECT OFSCRIPTION.............................................................................................. 2 GEOT7CHNICAL CHARACTERIZATION...................................................................... 2 G_'t- ECILNICAL OVERVIEW....................................................................................... 3 VART€ WORK.................................................................................................................4 FOUNDATION PE , PREPARATION'... .......................................................................... 8 SLAB rOuNDATIO `................................................................................................... 9 SEISM '' CONSIDERAT10i.',3................................................................................ .. 10 GENERALCOMWIENTS............................................................................................... 11 FIGURES...................................................................................................................... 'I Note: This report was originally delivered in a web -based format. Grange Bold: text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at cl i ent.terracon.com. ATTACHMENTS WFIOM AND TES` 1NG PROCEDURES PHOTOGRAPHY LOG Sr—i F i OCA-" '71'1 AW) E':; i ,ORA-10 s PI .ANS P.'ePLORATION RESULTS SUPPOR` l "' `t""FORMA" ION Note: Refer to each individual Attachment for a listing of contents. Reg-- - -- 2--- Kesour,-, fvi Reil�clb'R Geotechnical Engineering Report -- — -- i in VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas April 9, 2020 Terracon Project No. 95185020 C, 0f -err .r WPURT SUMMARY Topic Overview Stetement Construction will consist of PEMB electrical enclosures at various locations in the Village Creek Water Reclamation Facility in Arlington, Texas. prrsjrtri Dpscr' tion Column loads: 50 kips Walls: 1 to 2 kips/If Slabs: 250 psf live loads Fill materials consisting of sandy lean clays with gravel were present to depths of about 1 to 2 feet in borings RS-1 and RS-3. Approximately 2 feet of lean clay was present at the surface of boring RS-2. Fat clays were present beneath the fills in Gootechnical borings RS-1 and RS-3 and below the lean clay in boring RS-2 and extended to Chap—acterization the boring termination depths of about 25 feet. Groundwater was encountered in borings RS-1 and RS-2 at depths of about 16 and 20 feet during drilling and groundwater levels of about 20 feet were measured in borings RS-1 and RS-2 at completion of drilling. Expansive soils are present on this site. At the time of our field operations on March 20, 2020 the overburden soils were at an average to dry moisture state. E,xpansivo Soils Our laboratory absorption swell test results were as high as 10.2% for samples tested. The potential vertical rise (PVR) of the site soils is estimated to be on the order of 6 to 8 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and based on dry soil conditions and our laboratory swell tests. E.11kltwori On -site soil, fee of vegetation, organic material, debris, and rocks greater than 4 inches in maximum dimension can be used for site fill. We understand that it is desired to support the structures on shallow foundations. Slab Foilridali+lil= A conventionally reinforced slab -on -grade foundation system placed on a modified subgrade can be used to support the proposed structures if movements on the order of about 1 inch are acceptable. If movements on the order of 1 inch are acceptable, the area of the planned electrical enclosures should be excavated to allow placement of 10 feet of electrical prepo r�7tion Foundation Pad rep�� conditioned soils and a 1-foot cap of select fill or flexible base. The moisture conditioning should be extended at least 5 feet beyond the building line and include any entrances or flatwork sensitive to movements. Seismic Based on the 2012/2015 International Building Code (IBC) and ASCE/SEI 7-10, C onsiclernli,,:. the seismic site classification for this site is D. Gcmoial This section contains important information about the limitations of this Coiaii11eia'- geotechnical engineering report. I. This summary is for convenience only. It should be used in conjunction with the entire report for design purposes. Ric—! - oslvc- ■ Resourceful r Reliabie Geoteehnical Engineering Report VCWRP Misc. Switchgear Replacement Phase If 4500 Wilma Lane Arlington, Tarrant County, Texas Terracon Project No. 95185020 April 9, 2020 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed VCWRF Misc. Switchgear Replacement Phase II located at 4500 Wilma Lane in Arlington, Tarrant County, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: Subsurface soil (and rock) conditions Groundwater conditions Site preparation and earthwork Foundation design and construction Seismic site classification per ICS The geotechnical engineering Scope of Services for this project included the advancement of three test borings to depths of approximately 25 feet below existing site grades. Maps showing the site and boring locations are provided in the Site Location and Exploration Plan sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs in the Exploration Results section. SITE C©H DITI©NS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description The project is located at 4500 Wilma Lane in Arlington, Tarrant County, Texas. Parcel Information 32.7781ON, 97.1436°W (approximate) See Site Location Existing Water reclamation facility Improvements i Current Ground Grass, concrete, and exposed earth in the areas of the proposed Cover improvements Pt--pom- ive Resr-urceWi Geotechnical Engineering Report ` ' �. . VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas - April 9, 2020 Terracon Project No. 95185424 Item Description Existing Topography The areas of the planned improvements appear to be relatively flat. PROKCY DF-CCRIPTION Our initial understanding of the project was provided in our proposal and our final understanding of the project conditions is as follows: Item Project Description Finished Floor Elevation Maximum Loads Description Construction will consist of PEMB electrical enclosures at various locations in the Village Creek Water Reclamation Facility in Arlington, Texas. We understand that it is planned to support the structures on a slab -on -grade foundations. ±2 feet of existing grade Columns: 50 kips Walls: 1 to 2 kips per linear foot (klf) Slabs: 250 pounds per square foot (psf) live loads Slopes I Final slope angles of as steep as 4H:1 V (Horizontal: Vertical) are expected. Bellow Grade None anticipated Structures Free -Standing None Retaining Walls C;',70TrCI N1'%',AL CHARACTERIZATIOM We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation and foundation options. Conditions encountered at each exploration point are indicated on the individual logs. The individual logs can be found in the EXI)IorMintl ReSUPS, section and the GeoModel can be found in the -:: section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. 11esp4,. ;ivpw Resourceful ■ Reliable Geotechnical Engineering Report Irea-ra ru VCWRF Misc. Switchgear Replacement Phase li - Arlington, Tarrant County, Texas April 9, 2020, Terracon Project No. 95185020 Ge©Jnl'eport, Model Layer 1 2 3 Layer Name Fill Clay Clay — General Description Orange and dark brown sandy lean clay Dark brown fat clay, trace sand and dark brown lean clay Brown fat clay The boreholes were observed while drilling and after completion for the presence and level of groundwater. The water levels observed in the boreholes can be found on the boring logs in Exp: )ratior; Results and are summarized in the following table. Approximate Depth to Approximate Depth to Boring Number Groundwater while Dritling Groundwater after Drilling (feet) (feet) RS-1 16 20 RS-2 1 20 20 1. Below qround surface Groundwater was not observed in the remaining boring (RS-3) while drilling, or for the short duration the boring could remain open. However, this does not necessarily mean the boring terminated above groundwater, or the water levels summarized above are stable groundwater levels. Due to the low permeability of the soils encountered in the borings, a relatively long period may be necessary for a groundwater level to develop and stabilize in a borehole. Long-term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. 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 structure 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. GLOTECHNICAL OVERVIEW Fill materials consisting of sandy lean clays with gravel were present to depths of about 1 to 2 feet in borings RS-1 and RS-3, and approximately 2 feet of lean clay was present at the surface of RS-2. Fat clays were present beneath the fills in borings RS-1 and RS-3 and lean clay in RS-2 and extended to the boring termination depths of about 25 feet. Geotechnical Engineering Report 1rerraca VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas , April 9, 2020. Terracon Project No. 95185020 eoRepo �: Groundwater was encountered in borings RS-1 and RS-2 at depths of about 16 and 20 feet during drilling and groundwater levels of about 20 feet were measured in borings RS-1 and RS-2 at completion of drilling. Expansive soils are present on this site. At the time of our field operations on March 20, 2020 the overburden soils were at an average to dry state. Our laboratory absorption swell test results were as high as 10.2% for samples tested. The potential vertical rise (PVR) of the site soils is estimated to be on the order of 6 to 8 inches. The PVR is estimated utilizing the TxDOT method TEX-124-E and based on dry soil conditions and our laboratory swell tests. If movements on the order of 1 inch are acceptable, the area of the planned electrical enclosures should be excavated to allow placement of 10 feet of moisture conditioned soils and a 1-foot cap of select fill or flexible base. The moisture conditioning should be extended at least 5 feet beyond the building line and include any entrances or flatwork sensitive to movements. A conventionally reinforced slab -on -grade foundation system placed on a modified subgrade can be used to support the proposed structures if movements on the order of about 1 inch are acceptable. This -:iummary -I ; }4 yid be u-.s,v f in conjunction veili i the - i,iire report for i I,:..-.'gn puroosn; ,. 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 Gornrnenli . should be read for an understanding of the report limitations. EARTHWORK The following sections provide recommendations for use in the preparation of specifications for the work. Recommendations include critical quality criteria as necessary to render the site in the state considered in our geotechnical engineering evaluation for monolithic slab -on -grade foundations. Existing Fill As noted in Geotecl-mic: i '-:fiaracteriz. ,, fill materials consisting of sandy lean clays with gravel were present to depths of about 1 to 2 feet in borings RS-1 and RS-3. The possibility of deeper fills at this site and under compacted zones of soil or debris within the fill materials exists. Under compacted zones and debris could lead to unacceptable settlements of shallow foundations. Excavating the fills and replacing them in a controlled manner is the most positive method of controlling settlement. It should be noted that preparing the slab -on -grade pad areas as discussed in ,"S.Oi.4 :,:kioii i .,,, k ,, 11-,Paii. n will rework the fills. Rnst?Onkivo w Rk.-noorceful w RL-Dabli- 4 Geotechnical Engineering Report 1 � , VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas©� BY+r April 9, 2020 Terracon Project No. 95185020 Site preparation Site preparation for the proposed project should include removing the existing vegetation, existing fill, and any other unsuitable surface materials from the areas of new construction. The exposed subgrade should be proof roiled prior to placing any fill. The proof rolling should be performed with a fully loaded, tandem -axle dump truck or other equipment providing an equivalent subgrade loading. A minimum gross weight of 20 tons is recommended for the proof rolling equipment. The proof rolling should consist of several overlapping passes in mutually perpendicular directions over a given area. Any soft or pumping areas should be excavated to firm ground and recompacted. Further evaluation of the need and recommendations for subgrade treatment can be provided during construction as the geotechnical conditions are exposed. Suitable Fill Material Types The following soil materials are discussed in the coming sections of this report. The following table summarizes their nomenclature, detailed descriptions, and appropriate usage in the context of this project. Soil Type Technif description Free of vegetation, organic material, On -site soils debris, and rocks greater than 4 inches in maximum dimension. Clean clay soil (free of deleterious Imported fill material and debris) with a liquid limit (LL) of 70 or less and no rock greater than 4 inches in maximum dimension Sandy clay to clayey sand with a Select fill liquid limit (LL) of 35 or less and a plasticity index (PI) between 6 and 15 TxDOT Item 247, Type D, Grade 1-2. Flexible base Recycled concrete meeting this gradation is acceptable. *TxDOT — Texas Department of Transportation Compaction Requirements Appropriate Use General site grading Foundation pad Utility trench backfill Upper 1 foot of the foundation pad Recommendations for compaction are presented in the following table. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not F;:_._om t_cfu' 1,-ij ,blr 6 Geotechnical Engineering Report 1rerracon VCWRF Misc. Switchgear Replacement Phase II - Arlington, Tarrant County, Texas -- -- April 9, 2020 Terracon Project No. 95185020 6eoRepo t been met, the area represented by the test must be reworked and retested as required until the specified moisture and compaction requirements are achieved. Item Compaction Moisture Content On -site soils or imported fills outside A minimum of 95% maximum At a minimum of +2 percentage the moisture standard Proctor dry density (ASTM paints of optimum moisture conditioned zone � p 698) Moisture conditioned in the range of 92% to 98% maximum At a minimum of +4 percentage standard Proctor dry density (ASTM soils p 698) points of optimum moisture Select fill ! flexible A minimum of 95% maximum In the range of -2 to +2 percentage base standard Proctor dry density (ASTM points of optimum moisture content p 698) Clay backfill for A minimum of 92% to 98% maximum exterior face of grade standard Proctor dry density (ASTM At a minimum of 4 percentage beam © 698) points above optimum moisture 1. Fills should be placed in maximum loose lifts of 9 inches or less. Utility Trench Backfill Utility trenches are a common source of water infiltration and migration. Utility trenches penetrating beneath the structures should be effectively sealed to restrict water intrusion and flow through the trenches, which could migrate below the structures. The trench should provide an effective trench plug that extends at least 5 feet from the face of the building exterior. The plug material should consist of cementitious flowable fill or low permeability clay. The trench plug material should be placed to surround the utility line. If used, the clay trench plug material should be placed and compacted to comply with the water content and compaction recommendations for fill stated previously in this report. Grading and Drainage The performance of the proposed structures will not only be dependent upon the quality of construction, but also upon the stability of the moisture content of the near surface soils. Therefore, we highly recommend that site drainage be developed so that pond ing of surface runoff near the structures does not occur. Accumulation of water near the structures may cause significant moisture variations in soils adjacent to the structures, thus increasing the potential for structural distress. Effective drainage away from the structures and excavations must be provided during construction and maintained through the life of the proposed project. Infiltration of water into ve n, R0"MtCeJLI i ,el al,l Geotechnical Engineering Report IrEnrargE VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas T - - April 9, 2020 Terracon Project No. 95185020 Geolle opt. excavations should be prevented during construction. Water retained next to the building can result in soil movements greater than those discussed in this report. Greater movements can result in unacceptable differential floor slab and/or foundation movements, cracked slabs and walls, and roof leaks. Exposed ground should be sloped and maintained at a minimum 5 percent away from the building for at least 10 feet beyond the perimeter of the building. Locally, flatter grades may be necessary to transition ADA access requirements for flatwork. Roof runoff and surface drainage should be collected and discharged away from the structures to prevent wetting of the foundation soils. Roof gutters should be installed and connected to downspouts and pipes directing roof runoff at least 10 feet away from the structures, or discharged on to positively sloped pavements or to stormwater collection systems. After building construction and landscaping, final grades should be verified to document effective drainage has been achieved. Grades around the structures should also be periodically inspected and adjusted as necessary as part of the structure's maintenance program. Where paving or flatwork abuts the structures, a maintenance program should be established to effectively seal and maintain joints and prevent surface water infiltration. Water permitted to pond next to the structures can result in greater soil movements than those discussed in this report. Estimated movements described in this report are based on effective drainage for the life of the structures and cannot be relied upon if effective drainage is not maintained. Earthwork Construction Considerations Shallow excavations, for the proposed structure, are anticipated to be accomplished with conventional construction equipment. Upon completion of filling and grading, care should be taken to maintain the subgrade water content prior to construction of the slab -on -grade foundations. Construction traffic over the completed subgrades should be avoided. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. Water collecting over, or adjacent to, construction areas should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected material should be removed, or the materials should be scarified, moisture conditioned, and recompacted, prior to floor slab construction. Based upon the subsurface conditions determined from the geotechnical exploration, subgrade soils exposed during construction are anticipated to be relatively stable. However, the stability of the subgrade may be affected by precipitation, repetitive construction traffic, closeness to the groundwater seepage or other factors. If unstable conditions develop, workability may be improved by scarifying and drying. Lightweight excavation equipment may be required to reduce subgrade pumping. The use of remotely operated equipment, such as a backhoe, would be beneficial to perform cuts and reduce subgrade disturbance. Geotechnical Engineering Report VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas April 9, 2020 Terracon Project No. 95185020 �,��.°.®t As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926, Subpart P, "Excavations" and its appendices, and in accordance with any applicable local, and/or state regulations. Construction site safety is the sole responsibility of the contractor who controls the means, methods, and sequencing of construction operations. Under no circumstances shall the information provided herein be interpreted to mean Terracon is assuming responsibility for construction site safety, or the contractor's activities; such responsibility shall neither be implied nor inferred. Construction Observation and Testing The earthwork efforts should be monitored under the direction of a representative of the Geotechnical Engineer. Monitoring should include documentation of adequate removal of vegetation and top soil, proof rolling and mitigation of areas delineated by the proof roll to require mitigation. Each lift of compacted fill should be tested, evaluated, and reworked as necessary until approved by the Geotechnical Engineer's representative prior to placement of additional lifts. Each lift of fill should be tested for density and water content at a frequency of at least one test for every 2,500 square feet of compacted fill in the building areas. One density and water content test for every 50 linear feet of compacted utility trench backfill. In areas of foundation excavations, the bearing subgrade should be evaluated under the direction of the Geotechnical Engineer's representative. In the event that unanticipated conditions are encountered, the Geotechnical Engineer should prescribe mitigation options. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer's representative into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer's representative evaluation of subsurface conditions, including assessing variations and associated design changes. FOUNDATION PA® PREPARA-i°100 Lightly loaded floor slabs and flatwork placed on -grade will be subject to movement as a result of moisture induced volume changes in the active soils that can occur following construction. The soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture. The movement typically occurs as post construction heave. In addition, the existing fill material encountered at this site has the possibility of under -compacted zones of soil or debris within the fill materials. Under -compacted fill could lead to unacceptable settlements of foundations that exceed the estimated movements in this report. Geotechnical Engineering Report VCWRF Misc. Switchgear Replacement Phase II , Arlington, Tarrant County, Texas - April 9, 2020 - Terracon Project No. 95185020 The potential magnitude of the moisture induced, and under -compacted fill movements is rather indeterminate. It is influenced by the soil properties, the placement method of the existing fill material, overburden pressures, and to a great extent by soil moisture levels at the time of construction. Based on the soil types encountered in the borings, movements in slabs placed on grade are estimated to be on the order of 6 to 8 inches for dry soil moisture conditions that can exist prior to construction. Differential movements could be as much as 8 inches if one edge of the slab is lifted due to soil swell and an opposite edge is subject to shrinkage due to moisture loss. If monolithic slab -on -grade foundations are used to support proposed structure, the slab -on -grade foundation area and sensitive flatwork areas (i.e. adjacent sidewalks) should be excavated to allow placement of 10 feet of moisture conditioned soils below a 1-foot layer of select fill or flexible base. The select fill or flexible base cap is not required outside the foundation lines. The modified subgrade should extend at least 5 feet beyond the foundation perimeter and include other flatwork areas sensitive to movement. The excavated soils, except for deleterious materials or rock greater than 4 inches, can then be placed in accordance with Compaction Requirernew for moisture conditioned clays. The select fill or flexible base material must be placed above the moisture conditioned soils in a reasonable period of time (i.e. within 48 hours) following completion of the moisture conditioning process to prevent the loss of soil moisture. If the surface of the moisture conditioned soils is allowed to desiccate prior to placement of the cap, the desiccated soils should be reworked and placed in a moisture conditioned state. It is recommended flatwork, paving, sidewalk or a moisture retarder extend at least 5 ft beyond the foundation line (i.e. above the moisture -conditioned soils that extend at least 5 feet beyond the foundation line) to preserve the soil moisture content following construction. The moisture retarder can consist of a minimum of 10-mil polyethylene plastic sheeting with 8 to 12 inches of soil cover. Subgrade improved soils should be maintained in a moist condition prior to placement of the flatwork, paving, sidewalk or a moisture retarder. It should be noted that excessive water from any source could result in movements greater than 1 inch. For example, should leaks develop in underground water or sewer lines or the grades around the foundation allow ponding of water, unacceptable monolithic slab -on -grade movements could develop. The area around the foundation must be well drained, landscape beds must not be over watered or allow ponding of water, and utility leaks are promptly repaired. Trees should be planted at least one -mature tree height from the foundation. Root barriers should be installed if trees are planted closer. SLAB FOUNDATION A conventionally reinforced slab -on -grade foundation system may be considered to support the proposed equipment enclosures. Monolithic slab foundations are typically designed with interior Geotechnical Engineering Report `II ` " r VCWRF Misc. Swittchgear Replacement Phase II Arlington, Tarrant County, Texas _ � � April 9, 2020 - Terracon Project No. 95185020 Via( o Report, and exterior grade beams to resist soil movement. The slab, superstructure, architectural finishes, and entrances must be designed to accommodate potential differential movements from active soils. The design parameters provided below are based on the foundation pad being prepared as described in Foundation Pad Nepaiari, n. Recommendations provided below are based on "Design of Slab -on -grade Foundations" (August 1981) and "Design of Slab -on -grade Foundations — An Update" (March 1996) prepared for Wire Reinforcement Institute (WRI). The design parameters were developed based on WRI procedure and recommended ground modification. Design Parameter_Recornmendartfons_ Moisture conditioned Subgrade Design plasticity index (PI) 43 Climatic rating (Cw) Cantilever distance (Ic) Allowable net bearing capacity Minimum bearing depth (inches) 18 8 feet 1,000 psf 24 The slab, superstructure, architectural finishes, and entrances must be designed to accommodate potential differential movements from active soils. The design parameters provided are based on assumptions that the area around the foundation will be well drained, landscape beds are not over -watered, and utility leaks are promptly repaired. The use of a vapor retarder should be considered beneath concrete slabs on grade that will be covered moisture sensitive coverings, impervious coverings, or when the slab will support equipment sensitive to moisture. When conditions warrant the use of a vapor retarder, the slab designer and slab contractor should refer to ACI 302 and/or ACI 360 for procedures and cautions regarding the use and placement of a vapor retarder. SEISMIC C®MO111ATIONS The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted average value of either shear wave velocity, standard penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7 and the International Building Code (IBC). Based on the soil properties encountered at the site and as described on the exploration logs and results, it is our professional opinion that the Seismic Site Classification is D. Subsurface explorations at this site were extended to a maximum depth of 25 feet. The site properties below pasparosive ■ urceful e Geotechnical Engineering Report Wafrac VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas _ April 9, 2020 Terracon Project No. 95185020 ey-e©Rep©rt the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services 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. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third -party beneficiaries intended. Any third -party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. I k�SIFilll' 11'4 �'.e s r..�t�• Ko1'�: _!�% I FIGURES Contents: GeoModel Note: All attachments are one page unless noted above. Respuusive m Reriou i cefij I ■ E•.L2ii ii,le GEOTJIODEL l f VCWRF Misc. Switchgear Replacement Phase II Arlington, Texas Terracon Project No. 95185020 475 ...................................................... RS- r . . 1RS�-'3 470 ....... ........................ 2r- 2 ---.. 465 ....... f. .............................................................. �, �........... ............... ............... ....... I .J co 12 r V / Z O460 ....... �............................................................... �-------........................---...............------------� _ Viz.... a, 7 16 + Ud ....... 3!.'....................................... .............. 3.......................... .................................... r ua �. 455 20 l tag r Yrr. 450 ....... ,�............................................................................................................ F 25 25 I. 25 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. IlNg"-Layer tayor Nanm i I .cur may 3:1.►. Sandy Lean Clay ® Fat Clay Lean clay Gonefal Deserlptlon Orange and dark brown sandy lean clay Dark brown fat clay, trace sand and dark brown lean clay Brown fat clay I— LEG1END V. First Water Observation 9Z Second Water Observation Groundwater levels are temporal. The levels shown are representative of the date and time of our exploration. Significant changes are possible over time. Water levels shown are as measured during and/or after drilling. In some cases, boring advancement methods mask the presence/absence of groundwater. See individual logs for details. NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. ATTACHMENTS ENTS RuSN;MrJnS,ivu ■ Rusculrejul i Reliable Geotechnical Engineering Report VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas ���C��� April 9, 2020 Terracon Project No. 95185020 GeoUepo EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings Boring Depth (feat) LQcatloll 3 25 feet I Enclosure areas Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of about ±10 feet) and approximate elevations for GeoModel were obtained by interpolation from the NCTCOG Topographic Map. Subsurface Exploration Procedures: We advanced the borings with a truck -mounted, rotary drill rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. In the thin -walled tube sampling procedure, a thin -walled tube is pushed hydraulically into the soil to obtain a relatively undisturbed sample. The samples were placed in appropriate container, taken to our laboratory for testing, and classified under the direction of a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. For safety purposes, all borings are backfilled with auger cuttings after their completion. Our exploration team prepares field boring logs as part of the standard drilling operations. These field logs include visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs are prepared from the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil strata, as necessary, for this project. Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. Water (Moisture) Content of Soil Liquid Limit, Plastic Limit, and Plasticity Index of Soils Unconfined Compressive Strength of Cohesive Soils Absorption Swell Tests jn,,.iv,� EXPLORATION AND TESTING PROCEDURES 1 of 2 Geotechnical Engineering Report Irecan VCWRF Misc. Switchgear Replacement Phase II , Arlington, Tarrant County, Texas - April 9, 2020 - Terracon Project No. 95185020 GeoRep®rt Absorption swell tests are performed on selected samples. These tests are used to quantitatively evaluate volume change potential at in -situ moisture levels. The results of these tests are presented in the table below. SWELL TEST RESULTS Boring Depth Liquid Plasticity Initial. Final Suruharge Swell No. (feet) Limit Index Moisture Moisture {psi} N _ N {°l°} (9°} _ _ L RS-1 8-10 64 43 19.4 23.3 ,125 F875 5.0 RS-2 6-8 65 43 21.4 23.9 23.6 875 2.7 RS-3 6-8 67 45 17.2 10.2 Responsive a ResouruefvI m Rol ioble EXPLORAI'lON AND TESTING 1:90CEUURES 2 of 2 SIYr- LOCATION AND EXPLORATION PLANS Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. I EXPLORATION PLAN VCWRF Misc. Switchgear Replacement Phase II Arlington, Tarrant County, Texas April 9, 2020 Terracon Project No. 95185020 1 ar.J M � yF AiM w4� Rif . awR ir IR'P I nip w no kp �J rim y'a'iJ�s�ll� 4e P- I "RAM IA FOR RFNFRAI I OCATIC)N ONI Y- AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES C e RS—'I rerrucon GedRepnf t MAPS EXPLOri KHON RESULTS Contents: Boring Logs (RS-1, RS-2, and RS-3) Note: All attachments are one page unless noted above. BORING LOG NO. RS-1 Page 1 of 1 PROJECT: VCWRF Misc. Switchgear Replacement CLIENT: Gupta & Associates, Inc. Phase II Dallas, Texas SITE: 4500 Wilma Lane Arlington, Texas i Cr C7 LOCATION See Exploration Plan w z STRENGTH TEST o ATTERBERG LIMITS o I } U Latitude: 32,7755' Longitude:-97.1413' LL O a LU W F (0 tw- � W z j H J a x ¢ M d LU �] w w a Ofn w w }a} F WU�' rr w 2 Z ¢w , z }� =� LL-PL-Pt 2 C7 m Q rL� w 2�- I U ow DEPTH U) M 0 rn 0 rn FILL -SANDY LEAN CLAY tCL1, with gravel, orange o and dark brown, stiff 1.25 (HP) 28 FAT CLAY (CH), trace sand, dark brown, stiff to hard I d I 1.5 (HP) 27 66-23-43 I 4.5+ (HP) UC 14.32 6.4 17 117 I t: 5 2 'tllj 4.5+ (HP) UC 7.94 6.4 19 112 64-21-43 1 I — I 12.0 FAT CLAY (CH), brown, very stiff 2.5 ( HP) UC 2.05 15 19 110 I 1 i 3 2.25 (HP) UC 3.05 15 19 112 I 2 s 3.25 (HP) 25.0 Boring Terminated at 25 Feet ' Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic w u) i Advanoement Method: See Exploration and Testing Procedures for a Notes: rL Dry Auger description of field and laboratory procedures o J used and additional data (If any). Q See Supporling Information for explanation of o Abandonment Method: symbols and abbreviations. z Boring backfilled with auger cuttings upon completion. w c� o WATER LEVEL OBSERVATIONS I r Z 16 it while drilling m 20 ft at completion of drilling u� 2501 E Loop 820 N x Fort Worth, TX Boring Started: 03-20-2020 Boring Completed: 03-20-2020 IDrill Rig: Truck I Driller: StrataBore No,:95185020 J W O Z 0 0 ti 0 w 0 BORING LOG NO. RS-2 Page 1 of 1 PROJECT: NCWRF Misc. Switchgear Replacement CLIENT: Gupta & Associates, Inc. Phase II Dallas, Texas SITE: 4500 Wilma Lane Arlington, Texas W LOCATION See Erhlrn, tout i=iiin w Z a STRENGTH TEST ATTERBERG LIMITS g = Latitude: 32.7772° Longitude:-97.141 ° _ > L a w F- r F o �- W Z H a W co? o w 0 rl ~ W Lu� !LW J g qy Lu F Wz� XWt' z Q aF Z �C7 Q LL-PL-PI 2 [7 o am Q w w 2�- F O U u DEPTH O 0 rn m LEAP CLAY (CL), dark brown, stiff 1.5 (HP) 23 49-18-31 2.0 FAT CLAY !CH], trace sand, dark brown, stiff to hard 1.5 (HP) 28 2.25 (HP) LIC 2.17 15 24 101 5 4.5+ (HP) 21 65-22-43 4.5+ (HP) i 17 1 12.0 FAT CLAY (CH), brown, medium stiff to very stiff 2.5 (HP) LIC 2.83 14.7 21 106 15 S i 2.25 (HP) 20 —� 1.0 (HP) LIC 2.38 15 21 108 25.0 2 Boring Terminated at 25 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: Dry Auger See ^ : i and 1 lures for a Notes: description of field and laboratory procedures used and additional data (If any). See ", ., - ... : -1 for explanation of symbols and abbreviations. Abandonment Method: Boring backfil led with auger cuttings upon completion. WATER LEVEL OBSERVATIONS r f Baring Started: 03-20-2020 Boring Completed: 03-20-2020 20 8 while drilling i � rr co 2501 E Loop 820 N Drill Rig: Truck Driller: StraiaBore 20 ft at completion of drilling Fort Worth, TX Project No.: 95185020 n 0 z 0 0 h 0 BORING LOG NO. IDS-3 Page 1 of 1 PROJECT: VCWRF Misc. Switchgear Replacement CLIENT: Gupta & Associates, Inc. � Phase II Dallas, Texas SITE: 4500 Wilma Lane Arlington, Texas Of w C7 LOCATION See Exploration Plan r w z W F STRENGTH TEST q ATTELIMITS BRG a W co a g Latitude: 32.7773" Longitude:-97.1439" _ 0 ¢ rn vy H � iY z r a a ¢ h a K] � W w n_ ❑� v�i W w zt. ¢ z � 9 LL-PL-PI 0 rr C7 p ¢rn 0 rim iL nW 0 0 G CJ QW DEPTH 0 Uhl ILL - SANDY LEAN CLAY CL , with gravel, orange and dark brown, very stiff 2.5 (HP) 15 42-14-28 - z.o I _ FAT CLAY (CH), trace sand, dark brown, hard 2.75 (HP) 23 4.5+ (HP) UC 8.15 5.7 19 112 1 ( l i 5 I i 2 4.5+ (HP) 17 67-22-45 4.5+ (HP) UC 11,80 3.2 17 113 i I- 1 12.0 FAT CLAY (CH), brown, hard 4.5+ (HP) 18 1 17.0 FAT CLAY CH , with calcareous nodules, brown, ' very stiff S 2,75 (HP) UC 2.85 15 19 110 2 2.5 (HP) UC 2.10 15 21 106 25.0 25 ) Boring Terminated at 25 Feet Stratification lines are approximate. in -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exploration and Testing Procedures for a Notes: Dry Auger description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with auger cuttings upon completion. WATER LEVEL OBSERVATIONS 1rerracon Boring Started: 03-20-2020 Boring Completed: 03-20-2020 Not encountered while drilling Not present at completion of drilling Drill Rig: Truck Driller: Strata8ore 2501 E Loop 820 N Fort Worth, TX Project No.: 95185020 �UPP©RI ING IP"FORMATION Contents: Unified Soil Classification System General Notes to Log Terms Note: All attachments are one page unless noted above. UNIFIED SOIL. CLASS [7—'-'TIC KI SYSTEM Criteria for AssigtnIng GroLi13 Syinbois and Group Narnes Using Laboratory Tests Coarse -Grained Soils: More than 50% retained on No. 200 sieve Fine -Grained Soils: 50% or more passes the No. 200 sieve Highly organic soils: Clean Gravels: Cu >- 4 and 1 < Cc <- 3 E Gravels: Less than 5% fines Cu < 4 and/or [Cc<1 or Cc>3.0] E More than 50% of coarse fraction Fines classify as ML or MH GM Silt ravel F• c, H retained on No. 4 sieve Gravels with Fines: More than 12% fines c Fines classify as CL or CH GC I Clayey gravel F. c H GWGReport Sands: 50% or more of coarse fraction passes No. 4 sieve Boll Classi#icatlar� Group Group Narrle Symbol GW I Well -graded gravel F GP ! Poorly graded gravel F Clean Sands: Less than 5% fines ° Cu > 6 and 1 <_ Cc < 3 E SW Well -graded sand Cu < 6 and/or [Cc<1 or Cc>3.01 E SP Poorly graded sand Sands with Fines: More than 12% fines D Fines classify as ML or MH SM Silty sand c, H, I Fines classify as CL or CH SC Clayey sand G, H, E Inorganic: PI > 7 and plots on or above "A" CL Lean clay K, L. M Silts and Clays: PI < 4 or lots below "A" lines ML Silt K. i., M Liquid limit less than 50 Liquid limit - oven dried Organic clay K. L, M N Organic: < 0.75 OL Silts and Clays: Liquid limit 50 or more Liquid limit - not dried Organic silt K, L, M, 0 Inorganic: PI plots on or above "A" line CH Fat clay K, E. M PI plots below "A" line MH Elastic Silt K L M Organic: Liquid limit - oven dried <0.75 Liquid limit - not dried OH Organic clay K. L. M. P Organic silt K, t_, nn, a irganic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. H if fines are organic, add "with organic fines" to group name. a If field sample contained cobbles or boulders, or both, add "with cobbles I If soil contains >- 15% gravel, add "with gravel" to group name. or boulders, or both" to group name. -i If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. c Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded K If soil contains 15 to 29% plus No. 200, add "with sand" or "with 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 clay. L If soil contains ? 30%plus No. 200 predominantly sand, add Sands with 5 to 12% fines require dual symbols: SW-SM well -graded "sandy" to group name. sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded sand with sill, SP-SC poorly graded sand with clay. MIf soil contains ? 30% plus No. 200, predominantly gravel, add °gravelly" to group name. � (D 30 N PI > 4 and plots on or above "A" line. E Cu = DW/Dio Cc = p PI < 4 or plots below "A" line. DO X D., P PI plots on or above "A" line. F If soil contains >- 15% sand, add "with sand" to group name. Q PI plots below "A" line. c If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. 60I a. For classification of fine-grained / soils and fine-grained fraction , i 50 of coarse -grained soils - - v��`�, --� Equation of "A" -line a� , P Horizontal at PI=4 to LL=25.5. x40 then PI=0.73 (LL-20) ------ tl y t��- 10 Equation of "U" line /' Z Vertical at LL=16 to PI=7, 30 then PI=0.9 (LIA) - - Z3 I {0 I �o- ri MH or OR 7 ---- I I o - - I ML or ®L 0 10 16 20 30 40 50 60 70 80 90 100 11C GENERAL NOTES T4 LOG TERM 1rerriacon Veo a oxf SAMPLING WATER LEVEL � FIELD TESTS V WAIN InIkIally N Standard Penetration Test Core Entaamt�;red Resistance (Blows/Ft) Cti r ga Water tAvel Mare Specufed Ferkxt at Time(MP} Nand Penetrometer {grab "y V id" Lionel Alter (T) Torvane Uampte �"i ue is Specified Period of Tirm (DCP) Dynamic Cone Penetrometer °mad olo Gone Water levels indicated on the soil boring logs are the levels UC Unconfined Compressive Strength Pxn� w Tmeasured in the borehole at the times indicated. ►�3r Groundwater level variations will occur over time. In low permeability soils, accurate determination for groundwater (PID) Photo -Ionization Detector levels is not possible with short term water level observations. (OVA) Organic Vapor Analyzer 0I=2ICRiPTIV 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 9200 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 - grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. LOCATION AN13 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. STRENGTH TERMS RELATIVE DENSITY OF COARSE -GRAINED SOILS CON WSTENCY OF FINE-GRAINED SOILS (50% or more pesatng the No- 200 stove-) (Mae thigh 5Q% iaiained on No. 200 sinva-) C cirlaisi I eviuy delermined * laboratory shoal su"Uth testIng, fiald vlouni-fllorhuaJ Deneily determined by Standard Panetri�iiori Rosisluinc:e proceyur3es-ors1andardpenelintiorl raalstenee Standard Penetration or Descriptive Term I Descriptive Term Unconfined Compressive Strength Standard Penetration or N-value N-value (Density} (Consistency) Qu, (tsf) Blows/Ft. Blows/Ft. Very LnnsP 0 - 3 — �Very Gaft Less than 0.25 0-1 I nnge 4-9 Soft 025 to 0 5 2_ 4 Madiiim nnnsn 10 —29 Medium Stiff 0.5 to 1.00 4-8 Dense 30 — 50 Stiff 1.00 to 2.00 8 — 15 Very Dense >50 Very Stiff 2.00 to 4.00 15 — 30 Hard >4.00 >30 RELATIVE PROPORTIONS OF SAND AND GRAVEL Dascriptiva Torrn(s) of Percent of athor canmiluen1v dry Wdight _ Trace <15 With Mnrfifier 15-29 >30 GRAIN SIZE TERM Major {:ornpanenl Df Sample Parilc lv Size Boulders — Over 12_in}300 mmi Cnhhlec 12 in. to 3 in. (300 mm to 75 Gravel 3 in. to #4 sieve (75mm to 4 Sand #4 to #200 sieve (4.75mm to 0. Silt or Clay Passing #200 sieve J0.a75j RELATIVE PROPORTIONS OF FINES Descriptive Torm(3) of Percent of -attlgf ps;t tuentts Dry Weight Trace <5 With Modifier 5-12 >12 PLAS71CITY DESCRIPTION TerraIasi�at Infix. — Non -plastic 0 Low Medium Hiqh 1-10 11 — 30 >30 %'-NC-6m06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT IN17ENTIONALLY BLANK CITY OF FORT WORTH Village Creek WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No. 02648 Revised July 1, 2011 otr WORTHNive— REQUEST FOR M/SBE CONTRACT GOAL Check type of contract: � Construction 0 CMAR 0 Construction Management 0 DesignlBuild 0 Professional = CIS/P Other, please explain DEPT. Name: Water First Advertise Date: 06/18/2020 Date to MWBE Office: 06/08/2020 IS THIS CONTRACT ASSOCIATED WITH TRV? Yes ❑ No 0 OR WITH SH-121TR Yes ❑ No M Dollar valuc of TRV contract portion $ SH-121TR contract portion $ IS THIS A FEDERALLY FUNDED CONTRACT? Yes ❑ No[]✓ IS THIS A CIP CONTRACT? Yes❑✓ No❑ IS THIS A BOND FUNDED CONTRACT? Yes ❑ No 0 If yes, what year Construction: IS THIS A LUMP SUM CONTRACT? Yes 2] No❑ BID DATE 07/09/2020 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 Q IS THIS A REVISION? Yes ❑ No❑✓ If yes, enter the revision number IS THIS A CHANGE ORDER? Yes ❑ No ❑✓ Enter # F] Contractor: IS THIS AN AMENDMENT? Yes❑ No[Z]Enter # E:] Design Firm: Gupta & Associates, Inc. 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) Phase II Electrical Imporvements Check applicable boxes: ❑ Concrete Paving ❑ Asphalt Paving ❑ Drainage ❑ Water ✓ Sewer f ❑ Other Alternates Capital Project'# CO2648-2 DOE/Other Project# TOTAL CONTRACT ESTIMATE: $ 7,460,000 (Please ATTACH individual sub -totals for contracts with multiple unitslsections including contingency. If the documentation Is not clear and concise, it will be returned to the department.) Farida Goderya Project Manager Farida Goderya p I.,2020n06081 43a42 0' EXT. X 8214 Project Manager Signature DATE: 06/08/2020 Name of Design Firm Gupta & Associates, Inc Check here to acknowledge that If pay item quantities are added to the proposal section after an MISBE goal has been / provided by the MNUBE Office, the revised proposal must be submitted to the MIWBE Office for review. A compliance 7� review will not be performed If additional pay items or quantities, which will potentially impact the MISIDBE goal, are added to the proposal section after the issuance of a WSBE goal. THIS PORTION TO BE COMPLETED BY M1WBE OFFICE Prof. SBE Goal Const. MBE Goal Const. SBE Goal MISBE PROJECT GOAL: I %] L E % % If the goal provided by the only authorized entity, the MW13E Office staff is modified In any way, the submission of the follow-up comp Dance ocumen a ion will be null and void. Comments: MIWBE CCS: G Lat& EXT: ( '15- DATE: C4 Rev. 07/24/12 GC-6o07 Wage bates THIS PAGE LEFT INTENTIONALLY BLAND CITY OF FORT WORTH Village Creels WRF Miscellaneous Switchgear Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 02648 Revised July I, 2011 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