Loading...
HomeMy WebLinkAboutContract 55855~ RECE\\JED (. JI.I~ 1 7 202i crrY Or fQRi \NORirl crrY stCRETARY FORT WORTH ., ,,,., .. PROJECT MANUAL FOR CITY SECRETARY CONTRACT NO . 55 o SS THE CONSTRUCTION OF Village Creek Water Reclamation Facility South Flow Lift Station Betsy Price Mayor City Project No. 100075-2 Chris Harder, P.E. Director, Water Department Charly Angadicheril David Cooke City Manager Assistant Director Plant Operations, Water Department Farida Goderya, PhD , P.E. Facilities Senior Project Manager Prepared for The City of Fort Worth Water Department CONFORMED ISSUED FOR CONSTRUCTION VOLUME 1 of3 April 2021 CDMth Sm1 .... ... * . ~~-~ ... ~: ... ~.<?. ~ ! ~.~.<?. ~. ~ .... ,P, 9027 1 ~ /~ ~-.(~ I S1t~\··~ ~4 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 801 Cherry Street, Unit 33, Suite 1820 Fort Worth, Texas 76102 TBPE Firm No . F-3043 In Association With : ~~o~~ 02 /25 /2021 FREESE ~NICHOLS THIS PAGE INTENTIONALLY LEFT BLANK VILLAGE CREEK WATER RECLAMATION FACILITY SOUTH FLOW LIFT STATION PROJECT CITY PROJECT NO. 100075-2 Specification Seals April 2021 ................................. ~ .... ,p, 9027 1 ~ .:''/:; ~---~c c~~---~ ~si·f ~1 ~..-"r-S "' ~,~~ ~~ob~ 02(25(2021 COM Smith Inc . TBPE Firm Registrat ion No . F-3043 COM Sm ith Inc . TBPE Firm Registration No . F-3043 Page 1 of6 Specification Section Division 01 099010 09 9100 Division 22 40 05 06 40 05 07 40 0519 40 05 24 40 05 51 400553 40 05 57 40 05 59 .23 40 05 62 40 05 65 .33 40 05 78 .21 40 05 78 .23 43 1119.15 43 2513 44 3133 404213 Specification Sections Division 02 03 3413 Divis i on 31 Division 32 except 32 9119, 32 92 13 Division 33 except 33 3113 .01 , 33 31 70, and 35 3119.16 VILLAGE CREEK WATER RECLAMATION FACILITY SOUTH FLOW LIFT STATION PROJECT CITY PROJECT NO. 100075-2 Specification Seals April 2021 COM Smith Inc . TBPE Firm Registration No . F-3043 JQ Infrastructure, LLC TBPE Firm Registration No . F-7986 Page 2 of 6 Spec ificat ion Sections 31 OS 15 3109 00 312000 312319 31 so 00 Specification Sections Division 03 Division 05 VILLAGE CREEK WATER RECLAMATION FACILITY SOUTH FLOW LIFT STATION PROJECT CITY PROJECT NO. 100075-2 Specification Seals April 2021 CDM Smith Inc . TBPE Firm Registration No . F-3043 COM Smith Inc . TBPE Firm Registration No . F-3043 Page 3 of6 Specification Sections 46 2111 46 21 53 46 21 73 Specification Sections Division 22 Division 23 , except 23 09 23 .27 VILLAGE CREEK WATER RECLAMATION FACILITY SOUTH FLOW LIFT STATION PROJECT CITY PROJECT NO. 100075-2 Specification Seals April 2021 COM Smith Inc . TBPE Fi rm Registration No. F-3043 COM Smith Inc . TBPE Fi rm Registration No . F-3043 Page 4 of6 Specification Sections Division 26 40 OS 93 .23 Specification Sections 23 09 23 .27 27 15 23 40 6100 40 6121 .20 40 61 26 40 6196 40 62 63 40 63 43 40 6613 40 6717 40 67 33 40 67 63 40 68 63 40 68 66B 40 70 00 40 70 OOA 40 7166 40 72 23 40 72 76 40 7313 40 78 56 VILLAGE CREEK WATER RECLAMATION FACILITY SOUTH FLOW LIFT STATION PROJECT CITY PROJECT NO. 100075-2 Specification Seals April 2021 Specification Sections 03 3413 3110 00 ,,,,,,,,, 312316 -"~ OF r '• 31 25 00 -~~~ •••••••• ~-+: •• 32 9119 -··*·--1, -0.• ·.u'' 32 92 13 -. . ' ,*: ··*' 33 0130 "'*: ~*, 33 01 31 , .......................... " 33 04 so ~ AMANDA N . JOHNSON ~ ~ .......................... "' 33 05 10 -0. • Q:"' 33 05 13 ,,~··. 131706 /lJ.J.: I 0-<'•. <1c ~<;) ··~~-33 OS 14 If ~ • •• E"NS •• • :-..;: -33 OS 17 • • &s ·······~~c,--33 OS 26 '\ ~ONAL ,"-33 OS 30 ,,,,,, 33 1105 ~~~ 33 3113 .01 33 31 70 33 3910 33 39 20 33 39 60 CDM Smith Inc. TBPE Firm Registration No . F-3043 Page 5 of 6 VILLAGE CREEK WATER RECLAMATION FACILITY SOUTH FLOW LIFT STATION PROJECT CITY PROJECT NO. 100075-2 Specification Seals April 2021 THIS PAGE INTENTIONALLY LEFT BLANK Page 6 of 6 00 00 00 CONSTRUCTION SPECIFJCA TION DOCU MENTS SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 -Procurement and Contracting Documents 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 I 3 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict oflnterest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form 00 42 43 Schedule of Suppliers 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Non-Resident Bidder 00 45 11 Bidders Pre-qualifications 00 45 I 2 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal COVID-19 REVISION 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 6 I 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements OJ 11 00 Summary of Work OJ 25 00 Substitution Procedures 01 26 00 01 29 33 01 31 19 01 31 20 01 32 I 3 01 32 16 01 32 33 01 32 35 0 l 33 00 OJ 35 13 OJ 35 13 .24 01 40 00 01 42 00 01 45 23 01 45 27 01 50 00 01 57 13 01 58 13 01 60 00 Contract Modification Procedures Measurement and Payment Preconstruction Meeting Project Meetings Schedule of Values Construction Progress Schedule Preconstruction Video Aerial Photographic Documentation Submittals Special Project Procedures Special Procedures for MOPO and Sequence of Construction Quality Requirements References Testing and In s pection Services Equipment Testing and Start Up Temporary Facilities and Controls Storm Water Pollution Preve ntion Plan Temporary Project Signage Product Requirements C ITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS A pril 202 I Page I of6 VCWRF South F low Lift Stat io n C ity Project No . I 00075 -2 00 00 00 CONSTRUCT ION SPECIFICATION DOCUMENTS 01 66 00 01 70 00 01 71 23 01 73 00 01 74 23 017719 01 78 23 01 78 24 01 78 39 01 88 19 Product Storage and Handling Requirements Mobilization and Remobilization Construction Staking and Survey Execution Cleaning Closeout Requirements Operation and Maintenance Data Asset Management Project Record Documents Tightness Testing Performance Requirements Division 02 -Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 -Concrete 03 11 00 Concrete Forming 03 15 00 Concrete Accesso rie s 03 20 00 Concrete Reinforcing 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 60 00 Grouting 03 74 00 Modifications to Existing Concrete Division 05 -Metals 05 05 33 Anchor Systems 05 12 00 Structural Steel Framing 05 50 00 Miscellaneous Metal Fabrications 05 52 15 05 53 16 05 54 6 3 Aluminum Handrail s and Railings Aluminum Grating Floor Access Hatch Covers Division 09 -Finishes 09 90 10 Shop Priming 09 91 00 Painting Division 22 -Plumbing 22 05 13 Common Motor Requirements for Plumbing Equipment 22 14 29 Sump Pumps Division 23 -Heating, Ventilating, and Air Conditioning (HV AC) 23 05 13 Common Motor Requirements for HY AC Equipment 23 05 16 Expansion Fitting and Loops for HY AC Ductin g 23 05 29 Hangers and Supports for HY AC Piping and E quipment 23 05 53 Identification for HY AC Piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HY AC 23 09 23.12 Control Dampers 23 09 23.27 Temperature In str uments 23 31 16 Nonmetal Ducts CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Ap ril 2021 Page 2 of6 VCWRF So uth Flow Lift Stat ion City Project No . 100075-2 00 00 00 CONSTR UC TI ON SPEC IFI CATION DOCU M EN TS 23 33 00 23 34 23 Air Duct Accessories HV AC Power Ventilators Division 26 -Electrical 26 05 00 Common Work Results for Electrical 26 05 03 Equipment Wiring Connections 26 05 10 Demolition for Electrical Systems 26 05 13 Medium-Voltage Cables 26 05 I 9 Low-Voltage Electrical Power Conductors and Cables 26 05 23 Control-Voltage Electrical Power Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical System 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 44 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 48 .16 Seismic Controls for Electrical Systems ' 26 05 53 Identification for Electrical Systems 26 05 73 Power System Studies 26 05 91 Coordinated Electrical House 26 08 00 Commissioning of Electrical Systems 26 12 19 Pad-Mounted , Liquid Filled , Medium Voltage Transformers 26 13 29 Medium-Voltage , Pad-Mounted Switchgear 26 23 00 Low-Voltage Switchgear 26 24 19 Motor Control Centers 26 27 26 Wiring Devices 26 28 16 Enclosed Switches and Circuit Breakers 26 29 23 Variable-Frequency Motor Controllers 26 43 13 Surge Protection for Low-Voltage Electrical Power Circuits 26 51 19 LED Interior Lighting 26 52 13 Emergency and Exit Lighting 26 56 19 LED E xterior Lighting Division 27 -Communications 27 15 23 Communications Optical Fiber Horizontal Cabling VOLUME2 Division 31 -Earthwork 31 05 15 Soils and Aggregates for Earthwork 31 09 00 Geotechnical Instrumentation and Monitoring 31 10 00 Site Clearing 3 1 20 00 Earthwork 31 2 3 16 Unclassified Excavation 3 I 23 19 Dewatering 31 25 00 E ro s ion and Sediment Control 3 1 50 00 Excavation Support and Protection C ITY O F FO RT WO RT H CONST RUCT ION SPECIFICATION DOCUMENTS A pril 202 1 Page 3 o f6 VCW RF So uth Flow Lift Stati o n City Project No. I 00075-2 00 00 00 CON STRUCTION SPECIFICATION DOCU MENTS Pa ge 4 of6 Division 32 -Exterior Improvements 32 11 23 Flex Base Courses 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Curb Gutter and Valley Gutter 32 31 13 Chain Link Fence and Gates 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydromulching, Seeding, and Sodding Division 33 -Utilities 33 01 30 Sewer and Manhole Testing 33 0 I 31 Closed Circuit Televi s ion (CCTV) Inspection 33 04 10 Joint Bonding and Electrical Isolation 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 03 General Piping Requirements -Buried 33 05 10 Utility Trench Excavation , Embedment, and Backfill 33 05 13 Frame Cover and Grade Rings -Cast Iron 33 05 13 Frame Cover and Grade Rings -Composite 33 05 14 Adjusting Manholes , Inlets , Valve Boxes , and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts , Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyviny l Chloride (PVC) Pre ss ure Pipe 33 12 1 1 Large Water Meters 33 12 20 Re s ilient Seated (Wed ge) Gate Valve 33 12 25 Co nnection to Exis tin g Water Main s 33 12 30 Combination Air Val ve Assemblies for Portable Water Systems 33 12 50 Water Sampling Stations 33 13 05 Cleaning, Inspection Pressure Testing of Pipeline s 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 13.01 Fiberglass Reinforced Pipe for Pressure Sewers 33 31 70 Co mbination Air Valves for Sanitary Sewer Force Mains 33 39 IO Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 35 -Waterway and Marine Construction 35 3119.16 Concrete Unit Masonry Revetments Division 40 -Process Interconnections 40 05 06 Co uplin gs, Adapters, and Specials for Process Piping 40 05 07 Hange rs and Supports for Process Pipin g 40 05 19 Ductile Iron Proce ss Pipe C ITY O F FORT WORTH CONSTRUC T ION S PECIF ICATION DOCUMENTS A pril 2021 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075-2 00 00 00 CONSTR UCT ION SPEC IFICAT ION DOCUMENTS 40 05 24 40 05 51 40 05 53 40 05 57 40 05 59 .23 40 05 62 40 05 65 .3 3 40 05 78.21 40 05 78 .23 40 05 93.23 404213 Steel Process Pipe Common Requirements for Process Valves Identification of Process Piping Actuators for Process Valves and Gates Stainless Steel Slide Gates Plu g Valves Rubber Flapper Check Valves Air Release Valves for Wastewater Service Air Vacuum Valves for Wastewater Service Low-Voltage Motor Requirements for Process Equipment Process Piping Insulation Pa ge 5 of6 40 61 00 40 61 21.20 40 61 26 Process Control and Enterprise Management Systems General Provision s Process Control System Testing 40 61 96 40 62 63 40 63 43 40 66 13 40 67 17 40 67 33 40 67 63 40 68 63 40 68 66B 40 70 00 40 70 OOA 40 71 66 40 72 23 40 72 76 40 73 13 40 78 56 Process Control System Training Process Control Descriptions Operator Interface Terminals Programmable Logic Controllers Switches and Routers Indu strial Enclosures Panel Wiring Panel Mounted UPS Configuration of DCS HMI Software Configuration of DCS Controller Software Instrumentation for Process Systems In strumentation List Tran s it Time Flow Meters Radar Level Meters Level Switches Pressure Gauges Isolators , Intrinsically Safe Barriers, And Surge Suppressors Division 43 -Process Gas and Liquid Handling, Purification and Storage Equipment 43 11 19.15 Corrosion Re s istant Centrifugal Fans 43 25 13 Submersible Solids Handling Pumps Division 44 -Pollution and Waste Control Equipment 44 31 33 Odor Control Bioscrubbing Equipment Division 46-Water and Wastewater Equipment 46 05 53 Identification for Water and Wastewater Equipment 46 21 11 Climber Ty pe Bar Scree ns 46 21 53 Perforated Place Screens 46 21 73 VOLUME3 Appendix GC-4.02 Screenings Washing and Compacting Equipment Subsurface and Ph ys ical Conditions AGG Report No . DE2 0-074 AGG Report No . DE20-074-02 AGG Report No. DE-074-03 C ITY OF FORT WORTH CONSTRUCTI ON SPEC IFICA TION DOCUMENTS A pril 202 1 YCWRF So uth Flow Lift Stat ion C ity Project No . I 00075 -2 00 00 00 CONSTR UCT ION SPECIFICATION DOCUMENTS CP&Y SU E Drawin g and Report for 90" RCP-INF CP&Y SUE Drawing for 96 " RCP-INF GC-6.06.D Diversity Business Equity Division Specifications Special In structions for Offerors Bu s iness Equity Utilization Form Prime Contractor Waiver Form Good Faith Effort Form GC-6.07 Wage Rates Page 6 of6 Prevailing Wage Rates (Heavy and Hi ghway Construction Projects) Prevailing Wage Rates (Commercial Construction Projects) GR-01 60 00 Product Requirements Standard Product Li st Emerson Ovation Integration Pre-Negotiated Price Proposal Village Creek South Flow Pump Station Physical Hydraulic Model Study END OF SECTION C ITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS A pril 2021 YCWRF South Flow Lift Station C ity Proj ec t No . I 00075 -2 Division 00 Procurement and Contracting Documents THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth, Texas Mayor and Council Communication DATE: 05/18/21 M&C FILE NUMBER: M&C 21-0356 Ll AME: 60VCWRF SOUTH INFLUENT LIFT STATION-CRESCENT & COM SUBJECT (CD 5) Authorize Execution of Amendment No . 6 to an Engineering Agreement with COM Smith , Inc., in the Amount of $785 ,500 .00 , for Village Creek Water Reclamation Facility South Influent Pump-Lift Station , Authorize Execution of a Contract w ith Crescent Constructors , Inc. in the Amount of $19 ,993 ,000 .00 for Village Creek Water Reclamat ion Facility South Influent Pump -Lift Station , Provide for Project Costs for a Project Total in the Amount of $21 ,743 ,164 .00 , Adopt Resolution Expressing Official Intent to Re imburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council : 1. Authorize execution of Amendment No. 6 to City Secretary Contract No . 49049 in the amount of $785 ,500 .00 , an engineering agreement w ith COM Smith , Inc. for construction support services for Village Creek Water Reclamation Facility South Influent Pump Station project for a revised contract amount of $4 ,833 ,369 .00 ; 2 . Authorize execution of a contract with Crescent Constructors, Inc. in the amount of $19 ,993 ,000 .00 for the Village Creek Water Reclamation Facility Grit Facility & South Influent Pump Station project; 3 . Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Water Reclamation Facility South Influent Pump Station project; and 4 . Adopt the attached appropriation ordinance adjusting appropriations in the Water and Sewer Commercial Paper Fund by increasing appropriations in the Village Creek Water Reclamation Facility Grit Facility and South Influent Pump Station project (City Project No . 100075) for the amount of $21 ,743 ,164 .00 and by decreasing appropriations in the Unspecified project (City Project No . UNSPEC) by the same amount. ~USSION: On May 2 , 2017 , Mayor and Council Communication (M&C C-28213) authorized an engineering agreement with COM Smith , Inc., (City Secretary Contract No. 49049), in the amount of $1 ,570 ,965.00 to evaluate and design the Grit Removal Process at the VCWRF . The agreement was subsequently revised by Amendment No . 1 authorized September 18, 2018 (M&C C-28857) in the amount of $885 ,755 .00 for the design of the South Influent Pump Station (PS), associated sewer, force main and ancillary improvements. Amendment No . 2 was administratively authorized February 7 , 2019 in the amount of $71 ,993 .00 for physical modeling to investigate and grit facility influent splitter box configuration and the tie-in to the Headworks facility . Amendment No . 3 was authorized April 7 , 2020 (M&C 20-0159) in the amount of $114 ,939 .00 for physical modeling for the South Flow Pump Station , additional odor control design and Grit Influent Splitter Box water jet system modifications . Amendment No . 4 was authorized May 19, 2020 (M&C 20-0346) in the amount of $705 ,000 .00 for construction support services for construction of the new grit facility at VCWRF . Amendment No . 5 was authorized September 22 , 2020 (M&C 20-0700) in the amount of $699 ,217.00 for additional services that included screen evaluation and design , odor control evaluation , emergency diversion design , structural rehabilitation design , gate improvements, flood plain permit and geotechnical investigation . As part of Amendment No. 6 , the engineer will perform construction support services for construction of the lift station that includes shop drawings and submittals reviews , change order review , record drawings , update plant operational manual , prepare and submit floodpla in LOM , prepare and submit levee certification report. Construction of the project was advertised for bid on March 4 , 2021 and March 11 , 2021 in the Fort Worth Star-Telegram . On April 8 , 2021 , the following bids were received : Bidder Crescent Constructors, Inc. Archer Western Construction , LLC r ";ontractors , Inc. e Contracting , LP Thalle Construction Co ., In Base Bid Contract Tim 39 Calendar ays In addition to the contract cost , $564 ,804 .00 is required for project management and inspection and $399 ,860 .00 is provided for project contingency . This project will have no impact on the Water Department operating budget when complete . 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 . Once debt associated with th is 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 . Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable . Adoption of the attached resolution does not obligate the City to sell bonds , but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds . Funding for the Village Creek Water Reclamation Facility Grit Facility & South Influent PS Project is depicted below : FUND Existing Additional Project Total* Appropriations Appropriations Water & Sewer Bond 2017 A Fund $1 ,870 ,965 .00 $0 .00 $1 ,870 ,965 .00 56011 WS Cap ital Project $1 ,035 ,755 .00 $0 .00 $1 ,035 ,755 .00 2019 Fund 56016 W&S Commercial $27 ,552 ,151 .00 $0 .00 $27 ,552 ,151 .00 Paper Fund 56017 W&S Commercial Paper Fund 56019 $1,379 ,389 .00 $0 .00 $1 ,379 ,389 .00 (Bond 2021) W&S Commercial $0 .00 $21 ,743 ,164 .00 $21 ,743 ,164.00 Paper Fund 56020 !Project Total 11 $31 ,838 ,260 .oo JI $21 .743 , 164 .oo ll$53 .581,424 .oo l *Numbers rounded for presentation purposes . Office of Busineess Equity : Crescent Constructors , Inc. is in compliance w ith City 's Bus iness Equ ity Ordinance by committing to 14 percent Business Equity participation on this project. The City 's Business Equity goal on this project is 11 percent. Office of Busineess Equity : COM Smith , Inc . is in compliance with the City 's BOE Ordinance by committing to six precent SBE participation on this amendment. The project is located in COUNCIL DISTRICT 5 VCWRF serves all COUNCIL DISTRICTS . FISCAL INFORMATION/ CERTIFICATION: The Director of Finance certifies that funds are currently available in the UNSPEC project within the W&S Commercial Paper Fund and 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 Grit Fae & S Influent PS project to support the approval of the above recommendations and execution of the amendment to the agreement and contract. Prior to an expenditure be ing incurred , the Water Department has the responsibility of verifying the availability of funds . Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Farida Goderya 82 14 Expedited City of Fort Worth Village Creek Water Reclamation Facility South Flow Lift Station Project City Project No. 100075-2 ADDENDUM NO. 1 March 24, 2021 BID RECEIPT DA TE APRIL 8, 2021 00 05 15 ADD EN DUM NO. I Pa ge I o f 14 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project must be received by 1:30 PM CST on Thursday, April 8, 2021. Bidders must acknowledge receipt of this Addendum below, and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid . Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I. INFORMATION A. The project bid date has been changed to Thursday, April 8, 2021. Bids must be received by I :30 PM CST. All other contractual requirements stay the same . B. Prequalification requirements are required for pipeline work, whether the pipeline work is done by prime or Subcontractor, they must be on the Fort Worth Water Department's pre-qualification list for pipeline work . The requirements are detailed in Specification Sections 00 41 00 and 00 45 I 2. C . 00 42 43 SCHEDULE OF SUPPLIERS must be submitted within 48-hours after Bids are received. Send to Farida Goderya (Farida.Goderya(ci)fortworthtexas.gov ) and Amy Robinson ( robinsonar(ci)cdmsm ith .com ). D. The updated Bid Proposal Form Excel spreadsheet has been uploaded to the B1M360 Bidding Folder and made available for Bidder's use in developing Bid Proposal. Bidder 's shall use at own risk and verify formulas and rounding functions in the spreadsheet prior to assure Bid Value is correct. The City and Engineer are not re s ponsible for errors in the Bid Proposal Form Spreadsheet. II. SPECIFICATIONS A . Delete the following Specification Sections entirely and replace w ith the attached Specifications. I. 00 41 00 -BID FORM 2 . 00 42 43 -PROPOSAL FORM 3 . 00 42 43 -SCHEDULE OF SUPPLIERS 4 . 23 31 16 -NONMETAL DUCTS 5. 40 61 26 -PROCESS CONTROL SYSTEM TRAINING 6 . 40 63 43 -PROGRAMMABLE LOGIC CONTROLLERS B . Add the following Specification Section . 1. 35 31 19 .16 -CONCRETE UNIT MASONRY REVETMENTS CITY OF FORT WORTH CONST RUC TIO N SPECIF ICAT ION DOCUMENTS Ma rch 202 1 YCWRF So uth Flow Lift Stati on C ity Project No . 100075-2 C . 00 52 43 -AGREEMENT l . Article 4.1 Final Acceptance a. Delete Article 4.1 entirely and replace with the following. "4.1 Final Acceptance . 00 OS IS ADDENDUM NO . I Page 2 o f 14 The Work will be substantially complete within 578 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions , plus an y extension thereof allowed in accordance with Article 12 of the General Conditions. All work will be complete for Final Acceptance within 639 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions , plus an y extension thereof allowed in accordance with Article 12 of the General Conditions." D. 01 29 33 -MEASUREMENT AND PAYMENT 1. Paragraph 1.5 .A.l , Page 3 of 6 a. Delete the words "Bid Items 2-23 " and replace with "Bid Items 2-25 ". 2. Paragraph 1.5 , Page 5 of 6 a . Add the following paragraphs P and Q immediately after Paragraph 0 . "P . Confirmatory Subgrade Test Borings (Bid Item 24) 1. Bid Item described in this paragraph is for geotechnical borings, logging , and laboratory testing to confirm subgrade conditions as shown on the Drawings and specified in 31 20 00 . 2. Payment for this Bid Item shall be at the lump sum price in the Proposal Form. Q. Construction Allowance (Bid Item 25) 1. Bid Item described in this paragraph is an Owner's allowance for additional work , not shown on the drawings or specified , only to be used as approved and directed by the Owner/Engineer. 2. Payment for this Bid Item will be based on Change Order cost calculated in accordance with the General Conditions and Section 01 26 00 Contract Modification Procedures." E . 26 05 33 -RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS l. Paragraph 2.6.G. l , Page 7 of 14 a. Delete paragraph 2.6.G. l entirely and replace with the following : "1. Products: Provide one of the following: a . Type XJGD as manufactured by Crouse-Hinds Co. b. Type AXDX as manufactured by O.Z ./Gedney Co. c. Type AFDF as manufactured by Hubbell/Killark d. Or equal." F . 26 05 43 -UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 1. Paragraph 3.4.L.2 , Page 9 of 14 a . Delete paragraph 3.4.L.2 entirely . b. Renumber paragraphs 3 through 14 to 2 through 13 , respectively . G . 26 23 00 -LOW VOLTAGE SWITCHGEAR I. Paragraph 2.1 , Page 4 of 28 a . Add "4. GE by ABB " as an approved manufacturer. C ITY O F FORT WO RT H CONSTR UCTION S PECIF ICAT ION DOCUMENT S Ma rch 202 1 VC WRF So uth Fl ow Lift Stati on C ity Project No . 100075-2 H . 26 24 19 -MOTOR CONTROL CENTERS 1. Paragraph 2 .1, Page 5 of 22 a. Add "4 . GE by ABB " as an approved manufacturer. 2. Paragraph 2.7.A.4 .b, Page 9 of 22 a. Delete paragraph 2.7 .A.4 .b entirely and replace with the following : 00 05 15 ADD EN DUM NO . I Page 3 of 14 "b . On restoration of voltage to the line side of the normal main breaker and after a field- adjustable time delay , the standby main breaker shall open and , after a field-adjustable time delay , the normal main breaker shall close if in the automatic return mode , or shall await manual retransfer if in the hold return mode . In the hold return mode , if the standby source fails and if the preferred source has been restored , the source transfer control shall initiate automatic retransfer to the preferred source ." 3. Paragraph 2.7 .A.6 , Page 10 of22 a . Add the following paragraphs j and k immediately following paragraph i: ''j. A switch to permit either source to be selected as the preferred source. k. A switch to permit either automatic or manual return to the preferred source ." I. 26 43 13 -SURGE PROTECTION FOR LOW-VOLT AGE ELECTRICAL POWER CIRCUITS 1. Paragraph 2.2.A , Page 2 of 6 a. Add the following paragraphs immediately following paragraph 2. "3. Rockwell Automations. 4 . GE by ABB." 2. Paragraph 2 .3.A , Page 3 of 6 a. Add the following paragraphs immediately following paragraph 2. "3. Rockwell Automations. 4. GE by ABB ." J . 31 20 00 -EARTHWORK I . Paragraph 3 . I , Page 8 of 20 a. Renumber paragraphs 3 .1.D through 3 .1.F to 3 .1.E through 3.1.G. b . Add the following Paragraph 3 .1.D immediately after Paragraph 3 .1.C . "D. Confirmatory Subgrade Test Borings CITY OF FO RT WORTH 1. Perform geotechnical soil test borings to confirm suitable subgrade conditions are present at the structures indicated on the Drawings, including but not limited one (1) boring at the : a . Lift Station Dry Well b . Potable Water Flow Meter Station and Backflow Preventer c . Odor Control System Slab d. Odor Control Duct Support Alignment e . Electrical Building and Equipment Foundation 2. The subgrade test borings must be performed no sooner than 30 calendar days prior to any planned excavations reaching the subgrade elevation such that the subsurface conditions encountered in the te st borings are similar to those to be encountered during the structure 's subgrade preparation. The schedule for performing the borings is to be determined by the Contractor such that construction delays are avoided to the max imum extent possible. 3. A minimum of 72 hours ' notice is to be provided to the Owner and Engineer prior to performing the borings , and safe access for observation must be made available to the Owner and En g ineer throughout performance of the borin g s . CONST RUCT ION SPEC IFICAT ION DOCUMENTS Ma rch 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ec t No . I 000 75-2 CITY OF FORT WORTH 00 05 15 ADDENDUM NO . I Page 4 of 14 4. The subgrade test borings are to be performed in the approximate center of each structure 's footprint, unless otherwise approved by the Engineer. 5. The test borings are to be performed by a geotechnical driller, employed by the Contractor or Contractor's independent testing agency. 6. The borings must be drilled a minimum of 10 feet below the bottom of slab elevation , with soil samples collected at no greater intervals than every 2 feet over this IO-foot interval. Soil sampling in cohesive soils (clay) is to be performed using Shelby tubes to obtain undisturbed soil samples for field pocket penetrometer testing and subsequent laboratory testing. Sampling in cohesionless soils (sands, gravels , and silts) is to be performed via Standard Penetration Testing utilizing a split-spoon hammer to obtain samples for laboratory testing. All soil samples are to be retained until disposal is approved by the Engineer. Upon boring termination , all borings are to be grouted to the ground surface with a cement-bentonite grout. 7. All test borings must be performed under the full-time observation and logging of the Contractor's independent geotechnical testing agency . The testing agency 's logger must be under the supervision of the licensed geotechnical engineer in charge and be provided safe work access to log the samples, including the following minimum information: a. Soil boring identification/location. b . Ground surface elevation. c. Soil type/description according the Unified Soil Classification System (USCS), including relative moisture , color, density/consistency , and primary /secondary constituents. d. Depth and recovered amount of all soil samples obtained. e. Results of all SPT and field pocket penetrometer testing (required for all clay soils). f. Documentation of test boring backfilling. 8. All collected soil samples are to be transported to the testing agency's geotechnical laboratory. No later than 48 hours following completion of each test borin g, provide the Engineer with a typed copy of the boring log . The Engineer will evaluate each log , assign geotechnical laboratory testing (as d ee med appropriate by the Engineer) and, upon receipt of the laboratory test results , provide confirmation if suitable subgrade conditions are present beneath each structure. All costs for collecting, transporting, storing, te sting, and disposing of the soil samples are to be paid for by the Contractor. For bidding purposes, assume the following minimum type and quantity of geotechnical laboratory tests: a. Moi sture Content (ASTM 02216) -20 b . Atterberg Limits (ASTM 04318) -I 0 c. Sieve Analysis (ASTM 06913) -10 d. Unconfined Compression Test on Soil (ASTM 02166) -10 e. One-Dimension Swell (ASTM 04546 ; Method B) -10 9. The Contractor is not to proceed with any subgrade preparation , backfilling operations, structural work, etc. at the structure until the Engineer has completed their evaluation of the subgrade conditions. If additional subgrade remediation CONST RU CT ION SPEC IFICAT ION DO CUMENTS March 202 1 VCWRF South Flow Lift Station City Project No . I 00075-2 00 05 15 ADDEND UM NO . I Page 5 of 14 measures beyond those already indicated on the Drawings are determined to be required by the Engineer, it will be paid for according to Contract provisions for changes in the Work." K. 40 05 62 -PLUG VALVES 1. Paragraph 2.1 .A. l , Page 2 of 4 a. Add "Crispin Valve" as an approved manufacturer. L. 40 05 65.33 -RUBBER FLAPPER CHECK VALVES 1. Paragraph 2.1 , Page 2 of 4 a . Rename Paragraph 2.1 to the following "ADJUST ABLE SPRING RETURN RUBBER FLAPPER CHECK VAL VE -Tag Type ASRCV " 2 . Paragraph 2.1.A, Page 2 of 4 a. Delete Paragraph 2.1.A entirely and replace with the following: "A. Manufacturers: Subject to compliance with requirements , provide one of the following: 1. Val-Matic Surgebuster®. 2. Crispin RF-ASR Series. 3. DeZurik APCO CFR 1 OOSR. 4. Substitutions: Not permitted." M. 40 05 78.21 -AIR RELEASE VALVES FOR WA STEW ATER SERVICE 1. Paragraph 2.1.A.4 , Page 3 of 6 a. Delete paragraph 4 entirely and replace with the following. "4. Crispin Model S ." N . 40 05 78.23 -AIR VACUUM VALVES FOR WASTEWATER SERVICE 1. Paragraph 2.1.A.4, Page 3 of 6 a. Delete paragraph 4 entirely and replace with the following. "4 . Crispin Model SL." 0. 40 61 00 -Process Control and Enterprise Management Systems General Provisions 1. Paragraph 1.2.B. I .a .5, Page 1 of 18 a. Delete Paragraph 1.2.B. l .a.5 entirely and replace with the following: "5) Provide a 500VA UPS-2300 panel mounted UPS. The UPS shall power OCCl 00 PLC-LS panel. The UPS shall provide battery backup power to power all these components (not including local HMI) for 30 minutes on full load (reference Spec Section 40 67 63)." 2. Paragraph 1.2.D .1, Page 2 of 18 a. Delete Paragraph 1.2 .D. l entirely. b. Renumber paragraphs 2 , 3 , and 4 to 1,2, and 3 respectively. P. 40 67 63 -PANEL MOUNTED UPS 1. Paragraph 1.8.A.2 .a , Page 2 of 8 a. Delete Paragraph 1.8 .A.2 .a entirely and replace with the following . "a. UPS inside PLC-LS Panel." 2 . Paragraph 2.1.A . I , Page 3 of 8 a. Delete Paragraph 2.1.A . I entirely and replace with the following . "1. Manufacturers and their products are subject to compliance with requirements. Provide one of the following: a. APC Smart-UPS 1500V A , Rack Mount, LCD 120V. C ITY OF FO RT WORTH CONST RUCTION SP EC IFI CAT ION DOCU M ENTS March 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ec t No . 1000 75-2 b. Substitutions: Or approved equal." 3 . Paragraph 2.1.J.2 , Page 6 of 8 a. Delete Paragraph 2 .1.J.2 entirely. Re-number paragraph 3 to 2 respectively . 4 . Paragraph 3 .5.A .1, Page 8 of8 a. Delete Paragraph 3.5 .A .l entirely and replace with the following. 00 05 15 ADDEND UM NO . l Pa ge 6 o f 14 "1. Complete installation and startup according to manufacturer 's written instructions." III. DRAWINGS A. Delete the following drawings entirely and replace with the attached drawings. 1. C-3 -MODIFIED SITE PLAN 2. C-3A -HORIZONTAL CONTROL PLAN 3 . C-4 -EXISTING YARD PIPING AND DEMOLITION PLAN 4 . C-5 -GRADING PLAN 5 . C-6-MODIFIED YARD PIPING PLAN 6. CZ-1 -CIVIL ST AND ARD DETAILS I 7 . CZ-3 -CIVIL STANDARD DETAILS III 8. CZ-6 -CIVIL STANDARD DETAILS VI 9 . S-08 -LIFT STATION OVERALL SECTION II 10. S-18 -0DOR CONTROL FACILITY FOUNDATION PLAN 11. S-21 -INFLUENT DIVERSION STRUCTURE FOUNDATION PLAN 12 . S-23 -INFLUENT DIVERSION STRUCTURE UPPER PLAN 13. S-24-INFLUENT DIVERSION STRUCTURE SECTIONS I 14 . S-25 -INFLUENT DIVERSION STRUCTURE SECTION II 15 . S-26 -ELECTRICAL BUILDING AND EQUIPMENT FOUNDATION PLAN , SECTIONS AND DETAILS 16. E-8 -DUCTBANK SCHEDULES 17. E-12 -MOTOR CONTROL CENTER MCC-LS-1 ONE-LINE DIAGRAM 18. EZ-2 -STANDARD ELECTRICAL DETAILS II B . C-1 2-66-INCH FORCE MAIN PLAN AND PROFILE STA 1+00 TO STA 5+50 I . Notes a. Add the following Note 6. "6. REMOVE AND REPLAC E EXISITNG FENCE AS REQUIRED. SITE SECURITY MUST BE MAINTAINED AT ALL TIMES ." C. CZ-4 -CIVIL STANDARD DETAILS IV I . Detail E -REDUCED PRESSURE PRINCIPLE LARGE BACKFLOW ASSEMBLY a . Add the following to Note 5. "THE PROTECTIVE ENCLOSURE SHALL BE A HEATED HOT BOX (HUBBELL POWER SYSTEMS HOT BOX OR EQUAL)." D. S-05 -LIFT STATION FOUNDATION AND INTERMEDIATE PLANS I . Intermediate Plan at EL 475.00 a . Delete the callout on the we st s ide of the dry well that read s "AL LADDER -TYP OF 4 ". E. S-06 -LIFT ST A TON UPPER PLAN I. Walkway Platform at EL 474 .60 a. Add callout for the grating to read "2 " ALUM GRATING ". b . R evi se the elev ation callout to read "TO GRTG EL=474 .58 " in lieu of "TOC EL=47 4.58 ". c. Add a Note I to re ad "ALL METALS SHALL BE HOT DIP GALVANIZE D AFTE R C ITY OF FORT WORT H CONSTRUCTION SPEC IFI CATION DOCUMENTS Ma rch 202 I VCWRF So uth Flo w Lift Stati on C ity Proj ec t No. 10007 5-2 FABRICATION, UNLESS NOTED OTHERWISE." F. S-07-LIFT STATION OVERALL SECTION I I. Section 00 05 15 ADDEN DUM NO . I Pa ge 7 of 14 a . Revise the shoring and CLSM fill shown on the right side of the section to terminate below the 90 " influent pipe. Refer to the revised Sheet S-24 attached to this addendum for additional information . G . S-12-LIFT STATION SECTIONS AND DETAILS Ill I. Detail 2 a. Revise section to show shoring and CLSM at exterior wall similar to Sheets S-07 and S-24. H. S-15 -LIFT STATION STAIR PLAN , SECTIONS , AND DETAILS I . Section 4 a. Add "11 TREADS @ 11 "" to the dimension that reads I 0 '-1 ". I. M-1 -LIFT ST A TION UPPER AND LOWER PLAN I. Lower Plan @ Elev. 441.50 a. Delete call out "FLEXIBLE SLEEVE COUPLING (TYP OF 2)" entirely and replace with "FLEXIBLE COUPLING PER FRP PIPE MANUFACTURER 'S RECOMMENDATION (TYP OF 2)". 2. Upper Plan @ Elev. 478 .50 a . Delete call out "FLEXIBLE SLEEVE COUPLING (TYP OF 2)" entirely and replace with "FLEXIBLE COUPLING PER FRP PIPE MANUFACTURER 'S RECOMMENDATION (TYP OF 2)". b . Delete call out "66 "X54 " CON. REDUCER" entirely and replace with "66 "X54" FRP CONC. REDUCER". Move DI/FRP material change call accordingly . J. M-2 -LIFT STATION SECTIONS I. Section I a. Delete detail call out "l/MZ-3 " entirely for 36 " pipe support and replace with "A/MZ-5 ". b. Delete detail call out "X/MZ-X " entirely for access hatch. Refer to structural drawings for details of access hatch. 2. Section 2 a . Delete detail call out "D/MZ-1 " entirely for the wall pipe detail and replace with "B/MZ-9". b . Delete call out "FLEXIBLE SLEEVE COUPUNG (TYP OF 2)" entirely and replace with "FLEXIBLE COUPLING PER FRP PIPE MANUFACTURER 'S RECOMMENDATION (TYP OF 2)". 3 . Section 3 a. Delete call out "66"X54 " CON . REDUCER" entirely and replace with "66 "X54" FRP CONC. REDUCER". K. M-3 -LIFT STATION FLOWMETER VAULT PLAN AND SECTION 1. Plan a. Delete detail call out "D/MZ-6 48 " RESTRAINED SOLID SLEEVE COUPLING (TYP 2)" entirely and replace with "FLEXIBLE COUPLING PER FRP PIPE MANUFACTURER 'S RECOMMENDATION (TYP 2)". 2 . Section I a . Delete detail call out "D/MZ-6 48 " RESTRAINED SOLID SLEEVE COUPLING (TYP 2)" entirely and replace with "FLEXIBLE COUPLING PER FRP PIPE MANUFACTURER 'S C ITY OF FO RT WO RTH CONSTRUCTION S PEC IFI CATION DOCUMENTS Ma rch 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 RECOMMENDATION (TYP 2)". L. M-12-0DOR CONTROL SECTIONS. 1. Note 1 a. Delete Note 1 entirely and replace with the following. 00 05 15 ADDENDUM NO . I Page 8 of 14 "1. LOCATE ALL ODOR CONTROL EQUIPMENT, ELECTRICAL EQUIPMENT AND CONTROL PANELS ABOVE ELEVATION 485.00. TOP OF EQUIPMENT PADS FOR FANS AND RECIRC PUMPS SHALL BE AT ELEVATION 485 .00. BIOSCRUBBER TANK PAD SHALL BE AT ELEVATION 485 .00 IF THERE ARE COMPONENTS THAT CANNOT BE SUBMERGED. OTHERWISE STANDARD PAD HEIGHT IS ACCEPTABLE AND TANK SHALL BE DESIGNED FOR BUOY ANCY ." M. HZ-1 -HY AC STANDARD DETAILS 1. Detail D a . Change call out "3/8" X 4 " STRAPS " to "3/8 " X 4 " STAINLESS STEEL STRAPS ". b . Change call out "3/8" X 12 " BENT PL " to 3/8" X 12 " BENT P L STAINLESS STEEL". N. E-10 -EXISTING PAD-MOUNTED SWITCHGEAR SS-74 AND SS-75 ONE-LINE DIAGRAM I . Sheet Title a. Revise sheet title to "PAD-MOUNTED SWITCHGEAR SS-74 AND SS-75 ONE-LINE DIAGRAM." IV. BIDDER QUESTIONS AND CLARIFICATIONS I. What is the height of the chain link fence in Detail D Sheet CZ-3? Engineer's Response: the total height is 8-ft. The drawings have been revised by this Addendum 1 to clarify. 2. Does the existing 72 " Emergency Bypass shown on Sheet C-6 connect to the existing manhole structure upstream oflnfluent Diversion Structure? Engineer's Response: No, the existing 72" Emergency Bypass line goes from Control Structure C to the creek. 3. Sheet S-05 , there are two separate callouts for alum . Ladders. The 5 ea. ladders at the walkway are straightforward. Are the 4 ea. ladders called out on the west side of the drywell required? Engineer's Response : The 4 ea. ladders called out on the west side are not required . The drawing s have been revised by this Addendum I to clarify. 4. For the FRP odor control duct. .. is the factory applied gel coat considered "final finish " or is there an additional field coat required? Engineer's Response: Factory applied white Gel Coat is the final finish , however, anticipate application of the gel coat to field joints as well as where the factory gel coat has become abraded/damage d during shipping and installation. 5. Can we get more clarification on the odor control concrete pad heights/concrete pipe support heights? C ITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DOCUMENTS March 2021 VCWRF South Flow Lift Station Ci ty Project No. I 00075-2 00 05 15 ADDEN DUM NO . I Page 9 of 14 Engineer's Response : Top of concrete elevation for the fan pads and ductwork centerline are provided on Sheet M-I 2. Pipe support heights are subject to changed based on selected fan dimensions . All equipment needs to be above elevation 485 for flood protection . If the bioscrubber tank has components that cannot be submerged, then the bio scru bber concrete pad needs to be at elevation 485. If not, then it can be standard concrete pad height. However, biosrubber tank will need to be designed for buoyancy. Drawings have been revised per this Addendum I to clarify. 6. Sheet S-23 , is the stair/landing aluminum or concrete? Engineer 's Response : the stairs are concrete similar to stairs at the Lift Station. The drawings have been revised per this Addendum 1 to clarify . 7. Sheet S-08, the shoring layout is resulting in over 2 ,000 cys ofCLSM under the drywell slab. Could we move the shoring on the drywell side over to the drywell/wetwell slab construction joint and eliminate all of the CLSM under the slab? There is no shoring shown for the influent diversion structure . Is it not ex pected that similar shoring system will be needed here as the lift station? Engineer's Response : the CLSM is there to handle differential settlement between the drywe ll and wetwell , per the recommendations from the Geotech. Drawings have been revised per this Addendum I to show shoring around the influent diversion structure. 8 . Please verify that we are replacing the two S&C pad-mounted switches. They are listed in the specs but it is not clear on the contract drawings . Engineer's Response : we are adding two new pad-mounted switchgears. Replacin g pad-mounted switchgear(s) is not in the scope of work. The drawings have been revised by this Addendum 1 to clarify. 9 . Are there any AIS / Domestic Requirements with regards to the ductile pipe, fittings or other related iron products? Engineer's Response : No AIS/Domestic requirements with regards to the ductile pipe , fittings or other related iron products is required. I 0. May I ask for consideration of a bid extension? With the number of other projects bidding that same day and Friday being a holiday. Engineer's Response: the bid date has been extended to April 8, 2021 . 11. Paragraph 2.2. F -Plate Flange Immersion Heater: It is not typical to install an immersion heater in the sump of a biotrickling filter. A non-recirculated system will not have any liquid in the sump, so the immersion heater will be permanently turned off and a recirculated will contain acidic filtrate 24/7 which is extremely hars h environment for the heater. Many years ago , a company called Biocube used to u se this approach and their immersion heaters were notorious for failing due to corrosion. We have many installations in much colder climates than North Texas and while we recommend that water and drain lines be heat traced and insulated , we have never in sta lled an immersion heater. Can you please ask if the heater is truly required or if it can be optional or even 'for recirculated system s' since the once-through systems can ne ver actually use it? C ITY OF FORT WORTH CONSTR UCTION S PEC IFI CAT ION DOCUMENTS March 202 1 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 00 05 15 ADDENDUM NO . I Page 10 of 14 Engineer's Response: If no water is maintained in the sump an immersion heater should not be supplied. Note all water lines are to be insulated and heat traced included process water (recirculation). 12 . Paragraph 2.7.C .2.a. States-"Fill vesse l with water to JO feet above overflow outlet .... " These vessels are designed for air service with inches of water pressure , not feet of water pressure. If they have to be designed for liquid service, they will become much more heavy duty and costly . Since there is no way for them to ever fill to the specified level, could this test requirement be replaced by "Fill vessel with water to the overflow outlet ...... etc ."? Engineer's Response: the water test should not add additional material to the tank as specified. 13 . Paragraph 3 .5 -Equipment Data Sheet lists the nutrient pump as "Explosion Proof'. This makes the nutrient pump very significantly more costly and since the Water Panel is specified and also shown on the plans as being outside of a classified area (ie. " .. At least 3 feet from any leakage sources ... "). Consider removing the explosion proof requirement. Engineer's Response: Recirculation pumps and nutrient pumps may be TEFC non XP if located greater than 3 ft from the scrubber vessel and ductwork. 14 . Trimax would like to be added as an approved PCSS as specified in specification 40 61 00-1.9 .E. Please let us know what information you need from us to get us on the approved PCSS list. Engineer's Response: At this time the City is satisfied with the PCSS currently listed in the specification and will not be listing any new organizations at this time . 15. I am asking for review and named approval for Flexim non-intrusive ultrasonic flow meters for this project per Section 40 71 66 . Engineer's Response: At this time the City is satisfied with the flowmeter manufacturers currently listed in the specification and will not be li sting any additional manufacturers at this time. 16. Ref Plan Page M-1. This page calls for a DI 66 " x 54 " Cone Reducer . This fitting will need to be supplied as FRP. Note : Ductile Iron Fittings are only made to 64" Size. Engineer's Response : This is correct. Sheet M-2 shows the material change correctly. The drawing has been revised by this Addendum I to clarify . 17 . Ref Spec 40 05 65.33. This spec calls for Rubber Flapper Check Valves. Plan Page M-1 Calls the Check Valves as "SurgeBuster". Please verify check valve type. Engineer's Response: The check valve shall be adjustable spring return rubber flapper check valve type, Surgebuster or equal. The drawings and specifications have been revised by this Addendum 1 to clarify. 18 . Ref Plan Page CZ-4. Detail E. Can you provide a specification for the Enclosure? Is Heat Required? Material of Construction? Engineer's Response: The enclosure shall be heated box (Hubbell Power Systems Hot Box) or equal. The detail has been revised by this Addendum 1 to clarify . CITY OF FO RT WORTH CONSTRUCT ION SPEC IFICAT ION DO CUMENTS Ma rch 2021 VCWRF So uth Flow Lift Statio n C ity Project No . 100075-2 00 05 15 ADD EN DUM NO . 1 Page 11 o f 14 19. Ref Spec 33 05 03. Flange Bolts for Ductile Iron Calls for Al93 GrB7 and ASTM A 194 Grade 2H Heavy Hex Nuts. Is both the bolt & Nut required to be Mech Galvanized? Or just the Nut? Engineer's Response: Assuming the question is referring to 33 05 03 2.1.A , bolts shall be carbon steel , ASTM A 193 , Grade B7 and nuts shall be ASTM A 194 Grade 2H heavy hex nuts mechanically galvanized per ASTM B695 , Class 40. Bolts and nuts for flanges exposed to water or in direct contact with earth shall be per 33 05 03 2.1.B. 20 . Ref Plan Page M-3 . Please verify that the 48" Piping inside of this Flowmeter Vault is FRP. Engineer's Response: correct the 48 " piping inside the flow meter vault is FRP. 21. Ref Plan Page M-3. They reference detail E/MZ-2 for the pipe supports inside the vault. Please verify if a strap over the top is required . Engineer's Response: A strap shall be provided per the detail. Contractor is to assume responsibility for final pipe support design per specification section 40 05 07. 22 . Ref Plan page M-2 . The vertical support for the 36" DI Line -is called out as I/MZ-3. Please verify the detail required for this vertical support. Engineer's Response: The detail reference should be Detail A /MZ-5. The drawings have been revised by this Addendum l to clarify . 23 . Plan sheet C-4. Note 3 sates to relocate 3" Gas line as necessary. However, a call out on the same sheet states that the same gas line is not in service. Will this line need to be relocated or can it be abandoned/demoed? Engineer's Response: Assume the gas line exists and is in service and needs to be relocated. The drawings have been revised by this Addendum 1 to clarify. 24 . Plan sheet S-21. The foundation plan shows the existing concrete encased 90" running through the diversion structure, and at the closest point, located within one foot of the northwest wall. Could the diversion structure be enlarged to give a minimum of 4ft clearance beyond all sides of the existing concrete encasement so the contractor has adequate room to perform the demolition work required? Engineer's Response: Per Note 1 on C-6, the final Diversion Structure location/orientation will be dependent on field verification of the existing 90-inch RCP and concrete encasement by the Contractor. Some wall movement will be allowed to obtain additional clearance if it does not impact surrounding piping/structures, but it is unknown if 4-ft of clearance can be provided . 25. Plan sheet S-21. What is the thickness of the concrete encasement around the 90" RCP pipe? Engineer's Response : The actual thickness of the concrete encasement is unknown , a minimum thickness of 1-ft is assumed based on typical pipe bedding/encasement details from previous Civil projects. 26 . Is a detail available on how the existing concrete encased 90" RCP pipe is to connect to the influent diversion structure where it passes through the new concrete walls? CITY OF FO RT WORTH CON STR UC TIO N SPECIF ICA TIO N DOCU MENTS March 2021 VC WRF So uth Flow Lift Stati on C ity Projec t No . 100075-2 00 05 15 ADDEN DUM NO . I Pa ge 12 of 14 Engineer's Response: A detail is not available. Depending on the condition of the existing concrete encasement, some demolition of the encasement may be required to remove unsound concrete and provide a suitable connection to the new wall. The use of a wall blockout around the pipe and a second concrete placement with a concrete collar may be considered to for the connection . 27 . Which bid item should include the cost of the FRP odor control duct, dampers, expansion bellows and valves required for the odor control system? Engineer's Response: It should be included in Bid Item I. 28. Specification 00-42-43 -Schedule of Suppliers, Item # 11 -Actuators for Process Valves and Gates. These actuators will be supplied by different gate and valve vendors who have an obligation to sell their represented product. As the instructions on this form prohibit the contractor from circling more than one vendor we ask that this actuator item be separated into 2 items, one for the valves and one for the gates . Engineer's Response: The schedule of suppliers has been revised by this Addendum 1 to separate the actuators for valves and gates. 29. Specification 31-20-00. To reach the bottom of the excavation it will be necessary for the contractor to excavate a ramp. To avoid existing utilities , the area within the CM Thelin Dr road improvements appears to be the best location for a ramp. Per section 3.7.N it states to use select fill as road embankment. Confirm that if the contractor excavates a ramp in this area that they will be able to use select fill and CLSM will not be required to backfill the ramp excavation . Engineer's Response: The area beneath the Lift Station Dry Well and behind the below grade walls of the Lift Station Wet and Dry Wells shall be CLSM to the minimum lateral extent indicated on the Drawings. Properly placed and compacted select fill is permissible for backfilling any additional excavation (e .g . access ramp) beyond the minimum lateral extent of CLSM shown . 30 . Current, ongoing projects at the Village Creek plant are utilizing an owner employed, third party Resident Project Representative to facilitate interaction between the contractor and the owner. After reading the specifications, I am unable to determine if an RPR will be utilized for this project, can this be clarified so the contractor can accommodate as needed. Engineer's Response: The City will have a separate Project Representative onsite for the construction management of this Project as stated in the Supplementary Conditions SC-9 .01 . 31 . As discussed during the prebid meeting, it is anticipated that the relocation of the overhead powerline will take several months and delay the ability to start excavating and shoring the lift station . It was mentioned that Oncor is already aware of the project, that the owner has a good relationship with Oncor and that Oncor will be ready to perform their scope of work when notified . We would like to re-iterate that our prior projects that were dependent on Oncor performing a scope of work always ended up being delayed as Oncors scope of work was not as "shove ready" as implied . We request that 2 notice to proceeds be issued , one for the start of the Oncor specific work, and one for the start of the Lift Station work that is to be issued after the completion of Oncors work. If the owner is unwilling to issue 2 notice to proceeds, we ask that the number of days from when Oncor was notified to begin work to when Oncor actually completes their work be added to the project. City's Response: At this point, the COFW does not intend to is s ue a separate contract for Oncor C ITY OF FORT WO RT H CON STRUCT ION SPEC IFI CA TI ON DOCU M EN T S March 202 1 VC WRF So uth Fl ow Lift Station C ity Proj ec t No . I 000 75-2 00 05 15 A DDEND UM NO. I Page 13 of 14 work and/or do a separate change order to any of our existing contracts . Nevertheless , as indicated below, we will be extending the overall construction time as well as removing the LS early completion mi lestone, keeping all work to be substantially complete around the same time. Also, the COFW does not believe, Oncor work and LS work has to be completed sequentially , there are many overlapping activities, and a good part of work can be done simultaneously . In addition to this we have already initiated our dealings with/re g arding Oncor work. Hopefully , all this will address most of y our questions/concerns regarding Oncor work and LS tight schedule. 32 . The plans show for an influent diversion structure to be constructed. Will that require protective coating (the plans don 't have it called out to be coated)? Engineer's Response: the influent diversion structure requires protective coating. The drawings have been revised by this Addendum l to clarify. 33 . What is the operating and test pressure required for the FRP pipe? Engineer's Response : The force main operating pres s ure is 150 psi and the field test pressure is a m ax imum of 1.5 * operating pressure, not to exceed l.5 *PN. See 33 31 13 .0 l for additional information. 34 . Is sod required to reestablish the grass at the lift station site and along the forcemain (per note 5 under "General" on sheet C -10), or will seedin g be acceptable ? Engineer's Response: Seeding is accepta ble fo r the lift station s ite and along the forcemain except at the levee penetration. The area around the levee penetration (C -15) shall be sodded . The Contractor must still ma intain the integri ty of the levee until full gras s coverage on the levee has been established (erosion, etc.). ~~ .... .,,:I!!'~ OF 1 ·,\-. Reviewed and Approved By: ACCEPTANCE: ~4 "r~ 3/24/2021 Far ida Goderya, PhD , P.E. Senior Project Manag er Water Department ;z~\-············{-t;~ '*&;_ .. ·· ~ ·-.. ~~ .. ;,J*: 'fl{ '·*~ ,-A~·-;;··R:···R·osiNs·oN ·J , ................................. ~ ~~\ ~ 90271 ~ //;;I t70-·--.~c,s1c~~----~ -'t~ .. 1:.-•• • ,._ ·'\~oiv;.:Ckt~ ,,~,~ ~1ok~ 03/24/2021 The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the VCWRF South Flow Lift Station Project, City of Fort Worth Project No . 100075-2. SCHEDULED BID DATE: DATE ADDENDUM ISSUE RECEIPT KN W Title: D avid Caldwell, Vi e Pres ident Company: Crescent Constructors, Inc . CITY OF FORT WORTH CONST RUCTlON SPECIFICATION DOCUMENTS Marc h 2021 April 8, 2021 March 24 , 2021 VCW RF South Flow Lift Station C ity P roj ect No. 100075-2 City of Fort Worth Village Creek Water Reclamation Facility South Flow Lift Station Project City Project No. 100075-2 ADDENDUM NO. 2 April 2, 2021 BID RECEIPT DATE APRIL 8, 2021 00 05 15 A DD ENDU M NO . 2 Page I o f 18 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project must be received by 1:30 PM CST on Thursday, April 8, 2021. Bidders must acknowledge receipt of this Addendum below, and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid . Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I. INFORMATION A . An updated Plan Holders List has been uploaded to the Project 's BIM 360 Addenda Folder as a separate document with the Addendum 2 Package . II. SPECIFICATIONS A . Add the following attached specifications and Appendices . I. 40 05 53 -IDENTIFICATION FOR PROCESS PIPING 2. 40 42 13 -PROCESS PIPING INSULATION 3 . Appendix -Village Creek South Flow Pump Station Phy s ical Hydraulic Model Study B. Replace the following specification with the attached specifications. I. 33 31 13 .01 -FIBERGLASS REINFORCED PIPE FOR PRESSURE SEWERS (FORCE MAINS) C. 00 00 00 -TABLE OF CONTENTS I. Volume 2 -Divi s ion 40 -Process Interconnection s, Page 4 of 6 a. Add 40 05 53 Identification for Process Piping and 40 42 13 Proces s Pipin g Insulation to the Table of Contents 2 . Volume 3 -Appendix , Page 6 of 6 a. Add Appendix -Village Creek South Flow Pump Station Ph y sical H ydraulic Model Study to the Table of Contents D . 23 31 16 -NONMETAL DUCTS I . Paragraph 2 .2 .A , Page 3 of 8 a. Add the following paragraphs immediately after parag raph 4 . "5 . ECS Environmental Solution s" C IT Y OF FO RT WO RTH CONSTRUCT ION CONTRACT DOCUMENTS A pril 202 1 VCW RF So uth Flow Lift Stati on City Project No . I 00075 -2 00 05 15 ADDENDUM NO . 2 Pa ge 2 of 18 E. 26 05 29 -HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS I . Paragraph 2.2.B , Page 3 of 8 a. Add "unless noted otherwise " to the end of the paragraph. 2. Paragraph 2.2 .D. l .b, Page 3 of 8 a. Add "unless noted otherwi se" to the end of the paragraph . 3. Paragraph 2.2 .D.2.b , Page 3 of 8 a. Add "unless noted otherwise" to the end of the paragraph . 4. Paragraph 2.2.D.3 .b, Page 4 of 8 a. Add "unless noted otherwise" to the end of the paragraph . F. 26 05 33 -RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS I . Paragraph 2.2.A.6, Page 3 of 14 a. Add the following: "a. Suitable for use in Class I , Division 2 locations ." 2. Paragraph 2.3.C , Page 4 of 14 a. Delete Paragraph 2.3.C entirely and replace with the following : "C. Conduit Supports: Reference Section 26 05 29 Hangers and Supports for Electrical Systems for requirements." 3 . Paragraph 3 .1.A Table 260533-1 , Page 9 of 14 a. Revise Raceway Type for Class 2 and 3 s ignal wiring and 4-20MA instrumentation cables as follows: "Exposed-Aluminum Rigid Conduit (ARC) conduit. Concealed -PVC-coated rigid aluminum conduit. Underground -PVC coated aluminum conduit in concrete reinforced ductbank. Use PVC coated aluminum conduit for single conduit direct burial applications." b. Revise Location/Circuit Type for Corrosive areas as follows : "Corrosive areas -Screening Facility , underground vaults, and locations where designated corrosive on the Drawings ." G. 26 05 91 -COORDINATED ELECTRICAL HOUSE (CEH) I . Paragraph 2.1.L, Page 5 of 8 a. Delete Paragraph 2.1.L entirely and replace with the following. "L. The walls , roof and floor shall be full y in s ulated , with a minimum ofR-13 + R-6 .5 (continuous insulation) batt insulation at wall locations and a minimum of R-19 + R- 11 (Liner System) at the roof. The walls and roof shall be provided w ith fiber g lass batt type in s ulation . The floor shall be pro v ided with pol y urethane spray foam insulation , minimum R-6 ." 2. Paragraph 2.1.N.6, Page 6 of 8 a. Add the following Paragraph 6 immediately after Paragraph 5. "6. Provide a redundant unit(s) at the same size as the other HY AC units in order to provide an N+l redundancy for the entire heating/cooling load of the prefabricated building. Provide additional thermostat(s) and wiring as required for the redundant unit(s). Air conditioning heat pump unit s shall have a minimum energy efficiency ratio (EER) of 11.0" 3. Paragraph 2.1.P.6 , Page 7 of 8 a . Delete Paragraph 2.1 .P .6 entirely and replace w ith the following. "6. Rigid aluminum conduit shall be utilized for interior and exterior application s ." H. 26 23 00 -LOW-VOLTAGE SWITCHGEAR I . Paragraph 2.1 0 , Page 10 of 28 a. D e lete Paragraph 2.1 O.A in it s entirety. b. Del ete Paragra ph 2.1 O.B in its entirety. C ITY OF FORT WORTH CONSTR UCTION CONTRACT DOCUMENTS A pril 202 1 YCWRF So uth Flow Lift Station C ity Project No . 100075-2 00 05 15 ADDEN DU M NO . 2 Pa ge 3 of 18 2 . Paragraph 2.11 , Page 11 of 28 a. Delete Paragraph 2 .11 in its entirety. "2 .11 POWER TRANSFER CONFIGURATIONS A. Relays: Comply with IEEE C37 .90 , types and settings as indicated ; with test blocks and plugs . B. Control Wiring: 1. Factory installed , complete with bundling, lacing, and protection. 2. Provide flexible conductors for No. 8 A WG and smaller, for conductors across hinges and for conductors for interconnections between shipping units . 3. Install plugs in control wiring at shipping splits. C. Three-Breaker Transfer Control: 1. Switchgear assembly, with two normally energized, medium-voltage power sources designated "Main 1" and "Main 2 ", each connected to its load bus. An NO bus tie circuit breaker can tie the two load buses . Three circuit breakers shall be manually controlled by a key interlock scheme. 2 . Sequence of Operation: As shown on the Drawings . 3 . Voltage transformers shall have primary and secondary protection and disconnecting means for sensing functions and control power." I. 26 24 19 -MOTOR CONTROL CENTER 1. Paragraph 2 .7.A , Page 8 of22 a. Delete Paragraph 2. 7 .A in its entirety and replace with the following: "A. Contactor-type Automatic Transfer Switch C IT Y OF FO RT WO RT H 1. Switch Characteristics : Designed for continuous-duty repetitive transfer of full- rated current between active power sources . a. Switch Action : Double throw ; mechanically held in both directions . b . Contacts: Silver composition or silver alloy for load-current switching. Contactor-style automatic transfer-switch units , rated 600 A and higher, shall have separate arcing contacts . c. Conductor Connectors: Suitable for use with conductor material and sizes . d. Material: tin-plated copper. e . Ground Lugs and Bus-Configured Terminators: Mechanical type . f . Connectors shall be marked for conductor size and type accordin g to UL 1008 . 2. Automatic Open-Transition Transfer Switches : Interlocked to prevent the load from being closed on both sources at the same time. a . Sources shall be mechanically and electrically interlocked to prevent closing both sources on the load at the same time . 3. Sequence of Operation: a . The default operation shall be with the normal source closed and standby source open. On detection of an undervoltage to the line side of the normal source and after a field-adjustable time delay , the main breaker shall open and , after an additional field-adjustable time delay , the s tandby s ource s hall close and restore power to the facility. b . On restoration of voltage to the line side of the normal source and after a field-adjustable time delay , the standby source shall open and , after a field- adjustable time delay , the normal source shall close if in the automatic return mode, or s hall await manual retran s fer if in the hold return mode . In the hold return mode , if the standby source fails and if the pr e ferred source CONST RUCTION CONTRACT DOCUMENTS A pr il 202 1 VCWRF South Fl ow Lift Stati o n C ity Projec t No . I 00075-2 00 05 15 ADD ENDU M N O. 2 Page 4 o f 18 has been restored , the source transfer control shall initiate automatic retransfer to the preferred source . 4. Automatic Transfer-Switch Controller Features: a. Controller operates through a period of loss of control power. b. Undervoltage Sensing for Each Phase of Normal and Standby Source: Sense low phase-to-ground voltage on each phase . Pickup voltage shall be adjustable from 85 to 100 percent of nominal , and dropout voltage shall be adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. c . Voltage/Frequency Lockout Relay : Prevent premature transfer to emergency source. Pickup voltage shall be adjustable from 85 to I 00 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. d . Time Delay for Retransfer to Normal Source: Adjustable from zero to 30 minutes , and factory set for 10 minutes. Override shall automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored . e . Test Switch : Simulate normal-source failure. f. Switch-Position Pilot Lights : Indicate source to which load is connected . g. Source-Available Indicating Lights: Supervise sources via transfer-switch normal-and standby-source sensing circuits. I) Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." 2) Standby Power Supervision: Red light with nameplate engraved "Standby Source Available." h. Unassigned Auxiliary Contacts: Two normally open, single-pole , double- I. j . throw contacts for each switch position , rated 1 OA at 240-V ac . Transfer Override Switch: Overrides automatic retransfer control so transfer switch will remain connected to standby power source regardless of condition of normal source. Pilot light indicated override status. Push button to initiate manual retransfer to the normal source when the transfer controller in in the automatic mode . k. Selector switch to select the normal source : Source 1, Source 2. I. Transfer-control automatic and manual selector. 1) Interlocked to prevent the load from being closed on both sources at the same time m . Meters and display to show the following: I) Voltage and frequency of both sources. 2) A multiline display showing the following: a) Set points of timers , and voltage pickup and dropout set points. b) Date, time , and reason for minimum of the last IO transfers. The display may show the information for one transfer at a tie using a scrolling control , with the others held in memory. c) When the control system is in the transferring process, the display shall show delay countdown in seconds." J . 2 7 15 23 -COMMUNICATIONS OPTICAL FIBER HORIZONTAL CABLING 1. Paragraph 2.2 .A.3 , Page 4 of 10 a. Delete Paragraph 2 .2 .A.3 entirely . Renumber Paragraph 2.2.A.4 to 2 .2.A.3 . C ITY O F FO RT WO RT H CONSTR UC TI ON CONTRACT DOCUMENTS A pril 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ec t No . 1000 75-2 00 0 5 15 ADD EN DUM NO . 2 Pa ge 5 o f 18 K. 33 05 10 -UTILITY TRENCH EXCAVATION , EMBEDMENT, AND BACKFILL I. Paragraph 2.2.A.5.b, Page 8 of 22 a. Revise plasticity index from "30" to "45 ". L. 40 05 19 -DUCTILE IRON PROCESS PIPE 1. Paragraph 1.6.E, Page 2 of 8 a. Delete Paragraph 1.6 .E entirely . M. 40 05 57-ACTUATORS FOR PROCESS VALVE AND GATES 1. Paragraph 2.4.D . l 0 .c , Page 9 of 12 a . Delete Paragraph 2.4.D. l O.c entirely and replace with the following . "c. Insulation: Class H, with a duty rating of at least 30 minutes at 40 degrees F ambient temperature." N. 40 05 59.23 -STAINLESS STEEL SLIDE GATES I. Paragraph 2 .3.B.2.b, Page 6 of 12 a. Delete Paragraph 2.3.B.2.b entirely and replace with the following . "b . Deflection : Not more than 1 /320 of the span of the gate , or 1/16-inch , whichever is less , under the design head. Reinforcing ribs shall extend into the guides so that they overlap the seating surface of the guide ." 2. Paragraph 2 .3 .C . l , Page 6 of 12 a. Delete the words "3 lbs /ft " entirely and replace with "IO lb s/ft". 3. Paragraph 2.3.C .5, Page 6 of 12 a. Delete Paragraph 2.3.C .5 entirely. Renumber paragraphs 6 and 7 to paragraphs 5 and 6 respectively . 4. Paragraph 2 .3 . E.3 , Page 7 of 12 a. Delete Paragraph 2.3 .E.3 entirely and replace with the following . "3. Gate to be sealed with UV stabilized , self-adjusting UHMWPE material with nitrite compress ion cord. Seal to be placed in a stainless steel channel, welded to the guides of the gate. Seals to be provided on the invert and sides of gate , and along the top seal member on gates identified in the schedule to have a top closure." 5 . Paragraph 3.6.A, Page 12 of 12 a . For gate ERN 2836003 Design Head Seated/Unseated (ft), delete "20/48" entire ly and replace with "20/21 ". b. Revise Bottom Frame Mounting for all gates from "Embedded" to "Face Mounted". 0. 40 61 00 -PROCESS CONTROL AND ENTERPRISE MANAGEMENT SYSTEMS GENERAL PROVISIONS 1. Paragraph I .2.C .2 .a , Page 2 of 18 a. Delete Paragraph I .2 .C.2 .a entirely and replace with the following : "a. The PCSS will provide and calibrate the instruments listed under Division 40 on the instrument li sts. Supply calibration sheets." 2 . Paragraph 1.2.C.3., Page 2 of 18 a. Delete Paragraph 1.2.C.3. entirely and replace with the following: "3. The PCSS will provide instruments identified in the instrument list (reference Specification Section 40 70 OOA) under Division 40." P. 40 66 13 -SWITCHES AND ROUTERS 1. Paragraph 3 .2.A , Page 4 of 6 a. Delete Paragraph 3.2.A entirely and replace with the following: C ITY OF FO RT WORTH CONSTRUC TION CONT RACT DOCU MENTS A pr il 2021 YC WRF So uth Flo w Lift Stati on C ity Project No. I 00075-2 00 05 15 ADDENDU M NO . 2 Page 6 of 18 "A. The AESS is responsible for establishing all communications , PLC to PLC communication s, and PLC to HMI communications and all other network and communication system s shown on the Drawings. The AESS to perform the following tasks in order to ensure this communication is achieved: 1. Coordinating with contractor at beginning of project in order to determine which vendor packages are provided with PLCs. The AESS to submit the listing of these PLCs as part of their Hardware Submittal for review by the Engineer. 2 . Identifying any additional hardware or software required to ensure communications as part of the AESS hardware submittal." 3. During factory testing and field testing , the AESS to demonstrate communications to the Engineer. Burden of proof of communications is the transfer on 1 analog and 1 discrete register in both directions. The AESS to turn over all configuration files and programming to the CoFW upon successful testing ." 4. PCSS to provide assistance during field testing by being on-site when AESS is testing communications with their software." Q . 42 25 13 -SUBMERSIBLE SOLIDS HANDLING PUMPS 1. Paragraph 2.1.G, Page 7 of 20 a. Add the following Paragraph 2. I .G immediately following Paragraph 2.1.F. "G. Pump manufacturer shall provide de-ragger technology for each pumping unit." 2 . Paragraph 2.3.J, Page 10 of20 a. Add the following to the end of Paragraph 2.3.J . "As an alternative , the pump manufacturer can reduce the suction tube wall thickness to provide minimum handling thickness plus 3/16 " corrosion/wear allowance if a service stand is provided to facilitate disassembling the suction tube from the pump . The service stand shall be designed to 1) withstand the entire weight of the pump and suction tube plus a 15% safety factor; 2) allow access to remove/install suction tube flange bolts ; and 3) service stand height shall be such that the suction tube can be removed /reinstalled with minimal cribbing or other supports." R. 46 21 73 -SCREENINGS WASHING AND COMPACTION EQUIPMENT 1. Paragraph 3.4.G .I , Page 16 of 18 a . Delete paragraph 3.4.G .1 entirely and replace with the following: "I . The washer compactor shall be operated with compacted screenings discharging out of the screenings compactor chute to the existing screw conveyor screening diversion plate assembly. The manufacturer 's representative shall conduct tests to demonstrate compliance with the performance specified herein. The Contractor shall provide all personnel and laboratory services required to complete the system tests. Should any of the tests fail to demonstrate compliance with performance criteria, the manufacturer shall , at its own expense, make all necessary modifications to the equipment to bring the equipment into compliance." 2 . Paragraph 3.6 .A .2 , Page I 7 of I 8 a . Delete the word "grinder" and replace with the word "screen ". 3 . Paragraph 3 .6.A.3 , Page 17 of I 8 a . Delete the word "grinder" and replace with the word "screen ". 4. Paragraph 3 .6.A.4 , Page I 7 of 18 a. Delete Paragraph 3 .6 .A.4 entirely and replace with the following: "4. When the washer compactor inlet hopper and drainage area is empty , switch on the washer compactor in the batch mode sequence and begin discharging raw screenings C IT Y OF FO RT WO RTH CONSTR UC TI ON CONTRACT DOCU M ENTS April 2021 VC WRF South Fl ow Lift Statio n C ity Projec t No. I 00075 -2 00 05 15 A DD EN DUM N O . 2 Page 7 of 18 from the screen into the unit and allow the raw screenings to accumulate in the washer compactor drainage area and inlet hopper. The time the screenings are discharged into the unit as well as the amount of water used to fill the hopper shall be recorded . Do not let the hopper overflow or sample and quantify the amount of overflow ." 5 . Paragraph3 .6.A.9,Page 17ofl8 a . Delete the word "grinder" and replace with the word "screen ". III. DRAWINGS A . Add the following attached drawings. 1. A-1 -ARCHITECTURAL ELECTRICAL BUILDING LIFE SAFETY PLAN AND CODE ANALYSIS B . Replace the following drawings entirely with the attached drawings . 1. C-10-66-INCH FORCE MAIN GENERAL NOTES II 2. C-12-66-INCH FORCE MAIN PLAN AND PROFILE STA 1+00 TO STA 5+00 3 . E-6 -PARTIAL ELECTRICAL SITE PLAN 4 . E-7 -PARTIAL ELECTRICAL SITE PLAN II 5. E-12-MOTOR CONTROL CENTER MCC-LS-1 ONE-LINE DIAGRAM 6 . EB-3 -DIVERSION STRUCTURE AND METER VAULT PLAN 7. EZ-2-STANDARD ELECTRICAL DETAILS II 8 . I-5 -PROCESS AND INSTRUMENTATION DIAGRAM WETWELL C. G-1 -INDEX OF ORA WINGS AND LOCATION MAP I. Add Drawing No. 37 , Sheet A-1 -ARCHITECTURAL ELECTRICAL BUILDING LIFE SAFETY PLAN AND CODE ANALYSIS to the Index immediately following Drawing No . 36 , Sheet CZ-I 0. 2 . Renumber Drawing Nos. 37 through 143 to 38 through 144 respectively . 3 . Rename Sheet E-10 to "PAD-MOUNTED SWITCHGEAR SS-74 AND SS-75 ONE-LINE DIAGRAM" D. G-2 -GENERAL NOTES 1. General Notes: a . Delete note 13 and renumber note 14 to 13 . E. C-6-MODIFIED YARD PIPING PLAN I . Notes : a . Revised "Detail C and F " to "Detail E and F ". F. C-12 -66-INCH FORCEMAIN PLAN AND PROFILE STA I +00 TO ST A 5+50 through C-15 - 66-INCH FORCEMAIN PLAN AND PROFILE STA 16+50 TO END 1. Profile : a. Revise trench backfill call out Sheet references from "CZ-4" to CZ-7". G. C-15 -66-INCH FORCEMAIN PLAN AND PROFILE STA 16+50 TO END I. Profile : a. Revise trench backfill call out Sheet reference from "CZ-6" to "CZ-9 ". H. S-2 -STRUCTURAL NOTES II I . CONTROLLED LOW STRENGTH MATERIAL (CLSM) Notes: a. Delete note 9 and renumber notes 10 and 11 to 9 and 10 , respectively . C ITY O F FO RT WO RT H CONST RUC TI ON CONTRA CT DOCUMENTS A pril 2021 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . 100 075 -2 I. S-25 -INFLUENT DIVERSION STRUCTURE SECTIONS II 1. Section 1: 00 05 15 ADDENDUM NO. 2 Page 8 of 18 a. Revise the slab thickness dimension callout at the foundation slab to be at the bottom of the slab and to read 3 '-0 ". 2. Section 2: a. Revise the slab thickness dimension callout at the foundation slab to be at the bottom of the slab and to read 3 '-0". J . M-1 -LIFT STATION UPPER AND LOWER PLAN 1. Notes: a. Delete Note 4 entirely and replace with the following. "4. THE CONTRACTOR SHALL FURNISH, INST ALL AND TEST ALL PIPING SYSTEMS IN ACCORDANCE WlTH DIVISIONS 1 AND 40." K. M-2 -LIFT ST A TION SECTIONS 1. Notes: a. Delete Note 5 entirely and replace with the following. "5. SUMP PUMP DISCHARGE PIPING SHALL BE INSULATED PER SPECIFICATION SECTION 40 42 13." L . M-11 -ODOR CONTROL PLAN 1. Plan: a. Revise Section 1 and 2 call outs to reference Sheet M-12 instead of Sheet M-15. M . M-12 -ODOR CONTROL SECTIONS 1. Section 1 and Section 2: a. Revise Section title call outs to reference Sheet M-11 instead of Sheet M-14. 2. Notes: a . Delete Note 5 entirely and replace with the following. "5. IN SULA TE ALL WATER AND DRAIN LINES ABOVE GRADE PER SPECIF! CA TI ON SEC TI ON 40 4 2 13." N. MZ-7 -MECHANICAL DETAILS VII 1. Detail A: a. Delete call out for Note 5. 2. Detail A Notes: a . Delete Note 3 entirely and replace with the following. "3. ALL EXPOSED PIPING SHALL BE INS ULA TED PER SPECIFICATION SECTION 40 42 13." 0. E-8 -DUCTBANK SCHEDULES I I . Section 6: a. Revise Conduit No. 5 Tag/Size to "SPARE l "C W /PULLSTRING" b . Revise Conduit No. 5 Description to "FROM MOTOR CONTROL CENTER MCC-LS-1 TO BIOTRICKLING FILTER CONTROL PANEL LCP-2155" c. Revise Conduit No. 6 Description to "FROM PLC-LS TO BIOTRICKLING FILTER CONTROL PANEL LCP-2155 " C ITY OF FORT WORTH CONST RUCTIO N CONTRACT DOCUMENTS April 2021 VCWRF So uth Flow Lift Station City Project No . I 00075-2 P. E-13 -PANELBOARD AND LIGHT FIXTURE SCHEDULE I. Panelboard LP-LS-I Schedule: a. Revise Circuit No. 14 Description to "SPARE" b. Delete Circuit No. 14 Phase A load kV A and note 3. Q . EB-4 -ODOR CONTROL POWER, CONTROL AND LIGHTTNG PLAN 1 . Biotrickling Filter Power and Control Plan: a. Delete heat trace thermostat callout, instrument symbol , and homerun. R. 1-3 -SYSTEM ARCHITECTURE I . Notes: a . Delete note 1 entirely and replace with the following . 00 05 15 ADDENDUM NO. 2 Page 9 of 18 "I . PCSS TO TERMTNATE FIBER TO EMERSON OVATION FANOUT SWITCHES TN TRANSCEIVER RACK. EMERSON TO PROVIDE MEDIA CONVERTERS, RACKS, AND APPURTENANCES REQUIRED TO INTERFACE WITH SCADA OVATION DCS." IV. BIDDER QUESTIONS AND CLARIFICATIONS 1. Clarification of the Engineer's assumed schedule regarding performance of the exploratory test pits and the confirmatory subgrade borings . Engineer's Response: The intent of Section 31 20 00 -3.1.D.2 was that the schedule for the confirmatory test borings is to be determined by the Contractor. It was anticipated by the Engineer that the Contractor would elect to perform the exploratory test pits (31 20 00-3 . l .C) early on the project to identify/remove unknown concrete obstructions first so the confirmatory subgrade test borings (31 20 00-3 .1.D) could then be advanced . However, the costs/schedule implications for each Contractor should be included in their bid. 2. On confirmatory soil borings, you just need profile borings to verify the subsurface conditions at each location ? You do not need any engineering recommendations? Also, why do we need a boring at the lift station valve vault if everything underneath it is going to be flowable fill ? Engineer's Response: Correct. Only a formal boring log and lab test report (testing assigned by Engineer) is required. Any engineering recommendations will be handled by the Engineer. The boring under the valve vault will be to confirm the extent of flowable fill does not need modified due to conditions present during construction. 3 . Spec Section 33 05 IO 2.2A5 unacceptable backfill material , classifies any in situ soils with a PI over 30 as unacceptable backfill material. A PI of 30 is restrictive for pipe trench back fill. Looking at the boring logs almost all of the PI are over 30. Will we have to use imported backfill for the entire length of the pipeline or can the PI limit be raised? Engineer's Response : The PI requirement for unsuitable soils will be raised to 45. 4. Also the soils report DE20-074-03 Pg. 6 has a pipe embedment recommendation to place all piping on 12" of flowable fill and extend it to 8" over the pipe . The plan trench section details do not reflect this. Will this recommendation be required? Engineer's Response: The Geotechnical Reports are provided for information purposes only. The project should be constructed based on the plans and specifications. C ITY OF FORT WORTH CONSTRUCTION CONTRACT DOCUMENTS A pril 202 1 VC WRF South F low Lift S tation C ity Project No . I 00075-2 00 05 15 ADDENDUM NO. 2 Page 10 of 18 5. Specification 46 21 73 , 3.4 FIELD QUALITY CONTROL AND TESTING, G. Operational Test Phase-I , calls out a screening grinder feeding a distribution screw to washer compactor. The specification calls for a washer compactor and only mentions grinder section 3.4 under item G .1. It also refers to Table 1.04 and section 3 .05 which is Adjusting not test Requirements. Specification 46 21 73 , 3.6 PERFORMANCE TESTING PROCEDURES A-2 , A-3 , A-9 Again refers to grinder, grinder is not specified. I think it should say screen. Engineer's Response: the reference to "screening grinder" will be removed from the spec by this Addendum No. 2. 6. Can we get some more clarification or a closer look on a plan sheet for the duct banks at Box-Fl and Box G? On google earth it looks to have some demo at your existing drive as well as maybe a concrete channel. Please advise. An enlarged image of those areas will be needed to see how much demo/replacement will required . Engineer's Response: Some existing utilities and concrete/asphalt pavements have been identified on drawing E-6 by this Addendum 2 but is not considered all inclusive. Per the General Electrical Notes on E-6, it 's the Contractor's responsibility to field verify existing utilities and repair in accordance with the specifications, any sidewalks, roadways, etc. disturbed by construction activities. 7. In duct bank 9 there is more bends then allowed by NEC. I am not seeing any details on manholes or pull boxes can we get a specification on what would be acceptable for this application. Engineer's Response: a hand hole has been added by this Addendum 2. 8 . Please confirm the unseated head pressure value is correct for the 78x78 gate. Engineer's Response: The unseated head pressure will be changed to 21-ft by this Addendum 2. 9. 40 05 59.23 -Stainless steel slide gates a. Part 2.3.C.1 calls for guides with a weight of not less than 3 lbs /ft. this is an aluminum specification. Stainless steel gates should not be less than IO lbs/ft Engineer's Response: the specification will be revised to state 1 Olbs /ft. b. Part 2.3.C.5 calls out "Guide members that consist of two or more bolted structural members are not acceptable". That is not A WW A or industry standard. That sentence eliminates Fontaine, Waterman, and Hydro Gate. Even some of the Whipps designs are eliminated by this. This is an R W sole source spec. Engineer's Response: the paragraph has been removed by this Addendum 2. c. 2.3.E.3 and 2.3.E.5 call for a cup shaped UHMWPE seal with twin contact surfaces to act as a wiper. That is a fontaine proprietary design . Not even R W 's design has that in it. Engineer's Response : the specifications have been revi sed for clarification of seal type by this Addendum 2. C ITY OF FORT WORTH CONSTRUCTION CONTRACT DOCU MENTS Ap ril 202 1 VCWRF So uth Flow Lift Station C ity Project No. 100075-2 00 05 15 ADDENDUM NO . 2 Pa ge 11 of 18 10 . The project specifications reference "Flowtite GRP" for the FRP Pipe. Can this be changed to "Thompson Pipe Group " to assist contractors in contacting the correct company as we are the Supplier. Engineer's Response : Reference was undated to Thompson Pipe Group by thi s Addendum 2. 11. The Structural Pipe Calculations in Section 1.6 .B .10 , state a Maximum Deflection of 1.0%, utilizin g Soil Modulus of E '= 1,000 psi . After utilizing the stated parameters outlined, the calculated values exceed the 1 % Max imum Deflection . Typical Specifications s uggest 3% for initial installation and not to exceed 5% Long Term. Engineer's Response: The maxi mum deflection was increased to 3% by this Addendum 2 . 12 . The Hydraulic Grade Line is approximately 20 ' (8 .64 psi]; however the required internal pressure PN =150 psi. Can you define the Operating Pressure and Surge Pressure? A PN of 50 psi would be a structurally sound and pro v ide an economical solution . Engineer's Response: Per TCEQ 217.64b, the minimum pipe press ure wi ll remain 150 ps i by thi s Addendum 2. 13 . If a PN 150 psi is utilized , all fittings [Tees, etc .] are r equired to be PN 300 ps i, which exceed our manufacturing capabilities. Engineer's Response: The pipe and all fittings may be tested to 150 psi by this Addendum 2. 14 . Hobas Pipe USA doe s not manufacture a Mechanical Restrained Joint [MRJ] System called out on [Sheet C-12 at Stations 4+01 and Station4+ 29] Engineer's Response : Callouts we re revised to "flexible coupling" to match the lan g uage used in Addendum 1, indicating the couplings were per the FRP pipe manufacturer by this Addendum 2. 15. Quality Control in Section 2.4: Please clarify ... Do one test for 1.5 x PN = 225 ps i on 66 "? Engineer's Response : Testing can be performed at 150 ps i, the minimum press ure class required by TCEQ. 16 . Sheet C 15 and M 9 do not have any connection detail s. Engineer's Response : Contractor to confirm location , s iz e, and depth of the connection point and provide required connection detail. 17. Remove Strutting and Lay Drawings requirement. Engineer's Response : Strutting may be omitted if not required to preve nt damage to the pipe , fittings , and appurtenances. Lay drawings will be required . If co nve ntional lay drawin gs cannot be ge nerated , the E ngineer can revie w for conformity. 18. Pipe and Ultrasonic Sensor requirements in Meter Vault on Page M3 is better s u ited for Welded Steel Pipe (A WW A C200) Engineer's Response : Both FRP and m eter vendors confirmed FRP is s uitable . CITY OF FO RT WORTH CONST RU CTIO N CONTRACT DOCUMENTS April 202 1 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 00 05 15 ADDENDUM NO . 2 Page 12 ofl8 19. What is the operating pressure for this force main? PN 150 is specified for pipe class but likely way higher than necessary for a sewer force main . Engineer's Response: Operating pressure is approximately 8 psi and surge is approximately 13 5 psi. The force main will be designed and tested at 150 psi. 20. Don't know how to use restrained joint safety factor? Use 150 psi x 3 = 450 psi for design pressure of thrust restraint system? Engineer's Response : Updated to 2.0 by this Addendum 2, this is intended for couplings. 21. SPECIFCIATION SECTION: 33 31 13.01 Part 2.2.B.l.f-states "All pipes shall be capable of withstanding a test pressure of two (2) times the maximum sustained operating pressure of the line without leaking or cracking.". ASTM D3754 requires that all pipes 54" and smaller are tested at two (2) times the rated pressure at the facility prior to delivery. For sizes over 54", the frequency of hydrostatic leak tests shall be as agreed upon by purchaser and supplier . What is the frequency of hydrostatic pressure testing for the 66 " Fiberglass Pipe on this project? Engineer's Response: Testing can be performed at 150 psi , the minimum pressure class required by TCEQ 22. SPECIFCIATION SECTION: 33 31 13 .01 Part 2.2.B.3.a.6 & Part 3 .7.3.b-state the maximum allowable pipe deflection is 1%. Spec Section 33 01 30 Part 3.3.C.3.a.2.fstates the mandrel shall be 95% of the inside diameter of the pipe . This would allow for 5% pipe deflection which is typical for fiberglass pipe. Please clarify the allowable deflection for the FRP. Also , will alternate means of measuring for deflection be allowed in the pipes 66 " and larger? Engineer's Response: The maximum deflection was increased to 3% by this Addendum 2. 23. SPECIFCIATION SECTION: 33 31 13 .01 Part 2.2.B.3 .a.7 -states the "Restrained Joint Safety Factor= 3.0" but Part 2.2 .B.9.c states "Unbalanced thrust forces shall be restrained with axial concrete embedment, flanges , or other suitable methods or by use of a key-lock restrained joint coupling with a safety factor of 2.0 above operating pressure." Please clarify which safety factor is required for restrained joints and thrust blocks. Does "other suitable methods " include field fiberglass lamination? Engineer's Response: The safety factor was updated to 2.0 by this Addendum 2. No, lamination may not be used in place of restrained fittings. 24. Addendum 1 states that the "The force main operating pressure is I 50 psi and the field test pressure is a maximum of 1.5 * operating pressure , not to exceed l .5*PN." Is the minimum field test pressure requirement 150 psi ? Engineer's Response: Yes , per TCEQ the minimum testing pressure is 150 ps i. C ITY OF FORT WORTH CONST RU C TION CONTRACT DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 00 05 15 ADDENDUM NO . 2 Pa ge 13 of 18 25. It is clear that the pressure class for the FRP pipe for the 66" forcemain shall be a minimum of PN 150 but is not clearly stated in the plans and specifications for the restrained joint lengths or thrust block sizing if the calculations shall be based on operating pressure, test pressure or based on the hydraulic grade line on the plan/profiles with a safety factor of 2.0. Please clarify if this is the requirements? Engineer's Response: I .5 *PC 26. Is an internal joint tester allowed as an alternate means to test the 66 " FRP? Engineer's Response: Yes, An internal joint tester is allowed. 27. Addendum # 1 added 312000 confirmation soils boring at five locations and one of those locations is the "Lift Station Dry Well" is this the wet well or valve vault? Engineer's Response: It is the valve vault. 28. Drawing C-6 Note 4 pertaining to backflow preventer & water flow meter station states these are existing are these being relocated or are they already at this locations? Will a new slab and precast vault be required or are these existing? Engineer's Response: The backflow preventer assembly & water flow meter station shall be relocated to new location shown on Sheet C-6. A new slab, protective enclosure (new hot box), pipe supports, appurtenances , etc. will be required per Detail E/MZ-4 for the backflow preventer. A new precast vault, access hatch , valves, strainer, pipe supports, appurtenances, etc. will be required for the meter per Detail F /MZ-4. Only he backflow preventer assembly and water meter shall be salvaged and relocated to the new location . Everything else is new. 29. Drawing S-26 states to excavate and replace 7'-0" of soil with CLSM and another note states the top 24" of fill shall be on-site clay, so is the total excavated depth 9'-0"? Engineer's Response: The total excavation depth is 7'-0". 30. ls the Low Voltage Switchgear manually operated or is it automatically operated? Engineer's Response : Low Voltage Switchgear is manually operated . Specification 26 23 00 has been revised for clarification by this Addendum 2. 31 . The Manual Kirk Key locked LY SWGR bus A and bus B feeds the LY MCC with 600amp circuit breakers . The Low Voltage Switchgear and the Low Voltage MCC are physically next to each other. The L V MCC has an A TO in it in 25 " wide with Main Breakers, as shown on the current one line. Wondering if you consider putting manual Kirk key Interlock on the LY Switchgear feeder breakers and eliminate the Automatic throwover in the LY MCC . Also , would you consider eliminating the Main Breakers in the LY MCC, as the LY SWGR breakers protect the cable and bus . This eliminating the ATO in the LY MCC and the Main Breakers would reduce cost and points of failure . Engineer's Response: L V MCC to be equipped with automatic transfer switch and main breakers removed . Kirk key interlock on the 600 A L V Switchgear feeder breakers will not be implemented . C IT Y OF FO RT WO RTH CONSTRUCTION CONTRACT DOCUMENTS A pri l 202 1 VCWRF So uth Flow Lift Stati o n C ity Projec t No . 100075-2 00 05 15 ADDENDUM NO . 2 Page 14 of 18 32. Sheet #S-08 shows CLSM Fill below the Lift Station Drywell with shoring system extending past the edge of the Drywell Slab. Is the CLSM below the structure required? Engineer's Response: The CLSM fill below the Lift Station Drywell is required to limit long-term settlement beneath the Drywell. 33 . The sump pump discharge piping at the lift station calls to be heat traced and insulated along with the water and condensate drain piping at the Odor Control. The sump pump discharge piping at the tlowmeter vault does not call to be insulated. Please confirm. Also is there a specification for heat tracing and insulation that also identifies all piping desired to be insulated. Engineer's Response: All process piping will be insulated but not heat traced . This will be clarified in this Addendum No . 2. 34. Can we get a clarification/change of the Specification 26_24_19, 2.7 ATS and referenced on Drawing E-12? Currently it appears to be two circuit breakers electronically controlled. We do not have issues with the microprocessor based automatic transfer switching, but would prefer conventional open-transition transfer switching mechanism with mechanical operation available in lieu of the electronic controlled circuit breakers. There doesn 't seem to be a need for additional circuit breakers (acting as mains) since there are already a normal and standby circuit breaker mains located in the adjacent switchgear LS within the same electrical building. Engineer's Response: Specifications and drawing have been revised for clarification. 35. On sheet M-11 there are two sections referenced 1 /M-15 and 2/M-15. There is no M-15 drawing. These sections should reference M-12 . Engineer's Response: correct it should reference Sheet M-12. The drawings will be revised by this Addendum 2 for clarification. 36. On the odor control condensate drain traps , drawing MZ-7 detail A, there is a reference "SEE NOTE 5". There is no note 5. Please advise. Engineer's Response: The call out for Note 5 will be deleted by in this Addendum 2. 37 . Sheet C-10 for Criteria for Construction within Levee Limits Note 6 & 7 states that the contractor shall design and install a temporary cofferdam for construction within the levee limits. To clarify , what structures, if any, are within these limits? The pipe tie-in is the only structure within levee limits? In the past, the limits are extended past the toe of the slope, is this not the case in this project? In the IFCD levees, any structure being built within 50 ' of the toe of the levee is considered within the levee limits . Is this the case here? Can we use what soil we have excavated in the dig lay operations of pipe laying to build the temporary cofferdam? Engineer's Response: Section 31 23 19 -1.5, C requires an Interim Flood Contingency Plan addressing potential impacts to the levee, as designed/determined by their licensed PE. I.e . their PE would sti ll have to review the entirety of the Contractor's work plan to confirm their plan does not impact the function of the levee . The licensed PE shall also to determine if the excavated soils from the project can be utilized for whatever protective measures the Contractor is required to do by their PE. C ITY OF FORT WORTH CONSTR UCTION CONTRACT DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Station C ity Project No . 100075 -2 00 05 15 A DDEN DUM N O . 2 Pa ge 15 o f 18 38. Specification section 27 15 23 2.2 Al I askes for fiber to be tight buffered then 3 says loose tube construction. Which cable do you want? Engineer's Response: Fiber to be ti g ht buffered. Section has been revised by this Addendum 2 . 39. On drawing 1-3 Note I , It is unclear who needs to supply equipment at the Administration Building Transceiver Rack. Engineer's Response: Drawing 1-3 , Note I has been revised to clarify scope where Emerson will provide the components listed to transceiver rack, and PCSS shall terminate fiber. Drawing has been revised by this Addendum 2 . 40. 40 70 OOA FE and FIT 2130-01 call for Magnetic flow meter. Symbol for FIT/FE-2130-01 on Drawing 1-9 shows it to be Ultrasonic Transit time flow meter. Further, there is no specification section 40 71 13 and Detail A on 1-10 shows Ultra Sonic Transit Time Flow Meter. Which meter need to be supplied? Engineer's Response : Supply clamp on transit time ultrasonic flowmeter. Meter shall be as per spec section 40 71 66. 41. Specification section 40 61 00 1.2 C 2a and 3 states the PCSS will provide and calibrate all of the instruments listed in the Division 40 PCSS instrument list(reference Spec Section 40 70 OOA) According to the drawings, out of the I 04 instruments only 12 are supplied by the PCSS . Engineer's Response : This section has been revised by this Addendum 2 to provide further clarification that PCSS shall supply and calibrate all Division 40 identified specifications in the instrument list. Vendor provided instruments shall be calibrated by supplier. 42. Specification Section 40 66 13 3 .2 A what is the intent of this section? Other than the 24 strand fiber optic cable connecting the Administration building and the PLC-LS panel the drawings show no other communications. I can not begin to estimate a price of guessing what the packag e vendors will or will not supply in their control panels. Will we be able to change order for the work , if any , after we have coordinated with the general contractor at the beginning of the project? Engineer's Response : This section has been revised by this Addendum 2 to provide further clarification that AESS and PCSS s hall coordinate with contractor to en s ure a complete control system . 43 . On Sheet C-9 , Additional General Construction Notes, Note 13 talks about repairing any damaged sprinkler heads and piping. Are there any known sprinkler syste ms in or near the construction area. Engineer's Response: There are no known sprinkler heads that were picked up in the survey. The City has preferred that note remain for all projects just in case. 44. Note 2 on sheet G-2 states it will be the responsibility of the contractor to ensure that all required permits are obtained . Will there be any charges for these permits and what permits are we to obtain . Engineer's Response : E x pected permits the contractor will be responsible for are li sted in Supplementary Conditions. Per the Pre-Bid Meeting note s, building permit fe e will be waived. C ITY O F FO RT WO RT H CONST RUCTION CONTRA CT DOCUMENT S A pr il 2021 VCWRF So uth Flow L ift Stati on C ity Project No . I 00075 -2 00 05 15 A DDENDUM NO . 2 Page 16 of 18 45 . Note 13 on Sheet G-2 states the lift station and diversion structure has to be on line within 15 months. Has this changed with the time extension issued in addendum no. 1. Engineer's Response: Yes this requirement has changed with the time extension changed by Addendum 1. This note has been deleted by this Addendum 2. 46. Addendum #1. The response to question 29 states that CLSM will be required to the minimum lateral extent indicated. Confirm that if the contractor open cuts (laid back slopes , no shoring) a portion of the diversion structure , that CLSM will only be required to the extents shows and select fill can be used beyond those extents. Engineer's Response: Select fill can be used for wall backfill on the side of the structure where open cut is utilized in lieu shoring. 47. Plan sheet S-20. Details on this sheet indicate that wall backfill is required for the meter vault. Addendum #1 contained several plan revisions indicating CLSM was required for backfill at the diversion structure and pad mounted switchgear. Confirm that wall backfill is select fill and not CLSM . Engineer's Response: The wall backfill at the meter vault can be select fill or approved on-site fill that meets the requirements of Sections 31 05 15 and 31 20 00. 48. Sheet S-24 from Amendment 1 shows the slab thickness of the Influent Diversion Structure to be 3 ' and Sheet S-25 from Amendment 1 shows the slab to be 3 '7". What is the correct thickness? Engineer's Response: the slab thickness is 3 '-0". The drawings will be revised by this Addendum 2. 49. Sheet S-02 CLSM Note 9 states that the minimum CLSM fill elevation on all sides of the structure shall be 514 .06 , but finished grade around the lift station ranges from 475 to 482 . What is the correct CLSM? Engineer's Response: Note 9 has been deleted by this Addendum No. 2. 50. Sheet #M-1 , on the 54" header coming from the last tee through the wall , is that spool piece , with the wall ring , required to be that long of a distance or is there another flange connection under the stair landing? There is not a section view to clarify this. Engineer's Response: Section 3/M-2 shows a section view of the pipe header. The drawings do not show a flange connection under the stair landing but we will consider adding a flange on the inside portion of the wall pipe if it helps with constructability. C ITY O F FO RT WO RTH CONSTR UCTION CONT RA CT DOCU MENTS A pril 2021 VCW RF So uth Fl ow Lift Stati on C ity Proj ec t N o . I 00075-2 Re viewed and A pproved By: ACCEPTANCE: -,.?=:::s: 04/02/2021 Farida Goderya, PhD, P.E. Senior Project Manager Water Departm ent 00 05 15 ADDEND UM NO. 2 Page 17 of 18 The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 2 to the plans and specifications for the VCWRF South Flow Lift Station Project, City of Fort Worth Project No. 100075-2. SCHEDULED BID DATE: :~~:n:i;~~~ By:~ Title: David Caldwel:vclresident Company: Crescent Constructors , Inc. C ITY OF FORT WORTH CONSTRUCTION CONTRACT DOCUMENTS Apri l 202 1 April 8, 2021 April 2. 2021 VCWRF South Flow Lift Station City Project No . 100075 -2 City of Fort Worth Village Creek Water Reclamation Facility South Flow Lift Station Project City Project No. 100075-2 ADDENDUM NO. 3 April 5, 2021 BID RECEIPT DATE APRIL 8, 2021 00 05 15 A DD END U M NO . 3 Pa ge I o f2 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project must be received by 1:30 PM CST on Thursday, April 8, 2021. Bidders must acknowledge receipt of this Addendum below , and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I. INFORMATION A. 00 42 43 Schedule of Suppliers has been updated by this Addendum 3 so the updated Bid Proposal Excel Workbook that includes the Schedule of Suppliers has been uploaded to the BIM360 Bidding Addenda Folder and made available for Bidder 's use. Bidder's shall use at own risk and verify formulas and rounding functions in the spreadsheet prior to assure Bid Value is correct. The City and Engineer are not responsible for errors in the Bid Proposal Form Spreadsheet. II. SPECIFICATIONS A . Delete the following Specification Sections entirely and replace with the attached Specifications . I . 00 42 43 -SCHEDULE OF SUPPLIERS B. 33 05 10 -UTILITY TRENCH EXCAVATION , EMBEDMENT, AND BACKFILL 1. Paragraph 2 .2 .A.4.a, Pag e 7 of 22 a. Delete paragraph 2.2 .A.4 .a entirely and replace with the following: "a. In-situ or imported soils classified as CL, CH , SC , or GC in accordance with ASTM D2487." C. 40 05 59 .23 -STAINLESS STEEL GATES I . Paragraph 3 .6 , Page 12 of 12 b. Delete Note 3 entirely and replace with the following. "3 . Rising Stem , Pedestal , Motorized with Manual Handwheel and 2 " A WWA Nut." III. DRAWINGS A. Delete the following Drawings entirely and replace with the attached Drawings . 1. CZ-7 -66-INCH FORCE MAIN TRENCH AND BACKFILL DETAILS B. G-7 -INDEX OF ORA WINGS AND LOCATION MAP I . Gate Schedule : C ITY OF FO RT WO RT H CONST RUCTION CONTRACT DOCUMENTS A pril 202 1 VCW RF So uth Flow Lift Stati o n C ity Project No . 100075 -2 00 05 15 ADDENDUM N O . 3 Page 2 of2 a. Gate SG-ERN-2836003; delete "48 " entirely under max unseating head (ft) column and rep lace with "21 ". b. Actuator type ; delete "HANDCRANK" entirely and replace with "HANDWHEEL". C. C-12 -66-INCH FORCE MAIN PLAN AND PROFILE ST A 1 +00 TO STA 5+50 thru C-15 -66- INCH FORCE MAIN PLAN AND PROFILE ST A 16+50 TO END I. Profile : a. At top of profile detailing backfill requirements starting at roughly Station 2+ 12 , delete "SELECT BACKFILL" and replace with "ACCEPTABLE BACKFILL". Backfill for flexbase gravel road shall stay "SELECT BACKFILL". D . SZ-8 -TYPICAL STRUCTURAL DETAILS I. Section I : a. Delete Section Title "96 " EMERGENCY GA TE LIFT" entirely and replace with "TYPICAL EMERGENCY GA TE LIFT". 2. Detail 4 b . Delete Detail Title "96 " GA TE WIRE ROPE ATTACHMENT" entirely and replace with "TYPICAL GATE WIRE ROPE ATTACHMENT". Reviewed and Approved By: ~ 04/05/2021 Farida Goderya, PhD , P.E. Senior Project Manager Water Department ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 3 to the plans and specifications for the VCWRF South Flow Lift Station Project, City of Fort Worth Project No. 100075-2. SCHEDULED BID DATE: DA TE ADDENDUM ISSUED: RECEIPT ACKNOWLEDGED: By: ----------- Title: ----------- Company: ________ _ C ITY OF FO RT WO RT H CONSTR UC TI ON CONTRACT DOCUMENTS A pril 202 1 April 8, 2021 April 5, 2021 VCW RF So uth Flow Lift Stati o n C ity Proj ect No. 100075-2 00 05 15 ADDENDUM NO. 3 Page 2 of2 a. Gate SG-ERN-2836003; delete "48" entirely under max unseating head (ft) column and replace with "2 1 ". b. Actuator type; delete "HANDCRANK" entirely and replace with "HANDWHEEL". C. C-12-66-INCH FORCE MAIN PLAN AND PROFILE STA 1+00 TO STA 5+50 thru C-15-66- INCH FORCE MAIN PLAN AND PROFILE ST A 16 +50 TO END 1. Profile: a. At top of profile detailing backfill requirements starting at roughly Station 2+ 12, delete "SELECT BACKFILL" and replace with "ACCEPTABLE BACKFILL". Backfill for flexbase gravel road shall stay "SELECT BACKFILL". D. SZ-8 -TYPICAL STRUCTURAL DETAILS 1. Section 1: a. Delete Section Title "96" EMERGENCY GA TE LIFT" entirely and replace with "TYPICAL EMERGENCY GATE LIFT". 2. Detail 4 b. Delete Detail Title "96" GA TE WIRE ROPE ATTACHMENT" entirely and replace with "TYPICAL GATE WIRE ROPE ATTACHMENT". Reviewed and Approved By: ~ 04/05/2021 Farida Goderya, PhD, P.E. Senior Project Manager Water Department ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 3 to the plans and specifications for the VCWRF South Flow Lift Station Project, City of Fort Worth Project No. 100075-2. SCHEDULED BID DATE: DATE ADDENDUM ISSUED: :,c ~, Title: David Caldwell, Vice President Company: Crescent Constructors, lnc. CITY OF FORT WORTH CONSTRUCTION CONTRACT DOCUMENTS April 2021 April 8, 2021 April 5, 2021 VCWRF South Flow Lift Station City Project No. I 00075-2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS 00 11 13 fNVIT A TI ON TO BIDD ERS Page I o f4 Due to the COVIDl 9 Emergency declared by the City of Fort Worth and until the emergency declaration , as amended , is rescinded , sealed bids for the construction of the Village Creek Water Reclamation Facility South Flow Lift Station Project, CPN 100075-2, will be received by the City of Fort Worth Purchasing Office until I :30 P.M . CST, Thursday , April I , 2021 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth , Texas 76102 Bid 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 Council Chambers and broadcast through live stream and CFW public television , which can be accessed at http://fo1tworthtexa s.gov/fwtv/. The general public will not be allowed in the City Council Chambers. In addition , in lieu of delivering completed MBE forms or the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p .m . 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 : 120 Million Gallons per Day (mgd) South Flow Lift Station with submersible pumps Odor control bioscrubber system 2,016 linear foot of 66-inch FRP force main 102 linear foot of 72-inch FRP sewer line 25 linear foot of 90-inch FRP sewer line One new coarse screen and one new fine screen with washer/compactor at existing Headworks Facility New Influent Flow Diversion Structure with one new 90-inch sluice gate One new 78-inch sluice gate at Box Fl Two new 54-inch sluice gates at Box G C ITY OF FORT WORTH CONS TR UCT ION S PEC IFI CA TI ON DOCU MENTS Fe bru ary 2021 VC WRF So uth Fl ow Lift Stati on Proj ect City Proj ect No . I 000 75-2 Box G concrete rehabilitation and protective coating Concrete pavement and site grading improvements Utility demolition and relocation 00 11 13 INVITATION TO BIDDE RS Pa ge 2 of4 Coordination with Oncor for relocating their 12.47kV overhead electric distribution line Electrical and instrumentation improvements Modifications to plant's Ovation system to integrate new improvements Partial demolition of Bar Screen Building No. 3 Tree removal and protection of existing trees to remain Construction layout and survey Site clearing 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 2 I I 3 -INSTRUCTIONS TO BIDDERS . DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line at the City 's electronic document management and collaboration system site at the following links . The Contract Documents may be downloaded , viewed, and printed by interested contractors and/or suppliers . Bid Document Package https ://docs . b360. autodesk. com/shares/ff? 5bd65-3 b30-4 fOb-81d2-de05487b6 707 Addenda Folder https://docs. b360.autodesk.com/shares/d0edde 7f-aa 71-4 7 44-85a6-73c598bb91 a4 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . PREBID CONFERENCE AND SITE VISIT A non-mandatory prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date and time via a web conferencing application: DATE: TIME : Thursday, March 18, 202 I 9 :00am -11 :OOam If a prebid conference will be held on line via a web conferencing application , invitations will be distributed directly to those who have submitted Expressions oflnterest 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 . A non-mandatory site visit will follow the prebid conference at the following date and time. DATE: Thursday, March 18, 2021 TIME: I :OOpm -3:00pm C IT Y OF FORT WORTH CONSTR UCT ION S PEC IFICATION DOCU MENTS February 202 1 VC WRF South Flow L ift Station Project C ity Proj ect No . I 00075 -2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 00 11 13 INVITATION TO BIDDERS Page 3 of 4 City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualification s and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida Goderya, PhD, PE , City of Fort Worth Email: Farida.Goderya@ fortworthtexas.gov Phone: (817) 392-8214 AND/OR Attn: Amy Robinson , PE, BCEE, COM Smith Inc. Email: Robinsonar@ cdmsmith.com Phone: (817) 332-8727 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of an y new information pertinent to this project or the COVID19 emergency declaration , as amended, as it may relate to this project, bidders are requested to email Expressions oflnterest in this procurement to the City Project Manager and the Design Engineer. 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 also be posted in the City of Fort Worth's purchasing website at http ://fo 1tw orthtexas .gov /pu rc has in g/ 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 respon s ible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those li sted in INQU1RIES above . ADVERTISEMENT DATES March 4, 2021 March 11, 202 I C ITY OF FORT WORTH END OF SECTION CONSTR UCT IO N SPECIFICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station Project C ity Proj ect No . I 00075-2 00 11 13 rNVITATION TO BIDDERS Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station Project City Project No. I 00075 -2 1. Defined Terms SECTION 00 2113 INSTRUCTIONS TO BIDDERS 00 21 13 fNSTRU CTI ONS TO BIDD ERS Page I o f 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS , which are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2 . Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person , firm , partnership , company, association , or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents . 1.2 .2 . Nonresident Bidder: Any person, firm , partnership, company, association , or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3 . Successful Bidder: The lowest responsible and responsive Bidder to whom City ( on the bas is of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1 . Neither City nor Engineer shall ass ume 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 u se . 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 shall not be opened and , even if inadvertently opened , shall not be considered . Prequalification requirement work types and documentation are available by access ing all required files through the City 's website at: https ://apps. fo 11worthtexas. gov /Project Resources/ 3 .2 . Each Bidder unless currently prequalified, must s ubmit to the City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11 , BIDDERS PREQUALIFICA TIONS . 3 .2.1 .Submission of and /or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CITY OF FO RT WORTH CONS TRUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 2021 VCWRF So uth Flow Lift Stati on City Proj ect No . 100075 -2 00 21 13 fNSTR UC TI ONS TO BIDDER S Page 2 o f 10 3.2.2.TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has ex pired 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 5th day) to s ubmit 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 submittal/review 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 are not required for this project. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1 . Before s ubmitting 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 s ite conditions that may affect cost, progress , performance or furnishing of the Work. 4 .1.3 . Consider federal , state and local Laws and Regulations that may affect cost, progress , performance or furnishing of the Work. 4.1.4 . Study all : (i) reports of ex plorations and te sts of subsurface conditions at or contiguous to the Site and all drawings of ph y sical conditions relating to existing C ITY OF FO RT WO RTH CONSTR UCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Fl o w Lift Stati on C ity Project No . I 00075 -2 00 21 13 fNSTR UC TIO NS TO BIDD ERS Pa ge 3 o f 10 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 . 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 s urface and subsurface structures (except Underground Facilities) which are at or contiguous to CITY OF FO RT WORTH CONST RUC TI ON SPEC IFI CA TI ON DOCUMENTS February 202 1 VCWR F So uth Flow Li ft Stati on City Proj ect No . I 00075 -2 00 21 13 INSTR UC TIONS TO BIDDERS Pa ge 4 of 10 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 perfonning and furnishing the Work. 4.4 . The provisions of this Paragraph 4 , inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum , Hazardous Waste or Radioactive Material covered by Paragraph 4 .06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed , rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5 .2. Outstanding right-of-way , easements , and /or permits to be acquired by the City are listed in Paragraph SC 4 .01 of the Supplementary Conditions. In the event the necessary right- of-way, easements , and /or permits are not obtained , the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3 . The Bidder shall be prepared to commence construction without all executed right-of- way, easements , and /or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. C ITY O F FO RT WORTH CONST R UC TI ON S PEC IFI CAT ION DOCU MENTS Fe bruary 202 1 VC WRF South Flo w Lift Station C ity Proj ect No . I 00075 -2 6. Interpretations and Addenda 00 21 13 rNSTR UC TION S TO BIDDE RS Pa ge 5 o f IO 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: City of Fort Worth 200 Texas Street Fort Worth , TX 76102 Attn: Farida Goderya, P.E., PhD, Water Department Emai I: Farida.Goderya@ fortworthtexas.gov Phone: (817)392-8214 AND /OR Attn: Amy Robinson , P.E ., BCEE, CDM Smith Inc. Email: ro bin so nar@cdm s mith .c o m Phone: (817)332-8727 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 City 's electronic document and collaboration system site at: https://docs . b360 .autodesk .com/shares/d0edde7f-aa71-47 44-85a6- 73c598bb91 a4 6.4. A non-mandatory 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, is s ued 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 Aw ard 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 C IT Y O F FO RT WO RTH CONSTRUCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Flo w Li ft Stati on C ity Proj ect No . I 00075 -2 00 21 13 fNSTRU CT ION S TO BIDDERS Page 6 of 10 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 Prov isions 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 O 1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11 . I. In accordance w ith the City's Business Equity Ordinance No . 24534 -I 1-2020 the City has goals for the participation of minority bu s ine ss and/or women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall s ubmit the Business E quity Utilization Form , Business Equity Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Business Equity Joint Venture Form , as appropriate. The Form s including documentation must be received by the City no later than 2:00 P .M . CST, on the second business day after the bid opening date . The Bidder shall obtain a receipt from the City as evidence the documentation was recei ved . Failure to comply shall render the bid as non-res pon s ive . Business Equity Ordinance No. 24534-1 I -2020 https ://apps. fo1two1thtexas. gov /Pro jectResources/Resou rces P /60%2 0- %20 MW BE/NE W%20 Busi ness%20 Eq u ity%200rd i nance/Ord i nance%2024534-11 - 2020 .pdf 11 .2 . No Contractor shall be required to employ any Subcontractor, Supplier, other perso n or organization against whom Contractor ha s reasonable objection. 12. Bid Form I 2. I. The Bid Form is included with the Bidding Docum e nts ; additional copies may be obtained from the City. 12 .2 . All blanks on the Bid Form must be completed by printin g in ink and the Bid Form s ig ned in ink . Erasures or alte ration s shall be initialed in ink by the person signing the Bid Form . A Bid price s hall be indicated for each Bid item , alternative, and unit C ITY OF FORT WORTH C ONSTR UCT ION SPEC IFI CAT ION DOC UM EN TS February 202 1 YC WRF So uth Flow Lift Station C ity Project No . I 00075-2 00 2 1 13 IN STR UC TI ONS TO BIDD ERS Page 7 o f 10 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. 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 communication s 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 Purchas ing 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 Purchasin g Office cannot be withdraw n prior to the time set for bid ope ning . A reque st for withdrawal C ITY O F FO RT WO RTH CONSTR UCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Li ft Stati on C ity Proj ect No . I 00075 -2 00 21 13 fNSTR UC TIONS TO BIDDERS Pa ge 8 of 10 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 17.1 . City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive , unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices . Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17 .1.1. Any or all bids will be rejected if City ha s 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 person s 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 re quirements, performance data and guarantees of major item s of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. C ITY OF FO RT WORTH CONSTRUC TION SPECIFICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station C ity Project No . 100075 -2 00 21 13 INSTR UC TI ONS TO BIDD ERS Pag e 9 of 10 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. 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 con stitute acceptance of a Bid . Upon the contractor award a Notice of Award will be iss ued by the City. I 7. 7. I 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 https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8 . Failure or refusal to comply with the requirements may result in rejection of Bid . 17 .9 . The Contractor shall provide a minimum of two (2) year warranty for the entire project. 18. Signing of Agreement 18 .1. 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 In s urance, and all other required documentation . 18 .2 . Failure to execute a duly awarded contract may subject the Contractor to penalties . 18 .3 . City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CIT Y OF FO RT WORT H CONS TR UC TI ON SPEC IFICAT ION DOCUMENTS Febru ary 2021 VC WRF So uth Flow Li ft Stati on City Proj ect No . I 00075 -2 00 2 1 13 TNSTRUCT IONS TO BIDDE RS Page IO of 10 TIDS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS Febru ary 202 1 VCWRF South Fl ow Lift Station C ity Project No. 100075 -2 00 35 13 CONFLICT OF INTEREST A FFIDAVIT SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Page I of2 Each bidder, offerer or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and /or a Local Government Officer Conflicts Di sclosure Statement (the attached CIS Form) pursuant to state law . You are urged to consul t with counsel regarding the applicability of these forms to your company . The referenced forms may be downloaded from the links provided below. http://www .ethics .state . tx . us/forms /CIO.pdf http ://www.ethics .state.tx.us/forms /CIS .pdf D CIQ Form does not app ly ~ CIQ Form is on file with City Secretary D CIQ Form is being provided to the City Secretary D CIQ Form does not app ly ~ CIS Form is on Fi le with City Secretary D CIS Form is being provided to the City Secretary BIDDER: Crescent Constructors, Inc . Company 2560 Technology Drive , Suite 400 Address Plano, Tx 75074 Title : __ V_ic_e_P_r_e_s1_· d_e_n_t ________ _ City/State/Zip END OF SECTION CITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 I (Please Print) VCWRF South Flow Lift Stat ion City Project No. I 00075-2 TO: The Purchasing Manager c/o : The Purchasing Division 200 Texas Street City of Fort Worth , Texas 76102 SECTION 00 41 00 BID FORM FOR : Village Creek Water Reclamation Facility South Flow Lift Station City Project No.: Units/Sections : 100075-2 NIA 1. Enter Into Agreement 00 41 00 BID FORM Page 1 of 4 The undersigned Bidder proposes and agrees , if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents . 2. BIDDER Acknowledgements and Certification 2 .1. In submitting this Bid , Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS , including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance , will do so pending contract award , and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award . 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association , organization , or corporation . 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2 .5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt , fraudulent , collusive , or coercive practices in competing for the Contract. For the purposes of this Paragraph : a . "corrupt practice" means the offering , giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process . b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition . c. "collusive practice" means a scheme or arrangement between two or more Bidders , with or without the knowledge of City , a purpose of which is to establish Bid prices at artificial , non-competitive levels. CIT Y OF FORT WORTH CO NSTRUCTION SPECIFIC ATION DOCUME NTS February 2021 VCWRF Sou th Flow Lift Station City Pro ject No . 100075-2 00 4 1 00 BID FORM Page 2 of 4 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 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors : a. Water/Wastewater Treatment Facilities b. Pipeline Contractor C. d . 4. Time of Completion ~ 4 .1. The Work will be substantially complete within 578 days after the date when the ~ Contract Time commences to run as prov ided in Paragraph 2.03 of the General Conditions , plus any extension thereof allowed in accordance with Art icle 12 of the Gene ral Conditions . ~ 4.2. All Work w ill be complete for Final Acceptance within 639 days after the date when the ~ Contract Time commences to run as prov ided in Paragraph 2.03 of the General Conditions , plus any extension therof allowed in accordance w ith Article 12 of th e General Cond itions. 4 .3. Bidder accepts the provis ions of the Agre ement as to liquidated damages in th e event of failure to complete the Work and/or achievement of Substantial Compl etion Milestones within the times specified in th e Agreement. 5. Attached to this Bid The following documents are attach ed to and made a part of this Bid: a. Th is Bid Form , Section 00 41 00 b. Proposal Form , Section 00 42 43 c. Schedule of Suppliers , Section 00 42 4 3 Re q uired Bid Bond , Section 00 43 13 issued by a surety meeting the requ irements of Paragraph 5 .01 of c. t he General Conditions. d. Vendor Compl iance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid ) f . Prequalification Statement , Section 00 45 12 g. Conflict of Interest Affidavit , Section 00 35 13 *If necessary , CIQ or CIS forms are to be provided directly to City Secretary CIT Y OF FORT WORTH CONSTRUCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 2021 VCWR F South Flow lift Station City Project No. 100 07 5-2 00 41 00 BID FORM Pag e 3 of 4 h . Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6 .1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2 . It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6 .3. Evaluation of Alternate Bid Items Total Bid 7. Bid Submittal This Bid is subm itted on 4/8/2021 David Caldwell (Printed Name) Title : Vice President Company : Crescent Constructors , Inc. Address : 2560 Technology Drive Suite 400 Plano , Tx 75074 State of Incorporation : Te xas Email : David@rescentconstructors .com Phone : 972-422-0014 CIT Y OF FORT WORTH CONSTRUCTION SPECIFICATI ON DOCUMENTS February 202 1 END OF SECTION by the entity named below. Receipt is acknowledged of the )P~ial following Addenda: Addendum No . 1: Addendum No. 2: Addendum No . 3 : . ·--· ·~- ·---· ........ .J . Corporate Seal : '" .,4 - ' r 'f I C... r 'ff' - VCWRF South Flow Litt Station City Project No. 100075-2 Proj ect Item lnfonn atio n SECTIO N 00 42 43 PROPOSAL FORM Bidli sl hem Desctiption Unit o f Bid No. 1 2 3 4 5 6 7 8 9 10 I 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 South Flow Lift Station Project complete as shown in the contract documents excluding bid items 2-25 below. 66-inch FRP force main. 90-inch FRP sewer pipeline . 72-inch FRP emergency bypass pipeline . Development, design and implementation of a Trench Safety System as required by Occupational Safety and Health Administration . Su b mersible Solids Handling Pumps Equipment Cost Only as sho-','{n on the_cjr;iwings and specified in 43 25 13 . Climber Bar Screen Equipment Cost Only as shown on the _ drawings and §P~Cified in 46 21 11. _ - Perforated Plate Screen Equipment Cost Only as shown on the drawings and specified in _!6 21 53 . Screenings Washing a nd Compacting Equipment Cost Only as shown o n_ the drawings and specified in 46 21 73 . 90 -inch Stainless Steel Slide Gate Equipment Cost Only as shown on !he drawings and specified in 40 05 59 .23. 78-inch Stainless Steel Slide Gate Equipment Cost Only as shown on the drawings and specified in 40 05 59 .23 . 54-inch Stain less Steel Slide Gate Equipment Cost Only as shown on th_e drawings and specified in 40 05 59 .23 . Odor Control Bioscrubbing Equipment Cost Only as shown on the drawings and _fil)ecJ!!ed in 44 31 33..,_ Corrosion Resistant Centrifugal Fans Equipment Cost Only as shown on the drawings and specified in 43 11 19.15. BQ2( G Concrete Repairs . Bo~ G Concrete Protective Coatings. Partia l Demolition and Modifications to Bar Screen Building No. 3 . Electrical and instrumentation improvements associated with South Flow Lift Station Project as shown in the contract documents . Provide engineering services for application programming to add 1/0 poin ts to existing Emerson Distributed Control System (DCS) for monitoring and control of the South Flow Lift Station and system installation and start-up as described in the contract documents . Tree Remova l Demolition of unknown structures and/or concrete . Allowance for Oncor Overhead Electric Relocation . Coordination with Oncor for Overhead Electric Relocation for a lump sum price . Confirmatory Subgrade Test Borings Construction Allowance CITY OF FORT WORT H CONSTRUCTION SPECIFICATION DOCU~IENTS FcbrullI)· 2021 Me as ure Quantity LS 1 LF 2,016 LF 25 LF 102 LF 2,143 EA 4 EA 1 EA 1 EA 1 EA 1 EA 1 EA 2 LS 1 EA 2 CF 350 SF 1350 LS 1 LS 1 LS 1 EA 30 CY 150 LS 1 LS 1 LS 1 LS 1 00 4243 BID PRDPD SAL P.igc I or I Bidder's Application Bidder's Pro posal Unit P1i ce /I l &q ctxf '° Ct I \ ,)0000 0 ) 1-,2-00 l1 q oo°' 'lou 7J)0,000 L'<) 12>0 , 000 nJ (.P, ocxf)..) 15 6,0~::/'0 :DlXX;f;t" ) coo 0 " \ "J ,ooo {'V 500,ocouJ }61 0 (b tlC/ 1-.,CO~._· 4.o u·, /~lXJ!/ ~ 1 /Wr (Xx)-> $200,000 .00 4':W)? l 00 .:, $50 ,000 .00 la _,&/L(~ l 2--pod $250 000 .00 Total Bid Bid Value q) UP0 ,wc0 (_) l l{p l6 /s60°D c'.>U s=;/X>o 103 ,oco rt) L\-,'ltb00 8t(JD00 vD T!J O I CX,,c> c.-, (gO(),OC()tD I S'.>1axf"' ·~ I CC/.)1() '501 ocoec> D) -~,ceo 56D, OC(f0 · ~O, oc:oo,-;, 1 oS i:JcX/", ~,ucxf' 7 150,cr,0 '") t (' l_f,/CO;LCO . !_?00 ,000 .00 }Jt X>"~ . ) C.X--cf'', $50 ,000 .00 101 0}4°0 I L ) CD"'-' $250 000.00 l <i t.:{'1 ,~ J YO'--·· VC \V RF South Flow Lift S13tion City Proj~ct No. I 00075·2 00 42 43 SCHEDULE OF SUPPLIERS The Contract Documents are based upon the equipment or products available from the Base Bid Suppliers denoted as ··a.", "b.", etc. No s pace or fonn has been made in the Contract Bid Doc uments to write in products/equipment from alte rnate suppliers. Bidders proposing equivalent quali ty products or equipment s hall confonn to the req uirements described in Specifications. The Bidder must indicate in its Bid which Base Bid Supplier th e Bidder int ends to use for each item of equipment listed on this form by circling one of the listed Base Bid Suppliers . Should a Bidder fai l to circle a Base Bid Supplier in a category, it shall furnish the equipment of Base Bid Supplier "a ". Should a Bidder c ircle two or more Base Bid Suppliers, it s hall furnis h the equipment of the lesser-lettered Base Bid Supplier. If, following award of contract, a proposed alternate supplier is detennined "not equivalent" by the Engineer, the Bidder shall provide the equipmen t of the selected Base Bid Supplie r. Item Equipment Item or Material I Pad-Mounted , Liqui d Filled , Medium-Voltage Transfonners 2 Medium-Voltage, Pad-Mounted Switchgear 3 Low-Voltage Switchgear 4 Motor Control Centers 5 Variable Frequency Motor Controllers 6 Surge Protection For Low-Voltage Electrical Powe r Circuits 7 Ductile Iron Pipe 8 Ductile Iron Fittings 9 PVC Pressure Pipe IO Resi lient Seated (Wedge) Gate Valve 11 Fiberglass Reinforced Pipe fo r Gravity Sanitary Sewers 12 Fiberglass Reinforced Pipe for Pressure Sewers 13 Combinatio n Air Valves for Sanitary Sewe r Force Mains 13 E poxy Liners for Sanit ary Sewer Structure s 15 Act uato rs for Process Valves COM Smith CONSTRUCTION SPECIFICATION DO CUMEN T S Febmary 2021 Specification Section No. 26 12 19 26 13 29 26 23 00 26 24 19 26 29 23 26 43 13 33 I I IO &4005 19 33 11 11 &40 05 19 33 II 12 33 12 20 33 3 1 13 33 31 13.01 33 3 1 70 33 39 60 40 05 57 Base Bid Supplier ~B. Power Grids Division b. Copper Industries, Inc . c. Prolec GE I rc&c Electric Company . Cooper c .G&W a Eaton b. Square D c . Allen-Bradley j'd.)J E bvABB a Eaton b. Square D c . Allen-Bradley I ct.)}E by ABB a . Eaton b. Square D 1 c.)l.]Ien-Bradlev a Eaton b. Schneider Elect ri c USA c . Rockwell Automations t id):;E bv ABB a . G ri ffin Pipe Products, Co. b. American Ductile Iron Pipe Co. (~S. Pipe and Foundry Co . . McWane Cast Iro n Pipe Co. j ftc,tar Pipe Products, Inc . . Griffin Pi pe Products, Co. c . Mc Wane Cast Iron Pipe Co. d . Sigma Co. e . Accucast f. Ford Meter Box Co. g. One Bolt, Inc . h. EBBA Iron, Inc i. S&B Technical Products Ii. SIP Industries a . Vinyltech PVC Pi pe I Q ipel ife Jet Stream c . Diamond Pl as tic s Corporation d. J-M Manufacturing Co. Inc . e. Royal Building Products a . America! Flow Control b . American A VK Company t~ennedy c . M&H d . MuellerCo. e. Clow Valve Co. f. S tockham Valves & Fittings g. U.S . Pipe Foundry Co. h. East Jorda n Iron Work s a . Hobas b.°Fl owtite a . Hobas I OfJowtite ( v-.R.I. USA , Inc . b. or approved equal (~hesterton . Warren Environme ntal a. Beck I [!;).otork VCWRF South Flow Lift Station C ity Project No. I 00075-2 00 42 43 SCHEDULE OF SUPPLIERS The Contract Documents are based upon the equipment or products avai lable from the Base Bid Suppliers denoted as "a.", "b.", etc. No space o r form has been made in the Contract Bid Documents to wril e in products/equipment from alternate su ppliers. Bidders proposing equivalent qu ality products or equipment shall confonn to the require ments described in Specificati ons. The Bidder must indicate in its Bid which Base Bid Supplier the Bidder intends to use for each item of eq uipment I isled on this form by circling one of the listed Base Bid Suppliers. Should a Bidder fail to circle a Base Bid Supplier in a category, it shall furnish the equipment of Base Bid S uppli e r "a". Shoul d a Bidder circle two or more Base Bid Suppliers, it shall furnish the equipment of the lesser-lettered Base Bid Supplier. If, following award of contract, a proposed alternate supplier is determined "not eq ui valent" by the Engineer, the Bidder shall provide lhe equipment of the selected Base Bid Supplier. Item Equipment Item or Material 16 Actuators for Stainless Steel Slide Gates 17 Stainless Steel Slide Gates 18 Plug Valves 19 Rubber Flapper C heck Valves 20 Air Release Valves for Wastewater Service 21 Air-Vacuum Valves for Wastewater Service 22 Process Control and E nterprise Management Systems General Provisions 23 Corrosion Resistant Centrifugal Fans 24 Submersible Non-Clog Centrifugal Pumps 25 Odor Control Biosc rubbing Equipment 26 Climber-Type Bar Screens 27 Perforated Plate Screens 28 Screenings Washing and Compacting Equipment CDMSmith CONSTRUCTION SPECIFICATION DOCUMENTS February 20'.! I Specification Section No. 40 05 57 40 05 59.23 40 05 62 40 05 65.33 40 05 78 .21 40 05 78 .'.!3 40 61 00 43 11 19.15 43 25 13 44 31 33 46 21 11 46 21 53 46 21 73 Base Bid Sunnlier c .AUMA a . Beck b. Rotork 4~UMA a Fontaine Aquanox b. Whipps, In c. c. RWGate d. Waterman Industries I ~vdro Gate Comoration 4 l!)JeZurik b. M&HValve c. Clow Valve d. Val-Matic e. Pratt f. C rispin ~al -Matic ( rispin c. Dezurik/APCO a. RF Valves, Inc b. Va l-M atic Valve & Manufacturing Corp. c . Dezurik/APCO (~rispin ll["DeZurik b. Flomalic Corporation c. Val-Matic Valve & Manufacturing Corp. clh:rispin (~rime Controls b. Walker Industrial c. General Control Systems, Inc. d. RLC Control s Inc. e. Or approved equal a . Harzell b. Veranlis ( l?.tlew York Blower 4 ~ylem/Flygt b. lndar c. ABS/Su lzer d. EBARA e. KSB a Daniel Company b. BioAir Solutions c . Biorem Technologies d . Evoqua Water Technologies ( ~CS Envi ronmental Solutions a . Suez (b)vulcan (.sJAndritz b. Parkson (~dritz . Parkson VCWRF South Flow Lift Station Ci ty Project No. 100075-2 KNOW ALL BY THESE PRESENTS: SECTION 00 4313 BID BOND 004313 BID BOND Page 1 of 1 That we, (Bidder Name) Crescent Constructors , Inc. hereinafter called the Principal, and (Surety Name) Travelers Casualty and Surety Company of America a corporation or firm duly authorized to transact surety business in the State of Texas , hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of Five Percent of the Amount Bid and No/100 Dollars ($ 5 % l), the payment of which sum will be well and truly made and the said Principal ana the said Surety, bind ourselves , our heirs, executors, administrators , successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Village Creek Water Reclamation Facility South Flow Lift Station 0 NOW , THEREFORE, if the Obligee 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 Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. By : Oau, *By: Travelers Casualty and Surety Company of America *Attach Power of Attorney (Surety) for Attorney-in-Fact CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 END OF SECTION Impressed Surety Seal Only VCWRF South Flow Lift Station Ctty Project No . 100075-2 ~ TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS : That Travelers Casualty and Surety Company of Ame rica . Travelers Casualty and Surety Company , and St. Paul Fire and Ma rine Insurance Company are co rporations duly organi zed under the laws of the State of Connecticut (herein collectively called the "Companies"), and that th e Compa ni es do hereby make , constitute and appoint Connie Jean Kregel of Pl a no Texas , their true and lawful Attorney-in-Fact to sign , execute , seal and acknowledge any and all bonds , recognizances , cond itio nal undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF , the Companies have caused this in strument to be signed , and their corporate seals to be hereto affixed , this 3rd day of February , 2017. State of Connecticut By: City of Hartford ss . Robert L. Raney , Sel'Tfor Vice President On this the 3rd day of February , 2017 , before me personally appeared Robert L Raney , who acknowledged himself to be the Senior Vice President of Travelers Cas ualty and Surety Company of Ame rica , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company , and that he , as such , being authorized so to do , executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 202 1 ~ C. Tetrea ul t , Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America. Trave lers Casua lty and Surety Company , and St. Pa ul Fi re and Marine Insurance Company , wh ich reso lution s are now in full force and effect , reading as follows : RESOLVED , that the Chairman , the President , any V ice Chairman , any Exec utive Vice Pres id ent , any Senior Vice President , any Vice President , any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Compa ny's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond , recognizance , or conditional undertaking , and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her ; and it is FURTHER RESOLVED , that the Chairman , the President, any Vice Chairman , any Exe cutive Vice President , any Senior Vice President or any V ice President may delegate all or any part of the foregoing authority to on e or more officers or employees of this Company , provided that each such delegation is in writi ng and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity , or writing obligatory in the nature of a bond , recognizance , or cond itional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President , any Senior Vice Pres ident or any Vice President , any Second Vice President , the Treasurer , any Assistant Treasurer, the Corpo rate Secretary or any Assistant Secretary and duly attested and sealed with the Co mpany's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescrib ed in his or her certificate or their certificates of authori ty or by one or more Company officers pursuant to a written delegation of authority ; and it is FURTHER RESOLVED , that the signature of each of the following officers : President, any Executive Vice President, any Senior V ice President, any V ic e President , any Assistant Vice President, any Secretary , any Assista nt Secretary , and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents , Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be val id and binding upon the Company and any such power so exec uted and certified by such facsimile s igna ture and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached . I, Kevin E. Hughes , the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America , Trave lers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company , do hereby certify that the above and foregoing is a t rue and correct copy of the Power of Attorney executed by said Companies , which remains in full force and effect. Dated this 8th day of April 2021 t Kevin E. Hughes , Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. TEXAS -INFORMATION OR COMPLAINTS NOTICE To obtain information or make a complaint: You may call Travelers toll-free telephone number fo r informat ion or to ma ke a complaint at: 1-800-328-2189 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 PO Box 149104 Austin , TX 78714-9104 Fax (512) 475-1771 Web : http ://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 your Agent or T ravelers 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 o r condition of the attached documen t. AVISO IMPORT ANTE - INFORMACl6N O QUEJAS -TEXAS Usted puede llamar al numero de telefono gratis de Travelers para informacion o para someter una quej a al : 1-800-328-2189 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias , coberturas , derechos o quejes al : 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin , TX 78714-9104 Fax (512) 475-1771 Web : http ://www.tdi.texas .gov E-mail : ConsumerProtection@tdi .t exas .gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con el Agente o Trave lers primero. Si no se resuelve la disputa , puede entonces comunicarse con el departamento (TOI ). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de lnformaci6n y nose convierte en parte o condicion del documento adjunto . NTC-19023 Ed . 05-13 Page 1 of 1 © 2013 The Trave lers Indemnity Company . All rights reserved. SECTION 00 43 37 00 43 37 V ENDO R COMP LI ANCE TO STAT E LAW Page 1 of 1 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Te xas 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 bidde r, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Tex as ) b id projects for construction , improvements , supplies or services in T exas at an amount lowe r than the lowest T ex as resident bidder by the same amount that a Texas res ident bidder would be requ ired to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonres ident'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 m eet specifications. The failure of nonresident bidders to do so will automatically d isqualify that bidder. Reside nt bidders must check the box in Section B . A. Nonresident bidders in the State of State Here or Blank , our principal place of b usiness , a re required to be % Here statute is attache d . percent lower than resident bidde rs by State Law. A copy of t he Nonresident bidders in the State of State Here or Blank , our principal place of business , are not required to underbid resident bidders. B. The principal place of bus iness of our company or our parent company or majority owne r is in the State of Texas. irJ BIDDER: o Crescent Constructors , Inc. 0 2560 Technology Drive 0 Suite 400 0 Plano , Tx 75074 CITY OF FORT WORTH CONSTRUCTION SPEC IFI CATI ON DOCUM ENTS February 2021 Ti tle: 0 Vice President Date : 4/8/202 1 EN D OF SEC TION VCWR F South Flow Lift Station City Project No.100075-2 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 00 45 11 BIDD ERS PREQUALIFIC A TION S Page I of2 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12 , Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13 , Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application , the following must accompany the submission . a. 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 . (I) The firm 's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts on line 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 . 2. Prequalification Requirements a . Financial Statements. Financial statement submission must be provided in accordance with the following: (I) 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 CIT Y OF FORT WORTH CON STR UC TIO N SPEC IFICAT ION DOCU MENT S February 202 1 VCWRF So uth Flow Lift Stati on City Proje ct No . I 0007 5-2 00 45 11 BIDDERS PREQU ALIFlCA TION S Page 2 of 2 the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy . (3) The accounting firm should state in the audit report or review whether the contractor is an individual , corporation , or limited liability company. ( 4) Financial Statements must be presented in U.S . dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact , independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm 's opinion . It should: (1) express an unqualified opinion , or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month , not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts . Bidding capacity is determined by multiplying the positive net working capital (working capital= current assets -current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes . ( I 0) In the case that a bidding date falls within the time a new financial statement is being prepared , the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects . Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N I A" should be inserted. (2) A minimum of five (5) references ofrelated work must be provided. (3) Submiss ion 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. 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 a s 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 ex piration date stated in the letter. END OF SECTION C IT Y OF FO RT WO RT H CONSTRUC TI ON S PECIF ICAT ION DOCU MENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj e ct No. l 00075 -2 SECTION 00 45 12 PREQUALIFICATION STATEMENT 00 45 12 PREQUALIFICATION STATEMENT Page I of 2 Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Contractor/Subcontractor Company Name Prequalification Type Expiration Date Wastewater Treatment Crescent Constructors, Inc. 1/31/2022 Facilities Pipeline Crescent Constructors. Inc. 1n1non The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currentl y prequalified for the work types listed. BIDDER: Crescent Constructors, Inc. Company 2560 Technology Drive, Suite 400 Address Plano, Tx 75074 City/State/Zip CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUME NTS February 2021 By: ___ D_a_v_id_C_al-:--d_w_e_U _______ _ ~~n{'i Signature:--~--~'--"~ ..... -+*--+""~'""""'"'-"""=',,.,..... __ Title: Vice President --~-"---'-----------(Please Print) Date: 4/8/2021 END OF SECTION VCWRF South Flow Lift Station City Project No. 100075-2 00 45 13 BIDD ER PREQUALIFI CA TION APPLICAT ION Page I o f8 SECTION 00 45 13 BIDDER PREQUALIFICA TION APPLICATION Date of Balance Sheet Mark only one: Individual Name under which you wish to qualify Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL ST A TEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH , TEXAS 7610 2-63 11 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION " CITY OF FO RT WORTH CONST RUCTION SPEC IFICA TION DOCUMENTS Feb ru ary 202 1 YCWRF So uth Flow Lift Stati on City Project No. I 00075-2 00 45 13 - 2 BIDD ER PREQUALIFI CA TION APPLI C ATION Page 2 of8 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) D Has fewer than I 00 employees and /or D Has less than $6,000 ,000.00 in annual gross receipts OR D 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-lnches -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 , I 2-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, I 8-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 C ITY OF FORT WORTH CON STRUCTION SPEC IFI CA TION DOCU M ENTS February 2021 VC WRF So uth Flow Lift Statio n C ity Project No. I 00075-2 0045 13-3 BIDDER PREQ UALJ FI CATION APPLICATION Page 3 of8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer ClPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer ClPP, 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 s mall e r Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15 ,000 square yards) Asphalt Paving Construction/Recon struction (15,000 square yards and GREATER) Asphalt Paving Heavy Mainte nance (UNDER $1 ,000 ,000) Asphalt Pa vi ng Heavy Maintenance ($1 ,000 ,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15 ,000 square yards) Concrete Paving Construction/Recon struction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting C ITY OF FORT WORTH CONST RU CTION SPEC IFICAT ION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 I. List equipment you do not own but which is available by renting 00 45 13 -4 BIDDER PREQUAL IFI CATION APPLICATION Page 4 of8 DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2 . How many years has your organization been in business as a general contractor under your present name? ____________________________________ _ List previous business names : ___________________________ _ 3. How many years of experience in __________ construction work has your organization had: (a) As a General Contractor: ______ (b) As a Sub-Contractor: _____ _ 4 . *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY -ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to y ou ? ________________ _ If so, where and why? ______________________________ _ 6 .Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? _______________________________ _ If so, state the name of the individual , other organization and reason. _____________ _ 7.Has any officer or owner of your organization ever failed to complete a contract executed in hi s/her name? ____________________________________ _ If so, state the name of the indi v idual , name of owner and reason. _______________ _ CITY OF FORT WORTH CONST RUCTION SPEC IFICAT ION DO CU MENTS Feb ru ary 202 1 VCWRF South Flow Lift Stati on City Project No . I 00075-2 004513-5 BIDD ER PR EQUA LIFI CA TIO N APPLI CATION Page 5 of8 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? ________________________ _ I 0. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMP ANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City . Indicate your relationship to this person or firm. ______________________________ _ 12. What is the construction experience of the principal individuals in your organization ? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition , list any City employee who is the spouse, child , or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes fo ster children or those related by adoption or marriage. _______________________________ _ CITY OF FORT WORT H CONS TR UC TI ON SP EC IFI CA TI ON DOCU MEN TS Fe bru ary 2021 VCWRF So uth Fl ow Lift St ati on City Proj ect No . I 0007 5-2 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Pre s idents Secretary Treasurer LIMITED LIABILITY COMP ANY BLOCK If a corporation: State of Incorporation Date of organization File No. Office rs or Managers (with titles , if any) 0045 13-6 BIDDER PREQUALIFI CA T ION APPLICATION Page 6 of8 PARTNERSHIP BLOCK 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 Limited Partners (if applicable) Indi v iduals 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. C ITY OF FORT WORTH CONSTRU CTION SPEC IFI CAT ION DO C UMENTS Fe bruary 2021 VCWRF So uth Flow Lift Stat ion C ity Proj ect No. I 00075 -2 14 . Equipment ITEM QUANTITY I 2 3 4 5 6 7 8 9 10 I I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ITEM DESCRIPTION Various- 00 45 13 -7 BIDD ER PREQ UALI FICA TIO N APPLI CA TIO N Page 7 of8 $ ______ _ TOTAL BALANCE SHEET VALUE TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification . In the description include , the manufacturer, model , and general common description of each . CITY OF FO RT WORTH CONS TR UCT IO N SPEC IFICA TI ON DOCU MENTS Februa ry 20 2 I YC WR F So uth Fl ow Lift Stati on City Proj ect No . I 0007 5-2 00 45 13 -8 BIDD ER PREQUALIFI CATION APPLI CATION Page 8 of8 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 here in 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 an y depository , vendor or any other agency herein named is hereby authorized to s uppl y each party with any information , while this statement is in force , necessary to verify said statement. _______________________ ., being dul y 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 thi s affidav it. 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. C ITY OF FO RT WO RT H CONSTRUCTION SPEC IFICATION DOCUMENTS Fe bru ary 202 1 VCWRF South Flow Li ft Station C ity Proj ect No. I 00075 -2 00 45 26 CONTRACTOR COMPLI ANCE WITH WORKER'S COMPENSATION LAW Page I o f2 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 in s urance coverage for all of its employees employed on City Project No. 100075. Contractor further certifies that, pursuant to Texas Labor Code , Section 406.096(b ), as amended , it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT § § Title : V ~ Ce ~ [es, d-&vLf-_______________ (Please Print) BEFORE ME, the undersigned authority , on thi s da y personally appeared '1::::tLV 1 161 CA..l d vl) l I t , known to me to be the perso n whose name is subscribed to the foregoing instrument, and acknowledged to me that ~ e executed the sa me as the act and deed of \/,c.,t. -Prec;,v;:,l~'VI-\-, QI(. <:>Cl-Yti" Co1l'l ~"fo':-ffie pu ~sfs";lfd consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ~re/.... day of Tu V\L , 20 t\. Notary Publi c in and for the State of Texas END OF SECTION C ITY OF FORT WORT H CONSTR UCT ION SPECIFICAT ION DOCUMEN T S Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 - CITY OF FORT WORTH 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of2 THIS PAGE INTENTIONALLY LEFT BLANK CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 1 VCW R F South Flow Lift Station C ity Project No . I 00075-2 00 45 40 -I BUSINESS EQU ITY OR DINANCE S PEC IFI CAT IONS SECTION 00 45 40 TEMPORARY REVISION (COYID-19) Business Equity Specifications APPLICATION OF POLICY Page I of2 If the total dollar value of the contract is greater than $100,000 , then a Business Equity goal is applicable. A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBE). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City 's current Business Equity Ordinance No.24534-11-2020 apply to this bid . MBE PROJECT GOALS The City's M/WBE goal on this project is 11 % of the total bid value of the contract (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts $100,000 or more where a Business Equity Goal is applied , offerors are required to comply with the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the following methods: 1. Business Equity subcontracting participation, or; 2. Commercial useful function services performed by the Business Equity Prime to count towards the goal, or; 3. Combination of Business Equity Prime services and Business Equity subcontracting participation, or; 4. Business Equity Joint Venture participation, or; 5. Good Faith Effort documentation, or; 6. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The Utilization Plan shall be due at the time specified in the solicitation . The applicable documents must be received by the Purchasing Division , within the time allocated , in order for the entire bid to be considered responsive to the specifications. The offerer shall EMAIL the Bu s iness Equity documentation to the a s signed City of Fort Worth Project Manager or Department Designee . Documents are to be received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. A faxed copy will not be accepted. The Offeror must submit one of the following documentation : 1. Utilization Form , if the goal is met or exceeded, 2 . Good Faith Effort Form and Utilization Form , including s upporting documentation , if participation is less than stated goal , or no Bus iness Equity participation is accompli shed , 3 . Prime Contractor Waiver Form, including supporting d o cumentation , if the Offeror will perform all subcontracting/s upplier opportunities, 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. These forms can be found on-line at: Busines s Equity Utilization Form https ://apps. fortworthtexas. gov /Project Re sou rces/Re so u rcesP /60%2 0- %2 0 MW BE/NE W %2 0 Bu s i ne ss%2 0 Equity%200rd i nance/B us iness%20 Eq u ity %20 U tiIization %2 0 Form. llilf Bu s ine s s Equity Prime C o ntractor Wai v er Form CITY OF FORT WO RTH STAN DARD CONS TR UCT ION SPEC JFJCA TION DOCUMENTS Fe bru ary 20 21 VCWRF So uth Flow Lift Statio n C ity Proj ect No . I 00075 -2 00 45 40 -2 BUSfNESS EQU ITY ORDINANCE SPECIF ICATIONS Page 2 of2 https://apps.fortworthtexas .gov /ProjectResources/ResourcesP /60%20- %20MWBE/NEW%20Business%20Eguity%200rdinance/Business%20Eguity%20Prime%20Contractor %20Waiver.pdf Bu s ine ss Equity Good Faith Effort Form https://apps .fortworthtexas.gov /ProjectResources/ResourcesP/60%20- %20MWBE/NEW%20Business%20Eguity%200rdinance/Business%20Eguity%20Good%20Faith%20Ef fort%20Form.pdf Business Equity Joint Venture Form https://apps.fortworthtexas.gov/ProjectResources/ResourcesP /60%20 - %20MWBE/NEW%20Business%20Eguity%200rdinance/Business%20Eguity%20Joint%20Venture.pdf FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSCNESS EQUTIY 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 Business Equity Division at (817) 392-2674. END OF SECTION C ITY OF FORT WORTH STANDARD CONSTRUCT ION SPEC IF I CA T!ON DOCUMENTS February 2021 VCWRF So uth Flow L ift Stati on C ity Project No. l 00075-2 SECTION 00 52 43 AGREEMENT 00 52 43 AGREEMENT Page I of 5 THIS AGREEMENT, authorized on 05/18/21 is made by and between the City of Fort Worth, Texas hom e rul e municipality,-acting by a nd through its duly authorized City Manager, ("C ity"), and Crescent Constructors, Inc., authorized to do business in Texas , acting by and through itr duly authorized representative, ("Contractor"). J City and Contractor, in consideration of the mutual covenants hereinafter set forth, ag re e as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in th e Contract Docum ent s for the Project identified here in . Article 2. PROJECT I T he proj ect for which the Work under the Contract Documents may be the w hol e or only a part ·s generall y described as follows: Village Creek Water Reclamation Facility South Flow Lift Station City Project No. 100075-2 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance w ith the Contract Docum ents an amount in c urr e nt funds of Nineteen Million, Nine Hundred Ninety-Three Thousand Dollars and no/cents {$19,993,000.00). Article 4. CONTRACT TIME 4.1 Final Acceptance. ~ 3.3 The work will be substantially complete within 578 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the Gen eral Conditions, plus any extension thereof allowed in accordance with Article 12 ofthe General Conditions. I All work will be complete for Final Acceptance within 639 days after the date when tli.e Contract Time commences to run as provided in Paragraph 2.03 of the Gen eral Condition s , plus any extension thereof allowed in accordance with Article 12 of t /i..e General Conditions. Liq uid ated damages Contractor recognizes that time is of th e essenc e for completion of Substantial Completion Milestones, if any, and to ac hi eve Fi n al Acceptance of the Work and City will s uffer financial lo ss if the Work is not comp leted within the time(s) specified in Paragraph 4.11 above . The Contractor also recognizes the delays , expen se and di ffic ulti es in vo lv ed yi pro ving in a legal proceeding, the actual loss s uffered by the City if the Work is not comp leted on time. Accordingly, instead of req uirin g any such proof, Co ntractor agrees that as liquid ated damages for delay (but not as a penalty), Co ntractor shall pay C it y o de Thousand Dollars ($1,000.00) for each day that expi res after the time s pecified T, Paragraph 4.1 for S ub stantial Comp letion until th e C ity is s ue s the Letter of Substantial Co mpletion in accordance with SC -1 4.10 of the Supplementary Conditi ons. After Substantial Completi on, if Contractor shall neglect, refuse, or fai l to complete the remaining C IT Y OF FORT WORTH VCWRF South Flow Lift Stati t CONSTRUCTION SPEC! FICA TION DOCUMENTS City Proj ect No. I 00075 April 2021 I 00 52 43 AG RE E MEN T Page 2 of iS Work for Final Acceptance within 60 days from the date of Substantial Completion, or an y proper extension thereof granted by the City , Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4 .1 fo~ Final Acceptance until the City issues the Final Letter of Acceptance. I Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS : A. The Contract Documents which comprise the entire agreement between City an Contractor concerning the Work consist of the following : 1. This Agreement. 2 . Attachments to this Agreement: a. Bid Form I) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (pr oj ec t specific) b . Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f . Maintenance Bond g . Power of Attorney for the Bonds h . Worker's Compensation Affidavit MB E and /or SBE Utili zation Form i . 3 . General Conditions . 4 . Supplementary Conditions . 5. Specifications specifically made a part of the Contract Documents by attachme t or, if not attached , as incorporated by reference and described in the Table df Contents of the Project 's Contract Docum ent s. 6 . Drawings. 7 . Addenda. 8 . Documentation s ubmitted by Contractor prior to Notic e of Award . 9 . The followin g which m ay be delivered or iss ued after the E ffective Date oft e A greement and , if issued , become an incorporated part of the Contract Documents: a. Notice to Proceed. b . Field Orders. c. Chang e Orders . d . Letter of Sub stantial Compl etion. e. Letter of Final Acceptance . Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemni fy, hold harmless and defend, at its ow 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 performe~ by the contractor, it s officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to opera ~e and be effective even if it is alleged or proven that all or some of the damages beinlg sought were caused, in whole or in part, by any act, omission or negligence of the city. C ITY O F FORT WORT H CO NSTR UC TI ON S PEC IF ICATION DOCUM ENT S A p ril 202 1 VCWR F South Flow Li ft Station City Proj ect No. I 00075 6.2 00 52 4 ~ AGREEMENr Page 3 of This indemnity prov1s10n is intended to include, without limitation, indemnity fo costs, expenses and legal fees incurred by the city in defending against such claims ani, ca uses of actions. Contractor covenants and agrees to indemnify and hold harmless, at its own expens~ 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 wor~ and services to be performed by the contractor, its officers, agents, employeesF subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged ot roven that all or some of the dama es bein sou ht were caused in whole or in art! by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions wil l have the meanings indicated in the General Conditions. 7 .2 Assignment of Contract. 7.3 7.4 7.5 7.6 7.7 This Agreement, including all of the Contract Documents may not be assigned by th , Contractor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partners , successors, assigns and lega/ representatives to the other party hereto, in respect to all covenants , agreements an ,· obligations contained in the Contract Documents. 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 al/ remaining provisions shall continue to be valid and binding upon CITY an] CONTRACTOR. Governing Law and Venue . This Agreement, including all of the Contract Documents is performable in the State o Texas. Venue shall be Tarrant County, Texas, or the United States District Court for thJ Northern District of Texas , Fort Worth Division. I Authority to Sign . Contractor shall attach evidence of authority to sign Agreement if signed by someone othe than the duly authorized signatory of the Contractor. Prohibition On Contracts With Companies Boycotting Israel. I Contractor acknowledges that in accordance with Chapter 2270 of the Texas Governmen Code, the City is prohibited from entering into a contract with a company for goods o services unle ss the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. C ITY OF FORT WORTH VCWRF South Flow Lift Station C ity Proj e ct No. 100075 CONSTRUCTION SPECIFICATION DOCUMENTS Ap ril 2021 00 52 43 AGREEMEN T Pa ge 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those term f in Section 808.001 of the Texas Government Code. By signing this contract, Contracto f certifies that Contractor's signature provides written verification to the City tha[ Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees wh , 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 I-9 forms and supporting eligibility documentation for each employee who perform ~ work under this Agreement. Contractor shall adhere to all Federal and State laws as well at 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 f CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS Olj' 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. 7.9 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. 7 .10 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 C ITY OF FORT WORTH CON STRU CTION SPEC IFICATION DO CUM ENTS April 2021 VCWRF So uth Flow Lift Sta tion C ity Proj ect No . I 00075 00 5243 -5 Agreement Pngc 5 of5 IN WITNESS WHEREOF, City and Contractol' have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: Crescent Constl'UctOl'S 1 Inc. David Caldwell (Printed Name) Vice President Title Address 2560 Technology Drive, Suite 400 City/State/Zip Plano, TX 75074 Date City of Fort Worth By: t~~£i~ucnn Dana Burghdoff Assistant City Manager Jun 16, 2021 Date (Seal) •· M&C: 21-0356 Date: 05/18/21 .. / Form 1295 No.: 2021--.... ·•• Contract Compliance Ma By signing. I acknowledge n responsible . for the monitoring and administration of this contract, including ensming all performance and reporting requirements. l ) ~"~ s ht. V tf f., r Farida Goderya, PE Project Manager OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT\'IORll{ STANDARD CO~TIUJCTION SPECIFICATION DOCUMENTS Rcmed09J061'lOl9 Approved as to Fonn and Legality: ~ Ollar.L (Jwi 15. 1021 Ut JJCOll Douglas W. Black Senior Assistant City Attorney APPROVAL RECOMMENDED: ~~~ Chris Harder, P .E., Direclor Water Department ViHage C.a:k \Vatcl" Rccl:uulim Facility SooU1 Flow Lill Sl'!'iCIII Cityl'mp:fNo. IOOOr s-2 Bond No. 107239362 SECTION 00 61 13 PERFORMANCE BOND 00 61 13 PERFORMANCE BOND Page I of2 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, Crescent Constructors , Inc . , known as "Principal" herein and Travelers Casualty and Surety Company of America 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 Nineteen Million Nine Hundred Ninety-Three sum of, Thousand & 00/100 Dollars ($ 19 ,993 ,000 .00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18th day of May 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 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Village Creek Water Reclamation Facility South Flow Lift Station Project, City Project No. 100075-2 . NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No . I 00075-2 00 61 13 PERFORMANCE BOND Pagc2of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of __ _ May 2022_. (Principal) Secretary PRINCIPAL: 1Av; ct CaJ d ~ \ \ , \{ ~· c.. {_ y/ e?• ·c1e"t- Name and Title Address: 2560 Technology Drive Suite 400 Plano TX 75074 SURETY: Travelers Casualty and Surety Company of America BY: ~QJ1 1:<rugw S1gnatur Connie Jean Kregel , Attorney -in-Fact Name and Title Address : One Tower Square Hartford CT 06183 Telephone Number: (214) 570-6000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No . I 00075-2 Bond No . 107239362 SECTION 00 61 14 PAYMENT BOND 006114 PAYMENT BOND Page I of2 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, Crescent Constructors , Inc . , known as "Principal" herein, and Travelers Casualty and Surety Company of America '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, Ni neteen Million Nine Hundred Ninety-Three in the penal sum of Thousand & 00/100 Dollars ($19,993 ,000 .00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18th day of May 2022......_, 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 South Flow Lift Station Project, City Project No. I 00075-2. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No . 100075-2 006114 PAYMENT BOND Pagc2 of2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of May 2021 . --..a...-----' ATIEST: (Principal) Secretary ~f.~ Witnes; to Principal ATIEST: See Power of Attorney (Surety) Secretary PRINCIPAL: ~VJ d Cc..\01',,0 t \ I , \( ~ t,L \::>J ~ 4:7~(') ~ Name and Title Address: 2560 Technology Drive Suite 400 Plano , TX 75074 SURETY: Travelers Casualty and Surety Company of America Connie Jean Kregel , Attorney-in-Fact Name and Title Address: One Tower Square Hartford , CT 06183 Telephone Number: (214) 570-6000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS F c bruary 2021 VCWRF South Flow Lift Station City Project No. 100075-2 Bond No. 107239362 SECTION 00 6119 MAINTENANCE BOND 006119 MAINTENANCE BOND Page I of4 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we Crescent Co nstructors , Inc . , known as "Principal" herein and T ravelers Casua lty and Surety Company of Ame ri ca , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Ninetee n Mill ion Ni ne Hu ndred Nin ety -T hree in the sum of Tho1Jsand & 0011 oo Dollars ($19,993 ,000 .00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18th day of May , 202j_, which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Village Creek Water Reclamation Facility South Flow Lift Station Project, City Project No. l 00075-2; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period . CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Slation Cily Project No . I 00075-2 006119 MAINTENANCE BOND Page2of4 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No. I 00075-2 006119 MAINTENANCE BOND Page 3 of 4 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of _____ _ May 20.3.2..._. PRINCIPAL : ATT~ ~ ~·/ cl Ca\ci\J.)l'\, y I ct °Yf-!? ·. rJ.e ,vt (Principal) Secretary ATTEST: Name and Title Address: 2560 Technology Drive Suite 400 Plano TX 75074 SURETY: Travelers Casualty and Surety Company of America Connie Jean Kregel , Attorney-in-Fact Name and Title Address: One Tower Square Hartford CT06183 Telephone Number: (214 ) 570-6000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No . I 00075-2 -~- 006119 MAINTENANCE BOND Page4 of4 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No. 10007S-2 .... TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS : That Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make , constitute and appoint Connie Jean Kregel of Plano Texas , their true and lawful Attorney-in-Fact to sign , execute , seal and acknowledge any and all bonds , recognizances , conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF , the Companies have caused this instrument to be signed , and their corporate seals to be hereto affixed , this 3rd day of February , 2017 . By : .~ Robert L . Raney , Sefitl5r Vice President State of Connecticut City of Hartford ss . On this the 3rd day of February , 2017 , before me personally appeared Robert L. Raney , who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company , and that he , as such , being authorized so to do , executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer . In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 Marte C. Tetreault , Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company , which resolutions are now in full force and effect , reading as follows : RESOLVED , that the Chairman , the President , any Vice Chairman , any Executive Vice President, any Senior Vice President , any Vice President , any Second Vice President , the Treasurer , any Assistant Treasurer , the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds , recognizances, contracts of indemnity , and other writings obligatory in the nature of a bond , recognizance, or conditional undertaking , and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED , that the Chairman , the President , any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company , provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity , or writing obligatory in the nature of a bond , recognizance , or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President , any Second Vice President , the Treasurer, any Assistant Treasurer , the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority ; and it is FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President , any Senior Vice President , any Vice President , any Assistant Vice President , any Secretary , any Assistant Secretary , and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents , Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached . I, Kevin E. Hughes , the undersigned , Assistant Secretary of Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company , do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect . Dated this 26th day of May 2021 To. verify the authenticity o.f this Power o.f Attorney, please call us at 1-800-421-3880. Please refer to. the above-named Attorney-in-Fact and the details o.f the bo.nd to. which the power is attached. -- TEXAS -INFORMATION OR COMPLAINTS NOTICE To obtain information or make a complaint: You may call Travelers toll -free telephone number for information or to make a complaint at: 1-800-328-2189 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 PO Box 149104 Aust in , TX 78714-9104 Fax(512)475-1771 Web: http://www.tdi.texas .gov E-mail : ConsumerProtection@tdi .texas .gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concern ing you r premium or about a claim you should contact your Agent or Travelers 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 informat ion only and does not become a part or condition of the attached document. AVISO IMPORT ANTE - INFORMACION O QUEJAS -TEXAS Usted puede llamar al numero de telefono gratis de Travelers para informaci6n o para someter una queja al: 1-800-328-2189 Puede comunicarse con el Departamento de Seguros de Texas para obtener informaci6n acerca de companias , coberturas , derechos o quejes a l: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas PO Box 149104 Austin , TX 78714-9104 Fax (512) 475-1771 Web : http ://www .tdi .texas .gov E-mail : ConsumerProtection@tdi .texas .gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con el Agente o Travelers primero . Si no se resuelve la disputa , puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de lnformaci6n y nose convierte en parte o condicion del documento adjunto . NTC-19023 Ed . 05-13 Page 1 of 1 © 2013 The Travelers Indemnity Company . All rights reserved . CITY OF FORT WORTH SECTION 00 61 25 CERTIFICATE OF INSURANCE END OF SECTION CONSTRUCTION SPEC IFI CAT ION DOCUMENTS February 202 1 00 6 1 25 CERT IFICATE OF INSURANCE Page I of2 VCWRF So uth Flow Lift Station City Project No . I 00075-2 00 6 1 25 CE RTIFICATE OF INSURANCE Page 2 of2 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FO RT WO RTH CONSTRUCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 YCWRF So uth Flow Lift Stat ion City Proj ect No . I 00075 -2 C ITY OF FORT WORTH STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CONSTR UCT ION SPECIF ICATION DOCUMENTS February 202 1 YCWRF South Flow L ift Station Ci ty Project No. I 00075-2 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No. I 00075 -2 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 -Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 -Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time ; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2 .05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3 -Contract Documents: Intent, Amending , Reuse ............................................................................ 8 3.01 Intent .............................................................................................................................................. 8 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents ................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data ............................................................................................................................ 11 Article 4 -Availability of Lands ; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Phys ical Conditions .......................................................................................... 12 4 .03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 -Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance , Payment, and Maintenance Bonds ....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor 's Insurance ................................................................................................................ 18 5 .05 Acceptance of Bonds and Insurance ; Option to Replac e ........................................................... 19 Article 6 -Contractor 's Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence ............................................................................................... 19 C ITY OF FORT WORTH CONSTRUCT ION SPECIFI CATION DOCUMENTS Feb ru ary 2021 VCWRF South Flow Lift Stati on C ity Project No. I 00075 -2 6.02 Labor; Working Hours ................................................................................................................ 20 6.0 3 Service s, Materi als, and Equipm ent ........................................................................................... 20 6.04 Proj ec t Schedul e .......................................................................................................................... 2 1 6.05 Sub stitute s and "Or-Equal s" ....................................................................................................... 2 1 6.06 Co nce rnin g Subcontractor s, Suppli ers, and Oth ers .................................................................... 24 6.07 Wage Rate s .................................................................................................................................. 25 6.08 Pate nt Fees and Ro yalti es ........................................................................................................... 26 6 .0 9 Permi ts and Utiliti es .................................................................................................................... 27 6.10 Laws and Regul atio ns ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.1 2 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Document s ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Represe ntati ve .................................................................................................................. 30 6.16 Hazard Communic ation Pro gram s ............................................................................................. 30 6.17 Emerge ncie s an d/or Recti fi cation ............................................................................................... 30 6.1 8 Subrnittal s .................................................................................................................................... 31 6.19 Co nt inuing the Work ................................................................................................................... 32 6.2 0 Co ntracto r's General Warranty and Guarantee .......................................................................... 32 6.2 1 Indemnification ......................................................................................................................... 33 6.22 Deleg ation of Pro fess ion al Des ign Serv ice s .............................................................................. 34 6.23 Ri ght to Audit. ............................................................................................................................. 34 6 .2 4 N ondi scrimination ....................................................................................................................... 35 Articl e 7 -Other Work at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.0 2 Coo rd ination ................................................................................................................................ 36 Articl e 8 -City 's Res p onsibil iti es ................................................................................................................... 36 8.01 Co mmunic ations to Contractor ................................................................................................... 36 8.02 Furni sh Dat a ................................................................................................................................ 36 8.03 Pay Wh en Due ............................................................................................................................ 36 8.04 Lan ds and Easement s; Report s and Tes ts ................................................................................... 36 8.05 Change Ord ers ............................................................................................................................. 36 8.06 Inspections, Tes ts, and Appro vals .............................................................................................. 36 8.07 Limitations on City's Res ponsibiliti es ....................................................................................... 37 8.08 Undis clo se d Hazardous Environm ental Co nd it ion .................................................................... 3 7 8.09 Co mpl ianc e with Safety Pro gram ............................................................................................... 37 Articl e 9 - City's Ob se rvation Statu s During Co nstru cti on ........................................................................... 3 7 9 .01 City's Proj ec t Manage r ............................................................................................................ 37 9.02 Visit s to Site ................................................................................................................................ 37 9 .03 Autho rize d Vari ations in Work .................................................................................................. 38 9.04 Rejecting Defecti ve Work .......................................................................................................... 3 8 9.05 Determinati ons fo r Work Perfo rm ed .......................................................................................... 38 9 .06 Dec isio ns on Requ ire ment s of Co ntrac t Docu ments an d Acce ptability ofWork ..................... 3 8 CITY OF FORT WORTH CONSTRUCTION SPEC IFI CA TION DO CU MEN TS February 202 1 YCWRF South Flow Lift Stati on C ity Project No. I 00075-2 Article 10 -Changes in the Work ; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10 .02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ....................................................................................................... 39 10 .04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claims Proces s ............................................................................................................. 40 Article 11 -Cost of the Work ; Allowances; Unit Price Work ; Plans Quantity Measurement.. ................... .41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11.04 Plans Quantity Measurement.. .................................................................................................... 45 Article 12 -Change of Contract Price ; Change of Contract Time ................................................................ .46 12 .01 Change of Contract Price ............................................................................................................ 46 12 .02 Change of Contract Time ............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 4 7 Article 13 -Tests and Inspections ; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13 .02 Access to Work ........................................................................................................................... 48 13 .03 Tests and Inspections .................................................................................................................. 48 13 .04 Uncovering Work ........................................................................................................................ 49 13 .05 City May Stop the Work ............................................................................................................. 49 13 .06 Correction or Removal of Defective Work ................................................................................ 50 13 .07 Correction Period ........................................................................................................................ 50 13 .08 Acceptance of Defectiv e Work ................................................................................................... 51 13 .09 City May Correct Defective Work ............................................................................................. 51 Article 14 -Payments to Contractor and Completion .................................................................................... 52 14 .01 Schedule of Values ...................................................................................................................... 52 14 .02 Progress Pay ment s ...................................................................................................................... 52 14.03 Contractor's Warranty ofTitle ................................................................................................... 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 R elease ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 -Suspension of Work and Termination ........................................................................................ 57 15 .01 City May Suspend Work ............................................................................................................. 57 15 .02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 C ITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS February 2021 YCWRF South Flow Lift S tati on City Project No. I 00075 -2 Article 16 -Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 Article 17 -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 C ITY OF FORT WORTH CONSTRU CTION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Proj ect No . I 00075-2 ARTICLE 1 -DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms 00 72 00 GENE RA L CON DI TIONS Pag e I o f64 A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined , terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs , and the titles of other documents or forms. l. Addenda-Written or graphic instruments issued prior to the opening of Bids which clarify , correct, or change the Bidding Requirements or the proposed Contract Documents . 2. Agreement-The written instrument which is evidence of the agreement between City and Contractor covering the Work . 3. Application for Payment-The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos-Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award-Authorization by the City Council for the City to enter into an Agreement. 6. Bid-The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder-The individual or entity who submits a Bid directly to City. 8. Bidding Documents-The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements-The advertisement or Invitation to Bid , Instructions to Bidders , Bid security of acceptable form , if any , and the Bid Form with any supplements. 10. Business Day -A business day is defined as a day that the City conducts normal business , generally Monday through Friday , except for federal or state holidays observed by the City. 11 . Buzzsaw -City 's on-line, electronic document management and collaboration system. 12. Calendar Day -A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH CONSTRUCT IO N SPEC IFI CAT ION DOCUMENTS February 2021 YCWRF So uth Flow Lift Stati on City Project No . I 00075-2 00 72 00 GENE RAL C ON DI T IONS Page 2 of64 13. Change Order-A document , which is prepared and approved by the City , which is signed by Contractor and City and authorizes an addition , deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time , issued on or after the Effective Date of the Agreement. 14 . City-The City of Fort Worth, Texas , a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee , or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed . 15. City Attorney -The officially appointed City Attorney of the City of Fort Worth, Texas , or his duly authorized representative . 16 . City Council -The duly elected and qualified governing body of the City of Fort Worth , Texas. 17 . City Manager -The officially appointed and authorized City Manager of the City of Fort Worth , Texas, or his duly authorized representative . 18. Contract Claim-A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time , or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19 . Contract-The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations , representations , or agreements , whether written or oral. 20 . Contra ct Documents-Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Appro ved Submittals, other Contractor submittals, and the reports and drawings of subsurface and phy sical conditions are not Contract Documents. 21. Contract Pric e-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 prov isions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time -The number of days or the dates stated in the Agreement to : (i) achieve Milestones , if any and (ii) complete the Work so that it is ready for Final Acceptance . 23. Contractor-The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work-See Paragraph 11 .01 of these General Conditions for definition . C ITY OF FO RT WORTH CONSTR UCT ION SPEC IFIC AT ION DO C UM ENTS Fe bruary 202 1 VCWRF So uth Flow Lift Stat io n C ity Proj ect No . 100075 -2 00 72 00 GENE RAL CON DITI ONS Page 3 o f 64 25. Damage Claims -A demand for money or services arising from the Project or Site from a third party , City or Contractor exclusive of a Contract Claim. 26. Day or day -A day , unless otherwise defined , shall mean a Calendar Day. 27. Director of Aviation -The officially appointed Director of the Aviation Department of the City of Fort Worth , Texas , or his duly appointed representative , assistant , or agents. 28 . Director of Parks and Community Services -The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth , Texas , or his duly appointed representative , assistant, or agents. 29. Director of Planning and Development -The officially appointed Director of the Planning and Development Department of the City of Fort Worth , Texas , or his duly appointed representative , assistant , or agents. 30. Director of Transportation Public Works -The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth , Texas , or his duly appointed representative, assistant , or agents. 31. Director of Water Department -The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative , assistant, or agents . 32. Drawings-That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined . 33. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective , but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer-The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35 . Extra Work -Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work . 36. Field Order -A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price , Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance -The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH CONSTRUCT ION SPEC IFICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENE RA L CON DITIONS Page 4 of64 38. Final Inspection -Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely , and in conformance with the Contract Documents. 39. General Requirements-Sections of Division 1 of the Contract Documents . 40. Ha zardous Environmental Condition-The presence at the Site of Asbestos , PCBs , Petroleum, Hazardous Waste , Radioactive Material , or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto . 41. Hazardous Waste -Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations , as amended from time to time. 42. Laws and Regulations-Any and all applicable laws , rules , regulations , ordinances , codes , and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43 . Liens-Charges , security interests , or encumbrances upon Project funds , real property , or personal property . 44. Major Item -An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25 ,000 whichever is less . 45. Milestone -A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award-The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein , City will sign and deliver the Agreement. 47. Notice to Proceed-A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs-Polychlorinated biphenyls. 49. Petroleum-Petroleum , including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14 .7 pounds per square inch absolute), such as oil , petroleum, fuel oil , oil sludge , oil refuse , gasoline , kerosene , and oil mixed with other non-Hazardous Waste and crude oils. 50. Plan s-See definition of Drawings. CITY OF FORT WORTH CONSTRUCT ION SPECIF ICA TION DOCUMENTS Febru ary 202 1 VCWRF So uth Flow Lift Stati on City Proje ct No . I 00075-2 00 72 00 GENERA L CON DITIONS Page 5 o f 64 51. Project Schedule-A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52 . Project-The Work to be performed under the Contract Documents . 53. Project Manager-The authorized representative of the City who will be assigned to the Site. 54. Public Meeting -An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material-Source , special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours -Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples-Physical examples of materials , equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals-A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values -A schedule , prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor 's Applications for Payment. 60 . Site-Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed , including rights-of-way , permits, and easements for access thereto , and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications-That part of the Contract Documents consisting of written requirements for materials , equipment, systems , standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached , may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor-An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORT H CONS TRUCTION SPEC IFI CATION DO CUMENTS February 202 1 YCWRF South Flow Lift Stat ion City Project No. I 00075 -2 00 72 00 GEN E RAL CON DITI ON S Page 6 of 64 63. Submittals-All drawings, diagrams, illustrations , schedules , and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder-The Bidder submitting the lowest and most responsive Bid to whom City makes an Award . 65 . Sup erintendent -The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplem entary Conditions-That part of the Contract Documents which amends or supplements these General Conditions. 67. Suppli er-A manufacturer, fabricator , supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities-All underground pipelines, conduits , ducts , cables , wires , manholes , vaults, tanks , tunnels , or other such facilities or attachments , and any encasements containing such facilities , including but not limited to , those that convey electricity , gases , steam, liquid petroleum products , telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems . 69. Unit Pric e Work-See Paragraph 11 . 03 of these General Conditions for definition. 70. Wee kend Working Hours -Hours beginning at 9 :00 a.m . and ending at 5:00 p.m., Saturday , Sunday or legal holiday , as approved in advance by the City. 71. Work-The entire construction or the v arious separately identifiable parts thereof required to be provided under the Contract Documents . Work includes and is the result of performing or prov iding all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing , installing , and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72 . Working Day-A working day is defined as a day, not including Saturdays, Sundays , or legal holiday s authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a .m. and 6 p.m. 1.02 Terminolo gy A. The w ords and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning . B . Intent of Ce rtain Term s or A cij ec ti ves: C ITY OF FORT WORTH CONSTR UCT ION SP EC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075 -2 00 72 00 GENERA L CON DI T IONS Page 7 of 64 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 1s unsatisfactory, faulty , or deficient in that it: a. does not conform to the Contract Documents; or b . does not meet the requirements of any applicable inspection, reference standard , test , or approval referred to in the Contract Documents ; or c. has been damaged prior to City 's written acceptance. D. Furnish, Install, Perform, Provide : 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply ," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials , equipment, and everything necessary to perform the Work indicated , unless specifically limited in the context used . E. Unless stated otherwise in the Contract Documents , words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 -PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four ( 4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time ; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed . A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. C IT Y OF FORT WORTH CONSTRUCT IO N S PEC IFI CAT ION DOCUMENTS February 202 1 YCWRF South Flow Lift Stati o n C ity Project No. I 00075-2 2.03 Starting the Work 00 72 00 GENERAL COND ITI ONS Page 8 of64 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 CONSTRUCT ION SPECIF ICAT ION DO CUM ENTS February 2021 VCWRF So uth Flow Lift Stat ion City Project No . I 00075-2 00 72 00 GENE RAL CON DI TIONS Page 9 of64 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 Docum ents 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 CIT Y OF FORT WORTH CONSTRUCT ION SPEC IFICA TIO N DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENERAL CON DITI ONS Page IO of64 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04 . 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity , or discrepancy between the provisions of the Contract Documents and the provisions of any standard , specification, manual , or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2 . In case of discrepancies , figured dimensions shall govern over scaled dimensions , Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions , and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented , and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized , by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings , Specifications , or other documents ( or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions ; or 2. reuse any such Drawings , Specifications , other documents , or copies thereof on extensions of the Project or any other project without written consent of City and specific written ve rification or adaptation by Engineer. CITY OF FORT WORTH CONSTRUCT ION SPE CIFI CAT ION DOCUMENTS February 202 I VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 00 72 00 GENE RAL COND ITI ONS Page 11 of64 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions , the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text , data, graphics , or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user 's sole risk. If there is a discrepancy between the electronic files and the hard copies , the hard copies govern . B. When transferring documents in electronic media format , the transferring party makes no representations as to long term compatibility , usability , or readability of documents resulting from the use of software application packages , operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4-AV AILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENT AL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way , and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way , and/or easements . 2 . The City has or anticipates removing and/or relocating utilities , and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions . The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed , adjusted , and/or relocated by others. B . Upon reasonable written request , City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed . CITY OF FORT WORTH CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 00 72 00 GEN E RA L CON DI T IONS Page 12 o f64 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 Sub s urfa ce 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 R elianc e by Contractor on Tec hnical Data A uthorized : 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 conclu sion drawn from any "technical data" or any such other data, interpretations , opinions , or information. 4.03 Differin g S ub s urfac e or Physical Conditions A. N otice: If Contractor believes that any subsurface or physical condition that is uncovered or re vealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rel y as provided in Paragraph 4.02 is materially inaccurate ; or 2. is of such a nature as to require a change in the Contract Document s; 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 generall y recognized as inherent in work of the character pro vided for in the Contract Documents ; C ITY OF FORT WORT H CONSTRUCTION S PEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 00 72 00 GENERAL COND ITI ONS Pag e 13 o f 64 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. Poss ible Price and Tim e Adjus tm ents 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 gi ve the written notice as required by Paragraph 4.03 .A. 4.04 Underground Facilitie s 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. N ot 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 an y CITY OF FORT WO RTH CONSTRUCTI ON SPEC IFI CA TI ON DOCUMENTS Fe bru ary 202 1 YCW RF Sou th Flow Lift Stati on City Projec t No . I 00075 -2 00 72 00 GENERA L CON DITI ONS Pa ge 14 of64 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 Haz ardous 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 C ITY OF FO RT WORTH CONSTR UCT ION S PECIF ICA Tl ON DOCUMENTS Fe bruary 202 1 VCWRF So uth Flow Lift Statio n City Project No . I 00075 -2 00 72 00 GENE RA L CON DITI ONS Page 15 of 64 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 ex tent 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 Ha zardous 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 CONSTRUCT IO N SPEC IFI CA TION DOCUMENTS Fe bruary 202 1 VCWRF South Flow Lift Stati on City Project No . I 00075 -2 ARTICLE 5 -BONDS AND INSURANCE 5 .01 Licensed Sureties and Insurers 00 72 00 GENERAL COND ITI ONS Page 16 o f64 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 Maintenanc e Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations , and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury . All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond . D . If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall , within 30 days after the event giving rise to such notification, provide another bond and surety , both of which shall comply with the requirements of Paragraphs 5 .01 and 5.02.C. 5 .03 Certificates of In s urance Contractor shall deliver to City , with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City , and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies . CIT Y OF FORT WORTH CONSTRUCTION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on City Project No . I 00075-2 00 72 00 GENERAL COND ITI ONS Page 17 of64 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 co verage limits , an Umbrella or Excess Liability insurance for any differences is required . Excess Liability shall follow form of the pnmary 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 , whiche ver is longer . An annual certificate of insurance submitted to the City shall evidence such msurance coverage. 9. Policies shall have no exclusions by endorsements, which , neither nullify or amend , the required lines of co verage , 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 co v erage , the contract price shall be adju sted by the cost of the premium for such additional co v erage plus 10 %. 10 . An y self-insured retention (SIR), in exce ss of $25 ,000 .00 , affecting required insurance co verage shall be appro ved by the City in re gards to asset v alue and stockholders' equity. In CITY OF FORT WO RTH CONST RUC TI ON SPEC IFICAT ION DOCU MENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENE RAL CON DI TIONS Page 18 o f64 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups , must also be approved by City. 11. Any deductible in excess of $5 ,000.00, for any policy that does not provide coverage on a first-dollar basis , must be acceptable to and approved by the City . 12. City , at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage 's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days , and the insurance adjustments shall be incorporated into the Work by Change Order. 13 . City shall be entitled , upon written request and without expense , to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms , conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions , revisions , or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor 's insurance. 5.04 Contractor 's Insurance A. Workers Comp ensation 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 comprehensiv e as the current Insurance Services Office (ISO) policy . This insurance shall appl y a s primary insurance with respect to any other CITY OF FO RT WO RTH CONS TR UCT ION SPEC IFI CA TI ON DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 00 72 00 GENERAL CON DITI ONS Page 19 of64 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 CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Stat ion City Project No . I 00075-2 00 72 00 GENE RAL CON DITI ONS Pa ge 20 of64 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 pnor to movmg areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto , and except as otherwise stated in the Contract Documents , all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City 's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents , Contractor shall provide and assume full responsibility for all services, materials, equipment , labor, transportation, construction equipment and machinery , tools , appliances , fuel , power, light, heat , telephone, water, sanitary facilities , temporary facilities , and all other facilities and incidentals necessary for the performance, Contractor required testing , start-up, and completion of the Work . B . All materials and equipment incorporated into the Work shall be as specified or, if not specified , shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City . If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind , and quality of materials and equipment. CIT Y OF FO RT WO RTH CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS Fe bruary 202 I YCWRF So uth Flow Lift Stati on City Proj ect No . I 00075 -2 00 72 00 GENE RAL CON DITI ONS Page 21 of64 C. All materials and equipment to be incorporated into the Work shall be stored , applied , installed , connected , erected , protected , used , cleaned , and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D . All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid , unless otherwise specified . 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2 . Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type , function , appearance , and quality required. Unless the specification or description contains or is followed by words reading that no like , equivalent , or "or-equal" item or no substitution is permitted , other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal " Items : If in City 's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required , it may be considered by City as an "or-equal " item , in which case review and approval of the proposed item may , in City 's sole discretion , be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1 , a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality , durability , appearance , strength, and design characteristics; CITY OF FORT WORTH CONSTRUCT IO N SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati o n C ity Project No . I 00075 -2 00 72 00 GENE RAL CON DITI ONS Page 22 o f64 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.l , 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: C ITY OF FO RT WO RTH 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 ; CONSTR UC TI ON S PEC IFI CATI ON DOCUMENTS Fe bru ary 202 I YCW R F So uth Flow Lift Stati on C ity Proj e ct No . I 000 75 -2 00 72 00 GENERAL CON DITI ONS Page 23 o f 64 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or ro yalty ; 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. Sub stitute Con struction Methods or Procedures: If a specific means , method , technique , sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means , method , technique , sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City , in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents . Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2 . C. City 's Evaluation : City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05 .B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability . No "or-equal" or substitute will be ordered , installed or utilized until City 's review is complete , which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee : City may require Contractor to furnish at Contractor 's expense a special performance guarantee , warranty , or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyon e directly or indirectly employed by them from and again st any and all claim s, damages, loss es and expenses (including attorn eys f ees) aris in g out of the use of s ub stituted materials or equipm ent. E. City 's Cost Reimburse ment: City will record City 's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05 .A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents ( or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F . Contractor 's Exp ens e: Contractor shall provide all data in support of an y proposed substitute or "or-equal " at Contractor 's expense. CIT Y OF FO RT WO RTH CONST RUCT ION SPEC IFI CAT ION DO CU MENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENERA L CON DI TIONS Page 24 of 64 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Tim e Extensions: No additional time will be granted for substitutions . 6.06 Concerning Subcontractors, Suppli ers, and Oth ers 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 indi vidual 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 Bus in ess Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis . If the Contract Documents provide for a MBE goal , Contractor is required to comply with the intent of the City 's MBE Ordinance (as amended) by the following : 1. Contractor shall , upon request by City , pro vide complete and accurate information regarding actual work performed by a MB E on the Contract and payment therefor. 2. Contractor will not make additions , deletions , or substitutions of accepted MBE without written consent of the City . Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall , upon request by City , allo w 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 ground s 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 full y responsible to City for all acts and omissions of the Subcontractors , Suppliers , and other indi viduals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor 's own acts and omission s. Nothing in the Contract Documents : CIT Y OF FO RT WORTH CONST RUC TI ON SPEC IFI CAT ION DO CU MENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 00 72 00 GENERAL CON DITIONS Page 25 of 64 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F . Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers , and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258 , Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall , upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents . This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas Government Code 2258.023 . C. Complaints of Violations and City Determination of Good Cause . On receipt of information , including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code , by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City 's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WO RTH CONST RUCTION SPECIFICAT ION DO CU MENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stat ion City Project No . I 00075-2 00 72 00 GENERAL CONDITIONS Page 26 of64 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection . F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents . Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH CONSTRUCTION SP EC IFI C ATION DO CU M EN TS February 2021 VC WRF So uth Flow Lift Station City Project No . I 00075-2 00 72 00 GENE RAL CONDITI ONS Pag e 27 of 64 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary , in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6 .09.B . City shall pay all charges of utility owners for connections for providing permanent service to the Work . B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor 's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required : 1. Texas Department of Transportation Permits 2. U.S . Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and lic enses. 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 FO RT WO RT H CONS TR UCTI ON SPEC IFICA TIO N DO CU MEN TS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on City Proj ec t No . I 0007 5-2 00 72 00 GENE RAL CON DITI ONS Page 28 of 64 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 Tax es 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 prov ision of State Comptroller's Ruling .011 , and any other applicable rulings pertaining to the Texas Tax Code , Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711 ; or 2. http://www.window.state.tx.us/taxinfo /taxforms /93-fom1s .h tml 6.12 Us e of Site and Other Areas A. Limitation on Use of Site and Other A reas: 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 FO RT WORTH CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Proj ec t No . I 00075 -2 00 72 00 GENERAL CON DITION S Page 29 of64 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21 , Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action , legal or equitable, broughl by any such owner or occupant against City. B. Removal of Debris During P erformance of the Work : During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials , rubbish, and other debris. Removal and disposal of such waste materials , rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City , if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances , construction equipment and machinery , and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures : Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders , Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents , any operation and maintenance manuals , and Subrnittals 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 , maintammg and superv1smg 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 CONSTRUCT IO N SPECIFICATION DOCUMENTS Fe bru ary 2021 VCWRF Sou th Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENE RAL CON DITIO NS Page 30 of64 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage , injury or loss to : 1. all persons on the Site or who may be affected by the Work ; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3 . other property at the Site or adjacent thereto , including trees , shrubs , lawns , walks , pavements, roadways , structures , utilities , and Underground Facilities not designated for removal , relocation , or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property , or to the protection of persons or property from damage , injury , or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal , relocation , and replacement of their property. C. Contractor shall comply with the applicable requirements of City 's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor 's safety program, if any , with which City 's employees and representatives must comply while at the Site . E. All damage, injury , or loss to any property referred to in Paragraph 6.14.A.2 or 6.14 .A.3 caused , directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work , or anyone for whose acts any of them may be liable , shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6 .16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto , Contractor is obligated to act to prevent threatened damage, injury , or loss . Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 00 72 00 GENERAL CON DITIO NS Page 31 of 64 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 quant1t1es, dimensions , specified performance and design criteria, materials , and similar data to show City the services , materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City . 4 . When Submittals are submitted for the purpose of showing the installation in greater detail , their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material , Supplier, pertinent data such as catalog numbers , the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. C ITY O F FORT WO RTH CONSTR UC TI ON S PEC IFICAT ION DOCU M ENTS Fe bruary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . I 00 075-2 00 72 00 GEN ERAL CON DITIO NS Page 32 of64 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City 's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City 's Review : 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City 's review and acceptance will be only to determine if the items covered by the submittals will , after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents . 2. City 's review and acceptance will not extend to means , methods, techniques, sequences, or procedures of construction ( except where a particular means, method , technique, sequence , or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3 . City 's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City 's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents . 6 .19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City . No Work shall be delayed or postponed pending resolution of any disputes or disagreements , except as City and Contractor may otherwise agree in writing . 6.20 Contractor 's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers , directors , members , partners, employees , agents , consultants , and subcontractors shall be entitled to rely on representation of Contractor 's warranty and guarantee. B. Contractor 's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse , modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers , or any other individual or entity for whom Contractor is responsible ; or C ITY OF FO RT WO RT H CONSTR UCTI ON S PECIF ICA TI ON DOCUMENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . I 000 75 -2 2. normal wear and tear under normal usage . 00 72 00 GENERAL CON DITI ONS Page 33 o f 64 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 w ith the Contract Documents: 1. observations b y City ; 2. recommendation or payment by City of any progress or final pay ment ; 3 . the issuance of a certificate of Final Acceptance by City or any pay ment 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 approv al by others ; or 7. any correction of defectiv e 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) y ears from the date of F inal Acceptance of the Work unless a longer period is specified and shall furni sh a good and sufficient maintenance bond, comply ing w ith the requirements of Article 5 .02.B. The City will gi v e notice of ob served 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. TWS 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. Tms INDEMNIFICATION PROVISION IS C ITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS Fe b ruary 202 1 VCWRF South Flow Lift Station City Project No . I 00075 -2 00 72 00 GENERAL CON DITIONS Page 34 of64 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, 6.22 Delegation of Professional Des ign Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor 's responsibilities for construction means , methods , techniques , sequences and procedures. B. If professional design services or certifications by a design professional related to systems , materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy . Contractor shall cause such services or certifications to be provided by a properly licensed professional , whose signature and seal shall appear on all drawings , calculations , specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional , if prepared by others , shall bear such professional ' s written approval when submitted to City. C . City shall be entitled to rely upon the adequacy , accuracy and completeness of the services , certifications or approvals performed by such design professionals , provided City has specified to Contractor performance and design criteria that such services must satisfy. D . Pursuant to this Paragraph 6.22 , City 's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents . City 's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall , until the expiration of three (3) years after final payment under this Contract , have access to and the right to examine and photocopy any directly pertinent books , documents , papers , and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers , and records of such Subcontractor, involving transactions to the subcontract, and further , that City shall have access during Regular Working Hours to all CITY OF FORT WORTH CONST RU CT ION SPEC IFI CAT ION DO CUMENTS February 2021 VCWRF So uth Flow Lift Stat ion City Project No. I 00075-2 00 72 00 GE N ERA L CONDITI ONS Page 35 of 64 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 N ondiscrimination 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 ongm. B. Title VL 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. C ITY OF FO RT WO RTH CONSTR UCT ION S PEC IFI CAT ION DOCU M EN T S Fe bru ary 2021 YCWRF So uth Flow Lift Stati on C ity Project No . I 0007 5-2 7.02 Coordination 00 72 00 GENE RAL CON DITI ONS Page 36 of64 A. If City intends to contract with others for the performance of other work on the Project at the Site , the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified ; 2 . the specific matters to be covered by such authority and responsibility will be itemized ; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions , City shall have authority for such coordination. ARTICLE 8 -CITY'S RESP ONSIBILITIES 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 Wh en Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easem ents; 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 utili zed by City in preparing the Contract Documents . 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03 . 8.06 In spections, Tests, and Approvals City 's responsibility with respect to certain inspections , tests , and approvals is set forth in Paragraph 13 .03. CITY OF FO RT WO RTH CONST RUCTION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on City Proj ect No. I 000 75-2 8.07 Limitations on City 's Responsibilities 00 72 00 GENERAL COND ITI ONS Page 37 of64 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 Undisclos ed Hazardous Environmental Condition City 's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06 . 8.09 Complianc e with Safety Program While at the Site , City 's employees and representati ves 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 Ci ty's Project Manager City will provide one or more Project Manager(s) during the construction period . The duties and responsibilities and the limitations of authority of City 's Project Manager during construction are set forth in the Contract Documents. The City 's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Vi s its 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 tho se set forth in Paragraph 8.07. CIT Y OF FO RT WO RTH CONST RUCT ION SPEC IFI CAT ION DO CUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 9.03 Authorized Variations in Work 0072 00 GENERAL CONDI TIONS Page 38 of64 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 Decis ions 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 WO RTH CONSTRUCT ION SPECIF ICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Statio n City Project No . 100075 -2 10.02 Unauthorized Changes in the Work 00 72 00 GENERAL CONDITIONS Page 39 of 64 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. C ITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Statio n C ity Project No . I 00075 -2 10 .06 Contract Claims Process 00 72 00 GEN ERAL CON DI TION S Page 40 of64 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 A ction: 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. C IT Y OF FO RT WORT H CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS Fe bruary 202 1 VCWR F So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 00 72 00 GENERAL CONDITIONS Page 41 of64 D. City 's written action under Paragraph 10.06 .C will be final and binding , unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10 .06. ARTICLE 11 -COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs , except those excluded in Paragraph 11.01.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 11.01.B , and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include , without limitation, superintendents, foremen , and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work . Payroll costs shall include; a. salaries with a 55% markup , or b. salaries and wages plus the cost of fringe benefits , which shall include social security contributions , unemployment , excise, and payroll taxes , workers' compensation, health and retirement benefits , bonuses , sick leave , vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours , Weekend Working Hours , or legal holidays , shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work , including costs of transportation and storage thereof, and Suppliers ' field services required in connection therewith . 3. Rentals of all construction equipment and machinery , and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation , loading , unloading , assembly, dismantling , and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment , machinery , or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FO RT WORTH CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 00 72 00 GENERAL CON DITIO NS Page 42 of64 4 . Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City , Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City , who will then determine , which bids , if any , will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee , the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor 's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers , architects , testing laboratories , surveyors , attorneys , and accountants) employed for services specifically related to the Work. 6 . Supplemental costs including the following: a. The proportion of necessary transportation , travel , and subsistence expenses of Contractor 's employees incurred in discharge of duties connected with the Work. b. Cost , including transportation and maintenance , of all materials , supplies , equipment, machinery , appliances , office , and temporary facilities at the Site , and hand tools not owned by the workers , which are consumed in the performance of the Work , and cost, less market value , of such items used but not consumed which remain the property of Contractor . c. Sales , consumer, use , and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11 , as imposed by Laws and Regulations . d. Deposits lost for causes other than negligence of Contractor , any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable , and royalty payments and fees for permits and licenses. e. Losses and damages ( and related expenses) caused by damage to the Work, not compensated by insurance or otherwise , sustained by Contractor in connection with the performance of the Work , provided such losses and damages have resulted from causes other than the negligence of Contractor , any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses , damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor 's fee. f. The cost of utilities , fuel , and sanitary facilities at the Site . g. Minor expenses such as telegrams , long distance telephone calls , telephone and communication services at the Site , express and courier services , and similar petty cash items in connection with the Work. CITY OF FORT WORTH CONSTRUCT ION SPEC IFICATION DOCUMENTS February 202 1 YCWRF So uth Flow Lift Stati on C ity Project No . I 00075 -2 00 72 00 GENE RA L COND ITI ONS Page 43 o f 64 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers , executives, principals (of partnerships and sole proprietorships), general managers , safety managers , engineers , architects , estimators, attorneys , auditors , accountants , purchasing and contracting agents , expediters, timekeepers , clerks , and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 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, an y Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable , including but not limited to , the correction of defective Work , disposal of materials or equipment wrongly supplied , and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor 's Fee : When all the Work is performed on the basis of cost-plus , Contractor 's fee shall be determined as set forth in the Agreement. When the v alue 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 A llowance s 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: C ITY OF FORT WORTH CONS TRUCTION S PECIF ICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on Ci ty Project No . I 00075-2 00 72 00 GENERAL CON DITIONS Page 44 of64 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 m accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents , the altered work will be paid for at the Contract unit pnce. CITY OF FORT WORTH CONSTRUCTION SPEC IFI CAT IO N DOCUMENTS February 202 I VCWRF So uth Flow Lift Station City Project No. I 00075-2 00 72 00 GENE RAL CONDI TIONS Pag e 45 o f 64 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a . the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity . 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract , then either party to the Contract may request an adjustment to the unit price. 11 .04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved , handled , or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities , unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% ( or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City , by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity . D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WOR T H CON STR UC TI ON SPEC IFICAT ION DOCUMEN TS Fe bruary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00 07 5-2 00 72 00 GE NERAL CONDI TIONS Pa ge 46 of64 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 15 percent except for: 1) rental fees for Contractor 's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01 .A.4 and 11 .01 .A.5 , the Contractor 's fee shall be five percent (5%); CITY OF FO RT WORTH 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon , the intent of Paragraphs 12.01.C.2.a and 12 .01.C.2 .b is that the Subcontractor who actually performs the Work , at whatever CON STR UC TI ON SPEC IFI CA TI ON DOCUMENTS Febru ary 2021 VCWRF So uth Flow Lift Station City Project No . I 00075 -2 00 72 00 GENERAL CON DITI ONS Page 47 of64 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent ( 5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of25%; c . no fee shall be payable on the basis of costs itemized under Paragraphs 11 .01.A.6 , and 11.01.B ; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path . 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to , acts or neglect by City , acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires , floods , epidemics , abnormal weather conditions, or acts of God . Such an adjustment shall be Contractor 's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed , City shall not be liable to Contractor for any claims , costs , losses, or damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work , except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material , if any , which is to be furnished by the City. CITY OF FORT WORTH CONST RUCT ION SPECIFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station City Project No . I 00075 -2 00 72 00 GENERAL CONDI T ION S Page 48 of 64 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 Tes ts and Insp ec tions 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 appro v ed, 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 fee s 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 approv als 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 purcha se thereof for incorporation in the Work. Such inspections , tests , re-test s, or approv als shall be performed by organizations acceptable to City . D . City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City . 1. City will coordinate such Testing to the extent po ssible, with Contractor ; 2. Should any Testing under this Se ction 13 .03 D re sult in a "fail ", "did not pass" or other similar negativ e result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation w ithout cause of Ci ty initiated Testing shall be deemed a negative re sult and require a rete st. C IT Y OF FO RT WO RTH CONSTRUCTION SPECIF ICA T !ON DOCUMENTS Fe bru ary 202 l VCWR F So uth Flow Lift Stati on City Project No . l 00075 -2 00 72 00 GENE RAL CON DITI ONS Page 49 of64 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 FO RT WOR TH CONS TR UC TI ON SPEC IFI CAT ION DOCU MEN TS Febru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENERAL CONDIT IONS Page 50 of 64 Subcontractor, any Supplier, any other individual or entity , or any surety for , or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice , Contractor shall correct all defective Work pursuant to an acceptable schedule , whether or not fabricated , installed, or completed , or, if the Work has been rejected by City , remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs , additional testing , losses , and damages (including but not limited to all fees and charges of engineers, architects , attorneys , and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B . When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13 .07 , Contractor shall take no action that would void or otherwise impair City 's special warranty and guarantee , if any , on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance ( or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective , or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective , Contractor shall promptly , without cost to City and in accordance with City 's written instructions: 1. repair such defective land or areas ; or 2 . correct such defective Work ; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective , and 4. satisfactorily 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 CONSTRUCTION SPECIF ICAT ION DO CUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on City Project No . I 00075-2 00 72 00 GENE RAL CONDITI ONS Pag e 51 of 64 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 prov ision 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 correctiv e or remedial action, City may ex clude 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 FO RT WORTH CONS TR UCT ION SPEC IFICAT ION DOCU MENTS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Project No . I 00075 -2 00 72 00 GENERAL COND ITI ONS Page 52 of 64 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 Valu es 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 Paym ents A. Applications for Paym ents: 1. Contractor is responsible for providing all information as required to become a vendor of the City . 2 . At least 20 days before the date established in the General Requirements for each progress pay ment, 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 accompani ed by a bill of sale , invoice , or other documentation warranting that City has recei ved the materials and equipment free and clear of all Liens and evidence that the material s and equipment are covered by appropriate in surance 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 w ith re spect to progress payments will be as stipulated in the Contract Documents . C ITY OF FORT WORT H CONSTR UCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWR F So uth Flow Lift Stat io n C ity Proj ect No . I 00075 -2 B. Review of Applications: 00 72 00 GENERAL CONDI T IONS Page 53 of 64 1. City will , after receipt of each Application for Payment , either indicate in wntmg 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 schedule s, 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 be yond 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 Regulation s applicable to Contractor 's performance of the Work. 4. City may refuse to process the whole or any part of an y payment because of subsequently discovered evidence or the results of subsequent inspections or tests , and re vise or revoke any such payment previou sly 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 , requirin g correction or replacement ; b. discrepancies in quantities contained in previous applications for payment ; c. the Contract Price has been reduced by Chang e Orders ; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13 .09 ; or C ITY OF FORT WORTH CONSTRUCTION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 00 72 00 GENE RAL CON DI TIONS Page 54 o f 64 e. City has actual knowledge of the occurrence of any of the events enumerated m 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. Pay ment: 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 Pay ment: 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 m 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 a/Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not , will pass to City no later than the time of payment free and clear of all Liens. CITY OF FO RT WORTH CONS TR UCTI ON SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWR F So uth Fl ow Lift Stati on City Proj ec t No . I 00 075 -2 14.04 Partial Utilization 00 72 00 GENERAL CON DITI ONS Page 55 of 64 A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use , subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1 , City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days , City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection , City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City 's satisfaction, of any additional Work identified in the Final Inspection , City will issue to Contractor a letter of Final Acceptance . CITY OF FORT WORTH CONSTRUCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 l VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 14.07 Final Pay ment A. Applicationfor Pay ment: 00 72 00 GENERAL CON DI TIONS Page 56 o f 64 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 legall y 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 R etainage R eleas e 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 full y completed and accepted . If the remaining balance to be held by City for Work not full y 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, th e written consent of the sure ty to the pay ment of the balance due for that CITY OF FO RT WOR TH CONSTRUCTION SPEC IFI CA TI ON DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flo w Lift Stati on City Projec t No . I 00075 -2 00 72 00 GENERAL CON DITI ONS Page 57 o f 64 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 FO RT WORT H CONSTRUCT ION SPECIFICATION DO CU MENTS February 202 1 YCWRF South Flow Lift Stati on City Project No . I 00075 -2 15.02 City May Terminate for Cause 00 72 00 GENERAL CON DITI ONS Page 58 of 64 A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including , but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment , failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City 's Business Diversity Enterprise Ordinance #20020 -12-201 lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City ; or 4. Contractor 's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor 's failure to promptly make good any defect in materials or workmanship, or defects of any nature , the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days , after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract , the City may , to the extent permitted by Laws and Regulations , declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated , Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station City Project No . I 00075-2 00 72 00 GENERAL COND ITIONS Page 59 of 64 obligations , then City , without process or action at law, may take over any portion of the Work and complete it as described below. a . If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere , and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work , Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims , costs , losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims , costs , losses and damages exceed such unpaid balance , Contractor shall pay the difference to City. Such claims , costs , losses and damages incurred by City will be incorporated in a Change Order , provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4 . Neither City , nor any of its respective consultants, agents , officers , directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work , or any portion thereof, may be accomplished or for the price paid therefor. 5. City , notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6 . Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15 .02.B , 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 day s of receipt of said notice . D. Where Contractor 's services have been so terminated by City , the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue . Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E . If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02 , the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FO RT WO RTH CONS TR UCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Proj ect No. I 00075 -2 15.03 City May Terminate For Convenience 00 72 00 GE NERAL CO NDI TION S Page 60 of 64 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 hav e 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 a s 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 day s 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 prev iously disposed of, ex clusive of items the disposition of which has been directed or authorized by City . CITY OF FO RT WO RTH CONST RUC TI ON SPEC IFI CA TI ON DOCUMENTS Febru ary 20 2 l VCWRF So uth Flow Lift Stati on City Proj ec t No . I 00075 -2 00 72 00 GENE RAL CO NDITI ON S Page 61 of64 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 ev ent 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 rev enue or other economic loss arising out of or resulting from such termination. ARTICLE 16 -DISPUTE RESOLUTION 16.01 M ethods and Procedur es 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 submi ssion 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 r esolv ed by mediation , City 's action under Paragraph 10 .06.C or a denial pursuant to Paragraphs 10 .06 .C.3 or 10.06.D shall b ecome final and binding 30 days after termination of the medi ation unl ess, within that time period , City or Contractor: CITY OF FO RT WORT H CONSTRUCT ION SPECIF ICA TI ON DOCUMENTS Fe bru ary 202 I YCWR F So uth Flow Li ft Stati on City Proj ec t No. I 00075-2 00 72 00 GENE RAL CON DITI ONS Page 62 of64 1. elects in wntmg to invoke any other dispute resolution process provided for m the Supplementary Conditions ; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process ; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 -MISCELLANEOUS 17 .01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2 . delivered at or sent by registered or certified mail , postage prepaid , to the last business address known to the giver of the notice . B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice b y electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Tim es When any period of time is referred to in the Contract Documents by day s , it will be computed to ex clude 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 C umulative Remedi es 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 av ailable 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 FO RT WO RTH CONST RUCTION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on C ity Proj ect No. I 00075 -2 17 .04 Survival of Obligations 00 72 00 GENERAL COND IT IONS Page 63 of64 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 . CIT Y OF FO RT WO RTH CONST RUC TI ON SPEC IFICAT ION DOCUMENTS Febru ary 202 1 YCWRF So uth Flow Li ft Stat ion City Proj ec t No . I 00075 -2 TIDS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 2021 00 72 00 GENERAL CONDITIONS Page 64 of64 YCWRF South Flow Lift Stati on City Proj ect No . I 00075-2 Supplementary Conditions SECTION 00 73 00 SUPPLEMENT ARY CONDITIONS TO GENERAL CONDITIONS 00 73 00 - I SUPPLEM ENTARY CONDITIONS Page I of6 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 Definitions: A. BIM360 -City 's on-line, electronic document management and collaboration system. B . Consultant -COM Smith Inc ., 801 Cherry Street, Unit #33, Suite 1820, Fort Worth, Texas 76102 C. Substantial Co mpletion -The date at which the Work (or a specified part thereon has progressed to the point where, in the opinion of the City, the Work (or a specified part thereon is sufficiently complete, in accordance with the Agreement and all Contract Documents, so that the Work (or a specified part thereon can be utilized for the purposes for which it is intended, final Operation & Maintenance Manuals have been approved, Equipment Testing and Startup has been completed, Operation & Maintenance Staff training has been completed, and field testing has been completed and approved . 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 and Specifications shall govern over standard details . SC-4.0lA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings . SC-4.01 A.1., "Availability of Lands" The following is a list of known outstanding right-of-way , and/or ea sements to be acquired , if an y as of February 2021 : CITY OF FO RT WORTH CONS TR UC TI ON SPEC IFI CAT ION DOCUMENTS Febru ary 2021 VCWR F So uth Fl ow Lift Stati on Ci ty Proj ect No . I 00075 -2 Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE 00 73 00 -2 SUPPLEMENTARY CONDITIONS Page 2 of6 TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates li ste d 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 location s. SC-4.0lA.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 February 202 I: EXPECTED OWNER Oncor UTILITY AND LOCATION 12.47kV Overhead Electric TARGET DA TE OF ADJUSTMENT Coordinated By Contractor Prior to Construction The Contractor understands and agrees that the dates listed above are estimates only , are not guaranteed, and do not bind the City . All relocations for this project shall be done b y the Contractor. Known utility relocations are identified with the Contract Documents. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work : Geotechnical Report Nos . DE2 0-074 , DE20-074-02 , and DE 20-074-0 3, prepared by A llian ce Geotechnical Group, a sub-consultant ofCDM Smith Inc ., a consultant of the City , providing a dditional information on Propose d Influent Lift Station and Force Main at Village Creek Water Reclamation Facility can be found in Appendix GC-4 .02 . Subsurface Utility Engineering (SUE) drawin gs and report pre pared by CP&Y , a subconsultant ofCDM Smith Inc ., a consultant of th e City , providing additional information on existing 90 " R CP-INF pip e and 96" RCP-INF alignments can be found in Appendix GC-4.02 . SUE drawin g prepared by CP&Y , a subconsultant ofCDM Smith Inc ., a consultant of the City, providing additional information on existing 96" R SCP-INF pipe alignment. SC-4.06A., "Hazardous Environmental Conditions at Site" T he following are reports and drawin gs of existin g hazard ous enviro nmental conditions known to the City: None C ITY OF FO RT WO RT H CONSTRUCTION SPEC IFI CATIO N DO CU M ENTS Fe bruary 2021 YCWRF So uth Flow Lift Stat io n C ity Proj ect No . I 00075-2 SC-4.06G., "Hazardous Environmental Conditions at Site" 00 73 00 -3 SUPPLEMENTARY CONDITIONS Page 3 of6 On the first sentence of the paragraph , add the following words after the word "City": "and its Consultant". 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: COM Smith Inc . (3) City Representative: Freese & Nichols , Inc . (4) Other: None SC-5.04A., "Contractor's Insurance" The limits ofliability 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 $ I 00 ,000 each accident/occurrence $ I 00 ,000 Disease -each employee $500 ,000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability , under Paragraph GC-5 .048. Contractor's Liability Insurance under Paragraph GC-5 .048., which shall be on a per project basis covering the Contractor with minimum limits of: $ I ,000 ,000 each occurrence $2,000,000 aggregate limit The policy mu st have an endorsement (Amendment -Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's . Verification of such coverage must be shown in the Remarks Article of the Certificate oflnsurance. 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 le ss than the following amounts: (I) 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 si ng le limit basis. Split limit s are acceptable iflimits are at least: $250 ,000 Bodily Injury per person / CITY OF FORT WORTH CONSTRUCT ION SP EC IFI CAT ION DO CUMENTS February 202 1 VCWRF South Flow Lif1 Stat ion City Project No . I 00075-2 $500 ,000 $100 ,000 Bodily Injury per accident I Property Damage SC-6.04., "Project Schedule" Project sc hedule shall be tier 4 for the project. SC-6.0SD., "Special Guarantee" 00 73 00 -4 SUPPLE MENTARY CON DITIO NS Page 4 of6 On the sec ond sentence of the paragraph , add the following words after the work "City "; "and it's Consultant and City Representative". SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes : 2013 Preva iling Wage Rates (Heavy and Hi ghway Construction Projects) 2 013 Prevailing Wage Rates (Commercial Co nst ruction Projects) SC-6.088., "Patent Fees and Royalties" On th e first se ntence of the paragraph , add the following words after the word "City"; "and it's Consultant and City Representative ". SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" Th e following are known permits and/or licen ses required by the Contract to be acquired by the Contractor: l . The City ha s held a Pre-Development Conference for this project. 2. The City has applied for the building permits for this project. The Contractor shall coordinate with the Pre-Development Department prior to construction of this proje ct. 3. Contractor shall apply for Gradin g Permit as part of Building Permit approval. SC-6.098. "City obtained permits and licenses" The followin g are known permits and/or license s required by the Contract to be acquired by the City: l . Floodplain Permit 2 . Tree Removal Permit SC-6.09C. "Outstanding permits and licenses" The following is a li st of known outstanding permits and/or licen ses to be acquired, if any as of February 2021: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICEN SE AND LOCATION City/Consultant City /Consultant City/Consultant CITY OF FORT WORTH City Floodplain Permit Building Permit Tree Removal Permit CONSTRUCTION SPECIF ICAT ION DO CUMENTS Feb ru ary 202 1 TARGET DATE OF POSSESSION February 2020 March 2020 Once Tree Protection Fencing is in Place VCWRF So uth Flow Lift Stat ion City Project No. I 00075-2 SC-6.12A.4., "Limitation on Use of Site and Other Areas" 00 73 00 -5 SU PPL EMENT ARY CONDITIONS Pag e 5 o f6 On the first sentence of the paragraph, add the following words after the word "City"; "and its Consultant and City Representative". SC-6.21A., "Indemnification" On the first sentence of the paragraph , add the following words after the word "employee s"; "and its Consultant and City Representative". SC-6.21 B., "Indemnification" On the first sentence of the paragraph, add the following words after the word "employee s"; "and its Consultant and City Representative". SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the perfonnance of other work at the Site: Vendor Scope of Work Coordination Status Authority Eagle Contracting VCWRF Thickening Project CITY Under Construction Crescent Constructors VCWRF Grit Removal Facility CITY Under Construction Project Crescent Constructors VCWRF Enclosure for Gaseous CITY Under Construction Chlorine and Sulfur (nearing completion) Winston Electric YC Phase II Electrical CITY Under Construction Improvements SYNAGRO of Texas-YCWRF Digester Cleaning CITY-Plant Staff Under Construction CLR Hazen & Sawyer VCWRF Digester Improvements CITY Under Design SC-8.01, "Communications to Contractor" Contractor shall coordinate laydown space, project site access , and schedule with other construction contracts listed in SC-7 .02 above . SC-9.01., "City's Project Manager" The City 's Project Manager for this Contract is Farida Goderya, PhD , P .E . or his/her successor pursuant to written notification from the Director of Water Department. SC-9.01., "City's Project Representative" The following finn is a Consultant to the City responsible for the construction management of this Project: Freese & Nichols , Inc. 4055 International Plaza, Ste 200 Fort Worth , Texas 76109 SC-I3.03C., "Tests and Inspections" CITY OF FORT WORTH CON STRU CTIO N SPEC IFI CA TIO N DOCU MEN TS Fe bru ary 20 2 1 VCWR F So uth Fl ow Lift Stati on C ity Proj ect No . I 00 075-2 None 00 73 00 - 6 SUPPL EMENTARY CONDITIONS Pag e 6 of6 SC-14.10, "Substantial Completion" Add the following Section as follows : I 4. IO Substantial Completion D . The Project has two substantial completion dates, one for the Lift Station to be in service and one for all other work to be in service. The Work for each part shall be considered substantially complete after final Operation & Maintenance Manuals have been approved, Equipment Testing and Startup has been completed, Operation & Maintenance Staff training has been completed, and field performance testing has been completed and approved. E . 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 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 completed or corrected before final acceptance. F . 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. G . 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 . H . 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. I. After Substantial Completion, the Contractor shall promptly begin work on the punch list of items to be completed or corrected prior to Final Acceptance of the Project. J. In appropriate cases, Contractor may submit monthly Applications for Payment for completed punch list items, following the progress payment procedures set forth herein . SC-16.0lC.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F . Griffin SC-9.01 ., "City 's Project Representative" wording changed to City 's Project Manager. 8/15/2017 F . Goderya Added SC-1 .01 ., and 14.10., "Substantial Completion " CITY OF FORT WORTH CON STRUC TI ON SPEC IFI CAT ION DOCU MENTS February 202 1 VCWRF So uth Fl ow Lift Stati on City Proje ct No. I 00075-2 Division 01 General Requirements THIS PAGE INTENTIONALLY LEFT BLANK PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 11 00 SUMMARY OF WORK 01 11 00 SUMMARY OF WORK Pa ge I o f6 1. Summary of Work to be performed in accordance with the Contract Documents B . Deviations from this City of Fort Worth Standard Specification 1. Deleted 1.2 .A.1 2. Modified 1.2.A.2 3. Added 1.4.A.2 through 1.4.A. 7. 4. Modified 1.4.B. l 5. Added 1.4.B.2 6. Added 1.4.C, 1.4.D.2 through 1.4.D.4 7. Added 1.4.E.1 8. Deleted 1.4.E.3.c 9. Added 1.4.G and 1.4.H l 0. Added 1.5 C . Related Specification Sections include , but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents I. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 2. The work of this Contract is located at the City of Fort Worth's Village Creek Water Reclamation Facility (VCWRF), 4500 Wilma Lane, Arlington, Texas 76012. 3. This Section describes the project in general and provides an overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, start-up and testing, and completion of the work. CITY OF FORT WORTH CON STR UC TI ON SPEC IFI CAT ION DO CU MENTS Fe bru ary 20 2 1 VCWR F South Fl ow Lift St ati on City Proj ec t No . I 00 075 -2 01 11 00 S U MMARY OF WORK Page 2 o f 6 4 . Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable locally shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, s ubsystems, and other item s of work. All mi scellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included even though these appurtenances and items may not be specifically called for in the Specifications. 5. The Work shall include all site civil, structural , process mechanical, odor control, building mechanical, plumbing, electrical, instrumentation and SCADA Ovation integration, and all other work required for a complete and operable project. 6 . The Work includes, but is not necessarily limited to, the following: a . 120 Million Gallons per Day (mgd) South Flow Pump Station with submersible pumps b. Odor control bioscrubber system c . 2 ,016 linear foot of 66-inch FRP force main d. I 02 linear foot of 72-inch emergency di version bypass pipeline e . 25 linear foot 90-inch FRP influent sewer pipeline f. One new coarse screen and one new fine screen and washer/compactor at the Headworks Facility g. New Influent Diversion Structure with one new 90-inch slide gate h . One new 78-inch slide gate at Box Fl 1. Two new 54-inch slide gates at Box G J . Box G concrete rehabilitation and protective coating k . Concrete pavement and site grading improvements I. Utility demolition and relocation m . Coordination with Oncor for relocating their 12.47kV overhead electric di stribution line n . Electrical and instrumentation improvements o . Modification s to plant's Ov ation system to integrate new improvements p . Partial demolition of Bar Screen Building No . 3 q . Tree removal and protection of ex isting tree s to remain r. Construction layout and survey s. Site clearing 7. Owner has negotiated and e stabli s hed an accepted pric e with Emerson to be incorporated into the Work . Owner will as sign these services to the Contractor . a . Contractor 's responsibilities are same as if Contractor had negotiated serv ices, including responsibility to renegotiate service s and to execute final services agreements . B . Sub s idiary Work 1. An y and all Work specifically go v erned by documentary requirements for the project, such a s conditions impo sed by the Drawin gs or Contract Documents are included in the total lump sum price bid. C. Examination of the Site 1. Visit the s ite, to compare drawings and s pecifications w ith any work in place, and observe all s ite condition s, including oth er w ork , if any, is being performed . Failure t o v is it the s ite shall not relieve the Contractor from the neces sity of C ITY OF FO RT WO RT H CONSTRUCTI ON SPEC IFIC AT ION DOCU MENTS Fe bru ary 202 1 VCWRF So uth Flow L ift Stati on C ity Proj ect No. I 00075-2 01 II 00 S UMMARY O F WORK Page 3 o f6 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 . Limits on Use of Site : Limit use of Project site to areas within Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. a. Limits on Use of Site : Confine construction operations to area of construction. Provide clearance and full access for plant personnel to access plant facilities. b . Driveways, Walkways, and Entrances: Keep driveways, loading areas, and entrances services premises clear and available to Owner, Owner 's employees, and emergency vehicles at all times. Do not use these areas for parking or for storage of materials. 1) Schedule deliveries to minimize use of driveways and entrances by construction operations. 2) Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. 3 . Condition of Existing Building: Maintain portions of existing building affected by construction operations in weathertight condition throughout construction period . Repair damage caused by construction operations. 4. Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, and hardscaping affected by construction operations throughout construction period. Repair damage caused by construction operation. E. Coordination with Occupants I . Full Owner Occupancy: Owner will occupy Project site and existing adjacent building(s) during entire construction period . Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated . a. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner. b. Notify Owner not less than 72 hours in advance of activities that will affect Owner 's operations. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a . A reasonable amount of tools, materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied B~' railroad tracks , the Work shall be carried OA iA such maAAer as AOt to iAterfere with the operatioA of the railroad. C ITY O F FORT WO RTH CON STRUC TI ON SPEC IFI CA TI ON DOCU MEN TS February 2021 VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 000 75-2 01 11 00 S UMMARY OF WORK Page 4 of6 1) All Work shall be iA aeeordaAee with railroad req1:1iremeAts set forth iA DiYisioA O as well as the railroad permit. F . 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 s ite 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. G . Partial Owner Occupancy 1. The City reserves the right to take possession and use any completed or partially completed portion of the Work regardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or any portion thereof. H. Work Under Owner 's Separate Contracts 1. Work with Separate Contractors: Cooperate fully with Owner's separate contractors, so work on those contracts may be carried out smoothly, without interfering with or delaying Work under this Contract or other contracts. Coordinate the Work of this Contract with work performed under Owner 's separate contracts. C ITY OF FO RT WO RTH CONST RUCTI ON S PEC IFICAT ION DOCUMENTS Fe bruary 202 1 VC WRF So uth Flo w Lift Stati on C ity Proj ect No . I 000 75-2 01 11 00 SU MMARY OF WORK Pag e 5 of6 2. Concurrent Work: Owner will award and will assign to Contractor separate contract(s) for the following construction operations at Project site . Those operations will be conducted simultaneously with Work under this Contract. a. Village Creek Water Reclamation Facility (VCWRF) Sludge Thickening Project b. VCWRF Grit Removal Facility Project c . VCWRF Enclosure for Gaseous Chlorine and Sulfur d . VCWRF Phase II Electrical Improvements e. VCWRF Digester Cleaning f. VCWRF Digester Improvements 1.5 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: I. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Text Color: Text used in the Specifications, including units of measure, manufacturer and product names, and other text may appear in multiple colors or underlined as part of a hyperlink; no emphasis is implied by text with these characteristics. 3. Hypertext: Text used in the Specifications may contain hyperlinks. Hyperlinks may allow for access to linked information that is not residing in the Specifications. Unless otherwise indicated, linked information is not part of the Contract Documents. 4. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 00 Contracting Requirements: General provisions of the Contract, including General and Supplementary Conditions, apply to all Sections of the Specifications. C. Division O I General Requirements: Requirements of Sections in Division O 1 apply to the Work of all Sections in the Specifications. D . Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: I . Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings and published as part of the U.S . National CAD Standard. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. 1.6 SUBMITTALS [NOT USED] 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.8 CLOSEOUT SUBMITT ALS [NOT USED] 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH CON STRU CTIO N SP EC IFI CA TIO N DOCU MEN TS Febru ary 202 1 VCWRF So uth Fl ow Lift Station City Proj ect No . I 000 75-2 1.10 QUALITY ASSURANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12 FIELD [SITE] CONDITIONS [NOT USED] 1.13 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION C ITY OF FORT WORT H CONSTRUCTION S PEC IFICAT ION DOCUMENTS Fe bruary 202 1 0 1 11 00 SUMMARY OF WORK Page 6 of 6 VCWRF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 0125 00 SUBSTITUTION PROCEDURES 0 1 25 00 SUBSTITUTION PROCEDURES Page I of 4 1. The procedure for requesting the approval of s ubstitution of a product that is not equivalent to a product which is specified by descripti ve or performance criteria or defined by reference to I 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 I . Modified 1.2A.1 2. Modified 1.4 .A. l C. Related Specification Sections include, but are not necessarily limited to : I . Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Lump Sum Price -Work associated with this Item is included in the total lump sum pnce . 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution -General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kind s of material are described in Specifications b y means of refe rences 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 na me s, 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: C ITY OF FORT WORTH CONSTRUCTION SPECIF ICAT IO N DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 01 25 00 SUBSTITUTION PROCEDURES Page 2 of 4 a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements , or other factors beyond control of Contractor; or, b. Contractor proposes a cost and /or time reduction incentive to the City. 1.5 SUBMITT ALS A. See Request for Substitution Form (attached) B . Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b . Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b . For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with propose d product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: I) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejecti on of s ubstitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of s pecified product if necessary to secure de s ign inte nt. C ITY OF FORT WORTH CONSTRU CTION SPECIF ICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift St ati on C ity Project No. I 00075-2 01 25 00 S UBSTITUTI ON PROCED URES Page 3 of4 3. In the event the substitution is approved , the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions . 4 . No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b . Request is not made in accordance with this Specification Section c . In the City's opinion , acceptance will require substantial revision of the original design d. In the City 's opinion , substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified , and that it will perform function for which it is intended 2 . Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4 . Waives all claims for additional costs related to substitution which subsequently anse 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] C IT Y O F FO RT WO RTH CONSTRUCTIO N S PEC IFI CAT ION DOCU M ENTS Fe bruary 2021 END OF SECTION VCW RF So uth Flow Li ft Stati on C ity Proj ect No . I 000 75-2 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 0 1 25 00 SUBSTITUT ION PROCE DURES Page4of4 TO: ___________________________________ _ PROJECT: _________________ DATE : ___________ _ We hereby submit for your consideration the following product in stead 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 buildin g 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 . Difference s in product cost or product deli very time ? E . Manufacturer's g uarantees of the propo sed and s pecified items are : ___ Equal Better (ex plain on attachment) The undersigned state s that the function , appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature ____________ _ a s noted Firm ______________ _ Addre ss ------------- Date ______________ _ Teleph one ____________ _ For Use by C ity: ___ Appro ved C ity ___________ _ CITY OF FO RT WO RTH CONST RUCTION SPEC IFICATION DOCUMENTS Fe bruary 202 1 Recommended Recommended Not recomm e nded __ Received late By ______________ _ Date _________________ _ Remark s ---------------- ___ Rej ected Date ------------------ YCWRF So uth Flow Lift Stati on City Proj ect No . I 00075 -2 012600 CON TRA CT MODIFI CATION PR OCE DURES Pag e I of2 SECTION 012600-CONTRACT MODIFICATION PROCEDURES PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A . Section includes administrative and procedural requirements for handling and processing Contract modifications. B . Related Requirements: 1. Section O 1 25 00 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Engineer will issue Field Orders authorizing minor changes m the Work, not involving adjustment to the Contract Price or the Contract Time . 1 .4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Engineer will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. If necessary , the description will include supplemental or revised Drawings and Specifications. COM Smith 1. Requests For Proposal (RFP) issued by Engineer are not instructions either to stop work in progress or to execute the proposed change. 2. Within 10 days, when not otherwise specified after receipt of RFP, submit a quotation estimating adjustments to the Contract Price and the Contract Time necessary to execute the change . a . Include a list of quantities of products required or eliminated and unit costs , with total amount of purchases and credits to be made. If requested , furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental , and amounts of trade discounts . c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to , changes in activity duration , start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time . e. Quotation Form: Use forms acceptable to Engineer. CONSTR UC TION SPEC IFI CATIO N DOCU MEN TS Fe bruary 2021 V CW RF So uth Fl ow Lift Stati on C ity Projec t No. I 00 075 -2 01 26 00 CONTRACT MODIFICATION PROCEDURES Page 2 of2 B . Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Engineer. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Price and the Contract Time. 2 . Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made . If requested, furnish survey data to substantiate quantities. 3 . Indicate applicable taxes, delivery charges , equipment rental , and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6 . Comply with requirements in Section 01 25 00 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7 . Proposal Request Form: Use form acceptable to Engineer. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Change Order Request, Engineer will issue a Change Order for signatures of Owner and Contractor. 1.6 WORK CHANGE DIRECTIVE A . Work Change Directive: Engineer may issue a Work Change Directive. Work Change Directive instructs Contractor to proceed with a change in the Work , for subsequent inclusion in a Change Order. 1. Work Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Price or the Contract Time . B. Documentation: Maintain detailed records on a time and material basis of work required by the Work Change Directive . 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED) END OF SECTION O 1 26 00 COM Smith CONST RUCT ION SPEC IF ICATI ON DOCUMENTS Fe bru ary 202 1 VCWRF South Flow Lift Station C ity Proj ect No. I 00075-2 SECTION 01 29 33 -MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.1 RELATED DOCUMENTS OJ 29 33 MEASUREMENT AND PAYMENT Page I of6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes the measurement and payment of the various elements of the Work , including: 1. Lump sum prices . 2. Unit prices. B. The Total Amount Bid in the Proposal Form shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials , equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work . All Work not specifically set forth as to the pay item or items in the Proposal shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. C . The Proposal Form is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Proposal. D. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Proposal , and which are not specified in this Section to be measured or to be included in one of the items listed in the Proposal shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. E. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place , as specified and as indicated on the Drawings . 1.3 RELATED REQUIREMENTS I . Payments to Contractor: a. Refer to General Conditions, Supplementary Conditions, and Agreement. 2. Changes in Contract Price: COM Smith CONSTRUCTION SPEC IFI CATION DOCUMENTS Ap ril 2021 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 1.4 A. B . C . D. E. F. G. H . I. J. COM S mith 01 29 33 MEA SUREMENT AND PAYMENT Page 2 of6 a. Refer to General Conditions, Supplementary Conditions, and Section O I 26 00, "Contract Modification Procedures". 3 . Schedule of Values: a. Refer to General Conditions, Supplementary Conditions, and Section 01 32 13 , "Schedule of Values". MEASUREMENT AND PAYMENT Measurement of an item of work will be by the unit indicated in the Proposal. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Proposal Form. Unless otherwise stated in individual sections of the specifications or in the Proposal no separate payment will be made for any item of work, materials, parts, equipment, s upplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. Payment will be made at the Contract price per unit indicated in the Proposal with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. Measurement for payment does not signify acceptance of Work . Quantities shown in the Proposal are approximate quantitie s only. Payment will be made only for measured quantities installed and accepted by Owner. Measurements, such as linear feet, will be to the nearest whole unit. Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01 29 33 and the Proposal. In all cases, Section O 1 29 33 and the Proposal will take precedence over the technical specifications regarding measurement and payment. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor's information only. The Engineer is not responsible for the accuracy of such information and the Contractor shall perform his own calculations to verify such quantities. No adjustment will be made in the price due to real or alleged errors in the estimated quantities. If the Owner elects to delete any lump s um item , the dollar amount to be deleted from the Contract shall be the total amount shown in the Proposa l/ Schedule of Values, whichever is higher for that item , including overhead and profit. CONSTRUCTION SPEC IFICATION DOCUMENTS A pril 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 01 29 33 M EASUREMENT AN D PAYM EN T Page 3 of6 1.5 BID ITEMS A. South Flow Lift Station Project. (Bid Item 1) 1. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form for construction of the South Flow Lift Station Project and includes full compensation for furnishing all labor, materials , equipment and incidentals , excluding Bid Items 2-25, required to complete the Work in its entirety as shown on the Drawings and /or as specified , including mobilization /demobilization , demolition , construction, and cleanup. B. 66-inch Force Main. (Bid Item 2) 1. Payment for this Bid Item shall be based on the unit bid price per linear foot in the Proposal Form for construction of the 66-inch Force Main including labor, materials , equipment and incidentals , required to complete the Work in its entirety as shown on the Drawings and /or as specified. C. 90-inch Sewer Pipeline. (Bid Item 3) 1. Payment for this Bid Item shall be based on the unit bid price per linear foot in the Proposal Form for construction of the 90-inch sewer pipeline including labor, materials, equipment and incidentals, required to complete the Work in its entirety as shown on the Drawings and/or as specified. D. 72-inch Emergency Bypass Pipeline. (Bid Item 4) 1. Payment for this Bid Item shall be based on the unit bid price per linear foot in the Proposal Form for construction of the 72-inch emergency bypass pipeline including labor, materials , equipment and incidentals, required to complete the Work in its entirety as shown on the Drawings and /or as specified. E. Trench Safety System. (Bid Item 5) 1. Bid item described in this paragraph shall be based on labor, materials , and equipment, and performing all operations to plan , design, construct, install , maintain , monitor, modify as necessary , and remove upon completion, a Trench Safety System for trenches more than five feet deep as shown on the Drawings and as specified. All other work specified under other sections of the Specifications necessary to complete the Work (e.g. excavation , dewatering, pipe installation , formwork , concrete placement, backfill , etc. shall be included in Bid Item 1. 2. Payment for Bid Item 5 shall be on the actual linear footage of trench safety system and at the unit price bid. Trench safety systems for pipe trenches shall be paid for by the linear footage of pipe trench greater than five feet deep, irrespective of the number of pipes in the trench. Excavation and excavation safety for structural excavations is included in Bid Item 1. F. Bid Items 6, 7, 8, 9 , 10 , 11 , 12 , 13 and 14 are equipment prices based on unit bid price per each and do not include installation costs. All installation costs and other piping, equipment, structural , civil, grading , etc . are included in Bid Item 1. All costs associated with electrical and instrumentation are included in Bid Item 18. C OM Smith C ONSTR UC TION S PEC IFI CATIO N DOCU M EN T S A pril 2021 VC WRF South Flow Lift Stati on C ity Proj ect No. I 00 075 -2 0 1 29 33 M EASURE M ENT AN D PA YMENT Page 4 o f 6 G. Box G Concrete Repairs. (Bid Item 15) 1. Bid Item described in this paragraph is for labor, materials , equipment and incidentals , required for concrete repair at Box G as shown on the Drawings and as s pecified. 2 . Payment for this Bid Item shall be at a unit price per cubic foot in the Proposal Form. H . Box G Concrete Protective Coating s (Bid Item 16) 1. Bid Item described in this paragraph is for labor, materials, equipment and incidentals , required for concrete protective coatings at Box Gas shown on the Drawings and as specified . 2 . Payment for this Bid Item shall be at a unit price per square foot in the Proposal Form . I. Partial Demolition and Modifications at Bar Screen Building No. 3 . (Bid Item 17) 1. Bid Item described in this paragraph is for labor, materials , equipment and incidentals , required for structural , process equipment, and building mechanical demolition and modifications to Bar Screen Building No . 3 as shown on the Drawings and as specified, ex cept cost associated with electrical and instrumentation demolition and modifications are included in Bid Item No. 18. 2. Payment for this Bid Item shall be at a Lump Sum bid price in the Proposal Form . J. Electrical and Instrumentation Improvements . (Bid Item 18) 1. Bid item described in this paragraph is for labor, materials, and equipment required for electrical and instrumentation work including, but not limited to, equipment, conduit, wire , MCCs, switchboards, panels, starters, etc. for the South Flow Lift Station Project as shown on the Drawings and as specified . 2 . Pay ment for this Bid Item shall be at a Lump Sum bid price in the Proposal Form. K. Application Programming to Existing DCS System. (Bid Item 19) 1. Bid item described in this paragraph is for a fixed price as shown for the Emerson application programming to add new 1/0 points to existing Emerson DCS for monitoring and control of the South Flow Lift Station Project including start-up services. The City and Emerson have established an accepted price, and all other terms and conditions to apply to the testing services included in this bid item , all of which are attached as an Appendix to the Specifications. The successful bidder (Contractor) shall enter into an a g reement with Supplier based on the terms included in the Appendix to the Specifications . The price, and all other terms and conditions included in the Appendix are non-negotiable as are the Specifications to which the Appendix is attached . Terms of Payment to the Supplier are included in the Appendix. The Bidder shall study and be fully aware of the details of the Appendix . The Contractor shall issue a purchase order to the Supplier of the services included in Bid Item 19 as covered in and subject to the term s and conditions set forth in the Appendi x no later than 14 day s after receiving Notice to Proceed from the City . 2. Pay ment for this Bid Item shall be at a Lump Sum bid price in the Proposal Form. L. Tree R e moval. (Bid Item 20) C OM Smith CONSTR UCT ION S PECIF ICATION DOCUMENTS A pril 202 1 VC WRF South Flow L ift Stati on C ity Proj ect No. I 00075-2 01 29 33 MEASUREMENT AND PAYMENT Page 5 of6 1. Bid Item described in this paragraph is for labor, materials , equipment and incidentals , required for select tree removal as shown on the Drawings and as specified. Measurement and payment is based on per each tree removed . 2. Payment for this Bid Item shall be at a unit price per each tree removed in the Proposal Form. M . Demolition of Unknown Structures and /or Concrete (Bid Item 21) 1. Bid Item described in this paragraph is for demolition of unknown structures and /or concrete, not shown on the plans , only to be used as if approved and directed by the Owner/Engineer. 2. Payment for this Bid Item shall be at a unit price per cubic yard of structures and /or concrete removed in the Proposal Form. N. Allowance for Oncor Overhead Electric Relocation . (Bid Item 22) 1. Bid Item described in this paragraph is an allowance for Oncor to relocate their 12.4 7 kV distribution lines as shown on the Drawings and specified and includes labor, materials , equipment and incidentals. Cost associated with coordination with Oncor shall be included in Bid Item 23. All cost associated with in stallation of electrical ductbank and conduit for the 12.4 7kV distribution line relocation are included in Bid Item 18. 2. Payment for this Bid Item shall be at a Lump Sum bid price in the Propo sal Form. 0 . Coordination with Oncor for Overhead Electric Relocation (Bid Item 23) P. Q. I. Bid Item described in this paragraph is for coordination with Oncor to relocate their 12.47kV di stribution lines as shown on the Drawings and specified. All cost associated with installation of electrical ductbank and conduit for the 12.47kV distribution line relocation are included in Bid Item 18 . Oncor's cost to relocate their 12.47kV distribution line s is included in Bid Item 22. 2. Payment for this Bid Item shall be at a Lump Sum bid price in the Propo sal Form. Confirmatory Subgrade Test Borings (Bid Item 24) 1. 2. Bid Item described in this paragraph is for geotechnical borings, logging, and laboratory testing to confirm subgrade conditions as shown on the Drawings and specified in 31 20 00. Payment for this Bid Item shall be at the lump sum price in the Proposal Form. Construction Allowance (Bid Item 25) 1. Bid Item described in this paragraph is an Owner's allowance for additional work, not shown on the drawings or specified, only to be used as approved and directed by the Owner/Engineer. 2. Payment for this Bid Item will be based on Change Order cost calculated in accordance with the General Conditions and Section 01 26 00 Contract Modification Procedures. PART 2 -PRODUCTS (NOT USED) COM Smith CONSTRUCTION SPECIF ICAT ION DOCUMENTS A pril 2021 VCWRF South Flow Lift Statio n C ity Project No . I 00075-2 PART 3 -EXECUTION (NOTE USED) END OF SECTION 012933 COM S mith CONSTRUCTION SPECIFICATION DOCU MENTS A pril 202 1 01 29 33 MEASUREMENT AND PAYMENT Page 6 of6 VCWRF So uth Flow Lift Statio n C ity Project No . 100075-2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 3119 PRECONSTRUCTION MEETING 01 31 19 PREC ONSTRU CTION MEETfNG Page I of4 I. 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. Modified I .2A.1 C. Related Specification Sections include , but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is included in the total lump sum price . 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. Attend preconstruction meeting. 2 . Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents . 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City . 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting . 3. Attendance shall include : a. Project Representative b . Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e . Other City representatives f. Others as appropriate CITY OF FORT WORTH CONS TR UC TI ON SPEC IFI CA TI ON DOCUMEN TS Fe bru ary 2021 VCWR F So uth Flow Lift St ati on City Proj ec t No. I 0007 5-2 4 . Construction Schedule 01 3 1 19 PRECONS TRUCTION MEETING Page 2 of4 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 ofright-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. J . Extra Work and Change Order Procedures Field Orders k. Di s posal Site Letter for Waste Material I. Insurance Renewals m . Payroll Certification n . Material Certifications and Quality Control Testing o. Public Safety and Convenience p . Documentation of Pre-Construction Conditions q . Weekend Work Notification Legal Holidays r . s . t. Trench Safety Plans Confined Space Entry Standards u . Coordination with the City 's representative for o perations of existing water system s v . Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd . Correspondence Routing ee. Record Drawi ngs ff. Temporary construction facilities gg. M /WBE or MBE/SBE procedures hh . Final Acceptance ii . Final Payment jj . Questions or Comments 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] CITY OF FORT WORT H CONSTRUCT ION SPEC IFICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stat ion C ity Project No . I 00075-2 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2-PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revision Log 0 1 31 19 PRECONSTRUCTION MEETING Page 3 of 4 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CONSTRUCT ION SPEC IFI CATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station City Project No. I 00075 -2 0 1 3 1 19 ?RECONSTRUCTION MEETING Page 4 of 4 THIS PAGE INTENTIONAL LY LEFT BLANK C ITY OF FO RT WORT H CONSTR UC T ION SPECIFICATION DOCUM ENTS Fe bru ary 202 1 VCWRF South Fl ow Li ft St ati on C ity Project No . 100075 -2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 31 20 PROJECT MEETINGS 01 31 20 PROJECT MEETTNGS Page I of4 I . 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. Modified l .2A. l 2. Added 1.2A.2 3. Revised 1.4.B C. Related Specification Sections include , but are not necessarily limited to: I. Division O -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. 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-Installation Meeting I . Conduct a preinstallation conference at Project site before each construction activity when required by other sections and when required for coordination with other construction. a. Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following. CITY OF FORT WORTH I) Contract Documents 2) Options CONSTRUCT ION SPEC IFI CATION DOCUM ENTS February 202 1 YCWRF South Flow Lift Stati on City Project No . I 00075 -2 3) Related RFis 4) Related Change Orders 5) Purchases 6) Deliveries 7) Submittals 8) Sustainable design requirements 9) Review of mock ups 10) Possible conflicts 11) Compatibility requirements 12) Time schedules 13) Weather limitations 14) Manufacturer's written instructions 15) Warranty requirements 16) Compatibility of materials 17) Acceptability of substrates 18) Temporary facilities and controls 19) Space and access limitations 20) Regulations of authorities having jurisdiction 21) Testing and inspecting requirements 22) Installation procedures 23) Coordination with other work 24) Required performance results 25) Protection of adjacent work 26) Protection of construction and personnel 01 31 20 PROJECT MEETINGS Page 2 of 4 b. Present projected schedule, including construction start date c. Answer any construction related questions d . Record s ignificant conference discus sions , agreements, and disagreements, including required corrective measures and actions. e. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. f. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are nece ssary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor/installer b . Representatives of manufacturers and fabricators in vo lved in or affected by the installation and it s coordination or integration with other materials and installations that have preceded or will follow c. Project Representative d. Other City representatives 4. Meeting Schedule a. In general, the pre-installation meeting will occur 2 weeks prior to commencing work . b. In no case will construction be allowed to begin until this meeting is held . C. Progress Meetings I . Formal project coordination meetings w ill be held peri o dicall y. Meetings will be scheduled and administered by Project Repre se ntative . C IT Y OF FORT WORTH CONSTRUCTION SPECIFI C ATION DOC UM ENTS February 202 1 YC WRF South Flow Lift Station C ity Project No . I 00075 -2 0 1 31 20 PROJECT ME ET INGS Page 3 o f 4 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include , but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3 . The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting . 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d . Engineer's representatives e . City's representatives f. Others , as requested by the Project Representative 5. Preliminary Agenda may include: a . Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d . Review of off-site fabrication , delivery schedules e . Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h . Progress , schedule, during succeeding Work period 1. Coordination of schedules J. Review submittal schedules k. Maintenance of quality standards I. Pending changes and substitutions m . Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n . Review Record Documents o . Review monthly pay request p . Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. I) 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. I) To the extent practicable, meetings will be held at the Site. C ITY OF FORT WORTH C ON STRUC TION SPEC IFI CATI ON DOCU M EN TS Fe bru ary 2021 VC WRF So uth Flow Lift Station C ity Proj e ct No . 100075-2 1.5 THROUGH 1.12 [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3-EXECUTION [NOT USED] CITY OF FORT WO RT H CONSTRUCTION SPEC IFICATION DOCUMENTS February 202 1 END OF SECTION 0 1 3 1 20 PROJ ECT MEETfNGS Page 4 of 4 VCWRF So uth Flow Lift St at io n C ity Project No I 00075 -2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : SECTION 01 32 13 SCHEDULE OF VALVES 0 1 32 13 SC HEDULE OF VALU ES Page I of2 I . General requirements for the preparation , submittal , updating, status reporting and management of the Schedule of Values B . Related Specification Sections include , but are not nece ssaril y limited to: I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di v ision 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 su m price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A . Schedule of Values I. General a. Prepare a sc hedule of values in conjunction with the preparation of the progre ss 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 progre ss schedule, payme nt request form , li stin g of s ubcontractors , schedule of allowances, sc hedule of alternatives , li st in g of products and principal suppliers and fabricators, and the schedule of submittals. c . Provide breakdown of the Contract Sum in accordance with meas urement and pay ment sections and with sufficient detail to facilitate continued eva luation of payment requests and progress reports. 1) Break down principal s ubcontract amounts into several line item s in accordance with section measurement and payme nt. d. Round off to the nearest whole dollar, but with the total equal the Contract Sum. 1.5 SUBMITT ALS A. Schedule of Values I . Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the la st day of the month . 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] C ITY OF FORT WORTH CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Proj ect No. I 00075-2 1.9 QUALITY ASSURANCE 0 1 32 13 SCHE DULE OF VALUES Page 2 of2 A. The pers on preparing and rev is in g the con struction Schedule s hall be ex perienced in the preparation of schedules o f s imil a r complex ity . B . Sc he dule and s upporting documents addressed in thi s S pecifi c ation shall be prepared , updated and rev ise d t o accurat e ly reflect th e pe rfo rmance o f the construction. C . Contractor is res pon s ibl e fo r th e qu a li ty of a ll s ubmittal s in thi s section meetin g th e standa rd of c are for the con structi o n indust ry fo r s imilar 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 Revis ion Log DATE NAM E SUM MA RY O F CHANG E CITY OF FO RT WORTH CONSTRU CTION SP EC IFICATION DOCU MEN TS Feb ru ary 2021 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 0 1 32 16 CONS TR UC TI ON PROG RES S SC HE DULE Page I of6 SECTION 01 32 16 CONSTRUCTION PROGRESS SCHEDULE PART 1 -GENERAL 1.1 SUMMARY A . Section Includes: I . 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. Modified l .2A . l 2. Added l .2A.2 3 . Deleted 1.3 .A. l .a through 1.3 .A. l .c and 1.3 .A. l .e C. Related Specification Sections include , but are not nece ssarily limited to: 1. Division O -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 included in the total lump sum price. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. TieF 1 }fo sehed1:1le s1:1bmittal reEJ1:1ired by eoRtraet. Small, brief d1:1ratioR projeets b. TieF l }fo sehed1:1le s1:1bmittal reEJ1:1ired by eoRtraet, b1:1t will reEJ1:1ire some milestoRe dates. Small , brief d1:1ratioR projeets e. TieF J Sehed1:1le s1:1bmittal reEJ1:1ired by eoRtraet as deseribed iR the SpeeifieatioR aRd herein . Majority of City projeets , iRel1:1diRg all boRd program projeets d . Tier 4 -Schedule s ubmittal 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 . TieF S Sehed1:1le s1:1bmittal reEJ1:1ired b~· eoRtraet as deseribed iR the SpeeifieatioR aRd hereiR . Large aRd/or -...ery eompleK projeets with loRg d1:1rati0Rs , high p1:1blie -...isibili~· I) E~rnmples might iRel1:1de a 'Nater or wastev,·ater treatmeRt plaRt 2 . Baseline Schedule -Initial schedule submitted before work begins that will serve as the baseline for mea s urin g progress and departures from the schedule. CITY OF FORT WORTH CONS TR UCT ION SPEC IFICA TI ON DOCUMENTS Fe bru ary 20 2 I VCW RF So uth Flow Lift Stati on City Project No . I 00075 -2 013216 CONSTRU CT ION PROGRESS SCHEDULE Page 2 of6 3. Progress Schedule -Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated . 4 . Schedule Narrative -Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B . Reference Standards I. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule I . General a . Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule I. 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 I. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing , sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday CITY OF FORT WORTH CONSTRUCTION SPEC IFI CATION DOCU MENTS February 202 1 YCWRF South Flow Lift Station City Project No. 10 0075 -2 013216 C ONSTR UC TION PROGRESS SC HEDUL E Page 3 of6 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. 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 ITY OF FORT WORTH C ONS TRUC TION SPEC IFI CATION DOC UM ENT S February 2021 VC WR F South Fl ow Lift Station C ity Proj ect No. I 000 75-2 013216 CONST RUCT ION PROGRESS SCHE DULE Page 4 of6 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 I. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts , the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors , the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITT ALS 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: I) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion . B . Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative I . Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month . D . Submittal Process I. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required . 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] C ITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS Fe bruary 2021 VCWRF South Flow Lift Station C ity Project No . I 00075-2 1.9 QUALITY ASSURANCE 0 1 3216 CONSTRUCT ION PROGRESS SCHEDULE Page 5 of6 A. The perso n preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedu les of similar complexity. B . Schedule and s upporting documents addressed in this Specification shall be prepared , updated and re v ised 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 Re v ision Log DATE NAME SUMMARY OF C HANGE CITY OF FORT WORTH CONSTRUCT ION SPECIFICAT ION DOCUMENTS February 202 I VCWRF South Flow Lift Statio n City Project No . I 00075-2 0 1 32 16 CONSTRUCTION PROGRESS SCHEDULE Page 6 of6 TIDS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WORTH CONST RUCTION SPECIFICA TION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 PART 1 -GENERAL 1.1 SUMMARY A . Section Includes : SECTION 01 32 33 PRECONSTRUCTION VIDEO I. Administrative and procedural requirements for: a. Preconstruction Videos B . Deviations from this City of Fort Worth Standard Specification I . Modified I .2A.1 2. Added I .2A.2 0 1 32 33 PRE CONS TR UC TION VlD EO Page I of2 C. Related Specification Sections include , but are not necessaril y limited to: I. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Di vis ion I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video I. 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 THRU 1.12 NOT USED PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] CITY OF FO RT WORTH CONS TRUCTION SPECIF ICAT ION DOCUMENTS February 2021 END OF SECTION VCWRF So uth Fl ow Lift Stati on City Project No. I 00075 -2 0 1 32 33 PRECONSTRUCTION VID EO Page 2 o f 2 TIDS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WO RTH C ONSTRUCTION SPEC IFICATION DO CU MENTS Febru ary 202 1 VCWRF South Flow Lift Stati on C ity Project No . I 00075 -2 01 32 35 AERIAL/PHOTOGRAPHIC DOCUMENTAT ION Page I of2 SECTION 01 32 35 AERIAL/PHOTOGRAPHIC DOCUMENTATION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b . Project Photographs B . Related Specification Sections include but are not necessarily limited to 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division I -General Requirements . 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Work associated with this Item is included in the total lump sum price . 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Project Aerials Photographs I. Take aerial photograph s of the project site prior to construction , monthl y during the construction of the project, and after completion of the project. 2. Aerial Photograph s Provi ded by: a. Aerial Photography, Incorporated , or approved equal I) Contact: Michael Chase Eaton a) Phone : 954-568-0484 b) Email: michael @ api4.com 3. Aerial Photographs a . Taken with a quality digital camera (300 ppi or greater) b . Provide three (3) photos for each trip, each at a different angle 4. Aerial Photograph Copies a. Format I) Provide digital copies of all photographs. 2) Provide prints of photographs as follows: a) One glossy color 8 .5" x I I" prints for each photograph taken. b) Mark each print to indicate: (I) Project name , (2) Date, (3) Location , 3) Photog raphs shall be clear and sharp with proper exposure . 5 . Preconstruction Aerials a. Pro vi de no le ss than three (3) aerial photographs of the s ite prior to construction 6 . Prog res s Aerials CITY OF FORT WORTH CONSTRUCT ION SPEC I FICAT ION DOCUMENTS February 2021 VCWRF So uth Fl ow Lift Stati on City Project No . I 00075-2 01 32 35 AE RIAL/PH OTOG RAPHI C DOC UM ENTATION Page 2 of2 a. Starting one month after the date of the preconstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photos: a) Three (3) monthly aerial photographs taken to accurately record the work that ha s progressed during that period. b. Prints and Digital photographs are to be s ubmitted with the monthly Partial Pay Request. I) Provide prints in plastic binder. B . Project Photographs 1. Take photographs of the project site/alignment prior to construction , monthly during the construction of the project, and after completion of the project. 2 . Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. 3. Photographs shall be taken at locations designated by the Engineer. 4 . Provide digital copies of all photographs. 5 . Preconstruction Photos a. Provide no less than forty-eight (48) photographs of the site and alignment prior to construction. 6 . Progress Photos a. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, provide twenty-four (24) monthly photographs taken to accuratel y record the work that has progressed during that period . b . Digital photograph s are to be submitted with the monthly Partial Pay Request. 1.5 THRU 1.12 [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] C IT Y OF FORT WO RT H CONSTRUC TI ON SPEC IFI CATI ON DOCUMENTS Fe bru ary 202 1 END OF SECTION YC WRF So uth Flow Lift Stati on C ity Project No. I 00075 -2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : SECTION 01 33 00 SUBMITTALS 0 I 33 00 SUBM ITTALS Page I of 10 1. General methods and requirements of submissions applicable to the following Work-related submittals: I . Shop Drawings 2. Types of submittals 3. Product Data (including Standard Product List submittals) 4. Samples 5. Mock Ups B . Deviations from this City of Fort Worth Standard Specification I. Modified 1.2.A.1 2. Added 1.3 3. Added I .4.B 4. Added I .4.C. I .c.4 5. Added 1.4.0.1 and 1.4 .0 .2 6. Added 1.4.0.7 through 1.4 .0 .9 7. Added 1.4 .P C. Related Specification Sections include , but are not necessarily limited to: 1. Divi sio n O -Bidding Requirements, Contract Forms and Conditions of the Contract 2 . Divi sio n 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Pay ment 1. Work associated wi th this Item is included in the total lump s um price . 1.3 TYPES OF SUBMITTALS A. Action Submittals: Written and graphic information and physical samples that require E ngin ee r's responsive action. Action s ubmitta ls are tho se s ubmittal s indicated in indi vi dual Specification Sections as "action subm ittals ." B. Informational Submittals: Written and graphic information and physical samples that d o not require E ngineer's respon s ive action. Submittals may be rejected for not complying w ith requirements . Informational s ubmittal s are those s ubmittals indicated in indi v idual Specification Sections as "informational s ubmittals ." C. Mass Submittals: Six or more s ubmittals or item s in one day or 20 or more s ubmittal s or it e ms in one wee k . 1.4 ADMINISTRATIVE REQUIREMENTS CITY OF FORT WORTH CONS TR UCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Station City Project No . I 00075 -2 A. Coordination 01 33 00 SUBMITTALS Page 2 of 10 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2 . Coordination of Submittal Times I. 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. 2. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubm ittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities 3 . No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 4 . 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 Log/Schedule 1. Prior to submitting the first submittal for the project, provide a submittal log/schedule to include I. Anticipated Submittals 2. Proposed Submittal Numbering 3 . Anticipated Submittal Dates. C . Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: 1. Use the first 6 digits of the applicable Specification Section Number. 2 . For the next 2 digits number use numbers O 1-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3 . 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-B I) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) Bis the third submission (second resubmission) of that particular shop drawing 4) Include brief description of submittal. D. Contractor Certification 1. Review shop drawings , product data and samples, including those by subcontractors, prior to submission to determine and verify the following: I . Field measurements C ITY OF FO RT WORTH CON STR UC TI ON SPEC IFI CAT ION DOCUM ENTS Fe bru ary 20 21 VC WRF South Fl ow Lift Station C ity Proj ect No. I 0007 5-2 2. Field construction criteria 3 . Catalog numbers and similar data 4. Conformance with the Contract Documents 01 33 00 SU BMITTALS Page 3 of 10 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: I. The Contractor's Company name 2. Signature of submittal reviewer 3. Certification Statement I) "By this submittal , I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." E. Submittal Format 1. Fold shop drawings larger than 8 Yi inches x 11 inches to 8 Yi inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order I . Cover Sheet I) Description of Packet 2) Contractor Certification 2. List of items I Table of Contents 3 . Product Data /Shop Drawings/Samples /Calculations F . Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of: I . Contractor 2 . Supplier 3. 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 I 0. Identification by highlighting of revisions on resubm ittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps G. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: I. Custom-prepared data such as fabrication and erection/installation (working) drawings 2 . Scheduled information 3. Setting diagrams 4 . Actual shopwork manufacturing instructions 5 . Custom templates C ITY OF FORT WORTH CON STRUC TI ON S PEC IFI CA TI ON DOCU M EN TS Fe bruary 2021 VC WRF South Fl ow Lift Stati on C ity Proj ect No . I 00075-2 01 33 00 SU BMITTALS Page 4 of 10 6. Special wiring diagrams 7. Coordination drawings 8. Individual system or equipment inspection and test reports including: I) Performance curves and certifications 9. As applicable to the Work 2. Details I . Relation of the various parts to the main members and lines of the structure 2. Where correct fabrication of the Work depends upon field measurements I) Provide such measurements and note on the drawings prior to submitting for approval. H. Product Data I . 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: I. Standard prepared data for manufactured products (sometimes referred to as catalog data) l) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 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 l 1) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work I. Samples I. As specified in individual Sections, include, but are not necessarily limited to: I. Physical examples of the Work such as: I) 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 J. 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 an y expense or delay due to corrections or remedies required to accomplish conformity. CITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS Fe bruary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 01 33 00 SU BMITTAL S Pag e 5 of 10 3. Complete project Work, materials, fabrication , and installations in conformance with approved shop drawings, applicable samples, and product data. K. Submittal Distribution I. Electronic Distribution I. Confirm development of Project directory for electronic submittals to be uploaded to City's BIM360 site, or another external FTP site approved by the City. 2. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via emai l of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than l hard copy of Shop Drawings returned , Contractor shall submit more than the number of copies listed above . 3. Product Data I) Up load submittal to designated project directory and notify appropriate City representatives via email of submittal posting . 2) Hard Copies a) 3 copies for all submittals 4. Samp les 1) Distributed to the Project Representative 2. Hard Copy Distribution (ifrequired in lieu of electronic distribution) 1 . Shop Drawings I) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other subm ittals c) If Contractor requires more than 3 copies of Shop Drawings returned , Contractor shall submit more than the number of copies listed above . 2. Product Data 1) Distributed to the City 2) Copies a) 4 copies 3. Samples I) 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. I. Provide number of copies as directed by the City but not exceeding the number previously spec ifi ed. L. S ubmittal Review I. 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: 1. Permitting any departure from the Contract requirements 2. Relieving the Contractor of responsibility for any errors, including details, dimensions , and materials CITY OF FORT WORTH CONS TR UCTIO N SP EC IFICA TIO N DOCU MEN TS February 2021 VCWRF South Fl ow Lift Stati on City Proj ect No . 1000 75-2 01 33 00 SUBM ITT ALS Page 6 of 10 3. Approving departures from details furnished by the City, except as otherwise provided herein 2. The re v iew and approval of shop drawings, samples or product data by the City doe s not relieve the Contractor from hi s/her responsibility with regard to the fulfillment of the terms of the Contract. l. All ri sks of error and omission are assumed by the Contractor, and the City will have no respon sibility , therefore . 3. The Contractor remain s re s ponsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as s ubmitted 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 re v iewed drawings without noting an exception. 5 . Submittals will be returned to the Contractor under 1 of the following codes: l. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notation s or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. 2. Code 2 1) "EXCEPTlONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may relea se the equipment or material for manufacture ; howe ve r, all notation s and comments mu st be incorporated into the final product. 3. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". T hi s combination of codes is as s igned w hen notations and comments are extensive enough to require a re s ubmittal of the package . a) The Contractor may relea se the equipment or material for manufacture ; ho weve r, all notations and comments mu st be incorporated into the final product . b) This resubmittal is to address all comments, omissions and non-conforming item s that we re noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the re s ubmittal. 4. Code 4 1) "NOT APPROVE D" is assigned w hen 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 nec essary to resubmit usi ng a different manufacturer/vendor to meet the Contract Documents. 6 . Resubmittals 1. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked w ith revision triangle or other s imilar method CITY OF FORT WORTH CONSTRUCTION SPE C IFICATION DOC UM ENTS February 2021 VC WRF South Flow Lift Station City Project No . I 00075 -2 a) At Contractor's risk if not marked 0 1 33 00 SUBMITTALS Page 7 of 10 2. Submittals for each item will be reviewed no more than twice at the City's expense. I) 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 Repre se ntative 's then prevailing rates . 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. 3. The need for more than I resubmi ss ion or any other delay in obtaining City's review of subm ittals, wi II not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals 1. City reserves the right to not review submittals deemed partial , at the City's discretion. 2. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. 3. 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. I 0 . Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. M . Mock up s 1. Mock Up units a s specified in individual Sections, include, but are not necessarily Jim ited 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 . N. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P .E. Certification for each item required . 0. Request for Information (RFI) I. Immediately on discovery of the need for additional information, clarification, or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. I . Engineer will return without response those RFis submitted to Engineer by other entities controlled by Contractor. 2. Coordinate and submit RFis in a prompt manner to avoid delays in Contractor's work or work of subcontractors. 2. Content of RF!: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project Name. 2. Owner Name. 3. Owner's Project number. C ITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 I VCWRF South Flow Lift Station City Project No. 100075-2 4. Name of Engineer. 5. Engineer's Project number. 6. Date. 7. Name of Contractor. 8. RFI number, numbered sequentially. 9 . RFI subject. 0 1 33 00 SUBMITTALS Page 8 of 10 10. Specification Section number and title and related paragraphs, as appropriate. 11. Drawing number and detail references, as appropriate. 12. Field dimensions and conditions, as appropriate. 13. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 14. Contractor's signature. 15 . Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. 1) Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. 3. Contractor Request for additional information 1. Clarification or interpretation of the contract documents 2 . When the Contractor believes there is a conflict between Contract Documents 3. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 4 . Use the Request for Information (RFI) form provided by the City. 5. Numbering of RFI 1. Prefix with "RFI " followed by series number, "-xxx", beginning with "O I " and increasing sequentially with each additional transmittal. 6. The City will log each request and will re v iew the request. 7. Engineer's Action : Engineer will review each RFI, determine action required, and respond. Allow 7 days for Engineer's response for each RFI. RFis received by Engineer after 1 :00 p.m. will be considered as received the following working day. 1. The following Contractor-generated RFis will be returned without action : I) Requests for approval of submittals 2) Requests for approval of substitutions 3) Requests for approval of Contractor's means and methods . 4) Requests for coordination information already indicated in the Contract Documents. 5) Request for adjustments in the Contract Time or the Contract Sum. 6) Requests for interpretation of Engineer's actions on submittals. 7) Incomplete RFis or inaccurately prepared RFis . 2. Engineer's action may include a request for additional information, in which case Engineer's time for response will be from time of receipt by Engineer of additional information . 3. Engineer's action on RFI that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section O 1 26 00 "Contract Modification Procedure". I) If Contractor believes the RFI respon se w arrants change in the Contract Time or the Contract Sum, notify Engineer in writing within 5 days of receipt of the RFI response . C ITY OF FORT WORTH CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF South Flow Lift St ati on C ity Project No. I 00075 -2 0 1 33 00 SU BMITT ALS Page 9 o f 10 8. Prepare, maintain, and submit a tabular log of RFis organized by RFI number. Submit log monthly. Include the following: I. Project name. 2. Name and address of Contractor. 3 . Name and address of Engineer. 4 . RFI description. 5 . Date the RFI was submitted. 6 . Date Engineer's response was received. 7. Identification ofrelated Minor Change in the Work , Construction Change Directive, and Proposal Request, as appropriate . 8. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 9. On receipt of Engineer's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Engineer within 7 days if Contractor disagrees with response. P. Delegated Design Services I. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. I) If criteria indicated are insufficient to perform services or certification required, submit a written request for additional information to Engineer. 2. Delegated-Design Services Certification : In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF file copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. I) Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. 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] CITY OF FO RT WORT H CONST RUC TI ON SPEC IFICAT ION DOCUMENTS Febru ary 20 21 VC WRF So uth Flow Lift Stati on City Projec t No . I 00075 -2 01 33 00 SUBMlTTALS Page 10 of 10 END OF SECTION DATE NAME 12/20/2012 D . Johnson CITY OF FO RT WORTH CONST RUCT ION SPECIFICATION DOCUMENTS February 202 1 Revision Log SUMMARY OF CHANGE 1.4 .K .8. Working Days modified to Calendar Days YCWRF South Flow Lift Station C ity Project No . I 00075-2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 35 13 SPECIAL PROJECT PROCEDURES 0 1 35 13 SPEC IAL PROJ ECT PROCE DURES Page I of6 1. The procedures for special project circumstances that includes , but is not limited to: a . CoordiRatioR 1.Yith the Te1sas DepartmeRt of TraRsportatioR 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. Pt,telie NotifieatioR Prior to YegiRRiRg CoRstrt,tetioR h. CoordiRatioR with URited States Army Corps of eRgiReers 1. CoordiRatioR withiR Railroad permits areas J. Dust Control k . Employee Parking B . Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A . l 2. Modified 1.2.A . l .b.1 3 . Added 1.2.A.l.b.2 4 . Modified 1.2.A.2.b. l 5. Deleted 1.2 .A.2 6. Modified 1.2 .A.3.a 7 . Added 1.2.A .3.b 8 . Deleted 1.4.A 9. Modified 1.4 .H. through 1.4 .K C. Related Specification Sections include , but are not necessarily limited to : I . Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 3 . Section 33 12 25 -Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Meas urement and Pay ment 1. Coordination within Railroad permit areas a. Meas urement I) Measurement for this Item will be by lump sum. b. Pay ment I) The work performed and material s furnished in accordance with thi s Item will be includ e d in the total lump sum price . c. The price bid shall include: I ) Mobilization C ITY OF FORT WORTH CONSTR UC TION SPECIFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station C ity Project No . 1000 75 -2 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 0 1 35 13 SPEC IAL PROJECT PROCEDURES Page 2 of 6 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. Railroaa FlagtHeR a. Meas1:1reffleRt 1) Meas1:1reffleRt for this Iteffl will 0e tJer workiRg Elay . 0 . PayffleRt 1) Unit PFiee The work tJerfoFFRea B:Aa fflaterials furRishea iR aeeoraaRee with this Iteffl will 0e tJaia for at the 11:lfflJ'l Sl:lffl priee 0i0 for Railroaa CoorEliRatioR . l) Lump Sum PFiee The weFk peFfaFmed end meteFiels furnished in eeeeFdenee with this Item will he ineluded in the total lump sum pFiee. e. The priee 0i0 shall iRel1:10e: 1) CooraiRatioR for seheEl1:1liRg flagffleR 2) FlagtHeR 3) Other req1:1ireffleRts assoeiatea with Railroaa 3 . All other items a . The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 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 re v ision 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 Line s. 3. North Central Texas Council of Governments (NCTCOG) -Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. CooraiRatioR with the Texas DetJBFtffleRt of TraRsportatioR 1. WheR work iR the right of 'Nay whieh is 1:1Raer the j1:1risElietioR ofthe Texas DepartffleRt of TraRStJOFtatioR (TxDOT): a. }fotify the Texas De!')artffleRt of TraHStJOrtation prior to eOfflffleReiRg aHy work thereiH iH aeeoraaHee with the tJFOYisioHs of the perfflit 0. All work tJerfoFFRea iR the TxDOT right of way shall 0e tJerforffleEl iH eoffltJliaHee with aREl s1:11Jjeet to aptJFOYal froffl the Texas DetJartffleHt of TraHsportatioH B. Work near High Voltage Lines 1. Regulatory Requirements C ITY OF FO RT WO RT H CO NST RUCT ION SPEC IFICAT ION DOCUM ENTS Fe bruary 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 01 35 13 SPEC IA L PROJ ECT PROCE D URES Page 3 of6 a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9 , Subtitle A , Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a . Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4 . Work within 6 feet of high voltage electric lines a. Notification shall be given to: I) 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 I) 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 I . 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 I. 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 I) May I through October 3 I . c . Critical Emission Time I) 6:00 a.m . to I 0 :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 I) Begin work after I 0:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of l hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than I hour, or C ITY O F FORT WO RTH CO NSTRUC TI ON SPEC IFI CATI ON DOCUMENTS Febru ary 202 1 VC WR F South Fl ow Lift Station C ity Proj ect No . I 000 75-2 0 1 35 13 SPEC IAL PROJECT PR OCE DURES Page 4 of6 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 O 1 31 13 G . Water Department Coordination I. 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 ex isting 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. 3 . Coordinate any event that will require operation of existing equipment with City's representative . 4. Coordinate any event that will require shutdown of existing equipment with City's representative. H . P1:10lie ~fotifieetioA Prior to BegiAAiAg CoAstrnetioA 1. Prior to segiRAiAg eoAstr1:1etioR 88 et the site 0F 88 RA)' sleek iR the projeet, oA a sleek sy sleek sesis, prepare eAd deliver a Aotiee or flyer of the peAdiAg eoAstr1:1etioA to the froAt door of eeeh resideAee or 01:1siAess that will se impeeted B)' eoAstr1:1etioA . The Aotiee shell se prepared es follo·Ns: a. Post Aotiee or flyer 7 days prior to segiA:AiAg eAy eoAstrnetioA eetii,·it)' oA eeeh sleek iA the projeet area. l) Prepare flyer oA the CoAtreetor 's letterhead eAd inel1:1de the follo·NiAg iAformetioA: a) Name of Projeet 0) Cit)· Projeet ~fo (CP~J) e) Seope of Projeet (i.e. type of eoAstr1:1etioA eetivity) d) Aet1:1el eoAstr1:1etioA d1:1retioA ·withiA the sleek CITY OF FORT WORTH CONSTRUCTION SPECIF ICAT ION DOCUMENTS Fe bru ary 2021 VCWRF So uth Flow Lift Statio n City Project No . I 00075-2 0 1 35 13 SPEC IAL PR OJECT PROCE DURES Page 5 of6 e) Name of the eoAtraetor 's foremaA aAd phoAe Aumber f) :Name of the City 's iAspeetor aAd phoAe Aumber g) Cit)·'s after hours phoAe Aumber 2) A sample of the 'pre eoAstruetioA AotifieatioA ' fl)·er is attaehed as Exhibit A: 3) Submit sehedule showiAg the eoAstruetioA start aAd fiAish time for eaeh bloek of the prajeet to the iAspeetor. 4) Deliver flyer to the Cit)· IAspeetor for review prior to distributioA. b. l>lo eoAstruetioA will be allowed to begiA OA aAy bloek UAtil the fl)·er is deli,·ered to all resideAts of the bloek. I. Pub lie NotifieatioA of Temporary Water Sep.,·iee lAterruptioA duriAg CoAstruetioA I. IA the eveAt it beeomes Aeeessary to temporarily shut dowA 'Nater sep.,·iee to resideAts or busiAesses duriAg eoAstruetioA , prepare aAd deliver a Aotiee or flyer of the peAdiAg iAterruptioA to the froAt door of eaeh affeeted resideAt. 2. Prepared Aotiee as follows: a. The AotifieatioA or flyer shall be posted 24 hours prior to the temporary iAterruptioA. b . Prepare flyer oA the eoAtraetor 's letterhead aAd iAelude the follo·NiAg iAformatioA: 1) l>lame of the prajeet 2) Cit)· Prajeet Number 3) Date of the iAtem1ptioA of serYiee 4) Period the iAterruptioA 'Nill take plaee 5) l>Jame of the eoAtraetor 's foremaA aAd phoAe Aumber a) Name of the Cit)·'s iAspeetor aAd phoAe Aumber e. A sample of the temporary water sep.,·iee iAterruptioA AotifieatioA is attaehed as Exhibit B. d. Deliver a eopy of the temporary iAterruptioA AotifieatioA to the Cit)• iAspeetor for review prior to beiAg distributed. e. tie iAterruptioA of ,,.,•ater serviee eaA oeeur uAtil the flyer has beeA delivered to all affeeted resideAts aAd busiAesses. f. EleetroAie versioAs of the sample flyers eaA be obtaiAed from the Prajeet CoAstruetioA lAspeetor. J. CoordiAatioA with UAited States Arm)' Corps of EAgiAeers (USAGE) I. At loeatioAs iA the Prajeet where eoAstruetioA aetivities oeeur iA areas where USAGE permits are required , meet all requiremeAts set forth iA eaeh desigAated permit. K. CoordiAatioA withiA Railroad Permit Areas 1. At loeatioAs iA the prajeet 'Nhere eoAstruetioA aetivities oeeur iA areas where railroad permits are required , meet all requiremeAts set forth iA eaeh desigAated railroad permit. This iAeludes , but is not limited to , provisioAs for: a. FlagmeA b. IAspeetors e . Safet)• traiAiAg d. AdditioAal iAsuraAee e . lAsuraAee eertifieates f . Other emplO)'ees required to proteet the right of way aAd propert)• of the Railroad CompaA)' fro1fl damage arisiAg out of and /or from the eoAstruetioA of CITY OF FO RT WO RTH CONST RUC TI ON SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Proj ect No . I 00075 -2 01 35 13 SPEC IAL PROJECT PROCEDURES Page 6 of6 the projeet. Proper utility elearaAee proeedures shall ee used in aeeordanee with the permit guidelines. 2. OetaiA aAy supplemental informatioA needed to eornply with the railroad 's retJuirernents . 3. Railroad Flagmen a . Stiern it reeeipts to City for Yerifieation of working days that railroad flagmen were present on Site. L. Dust Control I. 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 properl y dispose of s lurry. M . Emp lo yee Parking I. Provide parking for employees at lo cations approved by the City. 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 R evision Log DATE NAME SUMMARY OF CHANGE 1.4.B -Added requirement of compliance with Health and Safety Code, T itl e 9. 8/31 /20 12 D. Johnson Safety, S ubtitl e A. Public Safety , Chapter 752. High Vo ltage Overh ead Lines. 1.4 .E -Add ed Contractor re s ponsibility for obtaining a TCEQ A ir Permit C ITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 0 1 35 13 .24 S PEC IAL PR OCE DURES FO R MAINTENANCE OF PL ANT OPERATION AN D SQUENCE O F CONSTR UCT ION Page I of8 SECTION 01 35 13.24 -SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SEQU ENCE OF CONSTRUCTION PART I -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division O I Specification Sections , appl y to this Section . 1.2 SUMMARY A . Section Includes : I . General construction phasing requirements 2. Site conditions 3. Construction sequencing requirements and shut-down constraints B. Each Contractor shall participate in sequencing requirements . Certain areas of responsibility are assigned to a specific contractor. C . Related Requirements: I. Section 01 11 00 "Summary of Work" 2 . Section O I 32 16 "Construction Progress Schedule" 3 . Section 01 50 00 "Temporary Facilities and Controls" for limitations and proce- dures governing temporary use of Owner's facilities. D . The intent of construction phasing as specified herein and as shown on the Drawings is to maintain the maximum possible level of transmission and distribution of flow throughout the construction process, and to facilitate coordination of the Work to en sure sufficient treatment capacity is available at all times . All tasks of the phased con struction schedule necessary to maintain the highest possible level of transmi ssion and distribution , whether described herein or not, are the re s ponsibility of the Contractor. E . The work specified herein and any other work required by the Engineer which may interrupt the normal operations shall be accomplished at times that will be convenient to the City . The Contractor shall plan to work overtime if needed to complete construction of the project and shall make no claims for extra compensation for overtime work required to conform to these requirements. The Contractor shall notify the Engineer and City in writing at least 14 days prior to construction requiring shutdown of the Plant facilities. Contractor is required to submit City furnished Shut Down Form and get written approval of requested shutdown prior to commencing any work . F. Shutdowns must be scheduled to create minimum interference with normal plant operation . Before attempting construction of critical work or tie-ins, meet with E ngineer to develop a satisfactory construction proce dure which will result in minimum shutdown time for those units involved . During shutdown periods , employ a full c rew C DM S mith CONSTRUCTION S PECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWR F So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 01 35 13 .24 SPEC IAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCT ION Page 2 of8 on a 24-hour schedule if necessary and employ additional work crews as necessary to complete the work within the required time . G . All scheduled shutdowns must be submitted in writing to the City at least 14 calendar days prior, and no work may begin until approval has been granted by the City and the Engineer. High flow conditions (above 250 mgd) or equipment outages may require the rescheduling of an approved shutdown. Any cost associated with rescheduling will be borne by the Contractor, at no additional cost to the City. Have all tools , equipment, materials , labor, etc. including backup units , on hand prior to performing work requiring shutdown . H . All operations of existing facilities shall be performed by Village Creek Water Reclamation Facility personnel , coordinated through the Engineer by the Contractor. I. Contractor and its Subcontractors shall ensure adequate ventilation to ensure safe working conditions at all times. J . The Contractor shall be responsible for developing his own schedule to meet the completion requirements and maintain the treatment capacity requirements of the plant. 1.3 SITE CONDITIONS A. Several areas of construction under this contract must be coordinated with the Plant Operating Personnel and accomplished in a logical order to maintain the process flow through the plant at all times and to allow construction to be completed within the time allowed by the Contract Documents. Coordinate the activities with the other contractors, if any, to allow orderly and timely completion of all the work. B . When access through construction areas must be disrupted , provide alternate acceptable access for plant operators or other contractors . C. Coordinate the activities in the interface or common areas with these other contractors and the plant operators. Submit to the Engineer a description and schedule as to how the common areas will be utilized , recognizing the required coordination with other contractors and the plant operators . D . Various interconnections within the plant will depend on closure of various gates and valves. Many of these valves and gates may not seal properly . Coordinate with the Plant Operations Personnel to request any such closure and provide any corrective measure or temporary facilities necessary to attain the shut off needed to perform the work at no additional cost to the City and without interrupting plant operation . Do not operate gates or valves. Coordinate with City so that plant staff will close or open the necessary valves and gates at the plant. E. Various interconnections within the plant may require temporary partial power shut- down. Make every effort necessary to minimize the shutdown time and coordinate with the Plant Operating Personnel and /or utility authorities prior to attempting any such power shutdown. Furthermore , provide any corrective measure or temporary facilities necessary to perform the work at no additional cost to the Owner and without interrupt- ing the plant operation. COM Smith CONSTRUCT ION S PEC IF ICAT ION DOCUMENTS Fe bru ary 2021 VCWRF So uth Flow Lift St ati on C ity Project No . I 00075-2 DI 35 13 .24 S PECIAL PR OCEDURES FO R MAfNTENANCE OF PLANT O PERATION AN D SQUENCE O F CONSTRUCTIO N Page 3 of8 F . When the work requires an existing facility to be taken out of operation, temporarily or permanently, notify the Engineer and plant operators 2 weeks in advance. Coordination meetings involving the Contractor, Owner, and Engineer shall be held one month prior to demolition work beginning on the following areas: I. Existing Influent Box Fl 2. Existing Junction Structure G 3. Existing Headworks Facility 4. Existing Bar Screen Building No. 3 5 . Existing Electrical Services and Tie-ins 6. Existing Plant Network Communication G. The VCWRF is currently operating at approximately 130 to 190 million gallons per day (mgd) average daily flow (adf). Current average dry weather flow is approximately I 00 mgd and peak dry weather flow is approximately 260 mgd. Peak wet weather flow is approximately 385 mgd. H . The total plant influent flow is split into south flow and west flow. The south flow is approximately 20% and the west flow is approximately 80% of the total plant flow . I. The south flow enters the plant at Junction Box A and C and continues through the east side of Bar Screen Building No. 3 (BS 3) to Primary Clarifiers 15 and 18. J. The west flow enters the plant at Junction Box E/EE and EEE and continues through the Headworks Facility and splits at Box F2 through two 96-inch lines and then combines at Box 4B. The west flow goes to Primary Clarifiers 1-6 and to the west side of BS 3 to Primary Clarifiers 13 , 14 , 16 & 17 . K. Primary Effluent Pump Station No. 1 (PEPS I) pumps effluent from Primary Clarifiers 1-6 to Aeration Basins 9-13. Primary Effluent Pump Station No. 2 (PEPS 2) pumps effluent from Primary Clarifiers 13-18 . PEPS 1 and PEPS 2 are hydraulically interconnected . L. The HRC Facility and Junction Box 00 are operated during peak flow events. The HRC Facility has a design capacity of 80 mgd and peak capacity of 1 IO mgd. When peak flow approaches 225 mgd , it is directed from the Headworks Facility to the HRC via 72-inch gates. During startup of the HRC , flow is directed to Junction Box 00 and either to Aeration Basins 9-13 or the Peak Flow Basin (PFB). When flows reach 255 mgd and the water quality is at the desired limit, the HRC flow is directed to Chlorine Contact Basins 3 I and 32. M. Under no circumstances will the Contractor be permitted to divert or discharge any untreated or partially treated wastewater from the plant. N . Arrange with City/Engineer for equipment and material storage site(s), including location of field office(s), site access , personnel plant access and construction parking area(s) prior to commencing work. Contractor shall abide by security measures in place at the plant. 0. The Contractor shall maintain continuous access to the sites and present operations . C O M Smith CONSTR UC TI ON S PEC IFICAT ION DOCUMENTS Fe bruary 2021 YCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075-2 0 1 35 13 .24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 4 of8 P. In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer. Q . Do not utilize streets for storage of materials except for pipe laying operation, in which case temporary staging for excavated materials , pipe building, and embedment materials will be allowed during active pipe laying periods. One traffic lane must be kept open in these temporary staging areas . Staging areas shall be so located as to allow plant operations to be maintained . Gutters and drainage areas shall be kept clear of construction materials at all times. R. Street closings and lane closures shall be coordinated with the plant. Other con struction contracts will require coordination of street closings. The period oftime that streets are closed shall be limited to the minimum time reasonabl y possible . Vehicular access to all process facilities shall be maintained . 1.4 INFORMATIONAL SUBMITTALS A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction prior to initiation of site con struction . The Schedule shall comply with aspects of the work described herein . B . The Contractor shall update the schedule as required by Section 01 32 16 . C . For all work which will require a temporary shutdown of operations or water service disruptions , the Contractor shall submit a propose d work plan which indicates the manpower, tools , equipment, and construction procedure to be used at least 14 days prior to the requested shutdown period. 1.5 SEQUENCING REQUIREMENTS , SHUT-DOWN CONSTRAINTS , AND PROJECT WORK EFFORTS A . Within 10 days after the effective date of the Agreement, submit to the Engineer, along with the Schedule of Values , a Construction Sequence Schedule. Thi s schedule shall provide a listing of major construction items , demolition work, new structures, new equipment, and the sequencing of these items of work so as to impact the operation of the plant and/or existing adjacent facilitie s to the minimum extent possible . This schedule shall reflect the construction con straints and construction sequence requirements of th is section. B . The construction schedule shall be de ve loped and implemented to minimize s hutdowns of the facilities . C. The following list of constraints to consider in deve lopin g the overall plan of construction . This list is not intended to release the Contractor from the re s pon s ibility to coordinate the work in any manner which will ensure project completion within the time allowed . The follo w ing areas are not neces saril y listed in their required sequence of construction. A suggested sequence within each area, w here necessary , is included. These items are presented to assist th e Contractor and are not all inclusive . 1. General Sequencing Requirem e nt s and Shut-Down Constraints/L imitations C OM Smith CONSTRUCTION SPEC IFICAT ION DOCUM EN TS Fe bruary 202 1 VCWRF So uth Flow Lift Station City Project No . 100075 -2 C DM Smith 01 35 13 .24 SPECIAL PROCE DURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF C ONSTRUCTION Page 5 of8 a. Headworks Facility shall remain in service at all times . b. Primary Clarifiers shall remain in service at all times. c. The HRC Facility shall be operable at all times for peak flow events. d. The Peak Flow Storage Basin shall remain in se rvice at all times for peak flow events. e. Bar Screen Building No. 3 shall remain in service at all times. f . 90-inch RCP-INF shall remain in service at all times. 2. Tree Removal a . Tree protection fencing for existing trees to be protected shall be in place as required by the Contract Documents prior to tree removal permit approval and tree removal activities. 3. Oncor 12.47kV Distribution Line Relocation a. Coordinate with Oncor to relocate their l 2.47kV distribution line prior to con- struction of the Lift Station. b. Install ductbank and conduits prior to Oncor relocating their 12.4 7kV distribu- tion line . c . Oncor will relocate their 12.47kV distribution line from overhead to below ground after ductbank and conduit is installed . d. Oncor will remove unused power poles once l 2.47kV distribution line is relo- cated. 4. Influent Diversion Structure a. Complete construction of the proposed Influent Diversion Structure as required by the Contract Documents . b. Flow shall continue to Box A and C and to the Primary Clarifiers while constructing Influent Diversion Structure and until the Lift Station is ready for operation. c . Once Lift Station is ready for operation and the 90-inch FRP-INF sewer pipe and 66-inch FRP force main tie-ins are complete, the existing 90-inch RCP- INF pipe can be cut out of Influent Diversion Box to divert flow to the Lift Station . d. Once flow is diverted to the Lift Station , structural modification s to the weir wall and benching can be complete and the 90-inch RCP pipe to Box A and C can be plugged . 5. Lift Station a. Complete construction of the propo sed Lift Station as required by the Contract Documents. b . The Lift Station shall be in service and operational before the 72-inch FRP Emergency Bypass pipeline tie-in to the existing 72-inch CCP from Box C to Box 4B. c. Pre-operational testing. Upon successful construction completion of the new Lift Station and pre-operational testing of the electrical power supply to the facility, conduct pre-operational testing as required by the Contract Documents. 6. 66-inch Force Main and Flow Meter Vault a. Complete construction of the proposed 66-inch FRP force main as required by the Contract Documents. CONSTRUCT ION S PEC IFI CAT ION DOCUMENTS Fe bru ary 2021 VCWRF So uth Flow Lift Station City Project No . I 00075-2 C OM Smith 01 3 5 13 .24 SPEC IA L PROCED URES FO R MAINTENANCE O F PL ANT O PERATI ON AN D SQUENCE O F C ONSTRUC TI ON Page 6 of8 b. The 66-inch force main and flow meter vault shall be installed , tested and ready for operation before the Lift Station is in service. c. Modifications to Box FI shall be complete prior to connecting 66-inch force main to 78-inch plug at Box Fl. d. Box Fl can be isolated by closing proposed 78-inch gate or by methods speci- fied in Item 8 below. 7. 72-inch Emergency Bypass Pipeline a. Complete construction of the 72-inch FRP-INF emergency bypass pipe as re- quired by the Contract Documents. b. Once the Lift Station is in service and operational , the 72-inch FRP-INF emergency bypass pipe can be connected to the existing 72-inch CCP-INF pipe from Box C to Box 4B and the 72-inch CCP-INF can be plugged. 8 . Box F 1 Modifications a. Complete modifications to Box Fl as required by the Contract Documents . b . Modifications include connecting the 66-inch force main to the 78-inch plug and adding a 78-inch slide gate. c. Work associated with Box Fl shall be completed prior to connecting the 66- inch force main to the 78-inch plug and the Lift Station being in service . d . Box Fl can be isolated by either inserting a 96-inch plug on the north 96-inch RCP pipe or by using Owner furnished stop logs at upstream Box DDD across the Trinity River to isolate the 84-inch siphon to Box EE and Box Fl and closing the 120-inch gate (ERN 2836001) to the Headworks Facility . The south 96-inch gate is normally closed . e. Stop logs are available for Contractor's use and are stored in the Headworks Facility. Transport stop logs to Box ODD on other side of Trinity River and provide lifting device to install stop logs at Box DDD. 9. Box G Modifications a. Complete modifications to Box G as required by the Contract Documents. b. Modifications to Box G include structural rehabilitation and protective coat- ings and installing two 54-inch gates. c. Work associated with Box G shall be completed prior to the South Flow Lift Station is in operation . d. Box G shall be isolated by closing the 96-inch gate at Box F2 (ERN 2836004), the north 96-inch gate at Box 4B , and the two slide gates down- stream of Parshall Flumes 1 and 2. e . Primary Clarifiers 1-6 shall remain in service at all times for Plant Sewer I flow . l 0. Headworks Facility Modifications a. Complete modifications to Headworks Facility as required by the Contract Documents. b. Modifications to the Headworks Facility includes installing one coarse screen and one fine screen and washer compacting equipment and associated service water piping connections, structural framing improvements, and electrical and instrumentation . c. The influent and effluent gates for the coarse screen and fine screen channels can be used to isolate the screen channels to install the equipment. C ONS TR UCT ION SPEC IFI CATI ON DOCUMENTS Fe bru ary 2021 VC WRF So uth Fl ow Lift Stati on C ity Project No. I 0007 5-2 01 35 13 .24 SPECIAL PROC ED URES FOR MAJNT ENAN CE OF PLANT OPERATION AND SQU ENCE OF CON STRUC TION Page 7 of8 11. Bar Screen Building No. 3(BS3) Partial Demolition a. Complete modifications and demolition of BS3 as required by the Contract Documents. b. Work associated with demolition of BS3 shall be completed upon successful start-up and full operation of the new Lift Station. c. Primary Clarifiers I 3-18 shall remain in service at all times. d. Odor Control B system shall remain in service at all times. 12 . Utility Demolition and Relocation a. Existing utilities shall be demolished and relocated prior to construction of the lift station. 13. Electrical a . Sequencing of electrical work must be done to ensure that there are no equipment power outages that will impact plant operations. 14 . Start-Up Testing a. Upon successful pre-operational testing of the South Flow Lift Station , demolish the 90-inch RCP pipe in the Influent Diversion Structure to introduce limited flow and test the Lift Station under normal operating conditions. This is anticipated to require more than 30 days . b. If any problem should occur during start-up testing, be prepared to stop flow to the Lift Station and continue to send flow through existing Box A and C to primary clarifiers . c . Upon successful completion of start-up testing of the Lift Station , divert flow completely through the new Lift Station. 15. The requirements above are not inclusive of all work and the Contractor shall be responsible for determining the required shut-downs to complete the work of this Contract. A minimum of 10 days shall be provided between each construction sequence activity to allow the respective treatment units to be drained for construction activities . 1.6 LIQUID A TED DAMAGES A. The Contractor understands and agrees that the time of completion is an essential consideration of development of his proposal and that failure to complete the work under this Contract, within the allotted time as specified will result in damages to be sustained by the City. The Contractor and City further agree in applying Liquidated Damages that such damages cannot be precisely measured or that the ascertainment of actual damages would be unduly difficult after the fact. Therefore, the Contractor and the City agree in applying Liquidated Damages that for each and every Calendar Day the work or any portion thereof, remains uncompleted after the specified times, the Contractor shall pay as agreed Liquidated Damages, the amounts as set forth in the Agreement. C OM Smith C ONS TR UCT ION SPEC IFI CAT ION DOCU MEN TS February 2021 VC WRF So uth Flow Lift Stati o n C ity Proj ect No . I 000 75 -2 0 1 35 13 .24 SPEC LAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE O F CONSTRUCT ION Page 8 of8 PART 2 -PRODUCTS (NOT U SED) PART 3 -EXECUTION (NOT US E D) END OF SE CTION C OM Smith CONSTR UCT ION SPECIF ICATION DOCUMENTS Fe bruary 202 1 VCWRF So uth Flo w L ift Statio n C ity Proj ect No . I 00075 -2 014000 QUALITY REQU IREMEN TS Page I of 10 SECTION O 1 40 00 -QUALITY REQUIREMENTS PART 1 -GENERAL 1.1 A. 1.2 A. B. C. 1.3 A. B. C . COM Smith RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division O 1 Specification Sections, apply to this Section. SUMMARY Section includes administrative and procedural requirements for quality assurance and quality control. Testing and inspection services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and quality-control requirements for individual work results are specified in their respective Specification Sections. Requirements in individual Sections may also cover production of standard products. 2. Specified tests , inspections, and related actions do not limit Contractor's other quality- assurance and quality-control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and quality-control services required by Engineer, Owner or authorities having jurisdiction are not limited by provisions of this Section. Related Requirements: 1. Section O 1 21 00 "Allowances" for testing and inspection allowances. 2. Section 01 45 23 "Testing and Inspection Services" for testing and inspection procedures and coordination. DEFINITIONS Experienced: When used with an entity or individual , "experienced," unless otherwise further described , means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities ha v ing jurisdiction. Field Quality-Control Tests and Inspections: Tests and inspections that are performed on-site for in stallation of the Work and for completed Work . Installer/ Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, subcontractor, or s ub-subcontractor, to perform a particular construction operation , including installation , erection , application, assembly, and similar operations. CONS TR UCT IO SPE CIFI CAT ION DOCUMENTS Feb ru ary 2021 VCWRF South Flow Lift Stati on City Proj ec t No . I 00075-2 014000 QUALITY REQ UIREM ENTS Page 2 of 10 1. Use of trade-specific terminology in referring to a Work result does not require that certain construction activities specified apply exclusively to specific trade(s). A . Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria . Unless otherwise indicated , copies of reports of tests or inspections performed for other than the Project do not meet this definition . B. Product Tests: Tests and inspections that are performed by a nationally recognized testing laboratory (NRTL) according to 29CFR 1910.7 , by a testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program (NVLAP), or by a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. C. Source Quality-Control Tests and Inspections: Tests and inspections that are performed at the source (e.g., plant, mill , factory , or shop). D. Testing Agency: An entity engaged to perform specific tests, inspections, or both. The term "testing laboratory" shall have the same meaning as the term "testing agency." E. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work , to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. F . Quality-Control Services: Tests, inspections , procedures, and related actions during and after execution of the Work, to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Contractor's quality-control services do not include contract administration activities performed by Engineer. 1.4 DELEGATED-DESIGN SERVICES 1.5 A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. B . A . 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Engineer . Delegated-Design Services Statement: Submit a statement signed and sealed by the responsible design professional , for each product and system specifically assigned to Contractor to be designed or certified by a design professional , indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads , and other factors used in performing these services. CONFLICTING REQUIREMENTS Conflicting Standards and Other Requirements : If compliance with two or more standards or requirements is specified and the standards or requirements establish different or conflicting requirements for minimum quantities or quality levels, inform the Engineer regarding the COM Smith VCWRF South Flow Lift St ati on City Proj ec t No. I 0007 5-2 CONS TR UC TI ON SPEC IFI CA TI ON DOCU MEN TS Fe bruary 202 1 1.6 B. A. B. C . 014000 QUALITY REQUIREMENTS Pag e 3 of IO conflict and obtain clarification prior to proceeding with the Work. Refer conflicting requirements that are different, but apparently equal , to Engineer for clarification before proceeding. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed . The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision before proceeding. INFORMATIONAL SUB MITT ALS Contractor's Quality-Control Plan: For quality-assurance and quality-control activities and responsibilities. Qualification Data: For Contractor's quality-control personnel and Delegated-Designer. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility submitted to authorities having jurisdiction before starting work on the following systems: 1. Seismic-force-resisting system, designated seismic system , or component listed in the Statement of Special Inspections . 2. Primary wind-force-resisting system or a wind-resisting component listed in the Statement of Special Inspections. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority . E. Schedule of Tests and Inspections: Prepare in tabular form and include the following : 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3 . Description of test and inspection. 4 . Identification of applicable standards. 5 . Identification of test and inspection methods . 6. Number of tests and inspections required. 7 . Time schedule or time span for tests and inspections . 8. Requirements for obtaining samples. 9 . Unique characteristics of each quality-control service. F. Reports: Prepare and submit certified written reports and documents as specified . G . Permits, Licenses, and Certificates: For Owner's record, submit copies of permits, licenses , certifications, inspection reports, releases, jurisdictional settlements, notices , receipts for fee payments, judgments, correspondence, records, and similar documents established for compliance with standards and regulations bearing on performance of the Work . COM Smith YCWRF South Fl ow Lift Stati on City Proj ec t No . I 00 07 5-2 CONS TR UC TI ON SPEC IFI CA TI ON DOCUMENTS February 2021 1.7 A. B. CONTRACTOR'S QUALITY-CONTROL PLAN 014000 QU ALITY REQUIREMENTS Pa ge 4 of IO Quality-Control Plan, General: Submit quality-control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Engineer. Identify personnel , procedures, controls, instructions, tests , records, and forms to be used to carry out Contractor's quality-assurance and quality-control responsibilities and to coordinate Owner's quality-assurance and quality-control activities . Coordinate with Contractor's Construction Schedule. Quality-Control Personnel Qualifications: Engage qualified personnel trained and experienced in managing and executing quality-assurance and quality-control procedures similar in nature and extent to those required for Project. 1. Project quality-control manager may also serve as Project superintendent. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Testing and Inspection: In quality-control plan , include a comprehensive schedu le of Work requiring testing or inspection , including the following : E. F. 1. Contractor-performed tests and inspections, including subcontractor-performed tests and inspections. Include required tests and inspections and Contractor-elected tests and inspections. Distinguish source quality-control tests and inspections from field quality- control tests and inspections. 2 . Special inspections required by authorities having jurisdiction and indicated on the Statement of Special Inspections. 3 . Owner-performed tests and inspections indicated in the Contract Documents, including tests and inspections indicated to be performed by City . Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring the Work into compliance with standards of workmanship established by Contract requirements. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include Work Engineer has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming Work into compliance with requirements. Comply with requirements of authorities having jurisdiction . 1.8 REPORTS AND DOCUMENTS A . C OM Smith Test and Inspection Reports: Prepare and submit certified written reports specified m other Sections . Include the following: I . Date of issue. 2 . Project title and number. 3 . Name, address , telephone number, and email address of testing agency. 4 . Dates and locations of samples and tests or inspections. CON STR UCTI ON SPEC IFI CA TI ON DO CU MEN TS Fe bru ary 20 21 VCWRF South Flow Lift Stati on City Proj ect No . I 000 75-2 5. Names of individuals making tests and inspections. 6 . Description of the Work and test and inspection method. 7 . Identification of product and Specification Section . 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 014000 QUALITY REQU IREM ENT S Page 5 o f 10 10. Record of temperature and weather conditions at time of sample-taking and testing and inspection . 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements . 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports : Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, telephone number, and email address of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3 . Statement that products at Project site comply with requirements . 4. Summary of installation procedures being followed , whether they comply with requirements and , if not, what corrective action was taken. 5 . Results of operational and other tests and a statement of whether observed performance complies with requirements . 6 . Statement of whether conditions, products , and installation will affect warranty. 7 . Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports : Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: I . Name, address, telephone number, and email address of factory-authorized service representative making report . 2 . Statement that equipment complies with requirements . 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4 . Statement of whether conditions, products , and installation will affect warranty . 5 . Other required items indicated in individual Specification Sections . 1.9 QUALITY ASSURANCE A. Qualifications paragraphs in this article establish the minimum qualification levels required ; individual Specification Sections specify additional requirements. B . Manufacturer Qualifications : A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units . As applicable, procure products from manufacturers able to meet qualification requirements, warranty requirements, and technical or factory-authorized service representative requirements . C DM Smith CONSTR UCT ION S PEC IFI CA T !ON DOCUMENTS Fe bru ary 202 1 VCWR F So uth Flow Lift S tati on C ity Proj ec t No . I 00075-2 014000 QU ALITY REQ UIREMENTS Pa ge 6 of 10 C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units . D. Installer Qualifications: A firm or individual experienced in installing, erecting, applying, or assembling work similar in material , design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system , assembly, or product that is similar in material , design , and extent to those indicated for this Project. F. Specialists : Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged in the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing and Inspecting Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspection indicated , as documented in accordance with ASTM E329, and with additional qualifications specified in individual Sections; and , where required by authorities having jurisdiction , that is acceptable to authorities. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect , demonstrate, repair and perform service on installations of manufacturer's products that are similar in material , design , and extent to those indicated for this Project. I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material , design , and extent to those indicated for this Project. J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods. Contractor responsibilities include the following: COM Smith 1. Provide test specimens representative of proposed products and construction. 2. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. 3. Testing Agency Responsibilities : Submit a certified written report of each test , inspection , and similar quality-assurance service to Engineer and City, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected Work complies with or deviates from the Contract Documents. CO NSTR UCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 I VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 000 75-2 1.10 A . QUALITY CONTROL 0 14000 QUALITY REQU IRE M EN T S Page 7 o f 10 Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. I. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspection they are engaged to perform. 2 . Payment for these services will be made from testing and inspection allowances specified in Section O 121 00 "Allowances," as authorized by Change Orders. 3 . Costs for retesting and reinspecting construction that replaces or is necessitated by Work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility . Perform additional quality-control activities , whether specified or not, to verify and document that the Work complies with requirements . I . Unless otherwise indicated , provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction , whether specified or not. 2. Engage a qualified testing agency to perform quality-control services . a . Contractor s hall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3 . Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspection will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspection requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction , when they so direct. C . Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility , provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties . Provide qualified personnel to perform required tests and inspections. C OM S mith 1. Notify Engineer and Contractor promptly of irreg ularities or deficiencies observed in the Work during performance of its services. 2. Determine the locations from which test samples will be taken and in which in-situ tests are conducted. 3 . Conduct and interpret tests and inspections and state in each report whether tested and inspected Work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each te st , inspection , and s imilar quality-control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. CONSTR UCTI ON S PEC IFICAT ION DOCU M ENTS Fe bru ary 2021 VCW R F So uth Flow Lift St ati on C ity Proj ec t No I 00075 -2 6. Do not perform duties of Contractor. 014000 QUALITY REQ UIREMENTS Page 8 of 10 E. Manufacturer's Field Services: Where indicated , engage a factory-authorized service representative to inspect field-assembled components and equipment installation , including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures ." F. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work . Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions , verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. G. Contractor's Associated Requirements and Services: Cooperate with agencies and representatives performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspection. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency . 7 . Security and protection for samples and for testing and inspection equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and quality-control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspection. 1. Schedule times for tests, inspections , obtaining samples , and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests , inspections, and similar quality- control services required by the Contract Documents as a component of Contractor's quality- control plan. Coordinate and submit concurrently with Contractor's Construction Schedule. Update and submit with each Application for Payments. C OM Smith I . Schedule Contents: Include tests , inspections , and quality-control services , including Contractor-and Owner-retained services , commissioning activities, and other Project- required services paid for by other entities . 2. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. CONSTR UCTI ON SPEC IFI CA TIO N DOCU MENTS February 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ec t No . 100075-2 014000 QUALITY REQU IREM ENTS Page 9 of 10 1 .11 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified special inspector to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: I. Verifying that manufacturer maintains detailed fabrication and quality-control procedures, and reviewing the completeness and adequacy of those procedures to perform the Work . 2. Notifying Engineer and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection , and similar quality-control service to Engineer with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies . 5. Interpreting tests and inspections , and stating in each report whether tested and inspected Work complies with or deviates from the Contract Documents . 6. Retesting and reinspecting corrected Work . PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 3.2 TEST AND INSPECTION LOG A . Test and Inspection Log: Prepare a record of tests and inspections . Include the following: I . Date test or inspection was conducted. 2 . Description of the Work tested or inspected . 3. Date test or inspection results were transmitted to Engineer. 4 . Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project s ite . Post changes and revisions as they occur. Prov ide access to test and in s pection log for Engineer's reference during normal working hours. A. I . Submit log at Project clo seo ut as part of Project Record Documents. REPAIR AND PROTECTION General: On completion of testing, inspection , sampl e taking, and similar services, repair damaged construction and re store substrates and finishe s. I . Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invi s ible as possible . Comply with the Contract Document requirements for cutting and patching in Section O 17 3 00 "Execution." C OM Smith VCWRF South Flow Lift Station C ity Project No . I 00075-2 CONSTRUCTION SPECIFICATION DOCUMENTS Feb ru ary 202 1 B . Protect construction exposed by or for quality-control service activities. 01 40 00 QUALITY REQUIREMENTS Page 10 of 10 C. Repair and protection are Contractor's responsibility , regardless of the assignment of responsibility for quality-control services. END OF SECTION 01 40 00 COM Smith CONST RUCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 2021 VCWRF So uth Flow Lift Station C ity Project No . 1000 75 -2 01 42 00 R EFERE NCES Page I o f8 SECTION 01 42 00 -REFERENCES PART 1 -GENERAL 1.1 1.2 1.3 A. A . B. C. D. E. F. G. H. I. A. C OM Smith RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division O 1 Specification Sections, apply to this Section . DEFINITIONS General: Basic Contract definitions are included in the Conditions of the Contract. "Approved": When used to convey Engineer's action on Contractor's submittals, applications, and requests , "approved" is limited to Engineer's duties and responsibilities as stated in the Conditions of the Contract. "Directed": A command or instruction by Engineer. Other terms including "requested ," "authorized," "selected," "required," and "permitted" have the same meaning as "directed ." "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown ," "noted," "scheduled ," and "specified" have the same meaning as "indicated." "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation , and similar operations. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply , work to dimension, finish , cure, protect, clean, and similar operations at Project site . "Provide": Furnish and install , complete and ready for the intended use. "Project Site": Space available for performing construction activities . The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. INDUSTRY STANDARDS Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference . CONS TR UC TI ON S PEC IFI CATI ON DOCUM EN T S Fe bru ary 2021 VC WR F So uth Flow L ift S tati o n C ity Proj ect No . I 00075-2 014200 REF EREN CES Page 2 of8 B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated . C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity . Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. I .4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S ." or in Columbia Books' "National Trade & Professional Associations of the United States." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC -A ssoc iated Air Balance Council ; www.aabc.com . 2 . AAMA -American Architectural Manufacturers Association; www.aamanet.org . 3. AAPFCO -Association of American Plant Food Control Officials ; www.aapfco.org. 4 . AASHTO -American Association of State Highway and Transportation Officials ; www.transportation.org . 5. AATCC-American Association of Textile Chemists and Colorists ; www.aatcc.org . 6 . ABMA -American Bearing Manufacturers Association ; www.americanbearings.org . 7 . ABMA -American Boiler Manufacturers Association; www.abma.com . 8 . ACI -American Concrete Institute ; (Formerly: ACI International); www.concrete.org 9 . ACPA -American Concrete Pipe Association ; www.concrete-pipe.org . 10. AEIC -Association of Edison Illuminating Companies, Inc . (The); www.aeic.org . 1 I . AF&PA -American Forest & Paper Association; www.afandpa.org . 12. AGA -American Gas Association ; www.aga.org . 13. AHAM -Association of Home Appliance Manufacturers ; www.aham.org . 14 . AHRI -Air-Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.org. 15 . Al - A s phalt In stitute ; www.asphaltinstitute.org . 16 . AIA -American Institute of Architects (The); www.aia.org . 17 . AISC -American Institute of Steel Construction ; www.aisc.org . 18 . AISI -American Iron and Steel Institute ; www.steel.org . 19 . AITC -American Institute of Timber Construction ; www.aitc-glulam.org . 20. AMCA -Air Movement and Control Association International , Inc.; www.amca.org . 21. ANSI -American National Standards Institute ; www.ansi.org . 22 . AOSA -Association of Official Seed Analysts, Inc .; www.aosaseed.com . 23. APA -APA -The Engineered Wood Association; www.apawood.org . 24. APA -Architectural Precast Association ; www.archprecast.org. 25 . API -American Petroleum Institute ; www.api.org . 26 . ARI -Air-Conditioning & Refrigeration In st itute ; (See AHRI). 27 . ARI -American Refrigerati on Institute ; (See AHRI). C OM Smith CONSTRU CTI ON SPEC IFI CATION DOC UMENTS February 202 1 VCWRF So uth Flow Lift Station City Project No. 100075 -2 C OM S mith 0 14200 REFERENCES Page 3 of8 28. ARMA -Asphalt Roofing Manufacturers Association ; www.asphaltroofing.org . 29 . ASCE -American Society of Civil Engineers ; www.asce.org . 30 . ASCE/SEI -American Society of Civil Engineers/Structural E ngineering Institute ; (See ASCE). 31 . ASHRAE -American Society of Heating, Refri gerating and Air-Conditioning Engineers ; www.as hrae.org . 32. ASME -ASME International ; (American Society of Mechanical Engineers); www.as me.org . 33 . ASSE -American Society of Safety Engineers (The); www.asse.org . 34. ASSE -American Society of Sanitary Engineering; www.asse-p lumbin g.org . 35. ASTM -ASTM International; www .astm.org . 36. ATIS -Alliance for Telecommunications Industry Solutions ; www.atis.org . 37 . A WEA -American Wind Energy Association ; www.awea .org . 38 . A WI -Architectural Woodwork Institute ; www.awi net.org . 39 . A WMAC -Architectural Woodwork Manufacturers Association of Canada; www .awmac.co m . 40 . AWPA-American Wood Protection Association ; www.awpa.com . 41. A WS -American Welding Society ; www.aws.org . 42 . A WWA -American Water Works Association ; www.awwa .org . 43 . BHMA -Builders Hardware Manufacturers Association ; www.buildershardware.com . 44 . BIA -Brick Industry Association (The); www.gobrick.com . 45 . BICSI -BICSI , Inc .; www.bicsi.org. 46 . BIFMA -BIFMA International ; (Business and Institutional Furniture Manufacturer's Association); www.b ifma.o rg. 47 . BISSC -Baking Industry Sanitation Standards Committee; www .bi ssc.org . 48 . BWF -Badminton World Federation; (Formerly: International Badminton Federation); www.bissc.org. 49 . CDA -Copper Development Association ; www .copper.org . 50 . CE -Conformite Europeenne ; http ://ec.e uropa.eu /growth/single-market/ce-marking/ 51 . CEA -Canadian Electricity Association ; www.electr icity.ca . 52 . CEA -Consumer Electronics As sociation; www.ce.org . 53 . CFFA -Chemical Fabrics and Film Association , Inc .; www.chemicalfabricsandfilm.com . 54 . CFSEI -Cold-Formed Steel Engineers Institute ; www.cfsei .org . 55 . CGA -Compressed Gas Association ; www.cganet.com . 56 . CIMA -Cellulose Insulation Manufacturers A ssociation ; www.cellulose .org . 57 . CISCA -Ceilings & Interior Systems Construction Association ; www.cisca.org . 58 . CISPI -Cast Iron Soil Pipe Institute ; www.cispi.org . 59 . CLFMI -Chain Link Fence Manufacturers Institute; www.chain link info .org . 60 . CPA -Composite Panel Association ; www.pbmdf.com . 61 . CRI -Carpet and Rug Institute (The); www.carpet-rug.org . 62 . CRRC -Cool Roof Rating Council ; www .coolroofs.org . 63. CRSI -Concrete Reinforcing Steel Institute ; www.crsi.org . 64. CSA -CSA Group ; www.csagroup.com . 65. CSA -CSA International ; www.csa-international.org . 66. CST -Construction Specifications Institute (The); www.csinet.org . 67 . CSSB -Cedar Shake & Shingle Bureau ; www.cedarbureau .org . 68. CTI -Cooling Technology In stitute ; (Formerly : Cooling Tower Institute); www.cti .org . 69 . CWC -Compos ite Wood Council ; (See CPA). 70. DASMA -Door and Access Sy stems Manufacturers Association ; www .dasma.com . 71. DHI -Door and Hardware In stitute ; www.dhi .org . CONSTR UC TI ON SPECIFICAT ION DOCUMENTS February 2021 YCWRF So uth Flow L ift Stat io n C ity Project No . I 00075 -2 CDM Smith 72. ECA -Electronic Components Association ; (See ECIA). 014200 REFEREN CE S Pa ge 4 of8 73. ECAMA -Electronic Components Assemblies & Materials Association ; (See ECIA). 74. ECIA -Electronic Components Industry Association ; www.ec iao n lin e .org . 75 . EIA -Electronic Industries Alliance ; (See TIA). 76. EIMA -EIFS Industry Members Association ; www.ei ma.com . 77 . EJMA -Expansion Joint Manufacturers Association , Inc.; www.e jm a.o rg . 78 . ESD -ESD Association ; (Electrostatic Discharge Association); www .esda.org . 79 . ESTA -Entertainment Services and Technology Association ; (See PLASA). 80. ETL -Intertek (See Intertek); www.inte rt ek .com . 81. EVO -Efficiency Valuation Organization ; www.evo-wo rld.org. 82. FCI -Fluid Controls Institute ; www.fluidc o ntrol s in st itute.org . 83 . FIBA -Federation Internationale de Basketball ; (The International Basketball Federation); www.fiba.com . 84 . FIVB -Federation Internationale de Volleyball ; (The International Volleyball Federation); www .fi v b .o rg . 85. FM Approvals -FM Approvals LLC ; www.fmgl o ba l.co m . 86 . FM Global -FM Global; (Formerly : FMG -FM Global); www.fm g lo bal.com . 87. FRSA -Florida Roofing, Sheet Metal & Air Conditioning Contractors Association , Inc.; www.florid aroof.com. 88. FSA -Fluid Sealing Association ; www.fluid sea lin g.co m . 89 . FSC -Forest Stewardship Council U.S.; www.fsc us.org . 90 . GA -Gypsum Association ; www.gy psu m .o rg. 91. GANA -Glass Association ofNorth America ; www.g lasswe bs it e.com . 92 . GS -Green Seal ; www.g reensea l.org . 93. HI -Hydraulic Institute; www.pu mp s.org. 94 . HI/GAMA -Hydronics Institute/Gas Appliance Manufacturers Association ; (See AHRI). 95. HMMA -Hollow Metal Manufacturers As sociation ; (See NAAMM). 96 . HPVA -Hardwood Plywood & Veneer Association ; www.hp va.org . 97 . HPW -H.P. White Laboratory, Inc .; www.hpw hite.com . 98. IAPSC -International Association of Professional Security Consultants ; www.ia psc.o rg. 99. IAS -International Accreditation Service; www.iason lin e.o rg . 100 . ICBO -International Conference of Building Officials ; (See ICC). 101. ICC -International Code Council ; www.iccsafe.org . 102. ICEA -Insulated Cable Engineers Association , Inc .; www.icea.net. 103. [CPA -International Cast Polymer Alliance ; www.icpa-hq.org . 104. ICRI -International Concrete Repair Institute, Inc.; www.ic ri.org . 105. IEC -International Electrotechnical Commission ; www.iec.ch. 106. IEEE -Institute of Electrical and Electronics Engineers, Inc . (The); www.ieee.org . 107. IES -Illuminating Engineering Society ; (Formerl y : Illuminating Engineering Society of North America); www.ies.org . I 08 . IESNA -Illuminating Engineering Society of North America; (See IES). 109. IEST -Institute of Environmental Sciences and Technology ; www.iest.org . 110. IGMA -Insulating Glass Manufacturers Alliance; www.igmao nlin e.org . 111 . IGSHPA -International Ground Source Heat Pump Association ; www.igs hp a.okstate.ed u . 112. ILI -Indiana Limestone Institute of America, Inc.; www.ili a i.com . 113. Intertek -Intertek Group ; (Formerly : ETL SEMCO ; Intertek Testing Service NA); www .intertek.com . 114. ISA -International Society of Automation (The); (Formerly : Instrumentation , Systems, and Automation Society); www.isa.org . CONST RUCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on City Projec t No . I 00 07 5-2 COM Smith 115. ISAS -In strumentation , Systems, and Automation Society (The); (See ISA). 0 142 00 REFERENCES Page 5 of8 I 16. ISF A -International Surface Fabricators Association ; (Formerly: International Solid Surface Fabricators Association); www.isfanow.org . I 17. ISO -International Organization for Standardization ; www.iso.org . 118. ISSF A -International Solid Surface Fabricators Association ; (See ISF A). 119 . ITU -International Telecommunication Union ; www .itu .int/home. 120 . KCMA -Kitchen Cabinet Manufacturers Association ; www.kcma.org . 121. LMA -Laminating Materials Association ; (See CPA). 122. LPI -Lightning Protection Institute; www.lightning.org . 123. MBMA -Metal Building Manufacturers Association ; www.mbma.com . 124. MCA -Metal Construction Association; www.metalconstruction.org. 125. MFMA -Maple Flooring Manufacturers Association , Inc.; www.maplefloor.org . 126. MFMA -Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 127. MH]A-Material Handling Industry of America ; www.mhia.org . 128 . MJA -Marble Institute of America; www.marble-institute.com . 129. MMPA-Moulding & Millwork Producers Association; www.wmmpa.com . 130. MPl -Master Painters Institute; www.paintinfo.com. 131 . MSS -Manufacturers Standardization Society of The Valve and Fittings Industry Inc .; www.mss-hq .org. 132 . NAAMM -National Association of Architectural Metal Manufacturers; www.naamm.org . 133. NACE -NACE International ; (National Association of Corrosion Engineers International); www.nace.org . 134. NADCA -National Air Duct Cleaners Association; www.nadca .com . 135 . NAIMA -North American Insulation Manufacturers Association; www.naima.org. 136 . NBGQA -National Building Granite Quarries Association , Inc .; www.nbgqa.com. 137. NBI -New Buildings In st itute ; www.newbuildings.org . 138 . NCAA -National Collegiate Athletic Association (The); www.ncaa.org . 139 . NCMA -National Concrete Masonry Association ; www.ncma.org . 140 . NEBB -National Environmental Balancing Bureau ; www.nebb.org . 141. NECA -National Electrical Contractors Association; www.necanet.org . I 42. NeLMA -Northeastern Lumber Manufacturers Association ; www.nelma.org . 143. NEMA -National Electrical Manufacturers Association ; www.nema.org . 144 . NET A -InterNational Electrical Testing Association; www.netaworld.org . I 45. NFHS -National Federation of State High School Associations ; www.ntl1s.org . 146. NFPA -National Fire Protection Association ; www.nfpa.org . 147. NFPA -NFPA International ; (See NFPA). 148. NFRC -National Fenestration Rating Council ; www.nfrc.org . 149. NHLA -National Hardwood Lumber A ssoc iation ; www.nhla.com . 150 . NLGA -National Lumber Grades Authority ; www.nlga.org . I 5 I . NOFMA -National Oak Flooring Manufacturers Association ; (See NWF A). I 52 . NOMMA -National Ornamental & Miscellaneou s Metals Association ; www.nomma.org . 153. NRCA -National Roofing Contractors Association; www.nrca.net. 154 . NRMCA -National Ready Mixed Concrete Association ; www.nrmca.org. 155. NSF -NSF International ; www.nsf.org . I 56 . NSPE -National Society of Professional Engineers ; www.nspe.org . I 57. NSSGA -National Stone, Sand & Gravel Association ; www.nssga.org . I 58. NTMA -National Terrazzo & Mo saic Association , Inc. (The); www.ntma.com . l 59. NWFA -National Wood Flooring Association ; www.nwfa.org. 160. PCI -Precast/Prestressed Concrete Institute ; www.pci.org . CONST RUC TI ON SPEC IFI CAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on City Proje ct No I 00075 -2 COM Smith 161. PDI -Plumbing & Drainage Institute ; www.pdion l ine.org. 014200 REF EREN CE S Page 6 of8 162 . PLASA -PLASA; (Formerly : ES TA -Entertainment Services and Technology Association); www.plasa.org . 163. RCSC -Research Council on Structural Connections ; www.boltcouncil.org . 164. RFCI -Resilient Floor Covering Institute ; www.rfci.com. 165. RIS -Redwood Inspection Service; www.redwoodinspection.com. 166 . SAE -SAE International ; www.sae.org . 167 . SCTE -Society of Cable Telecommunications Engineers ; www.scte.org . 168 . SDI -Steel Deck Institute; www.sdi .org. 169 . SDI -Steel Door Institute; www.stee ldoor.org . 170 . SEFA -Scientific Equipment and Furniture Association (The); www.sefalabs.com . 171. SEIi ASCE -Structural Engineering Institute/ American Society of Civil Engineers ; (See ASCE). 172. SIA -Security Industry Association ; www.siaonline.org . 173 . sn -Steel Joist Institute ; www.steeljoist.org . 174 . SMA -Screen Manufacturers Association ; www.smainfo.org . 175 . SMACNA -Sheet Metal and Air Conditioning Contractors' National Association; www.smacna.org . 176 . SMPTE-Society of Motion Picture and Television Engineers; www.smpte .o rg. 177 . SPFA -Spray Polyurethane Foam Alliance ; www.sprayfoam.org . 178 . SPIB -Southern Pine Inspection Bureau; www.spib.org . 179. SPRI -Single Ply Roofing Industry ; www.spri.org . 180. SRCC -Solar Rating & Certification Corporation ; www.solar-rating.org . 181. SSINA -Specialty Steel Industry of North America; www.ssina.com. 182. SSPC -SSPC: The Society for Protective Coatings ; www.sspc.org. 183. STI -Steel Tank Institute ; www.steeltank.com. 184. SWI -Steel Window Institute ; www.steelwindows.com . 185. SWPA-Submersible Wastewater Pump Association ; www.swpa.org. 186 . TCA -Tilt-Up Concrete Association; www.tilt-up .org . 187 . TCNA-Tile Council ofNorth America, Inc.; www.tileusa.com. 188. TEMA -Tubular Exchanger Manufacturers Association , Inc .; www.tema.org. 189 . TIA -Telecommunications Industry Association (The); (Formerly: TIA/EJA - Telecommunications Industry Association/Electronic Indu stries Alliance); www.tiaonline.org . 190 . TIA/EJA -Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 191. TMS -The Masonry Society ; www.masonrysociety.org . 192 . TPI -Truss Plate Institute ; www.tpinst.org . 193 . TPI -Turf grass Producers International ; www.turfgrasssod.org . 194 . TRI -Tile Roofing Institute ; www.tileroofing.org . 195. UL -Underwriters Laboratories Inc .; http://www.ul.com . 196 . UNI -Uni-Bell PVC Pipe Association; www.uni-bell.org. 197. USAV -USA Volleyball ; www.usavolleyball.org . 198 . USGBC -U.S . Green Building Council ; www.usgbc.org . 199 . USITT -United States Institute for Theatre Technology, Inc.; www.usitt.org. 200 . WA -Wallcoverings Association ; www.wallcoverings.org 2 01 . WASTEC -Waste Equipment Technology Association ; www.wastec.org. 2 02. WCLIB -West Coast Lumber Inspection Bureau ; www.wclib.org . 2 03. WCMA -Window Covering Manufacturers Association ; www.wcmanet.org . 2 04. WDMA-Window & Door Manufacturers Association ; www.wdma.com . CONST RUCT ION SPECIFICATION DOCU MENTS Feb ru ary 2021 VCWRF So uth Flow Lift Station City Project No . I 00075 -2 205. WI -Woodwork Institute ; www.wicnet.org . 206 . WSRCA -Western States Roofing Contractors Association ; www.wsrca.com . 207 . WWPA -Western Wood Products Association ; www.wwpa.org . 0 1 42 00 REFE RENCES Page 7 of 8 C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following li st. This information is believed to be accurate as of the date of the Contract Documents. 1. 2 . 3 . 4 . DIN -Deutsches Institut fur Normung e .V.; www.din.de . IAPMO -International Association of Plumbing and Mechanical Officials; www.iapmo.org. ICC -International Code Council ; www.iccsafe.org . ICC-ES -ICC Evaluation Service, LLC ; www.icc-es.org . D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1. COE -Army Corps of Engineers; www.usace.army.mil. 2. CPSC -Consumer Product Safety Commission ; www.cpsc.gov . 3 . DOC -Department of Commerce; National Institute of Standards and Technology; www.nist.gov . 4 . DOD -Department of Defense; www.guicksearch.dla.mi l. 5 . DOE -Department of Energy; www.energy.gov . 6 . EPA -Environmental Protection Agency; www.epa.gov . 7 . FAA-Federal Aviation Administration ; www.faa.gov . 8 . FG -Federal Government Publications; www.gpo.gov/fdsys . 9 . GSA -General Services Administration ; www.gsa.gov . 10. HUD -Department of Housing and Urban Development; www.hud.gov . 11. LBL -Lawrence Berkeley National Laboratory ; Environmental Energy Technologies Division ; www.eetd.lbl.gov . 12 . OSHA -Occupational Safety & Health Administration; www.osha.gov . 13 . SD -Department of State; www.state.gov . 14. TRB -Trans portation Research Board ; National Cooperative Highway Research Program ; The National Academies; www.trb.org. 15. USDA -Department of Agriculture; Agriculture Research Service; U.S . Salinity Laboratory; www.ars.usda.gov . 16. USDA -Department of Agriculture; Rural Utilities Service; www.usda.gov . 17 . USDOJ -Department of Justice ; Office of Justice Programs ; National Institute of Justice ; www.ojp.usdoj.gov . 18 . USP -U .S . Pharmacopeial Convention ; www.usp.org . 19. USPS -United States Postal Service; www.usps.com . E . Standards and Regulations: Where abbreviations and acronyms are used in Specification s or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following li st. This information is subject to change and is believed to be accurate a s of the d ate of the Contract Documents. 1. CDM Smith CFR -Code of Federal Regulations ; Available from Government Printing Office; www.gpo.gov/fdsys . CONST RUCT ION SPEC IFICAT ION DOCUM EN TS Fe bru ary 202 1 VCW RF So uth Flow Li ft Stati on City Proj ec t No . I 00075 -2 01 42 00 REFEREN CE S Page 8 of8 2. DOD -Department of Defense ; Military Specifications and Standards; Available from DLA Document Services ; www.guicksearch.dla.mil. 3 . DSCC -Defense Supply Center Columbus ; (See FS). 4 . FED-STD -Federal Standard ; (See FS). 5. FS -Federal Specification ; Available from DLA Document Services ; www.guicksearch.dla.mil . a. Available from Defense Standardization Program ; www.dsp.dla.mil. b . Available from General Services Administration ; www.gsa.gov . c. Available from National Institute of Building Sciences/Whole Building Design Guide ; www.wbdg.org . 6. MILSPEC -Military Specification and Standards; (See DOD). 7. USAB -United States Access Board ; www.access-board.gov . 8 . USATBCB -U.S. Architectural & Transportation Barriers Compliance Board ; (See USAB). F . State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following lis t. This information is subject to change and is believed to be accurate as of the date of the Contract Documents . 1. CBHF; State of California; Department of Consumer Affairs ; Bureau of Electronic and Appliance Repair, Home Furnishings and Thermal Insulation ; www.bearhfti.ca.gov . 2. CCR; California Code of Regulations ; Office of Administrative Law ; California Title 24 Energy Code ; www.calregs.com. 3 . CDHS ; California Department of Health Services ; (See CDPH). 4 . CDPH ; California Department of Public Health ; Indoor Air Quality Program ; www.cal- iag.org . 5. CPUC ; California Public Utilities Commission ; www.cpuc.ca.gov . 6 . SCAQMD ; South Coast Air Quality Management District; www.agmd.gov. 7. TFS ; Texas A&M Forest Service ; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu . PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED) END OF SECTION O I 42 00 C DM Smith CONST RUCT ION SPECIF ICATION DOCUM ENTS Fe bru ary 2021 VCWRF So uth Flow Lift Stati on C ity Proj ect No. 100075 -2 SECTION 01 45 23 0 1 45 23 TEST fN G AND INS PECT ION SE RVICES Page I of2 TESTING AND INSPECTION SERVICES PART 1 -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. Modified 1 .2.A . l C . Related Specification Sections include, but are not necessarily limited to: 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract 2. Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Work associated with this Item is included in the total lump sum price . a . In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and pay ment of all inspections , tests , re-tests , or approvals . b. In accordance with Article 13 of the General Conditions , City is responsible for performing and payment for first set independent testing chosen by the City to be performed. I) If the first independent test performed by the City fails , the Contractor is responsible for payment of subsequent 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 I. 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 Di stribution CITY OF FO RT WO RT H I) Confirm development of Project directory for electronic submittal s to be uploaded to City 's BIM360 document management s ite, or another external FTP site approved by the City . 2) Upload test reports to de s ignated project directory and notify appropriate City representative s via email of submittal postin g. CONST RUCT ION SPEC IFI CAT ION DOCU MENTS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Project No . I 00075 -2 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of2 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (ifrequired in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Di stribute 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 SUBMITT ALS [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] CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 END OF SECTION VCWRF South Flow Lift Station City Project No . I 00075-2 01 45 27 EQ U IPM EN T T ES TI NG AN D START U P Page I o f 8 SECTION 01 45 27 EQUIPMENT TESTING AND STARTUP PART I -GENERAL 1.1 SCOPE OF WORK 1.2 1.3 A. Provide a competent field services technician of the manufacturers of all equipment furnished under this Project to supervise installation , adjustment, initial operation and testing, performance testing, final acceptance testing, startup , and operator training of the equipment. Startup requirements in addition to the requirements specified herein are covered in individual equipment specifications. B. Perform specified equipment field performance tests, final acceptance tests and startup services. A . B. A. B. RELATED WORK Operation and Maintenance Data is included in Section OJ 78 23. Performance and acceptance testing and startup requirements are included in the respective sections. ACTION SUBMITT ALS Submit name, address and resume of proposed field services technicians at least 30 days in advance of the need for such services. Submit to Engineer and Owner for review, in accordance with Section OJ 33 00 , detailed testing procedures for shop tests , field performance tests and final acceptance tests as specified in the various equipment sections . Submittals shall include the following: 1. Test procedures shall be submitted at least 60 days in advance of the proposed test dates and shall include at least the following information: a. Name, classification, model and serial number of equipment to be tested , including reference to specifications section number and title. b. Testing schedule of proposed dates and times for testing . c. Summary of materials, power, lighting, chemical , water, sludge, gas, etc., needs and identification of who will provide them. d . Outline specific assignment of the responsibilities of the Contractor and manufacturers' factory representatives or field service personnel. e . Detailed description of step-by-step testing requirements , with reference to appropriate standardized testing procedures and laboratory analyse s by established technical organizations ( e.g., ASTM, WPCF Standard Method s, etc .). C OM Smith YCW R F So uth Flow Lift Stati on C ity Project No . I 00075 -2 CONST RUC TI ON S PEC IFI CAT ION DOCUM ENTS Fe bru ary 202 1 01 45 27 EQUIPMENT T EST ING AND STARTUP Page 2 of8 f. Samples of forms to be used to collect and record test data and to present tabulated test results. 2. Copies of test reports upon completion of specified shop , performance and acceptance tests . Test reports shall incorporate the information provided in the test procedures submittals and modified to reflect actual conduct of the tests and the following additional information : a . Copy of all test data sheets and results of lab analyses. b . Summary comparison of specified test and performance requirements vs actual test results . c. Should actual test results fail to meet specified test and performance requirements, describe action to be taken prior to re-testing the equipment. 3 . Copies of the manufacturer's field service technician's report summarizing the results of his/her initial inspection , operation , adjustment and pre-tests. The report shall include detailed descriptions and tabulations of the points inspected , tests and adjustments made, quantitative results obtained, suggestions for precautions to be taken to ensure proper maintenance, and the equipment s upplier's Certificate oflnstallation in the format specified herein. 1.4 QUALITY ASSURANCE A. Field service technicians shall be competent and experienced in the proper installation , adjustment, operation , testing and startup of the equipment and systems being installed . B . Manufacturers' sales and marketing personnel will not be accepted as field service technicians. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 A. B. C OM Smith PRELIMINARY REQUIREMENTS After installation of the equipment has been completed and the equipment is presumably ready for operation, before it is operated by others, the manufacturer's field service technician shall inspect, operate, test and adjust the equipment. The inspection shall include at least the following points where applicable: I . Soundness (without crack or otherwise damaged parts). 2. Completeness in all details , as specified and required . 3. Correctness of setting, alignment and relati ve arrangement of various parts. 4. Adequacy and correctness of packing, sealing and lubricants. The operation, testing and adjustment shall be as required to prove that the equipment ha s been left in proper condition for satisfactory operation under the conditions s pecifi ed. CONST RUCTION SPECIF ICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 C. 3.2 A. B. 3.3 A. 01 45 27 EQU IPME NT TESTING AN D STARTUP Page 3of 8 Upon completion of this work, the manufacturer's field service technician shall submit a signed report of the results of his/her inspection , operation , adjustments and tests. WITNESS REQUIREMENTS Shop tests or factory tests may be witnessed by the Owner and/or Owner's representatives, as required by the various equipment specifications. Field performance and acceptance tests shall be performed in the presence of the Owner, the Owner's designed personnel and /or Owner's representatives. STARTUP AND ACCEPTANCE OF THE TREATMENT PLANT AND RELATED SYSTEMS General Requirements I. Successfully execute the step-by-step procedure of startup, normal operation , shutdown, and performance demonstration specified herein. 2 . The startup and performance demonstration shall be successfully executed prior to Substantial Completion and acceptance by the Owner of the facility and its related systems. 3 . All performance tests and inspections shall be scheduled at least 10 working days in advance or as otherwise specified with the Owner and the Engineer. All performance tests and inspections shall be conducted during the work week of Monday through Friday, unless otherwise specified. B . Preparation for Startup C OM Smith I. Upon completion of the facility and all its related systems, all concrete structures shall be flushed with non-potable plant service water and hydraulically checked for leaks, cracks, and defects in accordance with Section 01 45 25. 2. All mechanical and electrical equipment shall be checked to ensure that it is in good working order and properly connected. Preliminary run-ins of the various pumps and equipment shall be made. All systems shall be cleaned and purged as required . All sumps, tanks , basins , chambers, pump wells and pipelines which are hydraulically checked shall be drained and returned to their original condition once the water testing is comp lete . 3. All instruments and controls shall be calibrated through their full range. All other adjustments required for proper operation of all instrumentation and control equipment shall be made. 4. Perform all other tasks needed for preparing and conditioning the fac ility for proper operation and work with PCS to implement the interface between the PLCs in the field and the DCS. PCS will configure new 1/0 signals at DCU3 RJO and implement controls and graphics modifications at the DCS to accommodate equipment for the Project. 5. No testing or equipment operation shall take place until it has been verified by the Manufacturer that all specified safety equipment has been installed and is in good working order. CONSTRUCTION SPECIFI CAT ION DOCUMENTS Fe bru ary 202 1 VCWRF South Flow Lift Stati on City Proj ect No . I 00075-2 01 45 27 EQUIPMENT TESTING AND STARTUP Page 4 of8 6. No testing or equipment operation shall take place until it has been verified by the Manufacturer that all lubricants, tools , maintenance equipment, spare parts and approved equipment operation and maintenance manuals have been furnished as specified. C. Facilities Startup 3.4 A. B . C. C OM Smith 1. Startup period shall not begin until all new facilities and equipment have been tested as specified and are ready for operation. The Owner shall receive spare parts , safety equipment, tools and maintenance equipment, lubricants, approved operation and maintenance data and the specified operation and maintenance instruction prior to the startup with raw water. All valve tagging shall also be complete prior to this startup. 2. Demonstrate a seven consecutive 24 hour day period of successful operation of the new facilities as a prerequisite of Substantial Completion and Acceptance. 3. In the event of failure to demonstrate satisfactory performance of the facilities on the first or any subsequent attempt, all necessary alterations, adjustments, repairs and replacements shall be made. When the facility is again ready for operation , it shall be brought on line and a new test shall be started. This procedure shall be repeated as often as necessary until the facility has operated continuously to the satisfaction of the Owner and Engineer, for the specified duration . 4. The Owner will furnish all operating per sonnel (other than vendor's or subcontractor's service personnel) needed to operate equipment during the final test period; however, said personnel will perform their duties under Contractor's direct supervision. Until performance tests are completed and units and systems are accepted by the Owner as substantially complete, the Contractor shall be fully responsible for the operation and maintenance of all new facilities . 5. The Owner will provide all necessary utilities for start-up. However, the Contractor shall provide all necessary personnel of the various construction trades, i.e., electricians, plumbers, etc ., and field serv ice personnel of the major equipment suppliers on an 8 hour per day basi s at the facilities and on a 24 hour per day basis locally during the startup period . 6 . Do not , at any time , allow the facility to be operated in a manner which subjects equipment to conditions that are more severe than the maximum allowable operating conditions for which the equipment was designed . STAFF TRAINING Prov ide instruction and demon stration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training . Provide to the Owner, agendas and applicable handouts two weeks prior to the training. Provide training in adequate detail to ensure that the trainees w ho complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provi ded. CONSTRUCTION SPECIFICAT ION DOCUMENTS Fe bru ary 2021 VCWRF South Flow Lift Station City Project No . I 00075-2 0 1 45 27 EQU IPM ENT T EST ING AND STARTUP Page S of8 D. Staff Training is to include but not limited to: 1. Orientation to provide an overview of the complete system /subsystem configuration and operation. 2. Terminology, nomenclature, and di s play 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 Precaution s. 8. On-the-job operating experience for monitorin g functions , supervisory , or command activities . Include functions and activities associated with diminished operating modes , failure recognition , and responses to complete system/subsystem procedures . 9 . Content and use of Operation and Maintenance manuals and related reference material s. E. Provide training for performing on-site routine, preventive, and remedial maintenance of the equipment, product, or system . Maintenance training is to include but not limited to: I . Orientation to provide an overview of complete system /subsystem concept, configuration, and operations . 2. Operations theory and interfaces . 3. In structions neces sary to ensure a basic theoretical and practical understanding of equipment appearance, layout and function s. 4. Safety precaution s. 5 . Use of standard and special tools and test equipment. 6 . Adjustment, calibration , and use of related test equipment. 7 . Detailed preve ntative maintenance activities . 8. Troubleshooting, diagno stic s, and te stin g. 9. Equipment assembly and disassembl y. I 0. Repair and parts replacement. l I. Parts ordering practices and storage. 12. Failure and recovery procedures. 13. Cabling and /or interface connectors. I 4 . Content and us e of Operation and Maintenance Manuals and related reference materials. I 5. Procedures for warranty repairs. 16 . Lubrication. 17 . Procedures , practi ces, documentation , and material s required to commence system maintenance . F. Provide a training plan that indicates the schedule and se quence of the trainin g pro grams. The training plan is to include for each course: COM Smi th 1. Number of hours for the course. Include tim e of classroom training and in-field training in agenda. 2. Agenda and narrative de scription , in c ludin g the defined objectives for eac h le sson. CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 YCWRF So uth Flow Lift Statio n C ity Project No. 100075 -2 01 45 27 EQU IPM ENT TESTING AND STARTUP Page 6 of8 3. Draft copy of training presentation that will be give and Operation and Maintenance Manual. 4. A descriptive listing of suggested reference publications . 5. Audio-visual equipment required for training. Identify equipment needed for training in the agenda. 6. Type and number of tools or test equipment required for each training session. 7. T . . S h d I rammg c e u e: Grouo Tuesday Wednesday Group Operations 7:00-9:00-Mech . 8 :00am 12:00am Maint. Operations 8:00-3:00-Operations 9 :00am 4:00pm 1/E Maint. 9 :00-4:00-Operations 12 :00am 5:00pm 8. Time allotment Operations Training-15 min classroom , 45b min hands-on in field . 9. Time allotment 1/E Maintenance Training -90 min classroom , 90 min hands-on in field . 10. Time allotment Mechanical Maintenance Training -90 min classroom , 90 min hand s-on in field training . G. Provide and use training aids to complement the instruction and enhance learning . I . Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials shall 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 . 4. Video of training including in the field , hands on training . 5. Provide PowerPoint slides about project description to engage staff on project purpose and goals in the beginning of each trainin g session. H. Prov ide qualified instructors to conduct the training. 1. Instructors must have knowledge of the theory of operation and practical experience with the equipment, product, and system. 2. Instructors must have successfully conducted similar training courses. I. Training may be recorded by the Owner or its consultants for use in future training . Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded . J. Schedule for training is to be approved by Owner. COM Smith 1. 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 trainin g on a scheduled date . 3. Provide a minimum of two weeks ' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. CONSTRUCT ION SPEC IFICATION DO CUMENTS February 2021 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 3.5 K. L. A. 0 1 45 27 EQU IP MENT TESTING AN D STA RT U P Page 7 of8 5. Time required for training is to be considered in the dev elopment of the project schedule. Schedule and coordinate training for equipment, product s, or sy stems w hich depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the e ntire operating sys tem. Conduct a training course for the equipment produ ct s and sy stems provided for the Project. Training is to be adequate to meet the training objective s de scribed above . Details for training w ill be e stablished in the project specifications for that equipment. Co st for training and start-up w ill be include d in the Cost of Work for each equipment package . INITIAL MAINTENANC E Maintain equipment until the project is acceptable by the Owner. I . In s ure that mechanical equipment is properl y g reased, oiled , or otherwi s e cared for as recommended by the Supplier. B . Serv ice equipment per the Supplier's instruction s immediately before releas ing the equipment to the O w ner. COM Smith VCWRF South Flow Lift Stat ion C ity Project No . I 00075 -2 CONSTRUCTION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 01 45 27 EQU IP MENT TESTING AND STARTUP Page 8 of8 EQUIPMENT SUPPLIER'S CERTIFICATE OF INSTALLATION Owner City of Fort Worth Project Village Creek Water Reclamation Facility South Flow Lift Station Project ContractNo. _1_00_0_7_5_-_2 _________________________ _ EQUIPMENT SPECIFICATION SECTION EQUIPMENT DESCRIPTION I ________________________ , Authorized representative of (Print Name) (Print Manufacturer's Name) hereby CERTIFY that (Print equipment name and model with serial no.) installed for the subject project has (have) been installed in a satisfactory manner, has (have) been tested and adjusted , and is (are) ready for final acceptance testing and operation on : Date ------ Time _____ _ CERTIFIED BY : ________________ _ (Signature of Manufacturer's Representative) Date: _____ _ END OF SECTION C OM Smith CONSTRUCTION SPEC IFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station C ity Project No . I 00075-2 0 1 50 00 TEMPORARY FAC ILITI ES AN D CONTROLS Page I of 4 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: I. 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 I . Modified 1.2.A .1 2 . Added 1.2.A.2 3 . Added 1.4 .B.5 4 . Added 1.4.C.7 5 . Added 1.4.G C. Related Specification Sections include, but are not necessarily limited to : I. Division 0 -Bidding Requirements , Contract Form s and Condition s of the Contract 2 . Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and Pay ment I . Work a ssociated w ith this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A . Temporary Utilities I . 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 hav ing jurisdiction . c. Be responsible for utility service costs until Work is approved for Final Acceptance . I) Included are fuel , power, light, heat and other utility service s neces sary for ex ecution , completion , testing and initial operation of Work. C ITY O F FORT WORT H CONSTR UCTION S PECIFI CAT ION DOCUMENTS Febru ary 202 1 VCWRF So uth Flow Lift S tati on City Project No . I 00075 -2 01 50 00 TEMPORARY FAC ILI T IES AND CONTROLS Page 2 of 4 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified te sts 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 perso nnel and City 's Project Representatives . c. Coordination 1) Contact City I week before water for construction is de s ired d . Contractor Pay ment for Construction Water I) Obtain construction water meter from City for pay ment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powe red 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 se rvices at Site. 5. Temporary Heat and Ventilation a . Provide temporary heat as necessary for protection or completion of Work. b . Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for perso ns on Site. a. Comply with regulation s of State and local departments of health. 2. Enforce use of sanitary facilities by construction perso nnel 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 le ss than wee kl y intervals and properly dispose in accordance with applicable re g ulation . 3. Locate facilities near Work Site and keep c lean and maintained throughout Project. 4. Remove facilities at completion of Project. 5. Contractor shall not use City's sanitary facilities. C. Storage Sheds and Buildings I . Prov ide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not s usce ptible 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 , in s pection and in ve ntory . 4. Equip buildin g w ith lockabl e doors and li g htin g, and prov ide electrical service for equipment space heaters and heatin g or ve ntilation as nec essary to provide storage environments acceptable to specified manufacturers. CITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No . I 00075-2 0 1 50 00 TEMPORARY FAC ILI T IES AND CONTROLS Page 3 of 4 5 . Fill and grade s ite for temporary structures to prov ide drainage away from temporary and ex istin g buildin gs. 6 . Remove building from s ite prior to Final Acceptance. 7. Contractor's field office is required for this project. D . Temporary F encing 1. Prov id e and m a intain for the duration o r construction w he n required in contract documents E. Du st C ontrol 1. C ontractor is re s pon s ibl e for maintaining du st co ntrol throu g h the duration of the project. a . Contractor remain s o n-call at all tim es b. Mu st respond in a timely manner F . Temporary Protection of Con struction 1. Contractor or s ubcontractors are re s pon s ible for protectin g Work from damage due to weather. G . Security 1. Contractor or s ubcontractors are responsible for s ecurity of its Work on site for the durati o n of the project. 1.5 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE , AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3-EXECUTION [NOT USED] 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED) 3.3 PREPARATION [NOT USED) 3.4 INSTALLATION A. Temporary Fac iliti es 1. Maintain all t e mpo rary faciliti es for durati o n of con stru cti o n acti v iti es as n eed e d . C ITY OF FORT WORT H CONSTRUCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Station City Project No . I 00075-2 3.5 [REPAIR]/ [RESTORATION] 3.6 RE-INSTALLATION 0 1 50 00 TEMPORARY FAC ILITIES AND CONTROLS Page 4 of 4 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 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] CITY OF FORT WORTH CONSTRUCT ION SPEC IF ICAT ION DOCUMENTS Feb ru ary 2021 END OF SECTION VCWRF South Flow Lift Station City Project No . I 00075-2 0 1 57 13 STORM WA T ER POLLU TI ON PREVENT ION Page I o f4 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes : I . Procedures for Storm Water Pollution Prevention Plan s B . Deviations from this City of Fort Worth Standard Specification I . Modified 1.2.A.1 .a 2. Added 1.2.A.1.b C . Related Specification Sections include , but are not necessarily limited to: I. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract 2 . Division 1 -General Requirements 3. Section 31 25 00 -Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Construction Activities resulting in less than 1 acre of disturbance a . Work associated with this Item is included in the total lump sum price. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00 . 1.3 REFERENCES A. Abbreviation s and Acronyms 1. Notice oflntent: 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 I. Reference standard s cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of thi s Specification , unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls C ITY OF FO RT WO RTH CONSTR UCTION S PEC IFI CAT ION DOCUMENTS Fe bru ary 2021 VC W RF So uth Flow Lift Stati on City Project No . 100075 -2 015713 STORM WAT ER POLLUTION PREV ENTION Page 2 of 4 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 . B . Construction Activities resulting in: I. Less than I acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. I 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 TXRl50000 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 , (8 I 7) 3 92- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR 150000 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 , (8 I 7) 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) TXR I 5 0000 General Perm it 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 SUBMITT ALS A. SWPPP I . Submit in accordance with Section OJ 33 00 , except as stated herein. C ITY O F FO RT WO RTH CONSTRU CTI ON SPEC IFI CATI ON DOCU MEN TS Fe bruary 2021 VC WRF South Fl ow Lift Station C ity Project No. 10 00 75-2 01 57 13 STORM WAT ER POLL UTION PREVEN TION Page 3 o f 4 a . Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works , Environmental Division for review B. Modified SWPPP l. 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 SUBMITT ALS [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] C ITY O F FORT WO RTH CONSTR UCT ION S PEC IFI CATI ON DOCUM EN T S Fe bru ary 202 1 END OF SECTION VCWRF So uth Flo w Lift St ati on C ity Proje ct No . I 000 75-2 0 1 57 13 STORM WATER POLLUTION PREVENT ION Page 4 o f 4 TIDS PAGE INTENTIONALL LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUM ENTS February 2021 VCWRF So uth Flow Lift Station City Project No . I 00075-2 01 58 13 TEMPORARY PROJE CT SIGNAGE Page I of2 PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 58 13 TEMPORARY PROJECT SJGNAGE I. Temporary Project Signage Requirements B . Deviations from this City of Fort Worth Standard Specification I. Modified 1.2.A . l 2. Added 1.2.A.2 3. Modified 2.2.A.l C. Related Specification Sections include , but are not necessarily limited to: I . Division O -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 included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria I. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs for Water Department projects . CITY OF FORT WORT H CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 202 1 VCWRF South Flow Lift Stati on City Project No . 100075 -2 B . Materials 1. Sign 0 1 58 13 TEMPORARY PROJECT SIGNAGE Page 2 of2 a. Constructed of %-inch fir plywood , grade A-C (exterior) or better 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. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed , upon request of the City. B . Mounting options a. Skids b . Posts c. Barricade 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 A. General I. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] C ITY OF FORT WORTH CONSTRUCT ION SPECIF ICATION DOCUMENTS February 2021 END OF SECTION YC WRF South Flow Lift Stati on City Project No . I 00075-2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 60 00 PRODUCT REQUIREMENTS 016000 PRODUCT R EQU IREMENTS Page I o f2 l. References for Product Requirements and City Standard Products List B . Deviations from this City of Fort Worth Standard Specification l . None. C. Related Specification Sections include, but are not necessarily limited to: l . Division O -Bidding Requirements, Contract Fonns and Conditions of the Contract 2. Division l -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1 . Resources\02 -Construction Documents\Standard Products List B. Only products specifically included on City 's Standard Product List in these Contract Documents shall be allowed for use on the Project . 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City 's Standard Product List. 1 . The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City 's Standard Product List. D. Although a specific product is included on City 's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to , that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City 's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS [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] C ITY OF FORT WORTH CONST RUCTION SPECIF ICATION DOCUMENTS Febru ary 202 1 VCWRF So uth Flow Lift Station C ity Project No. I 0007 5-2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Revi sion Log 0 1 60 00 PRODUCT REQUIREMENTS Page 2 of2 DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson C ITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 Mod ified Location of City's Standard Product List VCWRF South Flow Lift Station City Project No . I 00075 -2 0166 00 PRO DUC T STORAG E AN D HANDUNG REQUIREM EN TS Page I of4 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: I. 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. Modified 1.2.A. l 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: I. Division O -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 included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED) 1.10 DELIVERY AND HANDLING A. Delivery Requirements I. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2 . Provide appropriate personnel and equipment to receive deliveries . 3 . Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 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. C IT Y O F FORT WO RTH CONSTR UCT ION S PEC IFI CAT ION DOCU M ENTS Fe bru ary 2021 VCW RF So uth Fl ow Lift Stati o n C ity Project No . I 000 75-2 01 66 00 PRODUC T STORAGE AND HANDLING REQUIREM ENTS Page 2 of 4 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 . 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] C IT Y OF FORT WORTH CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075 -2 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAffi /RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 01 66 00 PRODUCT STORAGE AND HAN DLfNG REQUIREMENTS Page 3 of 4 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 un satisfactory 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 direction s. B . Store products or equipment in location to avoid ph ysical damage to item s 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 DAT E NAME C ITY OF FORT WORTH CONSTRU CT ION SPEC IFICATI ON DOCUMENTS February 2021 Rev ision Log SUMMARY OF CHANGE VCWRF So uth Fl ow Lift Station C ity Proje ct No . I 00075 -2 016600 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 TIDS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONST RUCTION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 YCWRF South Flow Lift Stati on City Project No . I 00075-2 01 70 00 MOBILIZATION AN D REMOBILIZATION Pa ge I of4 *SECTION 01 70 00 MOBILIZA TJON AND REMOBILIZATION PART 1 -GENERAL 1.1 SUMMARY A . Section Includes: 1. Mobilization and Demobilization a. Mobilization I) 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 I 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: I) 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 CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Stat ion City Project No . I 00075-2 01 70 00 MOBIL!ZA TION AND REMOBIL!Z A TION Page 2 o f 4 I) 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 I. Mobilization and Demobilization 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. 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 perfonned 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. l) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby , idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a . Measurement and Pay ment 1) This shall be submitted as a Contract Claim in accordance with Article l 0 of Section 00 72 00 General Conditions . CITY OF FORT WORTH CON STR UCTI ON SPEC IFICA TI ON DOCU MEN TS Fe bru ary 202 1 VCWR F So uth Fl ow Lift Station City Proje ct No . I 000 75-2 0 1 70 00 MOBILIZATION AND REMOB ILI ZAT ION Page 3 of 4 2) No payments will be made for standby, idle time, or lost profits associated with this Item . 4. Mobilizations and Demobilizations for Mi sce llaneous Projects a. Measurement l) Measurement for this Item shall be for each Mobilization and Demobilization required by the Co ntract Documents b . Payment l) 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 s eparately . c. The price s hall include: l) Mobilization as described in Section l.l.A.3 .a .l) 2) Demobilization as de scribed in Section 1.1.A.3 .a .2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a . Measurement l) 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 de scribed 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 a ss ociated this Item. 1.3 TO 1.12 [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3-EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11 /22/16 Michael Owen 1.2 Price an d Pay me nt Procedures -Revised specification , including blue text, to m ake s pec ifi catio n fl exib le for either subsid iary or paid bid item for Mobilization . CITY OF FORT WORTH CONST RUCT ION SPEC IFICAT ION DOCUM ENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Statio n C ity Project No. 100075 -2 0 1 70 00 MOBILIZAT ION AND REMOBILIZATION Page 4 of 4 TIDS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift St ati on C ity Project No . I 00075 -2 01 7 1 23 CONSTRU CTION STAKING AN D SU RV EY Page I o f4 PART 1 -GENERAL 1.1 SUMMARY SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY A. Section Includes: 1. Requirements for construction staking and construction survey 8 . Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A. l .b. l 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b. l 4. Added 1.2.A.2.b.2 5. Modified 1.9.A.1-3 6. Modified 1.9.B.2-3 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 I) This Item is considered subsidiary to the various Items bid. b. Payment 1) Work associated with this Item is included in the total lump sum price. 2. Construction Survey a. Measurement I) This Item is considered subsidiary to the various Items bid. b. Payment 1) 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 SUBMITT ALS A. Submittals, if required , shall be in accordance with Section O 1 33 00. 8. All submittals shall be approved by the City prior to delivery . 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A . Certificates I. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents . C ITY OF FO RT WO RT H CONSTR UCTION S PEC IFI CA TI ON DOCU M ENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on C ity Proj ect No . I 00075 -2 01 71 23 C ONSTR UC TION STAKING AND SURVEY Page 2 of 4 a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1 . Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A . Construction Staking 1. Construction staking will be performed by the Qty Contractor. 2. Coordination e. Centeet City's Prejeet Representefo•e et least l weel~ in edYenee fer seheduling of Censtruetien Stelc-ing. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted . 3 . General a. Contractor is responsible for preserving and maintaining stakes furnished by Qty. 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. pey the City fer new stelc-ing with e lS pereent markup. The eest fer stelang will he dedueted from the payment due to the Centreeter fer the Prejeet. B. Construction Survey 1. Construction Survey will be performed by the Qty-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 needs to he restored er repleeed due to damage caused during construction operations. 1) City shell perferm repleeements end/er restorations. 3 . General a . Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b . The Contractor shall will need to ensure eeerdinetien is 111einteined with the City to perform construction survey to obtain construction features , including but not limited to the following : I) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines C IT Y OF FO RT WO RT H CONSTRUC TI ON SPEC IFI CATI ON DOCUMENTS Fe bruary 2021 VC WRF So uth Flow Lift Stati on C ity Proje ct No . I 00075-2 01 71 23 C ONSTRUCTION STA KTN G AND SURVE Y Pag e 3 of4 a) Top of pipe elevations and coordinates for waterlines at the following locations: (I) Every 250 linear feet (2) Horizontal and vertical points of inflection , curvature, etc. (All Fittings) (3) Cathodic protection test stations ( 4) Sam piing stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs , stubouts, dead-end lines ( I 0) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer ( 1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection , curvature , etc. c) Sanitary Sewer (I) 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 will need ta ensuFe eaaFdinetian is maintained with the City ta perform construction survey and te verify control data, including but not limited to the following: C ITY OF FORT WORTH I) Established benchmarks and control points pFaYided faF the CantFeetaF's ttse are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades faF tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes , ifreguested, 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, when requested, 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. C ON STR UCTION SPEC IFI CATI ON DOCUM EN T S Fe bru ary 2021 VCWR F South Fl o w Li ft Stati on C ity Proj ect No. I 0007 5-2 01 7 1 23 CONSTR UC TI ON STAK IN G A ND SURVE Y Page 4 of 4 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 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data 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 Revision Log DA TE NAME SUMMARY OF CHANGE 8/3 1/20 12 D . John so n C ITY OF FORT WO RTH CONSTRUCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Fl o w Lift Stati on C ity Proj ect No . I 00075-2 SECTION 01 73 00 -EXECUTION PART 1 -GENERAL 1.1 RELATED DOCUMENTS 17 73 00 EXECU TIO N Page I o f 12 A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work, including, but not limited to, the following: I . Construction layout. 2. Field engineering and surveying. 3. Installation of the Work . 4. Cutting and patching. 5 . Coordination of Owner's portion of the Work. 6. Coordination of Owner-installed products. 7. Progress cleaning. 8 . Starting and adjusting. 9. Protection of installed construction . B . Related Requirements: 1. Section 01 I 1 00 "Summary of Work" for coordination of Owner's product purchase contracts and Owner's separate contracts, and limits on use of Project site. 2 . Section 01 33 00 "Submittals" for submitting surveys. 3. Section O 1 77 I 9 "Closeout Requirements" for recording of Owner-accepted deviations from indicated lines and levels , replacing defective work, and final cleaning. 1.3 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of subsequent work . B. Patching: Fitting and repair work required to restore construction to original conditions after installation of subsequent work. 1.4 PREINSTALLATION MEETINGS A. Cutting and Patching Conference: Conduct conference at Project site . COM Smith CONST RUC TI ON SPEC IFICA TI ON DOCU MENTS Fe bru ary 20 21 VCWRF So uth Flow Lift Stati on City Proj ec t No . I 00075 -2 17 73 00 EXECUTION Page 2 of 12 1. Prior to commencing work requiring cutting and patching, review extent of cutting and patching anticipated and examine procedures for ensuring satisfactory result from cutting and patching work . Inform Engineer of scheduled meeting. Require representatives of each entity directly concerned with cutting and patching to attend, including the following: a. Contractor's superintendent. b . Trade supervisor responsible for cutting operations . c. Trade supervisor(s) responsible for patching of each type of substrate. d . Mechanical, electrical , and utilities subcontractors' supervisors, to the extent each trade is affected by cutting and patching operations. 2. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. B . Layout Conference: Conduct conference at Project site. 1.5 A. B . C . D. CDM Smith 1. Prior to establishing layout of new perimeter, review building location requirements. Review benchmark, control point, and layout and dimension requirements. Inform Engineer of scheduled meeting. Require representatives of each entity directly concerned with Project layout to attend , including the following: a. Contractor's superintendent. b. Contractor's representative responsible for performing Project surveying and layout. 2 . Review meanings and intent of dimensions , notes, terms, graphic symbols, and other layout information indicated on the Drawings. 3. Review requirements for including layouts on Shop Drawings and other submittals. 4. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. INFORMATIONAL SUBMlTT ALS Qualification Data: For land surveyor. Certified Surveys : Submit two copies signed by land surveyor. Certificates: Submit certificate signed by land surveyor, certifying that location and elevation of improvements comply with requirements . Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the time cutting and patching will be performed. Include the following information : 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In-Place Construction : Describe anticipated results . Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work . CO NST RUCTI ON SPEC IFICAT ION DOCUMENTS Febru ary 202 1 VCWRF South Flow Lift Station C ity Proj ec t No . I 000 75-2 1.6 I. 7 E. A. A. B. C. CDM Smith 4. Dates: Indicate when cutting and patching will be perfonned. 17 73 00 EXECUTION Page 3 of 12 5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be relocated and those that will be temporarily out of service. Indicate length of time pennanent services and systems will be disrupted. a. Include description of provisions for temporary services and systems during interruption of pennanent services and systems. Landfill Receipts: Submit copy of receipts issued by a landfill facility , licensed to accept hazardous materials, for hazardous waste disposal. CLOSEOUTSUBMITTALS Final Property Survey: Submit 10 copies showing the Work perfonned and record survey data. QUALITY ASSURANCE Land Surveyor Qualifications : A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated. Professional Engineer Qualifications : Refer to Section 014000 "Quality Requirements." Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements . I. Structural Elements: When cutting and patching structural elements, or when encountering the need for cutting and patching of elements, whose structural function is not known , notify Engineer of locations and details of cutting and await directions from Engineer before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection . 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: a. Primary operational systems and equipment. b. Fire separation assemblies . c. Air or smoke barriers. d . Fire-suppression systems. e . Plumbing piping systems. f. Mechanical systems piping and ducts. g . Control systems. h . Communication systems. 1. Fire-detection and -alarm systems. J . Conveying systems. k . Electrical wiring systems. CONS TR UCT ION SPEC IFI CA TI ON DOCU MENTS Fe bru ary 202 I VCWRF So uth Fl ow Lift Stati on City Proj ect No . I 00075-2 I. Operating systems of special construction. 17 73 00 EXECUTION Page 4 of 12 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety . Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers . b. Membranes and flashings . c . Exterior curtain-wall construction . d. Sprayed fire-resistive material. e. Equipment supports. f. Piping, ductwork, vessels, and equipment. g. Noise-and vibration-control elements and systems. 4 . Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Engineer's opinion , reduce the building's aesthetic qualities . Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. D. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of s pecified products and equipment. PART 2 -PRODUCTS 2.1 A. MATERIALS Comply with requirements specified in other Sections. 1. For projects requiring compliance with sustainable design and construction practices and procedures, use products for patching that comply w ith sustainable design requirements . B. In-Place Materials: Use materials for patching identical to in-place materials . For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used , us e materials that, when installed , will provide a match acceptable to Engineer for the visual and functional performance of in -place materials. Use materials that are not considered hazardous. C. Cleaning Agents: Use cleaning material s and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damag e finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations max imum allowable voe le ve ls . COM Smith VCWRF So uth Flow Lift Stat ion City Project No . I 00075-2 CONST RUCTION SPECIFICAT ION DOCUMENTS February 202 1 17 73 00 EXEC UTION Page 5 of 12 PART 3 -EXECUTION 3.1 3.2 A. EXAMINATION Existing Conditions : The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities , mechanical and electrical systems, and other construction affecting the Work. I . Before construction , verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, gas service piping, and water-service piping; underground electrical services ; and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B . Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates , areas, and conditions , with Installer or Applicator present where indicated , for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation . 2 . Examine walls, floors , and roofs for suitable conditions where products and systems are to be installed. 3 . Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: D. A. B. 1. Description of the Work, including Specification Section number and paragraphs , and Drawing sheet number and detail , where applicable. 2. List of detrimental conditions, including substrates . 3. List of unacceptable installation tolerances . 4 . Recommended corrections . Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. PREPARATION Existing Utility Information : Furnish information to Owner that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines , services , or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. Field Measurements : Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction , verify dimension s of other con struction by field measurements before COM Smith VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 CONS TR UCT ION SPEC IFICAT ION DOCU MEN TS February 20 21 17 73 00 EXECU TI ON Pa ge 6 o f 12 fabrication . Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify s pace requirements and dimensions of items shown diagrammatically on Drawings. D. 3.3 A. B . C. D . E. 3.4 A . COM Smith Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for infonnation to Engineer in accordance to requirements in Section 01 33 00 "Submittals". CONSTRUCTION LAYOUT Verification: Before proceeding to lay out the Work, verify layout infonnation shown on Drawings, in relation to the property survey and existing benchmarks and existing conditions. If di screpancies are discovered , notify Engineer promptly . Engage a land surveyor experienced in laying out the Work, using the following accepted surveying practices . 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2 . Establish limits on use of Project site. 3 . Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. lnfonn installers oflines and levels to which they must comply. 5 . Check the location , level and plumb, of ev ery major element as the Work progresses . 6. Notify Engineer when deviations from required lines and levels exceed allowable tolerances. 7 . Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction . Site Improvements: Locate and lay out s ite improvements, including pavements, grading, fill and topsoil placement, utility slopes, and rim and invert elevations . Building Lines and Levels: Locate and lay out control lines and le v els for structures, building foundations , column grids, and floor level s , includin g those required for mechanical and electrical work . Transfer survey markings and elevations for u s e with control lines and levels . Level foundations and piers from two or more locations . R ecord Log: Maintain a log of lay out control work. Record dev iations from required lines and lev els . Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used . Make the log av ailable for reference by Engineer. FIELD ENGINEERING Identification : Owner will identify existing benchmarks, control points, and property corners. CONSTRUCT ION SPEC IFICAT ION DOCUM ENTS Fe bru ary 202 1 VC WRF So uth Flow Lift Stati on City Proj ect No . I 000 75-2 3.5 17 73 00 EXEC UTION Page 7 of 12 B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Engineer. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Engineer before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked , provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D . Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework . E. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor, that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. A. I. Show boundary lines, monuments, streets, site improvements and utilities , ex1stmg improvements and significant vegetation , adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. 2. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." INSTALLATION Locate the Work and components of the Work accurately, in correct alignment and elevation , as indicated . 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited , install components to maximize space available for maintenance and ease of removal for replacement. 3 . Conceal pipes, ducts , and wiring in finished areas unless otherwise indicated . 4 . Maintain minimum headroom clearance of 96 inches in occupied spaces and 90 inches in unoccupied spaces, unless otherwise indicated on Drawings. C OM Smith VC WRF So uth Flow L ift Station C ity Proje ct No . I 000 75 -2 C ON STR UC TI ON S PEC IF ICAT ION DOCUMENTS February 2021 17 73 00 EXECUTION Page 8 of 12 B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. 3.6 C . Install products at the time and under conditions that will ensure satisfactory results as judged by Engineer. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy of type expected for Project. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items onsite and placement in permanent locations. F. Tools and Equipment: Select tools or equipment that minimize production of excessive noise levels . G. Templates: Obtain and distribute to the parties involved templates for Work specified to be factory prepared and field installed. Check Shop Drawings of other portions of the Work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements . H . Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions with manufacturer. 1. Mounting Heights: Where mounting heights are not indicated , mount components at heights directed by Engineer. 2 . Allow for building movement, including thermal expansion and contraction. 3 . Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts , anchor bolts, and items with integral anchors , that are to be embedded in concrete or masonry. Deliver such items to Project s ite in time for installation . I. Joints: Make joints of uniform width. Where joint locations in exposed Work are not indicated , arrange joints for the best visual effect, as judged by Engineer. Fit exposed connections together to form hairline joints. J . Repair or remove and replace damaged , defective, or nonconforming Work . A. I. Comply with Section O 1 77 19 "Closeout Requirements" for repairing or removing and replacing defective Work. CUTTING AND PATCHING General : Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay . C OM S mith VC WRF So uth Fl ow Lift Stati on C ity Project No. I 00075 -2 C ONSTR UCTION SPEC IFICAT ION DOCU MENTS Fe bruary 202 1 17 73 00 EXEC UTIO N Pa ge 9 of 12 I. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace , patch , and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties . C . Temporary Support: Provide temporary support of Work to be cut. D. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E . Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching in accordance with requirements in Section 01 11 00 "Summary of Work." F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated , or abandoned , bypass such services/systems before cutting to minimize interruption to occupied areas. G. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation , using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer ; comply with original Installer's written recommendations . I. In general , use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required , and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces . 3. Concrete: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6 . Proceed with patching after construction operations requiring cutting are complete. H. Patching: Patch construction by filling , repairing, refinishing, closing up , and similar operations following performance of other Work . Patch with durable seams that are as invisible as practicable, as judged by Engineer. Provide materials and comply with installation requirements specified in other Sections, where applicable. COM Smith I . Inspection: Where feasible , test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. CONS TR UC TI ON SPEC IFICA TI ON DOCUMEN TS February 2021 V CWRF So uth Flow Lift St ati on City Proj ec t No . I 00075 -2 3.7 3.8 I. A. 17 73 00 EXECUTION Page 10 of 12 a. Clean piping, conduit, and similar features before applying paint or other finishing materials . b . Restore damaged pipe covering to its origi nal condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance . a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch , and apply final paint coat over entire unbroken surface containing the patch , corner to corner of wall and edge to edge of ceiling. Provide additional coats until patch blends with adjacent surfaces. 4 . Ceilings: Patch , repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance . 5 . Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure . Cleaning: Clean areas and spaces where cutting and patching are performed . Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. COORDINATION OF OWNER'S PORTION OF THE WORK Site Access: Provide access to Project site for Owner's construction personnel and Owner's separate contractors. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel and Owner 's separate contactors. A. 1. Construction Schedule: Inform Owner of Contractor's preferred construction sc hedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2 . Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences, covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction . PROGRESS CLEANING Clean Project s ite and work areas daily, including common areas. Enforce requirements strictly. Dispose of material s lawfully . 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. COM Smith VCWRF South Flow Lift Station C ity Project No . I 00075-2 CONST RU CT ION SPECIF ICAT IO N DOCUMENTS February 2021 3.9 17 73 00 EXEC UTION Pa ge 11 of 12 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally , according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where Work is in progress to the level of cleanliness necessary for proper execution of the Work. D. E. F. G . H . I. ]. A. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed , using only cleaning materials specifically recommended . If specific cleaning materials are not recommended , use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. Waste Disposal : Do not bury or burn waste materials on-site . Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section O I 50 00 "Temporary Facilities and Controls." During handling and installation , clean and protect construction in progress and adjoining materials already in place . Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. Clean and provide maintenance on completed construction as frequentl y as necessary through the remainder of the construction period . Adjust and lubricate operable components to ensure operability without damaging effects. Limiting Exposures: Supervise construction operations to ensure that no part of the construction, completed or in progress , is subject to harmful , dangerous , damaging, or otherwise deleterious exposure during the construction period . STARTING AND ADJUSTING Coordinate startup and adjusting of equipment and operating components with requirements in Section 01 45 17 "Equipment Testing and Start Up." CDM Smith VCWRF So uth Flow Lift Statio n City Project No . 100075 -2 CONSTRUCT ION SPECIF ICATION DO CUMENTS February 202 1 17 73 00 EXECUTION Page 12 of 12 B . Start equipment and operating components to confinn proper operation. Remove malfunctioning units , replace with new units , and retest. C. Adjust equipment for proper operation . Adjust operating components for proper operation without binding. D . Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E . Manufacturer's Field Service: Comply with qualification requirements m Section O 1 40 00 "Quality Requirements." 3.10 A. B. C. D . PROTECTION AND REPAIR OF INSTALLED CONSTRUCTION Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion . Repair Work previously completed and subsequently damaged during construction period Repair to like-new condition. Protection of Existing Items : Provide protection and ensure that existing items to remain undisturbed by construction are maintained in condition that existed at commencement of the Work. Comply with manufacturer's written instruction s for temperature and relative humidity . END OF SECTION 01 73 00 C OM Smith CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 202 1 VCWRF So uth Flo w Lift Station C ity Proj ect No. I 00075 -2 PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 74 23 CLEANING 0 1 74 23 CLEANfNG Page I of 4 1. Intermediate and final cleaning for Work not includin g s pecial cleaning of closed systems specified elsewhere B . Dev iation s from this City of Fort Worth Standard Specification 1. Modified 1.2 .A. l 2. Added 1.2.A.2 3. Modified 3.10.D.2 C. Related Specification Sections include, but are not necessari ly limited to: 1. Di vis ion O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divi sio n I -General Requirements 3. Section 32 92 13 -H y dro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in th e total lump s um price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants di sturbed by cleaning process will n ot fall on new ly painted s urfaces. 2. Schedule final cleaning upon compl etion of Work and immediately prior to final in s pection . 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CONSTRUCT IO N SPEC IFICAT ION DOCUMENTS Fe bruary 2021 VCWRF South Flow Lift Stati on City Project No . 100075 -2 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 01 74 23 CLEANTNG Page 2 of 4 1. Store cleaning products and cleaning wastes in containers specifically designed for those material s. 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 (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP (NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardou s conditions. 2 . Conduct cleaning and disposal operations to comply with laws and safety orders of governin g authorities. CITY OF FORT WORTH CONST RU CT ION SPECIFICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 01 74 23 CLEANING Page 3 of4 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. 6 . Handle materials in a controlled manner with as few hand lings 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. l O. Do not burn on-site. B. Intermediate Cleaning during Construction l. 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 l. 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 . C ITY OF FORT WOR TH CONS TR UC TION SP EC IFICATI ON DOCU MEN TS Fe bru ary 202 1 YC WRF So uth Fl ow Lift Stati on C ity Proj ect No . 100075 -2 01 74 23 CLEANING Page 4 of 4 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway . 3. Clean any interior areas including, but not limited to , vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities , and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 [NOT USED] DATE NAME C ITY OF FORT WO RTH CONSTRUCTION SPECIF ICATION DOCUMENTS February 2021 END OF SECTION Revision Log SUMMARY OF CHANGE VCWRF South Flow Lift Station C ity Project No . 100075 -2 PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 01 77 19 CLOSEOUT REQUIREMENTS 0 1 77 19 CLOSEOUT RE QU IREMENTS Page I o f6 1. The procedure for closing out a contract, including but not limited to the following : a. Substantial Completion procedures b . Final Completion procedures c. Warranties B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A. l 2. Modified 1.2.A. l 3 . Added 1.2.A.2 4 . Modified 1.3 5. Added 1.5 -1.12 C. Related Specification Sections include , but are not necessarily limited to: 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Work associated with this Item is included in the total lump sum price . 1.3 DEFINITIONS A. List oflncomplete Items: Contractor-prepared list of items to be completed or corrected, prepared for the Engineer's use prior to Engineer's inspection , to determine if Work is substantially complete . 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits I. No application for final payment will be accepted until all guarantees , bonds , certificates, licenses and affidavits required for Work or equipment a s specified are satisfactorily filed with the City. B. Release of Liens or Claim s 1. No application for final payment will be acce pted until satisfactory evidence of release of liens has been submitted to the City . 1.5 ACTION SUBMITTALS A . Contractor's List oflncomplete Item s: Initial s ubmittal at Substantial Completion. B . Certified List oflncomplete Items : Final submittal at Final Completion . C IT Y OF FO RT WO RT H CONS TR UCT ION S PEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 YCWR F So uth Flow Lift Stat ion City Project No . I 00075 -2 01771 9 CLO SE OUT REQUIREMENTS Page 2 of6 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1. 7 CLOSEOUT SUBMITT ALS A. Certificates of Release: From authorities having jurisdiction . B. Certificate oflnsurance: For continuing coverage . 1.8 MAINTENANCE MATERIAL SUBMITTALS A . Schedule of Maintenance Material Items: For maintenance material submittal items required by other Sections. 1.9 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's "punch list"), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of l 0 days prior to requesting inspection for determining date of Substantial Completion . List items below that are incomplete at time of request. I. 2. 3 . 4 . 5 . 6 . 7. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information . Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, performance testing reports, and similar documents. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Owner. Label with manufacturer's name and model number. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. Obtain Owner's signature for receipt of submittals . Submit testing, adjusting, and balancing records. Submit sustainable design submittals not previously submitted. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Adv ise Owner of pending insurance changeover requirements . CITY OF FO RT WORTH CONST RUCTION SPEC IFICATION DOCUMENTS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Proj ect No. I 0007 5-2 01 77 19 C LO SEO UT REQUIRE M ENTS Page 3 of6 2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Complete performance testing of systems and equipment. 5. Perform preventive maintenance on equipment used prior to Substantial Completion. 6. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Section 01 45 27 "Equipment Testing and Startup." 7. Advise Owner of changeover in utility services. 8. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 9. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements . 10. Complete final cleaning requirements . 11. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Engineer, that must be completed or corrected before certificate will be issued. 1. Request reinspection when the Work identified in prev10us inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.10 FINAL COMPLETION PROCEDURES A . Submittals Prior to Final Completion: Before requesting final inspection for determining Final Completion, complete the following: B. I. 2 . 3 . 4. Submit a final Application for Payment in accordance with 00 72 00 "General Conditions". Certified List of Incomplete Items: Submit certified copy of Engineer's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Engineer. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. Certificate oflnsurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements . Submit Final Completion photographic documentation. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Engineer will either proceed with inspection or notify Contractor of unfulfilled requirements. Engineer will prepare a final C ITY OF FORT WO RTH VC WRF So uth Fl o w L ift Stati o n C ity Proj ect No . I 0007 5-2 CONSTRUC TI ON S PEC IFI C ATI ON DOCU M EN T S Fe bru ary 202 1 017719 CLOSEOUT REQUIREMENTS Page 4 of6 Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. I. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.11 LIST OF INCOMPLETE ITEMS C. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. I. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor, listed by room or space number. 2. Organize items applying to each space by major element, including categories for ceilings, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b . Date. c. Name of Engineer. d . Name of Contractor. e . Page number. 4. Submit list of incomplete items in the following format: a. MS Excel Electronic File. Engineer will return annotated file. 1.12 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Engineer for designated portions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. D . Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warranty and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. 1. Submit on digital media acceptable to Engineer by uploading to web-based project software site. E. Warranties in Paper Form: CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 0 1771 9 C LOSEOUT REQU IREMENTS Page 5 of6 J . Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8- J /2 -by-JI-inch paper. 2 . Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number oflnstaller. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. F. Provide additional copies of each warranty to include in operation and maintenance manuals. 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 OJ 78 39. 2. Operation and Maintenance Data, if required , in accordance with Section OJ 78 23. B . Prior to requesting Final Inspection , perform final cleaning in accordance with Section OJ 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, immediatel y 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 eac h 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 ITY OF FORT WORTH CONSTR UC TION SPECIFICAT ION DO CUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No. I 00075-2 c. Initial fill up of all chemical tanks and fuel tanks d . Light bulbs e. Fuses f. Vault keys g . Handwheels 0 1 77 19 CLOSEOUT REQU IREMENTS Page 6 of6 h . Other expendable items as required for initial start-up and operation of all equipment D . Notice of Project Completion I. Once the Engineer find s the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation I . Coordinate with the Engineer 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 Pay ment 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 Pay ment Request for payment. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD toR] 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] CITY OF FORT WORTH CONSTRUCT ION SPEC IFICATION DOCUMENTS Feb ru ary 2021 END OF SECTION VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 01 78 23 OPERATION AND MAINTENANCE DATA Page I of8 PART 1 -GENERAL 1.1 SUMMARY SECTION 01 78 23 OPERATION AND MAINTENANCE DAT A 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 . Traffie CoAtrollers b . lrrigatioA CoAtrollers (to be 013eratea by the City) c. BHtterfly Valves d. Sluice Gates e. Pumps f. Stacked tray grit separator equipment g. Grit classifying and washing equipment h. Flow Meters 1. Electrical J. Instrumentation B . Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.2 2. Added 1.1 .D 3 . Modified 1.2.A. l 4. Added 1.2 .A.2 5 . Modified 1.4 .A . l 6. Added 1.5 7 . Modified 1.6.A 8 . Modified 1.6.B 9. Added 1.6.D .2 10. Modified 1.6.D.3 .c 11. Modified 1.6.D.4.e 12. Added 1.6E 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. Definitions 1. Operations and Maintenance Data: All product related information and documents which are required for preparation of the plant operation and maintenance manual. This information shall be supplied by the manufacturer for initial use during testing and start-up. C ITY OF FORT WORT H CONSTR UCT ION SPEC IFI CATION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075 -2 01 78 23 OPERAT IO N AND MAINT ENAN CE DAT A Page 2 of8 2. Preventative Maintenance Instructions: All information and instructions required by plant personnel to keep a product or piece of equipment properly lubricated, adjusted and otherwise maintained so that the item functions economically throughout its full design life. 3. Corrective Maintenance: All information and instructions required by plant personnel to repair a product or piece of equipment in the field. 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 1. Submit preliminary manuals no later than 30 days following Engineer 's review of last shop drawing and/or other submittal specified under Section O 1 33 00. 2. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITT ALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. Attach to each manual a copy of the Operation and Maintenance Manual Review Form. B. Adequate Operations and Maintenance Data shall be submitted and approved before training, initial testing and start-up. O&M manuals shall be reviewed and cross- examined after training, start-up, and commissioning . Any review comments will be incorporated in the final version. C. Final Operations and Maintenance Manuals shall be submitted and clearly identified in both electronic and hard copy documents. 1.6 INFORMATIONAL SUBMITTALS A. Final Manual Submittal Form I. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 1/2 inches x 11 inches b . Paper 1) 40 pound minimum , white, for typed pages 2) Holes reinforced with plastic, cloth or metal 3) Punch paper for standard three-ring binger. c . Text: Manufacturer's printed data, or neatly typewritten d. Drawings CITY OF FORT WORTH I) Provide reinforced punched binder tab, bind in with text 2) Reduce drawings and diagrams to 8 1/2 inches x 11 inches paper size. When reduction is not practical, fold drawings and place each separately in a clear, super heavy weight, top loading polypropylene sheet protector designed for ring binder use. Provide a typed identification label on each sheet protector. CONSTRUCT IO N SPECIF ICAT ION DOCUM ENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Station City Proje ct No . I 00075-2 0 1 78 23 OPERATION AND MAINTENANCE DATA Page 3 of8 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. 3) Indexed tabs are to be constructed of heavy-duty paper with a reinforced binding edge and punched with 9/32-inch holes to fit the binders. 4) Index is to have clear insertable tabs for a typed insert. f . Cover 1) Identify each volume with typed or printed title "OPERA TING AND MAINTENANCE INSTRUCTIONS" in the front cover of the binder and as the first page in the manual. The first page is to be placed in a clear polypropylene sheet protector. 2) List: a) Name and Owner b) City Project Name and Project Number c) Manufacturer/Supplier Project Number d) Year of Project (on cover sheet of plans) e) Identity of separate structure as applicable f) Identity of general subject matter covered in the manual g) Plant designated Equipment Repair Number (ERN) h) Volume Number i) Table of Contents for that Volume 3) Insert the Table of Contents into the spine of each manual. 3. Binders a. Place manuals in Wilson Jones 385 Line D-Ring Dublock Presentation Binders. b. Binders shall have clear front, back, and spine covers. c. Provide sheet lifters. d. Minimum binder size shall be 2-inch capacity. Maximum binder size shall be 3- inch capacity . e . Cemmereial q1:1alit)· 3 riAg siAders 'Nith d1:1ra0le aAd eleaAasle plastie ee1,·ers f. When multiple binders are used , correlate the data into related consistent groupings. 4. If availasle, Provide an electronic form of the O&M Manual. a. Provide individual electronic files for each manual. b . Maximum file size is 10 MB. If manual is greater than maximum allowable file size, provide individual files for each major section of manual. Each file shall include a Table of Contents in which the items listed in the Table of Contents have been Hyperlinked to the first page of the corresponding sections. In addition, each file shall also have Bookmarks which mirror the Hyperlinks shown in the Table of Contents. Bookmark text shall be the same as the Table of Contents. c. Acceptable file types for written documents are Portable Document File (PDF) or Microsoft Word formats or Microsoft Excel formats. Acceptable file types for drawing files are PDF formats . All files shall be compatible with the latest software version available . d. Filename shall identify the plant site, plant area, equipment manufacturer, and date equipment placed in service. i.e . WWTP-PCl-Manufacturer-200503.pdf. CITY OF FORT WORTH CONSTR UCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 2021 VCWRF So uth Flow Lift Station C ity Proj ect No . 1000 75-2 0 1 78 23 OPERATION AND MAINTENANC E DAT A Page 4 of8 e. Each electronic file shall contain a table of contents at the beginning of the file which includes hypertext links and bookmarks to navigate the file contents per section/chapter. Sectional Table of Contents shall be hyper linked to corresponding sections . f. Page orientation shall be that which doe s not require the reader to rotate the page before reading. g. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. h . Drawing files shall have the ability to turn on /off drawing layers within the file . 1. Submit a preliminary version of the electronic format of the manual for review. Upon approval of the preliminary submittal, the Contractor shall provide three copies of the electronic manual to the Owner. B. Manual Content 1. Neatly typewritten table of contents for each vo lume, arranged in systematic order for each product or system. a. Contractor, name of responsible principal , address and telephone number b . A list of each product required to be included , indexe d to content of the volume c . List, with each product: I) 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 or system using the nomenclature such as product name, equipment record number (ERN) and other identifying symbols as set forth in Contract Documents. e. Assign a number and letter to each section in the manual. 1) Assign a number to each product or system. The number is to correspond to the Owner's equipment numbering system or other system designated by the Engineer. 2) A cross reference is to be provided for the Owner 's numbering system and designations for the equipment indicated in the Contract Documents. 3) The letter assigned shall represent the part of the manual, consistent with the manual contents as required by Paragraphs below. 4) Provide index tabs for each section in the manual. 5) The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. 2. Product Data a . Include only those sheets which are pertinent to the specific product. b . Annotate each sheet to: 1) Clearly identify s pecific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a . Supplement product data with drawing s as neces sary 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 ITY OF FORT WORTH CONSTRUCT ION S PEC IFI CAT IO N DOCUMENTS Feb ru ary 202 1 VCWRF South Flow Lift Station C ity Project No . I 00075-2 01 78 23 OP ERATION AND MAINT ENANCE DAT A Pag e 5 of8 c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b . Provide logical sequence of instructions of each procedure . 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1 ) Proper procedures in event of fai I ure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 3 copies of complete manual in final form . 2. Submit specific manual information for the specific application and location, avoid submitting generic or typical manual information if it is not applicable. 3. 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 I) 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 4. Content, for moisture protection and weather exposure products: a . Manufacturer's data, giving full information on products I) 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 . Submit specific manual information for the specific application and location, avoid submitting generic or typical manual information if it is not applicable. 3. Content, for each unit of equipment and system , as appropriate: a. Description of unit and component parts I) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures I) 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 I) Routine operations 2) Preventative maintenance schedule 3) Guide to "trouble shooting" 4) Corrective maintenance: a) Disassembly, repair and reassembly CIT Y OF FORT WORTH CON STR UC TIO N SPEC IFI CA TI ON DOCU MEN TS Febru ary 2021 VCWR F South Fl ow Lift Stati on City Proj ec t No . 100075 -2 01 78 23 OP ERATION AND MAINTENANCE DATA Page 6 o f8 b) 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 I) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h . Each contractor's coordination drawings 1) As installed color coded piping diagrams 1. Charts of valve tag numbers , with location and function of each valve J. List of original manufacturer's spare parts including part numbers , manufacturer's current prices , and recommended quantities to be maintained in storage k. Assembly illustrations showing an exploded view of the complex parts of the product I. Directory of a local source of supply for parts with company name, address, and telephone number m. Other data as required under pertinent Sections of Specifications 4. Content, for each electric and electronic system , as appropriate: a. Description of system and component parts I) Function , normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number ofreplaceable parts b . Circuit directories of panelboards I) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d . Operating procedures I) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures I) Routine operations 2) Preventative maintenance schedule 3) Guide to "trouble shooting" 4) Corrective maintenance: a) Disassembly, repair and reas sembly b) Adjustment and checking f. Manufacturer's printed operating and maintenance instruction s 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 5 . Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 6. Manuals for several products or systems may be provided in the same binder. a . Sections for each product or system shall be included in the same binder. b . Sections must be in numerical order from Volume to Volume . C IT Y OF FO RT WO RT H CONSTR UCT ION SPECIFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 0 1 78 23 O PERATION AND MAINTENANC E DATA Page 7 of8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A . Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3 . Skilled as draftsman competent to prepare required drawings 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3-EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/3 1/2012 D . John son CITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS February 202 1 1.5.A. I -title of section removed VCWRF South Flow Lift Station C ity Project No. I 00075-2 01 78 23 OPERATION AND MAINTENANCE DAT A Page 8 of8 TIDS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No. I 00075 -2 PART 1 -GENERAL 1.1 THE REQUIREMENT SECTION 01 78 24 ASSET MANAGEMENT 01 78 24 ASSET MANAGEMENT Page I of2 A. Furnish all labor, materials, tools, equipment and services necessary for all work as indicated in accordance with the provisions of the Contract Documents. Cooperate with City or their agents and other project Contractors or their agents and allow reasonable provisions for the prosecution of any other work by the City, or others , to be done in connection with his work, or in connection with normal use of the facilities. B. As a prerequisite to Substantial Completion, provide and obtain approval from City of the fully completed electronic Asset List and Summary Forms containing all Asset information incorporated into the Work . C. Periodic coordinating conferences shall be held as required to coordinate the format , content and completeness of the asset management information. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 GENERAL A. For each ASSET and MAJOR COMPONENT furnished as a part of the project, provide asset attribute and maintenance information on latest version of the Excel-based summary form(s) to be provided by the Owner. In general, the forms will summarize the ASSET or COMPONENT information and preventive maintenance requirements . The information and requirements should include, but not be limited to, physical location , description , size, material , installation date, manufacturer name, serial number, model number, quantity, replacement value, warranty , motor and /or mechanical nameplate data, along with recommended spare parts, break-in and annual preventive maintenance requirements per the manufacturer's recommendations. Asset attribute and maintenance summary forms are to be provided for all electrical, mechanical , structural, HV AC , and instrumentation/controls ASSETS and COMPONENTS. 1. An ASSET is considered a piece of equipment or system made up of multiple COMPONENTS that performs a function and is tracked as a unit in the Asset Management System. 2. COMPONENTS are a sub-system of the ASSET that performs a specific function and may have different maintenance actions and requirements . 3. Submit a draft list of proposed ASSETS and COMPONENTS to be reviewed and coordinated with the City prior to developing and submitting summary forms. The list of proposed ASSETS and COMPONENTS shall be submitted and approved by the City prior to achieving C ITY OF FO RT WORTH CONSTRUCT ION SPEC IFI CATION DOCU MENTS February 202 1 VCWRF South Flow Lift Statio n City Project No. I 00075 -2 017824 ASSET MANAGEMENT Page 2 of2 40 percent of the contract value. Owner will review draft list during training . Any review comments shall be incorporated after training and before Substantial Completion. 4. Submit a final Asset List and Summary Forms of new ASSETS and COMPONENTS before Substantial Co mpletion. CITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS February 2021 END OF SECTION VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 FORT WORTH ~ Sample Asset List 40% Co n str uction and Substantial Co mpletio n WATER 40% Construction Contractor Submission 90% COnstruction COnractor Submission Owner Respose to Contractor O&M Spare PM Asset(YorNI - Warranty Repl ac ement Need Spec Sheets location/Sub-location Tag Type (Met al o r Maximo Asset • •Equipment Desc ription *Equipment Locat ion •spec. Section *Drawing Sheet # Manuals Parts (Y or Requirements? (Y Installation Date Peri od Cost ($1 filled out for each Cod e orERN Plast ic} Number (YorNI NI or NI Asset 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 ---- -17 --., -• -18 .... JJ l 1l • • 19 --j1 Ill 1l J -.. -20 • 111.JII 21 .......... 1ll -- -22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 so Attribute ACTUATOR _MFG ACTUATOR_MDL ACTUATOR _TYP ACTUATOR_HP ACTUATOR_RPM ACTUATOR_VLT ACTUATOR_PHS LOC_NOTE SAMPLE SUMMARY FORM ACTUATOR SPECIFICATION SHEET Description Actuator Serial Number Actuator Manufacturer Actuator Model Actuator Type Horsepower (HP) Revolutions per Minute (RPM) Voltage (V) Phase Installed Location Notes Actuator Ma PLE" Value AUMA Beck Dezurik EIM EIM Hydro Gate Hydro Gate Kentrol Kentrol Keystone Keystone Kinetrol Kinetrol REXA REXA ROTORK ROTORK Actuator Type Value Description Electrical Electrical Actuator Hydraulic Hydraulic Actuator Manual Manual Operation Mechanical Mechanical Actuator Pneumatic Pneumatic Phase Value Description 1 Single 2 2 Phase I 3 3 Phase THIS PAGE INTENTIONALLY LEFT BLANK Attribute PUMP MFG PUMP MDL PUMP _TYPE PUMP FUNCT PUMP CONTENT PUMP CAP PUMP TOH PUMP SPEED SUB_MOTOR_PH SUB MOTOR HP -- SUB MOTOR V -- PUMP IMPSIZE PUMP _suc_sz PUMP DIS SZ LOC_NOTE Value Centrifu al Diaphragm Disc-Flow Drum Grinder Hand Hose Jet Peristaltic Progressive Cavity Propeller Rotary Submersible Vertical Turbine Value Backwash Booster Metering Recirculation Sample Shallow Well Siphon Skimmer \-I Sump Transfer SAMPLE SUMMARY FORM PUMP SPECIFICATION SHEET Description Pump Serial Number Pump Manufacturer Pump Model Pump Type Function Wum~ Contents Capacity Total Dynamic Head Speed Phase Horsepower Voltage Impeller Size Suction Size Discharge Size Installed location Notes Pump Type Comments: Description MPLE Centrifu al Diaphragm Drum Disc-Flow Grinder Hand Hose Jet Peristaltic Progressive Cavity Propeller Rotary Submersible Vertical Turbine Pump Function Description Backwash Booster Metering Recirculation Sample Shallow Well Siphon Skimmer Sump Transfer Pumps THIS PAGE INTENTIONALLY LEFT BLANK FoRrWoRTH ~ WATER •project Name : •equip . Description •equ ip . location Asset Tag No . Equip . Manufacturer Manuf. Add ress Local Vendor Ven dor Address Asset Maintenance Information Rev 1/7/2020 Page 1 of 2 Equipment Maintenance Data Summary *Date Instal led •cost *Shop Owg Trans No . Pa ge No. .. Date Started • Estimated Life 1 Spec Sec. Phone Number Phone Number *BREAK-IN MAINTENANCE REQUIREMENT (INITIAL OIL CHANGES, ETC) D w M *PREVENTIVE MAINTENANCE REQUIREMENTS D w M .---.. ~ --"-.. '' 'I J --)~ V *RECOMMENDED SPARE PARTS Part No. Part Name Quantity Cos t Part No. Part Na me Electrical and Mechanical Nameplate Spec Data to be entered on Forms provided by Owner Lubrica tion information on the following page of Q s A Hours Q s A Hours Quantity Cos t PART 1 -GENERAL 1.1 SUMMARY A . Section Includes: SECTION 017839 PROJECT RECORD DOCUMENTS 01 78 39 PROJ ECT RECO RD DOCUM ENTS Pa ge 1 of6 I. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Specifications c . Addenda d. Change Orders and other Modifications to the Contract e. Engineer's Field Orders or written instructions f. Approved Shop Drawings, Working Drawings and Samples g . Field Test Reports h. Construction photographs 1. Water Meter SerYice Re130rts J. Sanitary £ewer SerYice Re13orts k . Large Water Meter Re13orts B . Deviations from this City of Fort Worth Standard Specification I . Modified I . I .A. I 2 . Modified 1.2 .A.1 3. Added 1.2.A.2 4. Added 1.5.B 5. Modified 1.1 O.A 6. Modified 3 .4 .A C. Related Specification Sections include, but are not necessarily limited to: I . 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 [NOT USED] 1.5 SUBMITT ALS A . Prior to submitting a request for Final Inspection , deliver Project Record Documents to City 's Project Representative. B. Accompany submittal with transmittal letter in duplicate, containing: 1. Date . C ITY OF FO RT WORT H CONSTRUCTI ON SPEC IFICA T lON DOCU M ENTS Fe bruary 202 1 YCWRF South Flow Li ft Stat ion C ity Proj ect No. I 00075 -2 2 . Project title and number. 3 . Contractor 's name and address. 4 . Title and number of each Record Docuinent. 5. Signature of Contractor or his authorized representative. 01 78 39 PROJ EC T REC ORD DOC UM ENTS Page 2 of6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [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. 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 ofrecords, 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 vi s ible , 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 I . Store record documents and samples in Contractor 's field office apart from documents used for construction. 2 . File documents and samples in accordance with CSI/CSC format. 3 . Maintain the job set of Record Documents completely protected from deterioration and from loss and damage unti I completion of the Work and transfer of al I recorded data to the final Project Record Documents. Do not use record documents for construction purposes . 4. 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. 5 . Make documents and sample s available at all times for inspection by the Engineer. 6 . As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "record documents" for review by the Engineer and the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS C IT Y OF FO RT WO RTH CONST RUCT ION SPECIF ICAT ION DOCUMENTS Fe bruary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075 -2 0 1 78 39 PROJ ECT RECORD DOCU M ENTS Page 3 of 6 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, I 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. 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 I. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS -JOB SET". 2 . Preservation a . Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination , and the conditions under which these activities will be performed , devise a suitable method for protecting the job set. b. Do not use the job set for any purpo se 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. Upload a copy of job set monthly to the dedicated project folder on BIM360 . 3 . Coordination with Construction Survey a. At a minimum , in accordance with the intervals set forth in Section O I 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 . C ITY OF FO RT WO RTH 1) All underground piping with elevations and dimensions. Changes to piping location . Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to permanent surface improv ements . Actual installed pipe material, class, etc . 2) Field changes of dimension and detail. 3) Changes made by Field Order or by Change Order. 4) Details not on original contract drawings . 5) Equipment relocations and piping. CONST RUC TI ON S PEC IF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Li ft Stati on C ity Proj ect No . I 00075-2 01 78 39 PROJ EC T RECORD DOC UM ENTS Page 4 of6 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes . 5. Specifications and Addenda-legibly mark each Section to record: a. Manufacturer, trade name, catalog number, and Supplier of each Product and item of equipment actually installed. b. Changes made by Field Order or by Change Order. 6 . Shop Drawings (after final review and approval): a. One set of electronic record drawings for each piece of equipment, piping, electrical system and instrumentation system. 7 . 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. l) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings . b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch , the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c . The City may waive the requirements for conversion of schematic layouts where , in the City's judgment, conversion serves no useful purpose . However, do not rely upon waivers being issued except as specifically issued in writing by the City. B . Final Project Record Documents 1 . Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents , coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction , and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d . Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction . 2 . Tran sfer 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. C ITY OF FO RT WO RT H CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bruary 202 1 YC WR F So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 0 1 78 39 PROJ EC T RECORD DOCUMENTS Page 5 of 6 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 carefull y transfer the change data to the new copy to the approval of the City. 3.5 REPAffi / RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED) 3.7 FIELD loR) SITE QUALITY CONTROL [NOT USED) 3.8 SYSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED) 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FO RT WO RTH CONST RUCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Projec t No . 100075 -2 0 1 78 39 PROJECT RECORD DOCUMENTS Page 6 of6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Statio n City Project No . I 00075-2 01 88 19 TI GHTNESS TESTING PERFORMANCE REQUIREMENTS Page I of6 SECTION 018819 -TIGHTNESS TESTING PERFORMANCE REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Tightness testing of cast-in-place reinforced concrete liquid retaining structures. B. Related Requirements : 1. Section 03 15 00 "Concrete Accessories" for joints in concrete structures. 2. Section 03 30 00 " Cast-In-Place Concrete" for concrete related construction. 3 . Section 07 13 26 "Self-Adhering Sheet Waterproofing" for waterproofing requirements. 4. Section 33 04 40 "Cleaning and Acceptance Testing of Water Mains " for disinfection of water containing building components. 5. Section 40 05 59.23 "Stain less Steel Slide Gates " for water-controlling gates. 6. Section 40 05 51 "Common Requirements for Process Valves" for valves and valve actuators . 1.3 PRETESTING MEETINGS A. Pretesting Conference : 1. Discuss : a. Testing methods to be used. b . Measurement of precipitation and evaporation. c. Pre-testing preparations. d. Water filling and disposal operations , including coordination with Owner. e. Cleanup activities. f. Emergency actions , in case they are required. g. Procedures necessary to obtain a specified special warranty. 2. Attendees : a. Owner. b . Resident Eng ineer. c. Contractor. d. Engineer. COM Smith CONSTRUCT IO N SPECIFICATION DOCUMEN TS February 2021 YCWRF So uth Flow Lift Station City Project No . I 00075 -2 1.4 INFORMATIONAL SUBMITT ALS A. Submit in accordance with Section 01 33 00 : 018819 TIGHTNE SS TES TfNG PERFORMAN CE REQ UIREM ENTS Pa ge 2 of6 1. Action Plan: Submit a detailed plan and schedule for each structure, which shows method of filling , testing and disposal of water. 2. Repair Procedures: Submit for acceptance the proposed repair methods , materials , and modifications needed , if structure does not meet tightness testing . 3. Test Reports : Submit a completed Tightness Test Report, Figure A, appended at the end of this Section of each test for each structure. 1.5 FIELD CONDITIONS A. Coordinate timing and procedures for obtaining water for testing, structure testing, and water disposal with the Engineer and Owner a minimum of 30 days in advance of actual testing. B. Water Source: 1. Provide potable water for testing independent from Owner's water source. 2 . Use plant process water for testing. Obtain water at a time, flow rate , and location approved by Owner. 3 . Use water for testing from Owner 's 's plant water system . Obtain water at a time, flow rate , and location approved by Owner. 4 . Water may be drawn from service water fire hydrant. Coordinate with City on maximum flow rate of gallons per minute . 5 . Provide labor, materials , equipment, incidentals , and power required to convey water to the structure . C. Water Disposal: I . Dispose of test water in an approved manner. Do not dispose by discharging onto the ground surface of public or private land . 2 . Coordinate disposal of test water by reintroduction into the Plant process at a time, flow rate , and location with Owner. 3 . Water may be disposed of at plant drain system or Headworks Facility. Coordinate with City on maximum flow rate of gallons per minute . 4 . Provide labor, materials , equipment, incidentals, and power required to convey water from the structure . D . Environmental Conditions : Do not schedule test measurements for a period when the weather forecast indicates a substantial change in weather patterns that would affect testing. Do not schedule test measurements when weather forecast indicates water surface would be frozen before test is completed . PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION COM Smith CONST RUCTION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on City Proj ec t No . I 00075-2 3.1 A. B. C . D. 3.2 A. B. C. 3 .3 A. B . 3.4 A . C OM Smith GENERAL 01 881 9 TI G HTNES S T EST ING PERFORMANCE REQU IRE M EN TS Page 3 of6 Perform tightness testing of cast-in-place reinforced concrete liquid retaining structures conforming to ACI 350. I and as specified herein. Perform tightness tests prior to waterproofing and dampproofing and prior to placing backfill around structures in order to permit observation and detection of leakage points . Individually test each cell of multi-cell tanks. Multi-cell tanks may be tested as a single unit where indicated . PREPARATION Remove soil , mud , debris and all other contaminants from structures prior to initiating tightness tests. Flush floor and sumps with water to provide a clean surface that is ready for testing . Prior to testing, temporarily seal or bulkhead inlet and outlet pipes not required to be operational for testing procedures . Confirm that valves, slide gates and watertight access doors are completely clo sed . Repair and reset seals that do not completely close or leak. Test valves , slide gates , and watertight access doors for leakage in accordance with requirements ofrespective Sections as part of the preparation for final tightness testing under this Section . EXAMINATION Examine structures to be tested for potential leakage paths including cracks, voids, honeycombs, and unsealed joints . Repair such paths to prevent leakage prior to testing . Proceed with testing only after unsatisfactoty conditions have been corrected . TESTING PROCEDURES Testing Conditions: 1. Do not begin filling ofreinforced concrete structure until concrete elements of the structure have attained specified design strength , but not less than I 4 days after placement of all concrete elements. 2. Fill reinforced concrete structure not exceeding a rate of 4 feet per I hour. 3. To minimize water absorption by concrete during testing, fill reinforced concrete structure to maximum operating water surface level and maintain water at that level for at least 3 days , prior to beginning tightnes s tests. Observe the exterior surfaces of the structure in both the early mornings and late afternoons during 3 days prior to tightness testing . Note any water observed on the structure exterior surfaces . 4 . Test only a single structure at a time . Concurrent testing of conti guous or adjacent structures will not be allowed. CONST RUCT ION S PEC IFI CAT ION DOCUMENTS Fe bru ary 2021 VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 018819 TI G HTNE SS TE STfNG PERFORMAN CE REQUIREM ENTS Page 4 of6 B . Testing Procedures : C . 3.5 A. B . C. 3.6 A. B . 1. Test Duration / Test Period: At least the time required to lower the water surface 3/8 inch, assuming a loss of water at the maximum allowable rate , but not longer than 5 days. 2 . Measure water surface elevations at 24-hour intervals. The vertical distance to the water surface shall be measured to within 1/16 inch from a fixed point on the structure above the water surface. Measure water surface elevations at the same four locations, 90 degrees apart. Record water temperature I 8 inches below water surface when taking the first and last sets of measurements. a. Use methods to determine amount of precipitation or evaporation as approved by the Engineer. 3. Compute percentage of water volume loss based on measured change in water surface elevation, area of the horizontal water surface , initial water volume, and correction for precipitation or evaporation where applicable. 4 . Restart test when test measurements become unreliable due to unusual precipitation or other external factors. Reports: Prepare and submit as referenced in thi s Section. ACCEPTANCE Estimates of gate, valve and door leakage will not be allowed as adjustments to the measured structure leakage. Following conditions are considered as not meeting the criteria for acceptance, regardless of actual loss of water volume from the structure: I . Groundwater seeping or flowing into the structure through floors , walls , or wall-floor joints. 2 . Structures which exhibit seeping or flowing water from joints, cracks, voids, honeycombs, or from beneath the foundation . 3 . Damp spots on concrete surfaces . 4. Moisture can be deposited on a dry hand-held against the exterior surface of the structure. Tightness of concrete tanks and structures will be considered acceptable when the conditions of conditions included in paragraph above are not present and when loss of water volume does not e xceed 0.05 percent of the starting volume per day. REPAIRS AND RETESTING Structures failing the tightness test and not exhibiting visible leakage may be retested after an additional stabilization period of 7 days. Structures failing this second test shall be repaired prior to further testing. Retest repaired structures until the structure meets all requirements . C OM Smith VCWR F So uth Fl ow Lift Stati on C ity Project No. 1000 75-2 CONSTR UCT ION S PEC IFICATI ON DOCUMENTS Fe bru ary 202 1 3.7 SCHEDULE A. Test following structures for tightness : 1. Influent Di version Structure 2 . Lift Station END OF SECTION O 1 88 19 COM Smith CONSTR UCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 0 188 19 TIG HTNESS TESTTNG PERFORMANCE REQU IREMENTS Page 5 of 6 VCWRF So uth Flow Li ft St ati on C ity Proj ect No . I 00075 -2 018819 TI G HTNESS TESTIN G PERF ORMAN CE REQ UIREMENTS Page 6 of6 FIGURE A TIGHTNESS TEST REPORT PROJECT SUBMITTED BY --------------------------- STRUCTURE* TES TD ATES --------------- Allowable loss of water volume ____ percent in 24 hours Measured loss of water volume ____ percent in 24 hours TEST READINGS Water Temperature at Start ___ ,_[ _ __.] degrees F Water Temperature at End J degrees F Operating Water Surface Level ____ _ Water Surface Elevation Entry Date** Time Location 1 Location 2 Location 3 Location 4 Initials** 0 1 2 3 4 5 Change in level ( difference between entry 5 and entry 0) Average change in level (sum of change in level / 4) Correction for precipitation/evaporation Corrected change in le vel = CL = Measured percent water loss in 24 hrs . = (CL} x (surface area} x (100} (initial water volume) (number of test days) Notes and Field Observations ** ----------------------------- * Attach a sketch showing a plan of structure and meas urement locations. ** Place date and initials at the beginning of each entry . END OF TIGHTNESS TEST REPORT FORM C D M Smith CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Flow Lift Stati on C ity Project No. I 000 75-2 u Division 02 Existing Conditions THIS PAGE INTENTIONALLY LEFT BLANK 02 41 13 SELECTIVE S IT E DEM OLI T ION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: SECTION 02 41 13 SELECTIVE SITE DEMOLITION 1. Removing sidewalks and steps 2 . Removing ADA ramps and landings 3. Remov ing driveways 4 . Removing fences 5. Removing guardrail 6 . Removing retaining walls (les s than 4 feet tall) 7 . Removing mailboxes 8 . Removing rip rap Page I o f 6 9. Remo ving miscellaneous concrete structure s including porches and foundation s 10 . Disposal of removed material s B . De v iations this from City of Fort Worth Standard Specifi cation 1. NoRe. Modified 1.2.A. l. ~ Modified 1.2 .A.2. ~ Modified 3.4 . C . Related Specification Sections include , but are not nece ss aril y limited to : I. Division 0 -Bidding Requirements , Contract Form s, and Condition s of the Contract 2. Di v ision 1 -General Requirements 3. Section 3 1 23 23 -Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Mea surement and Payment I . Measurement a . ReFRove Sidewalk: Measttre ey SE!ttare foot. e . ReFRove Ste13s : FReasttre ey the SE!ttare foot as seeR iR the 13laR viev,, oRly . e . ReFRove ADA RaFR13: FReasttre e~' eaeli . d. Remove Dri v ew ay : measure by the square foot by type. e. Remove Fence : mea s ure by the linear foot. f. ReFRove Gttardrail: FRea sttre ey the liRear foot aloRg the faee of the rail iR 13laee iRelttdiRg FRetal eeaFR gttard feRee traR s itioRs aRd s iRgle gttard rail termiRal seetioRs from the eeRter of eRd 13o st s. g . Remo ve Retainin g Wall (less than 4 fee t tall): meas ure by the lin ear foo t Ii. Remove Mailemc FRea sttre ey eaeli. 1. Remo ve Rip Rap: meas ure by the square foot. J . Remo ve Mi scellan eo us Concrete Structure: mea sure by the lump s um. 2 . Pay ment C ITY OF FO RT WORT H CONSTR UCTION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 YCWRF South Flow Lift Station C ity Project No. I 00075 -2 02 4 1 13 SELECT IVE S IT E DEMOLITION Page 2 of6 a. Refflo,·e SiElev,ralk: full eofflpeAsatioA for saw e1:1ttiAg , reffloval , ha1:1liAg , Elisposal , tools , eq1:1ipffleAt , labor anEI iAeiEleAtals AeeEleEI to eJ,ee1:1te 1,1,·ork . SiEle 1Nalk acljaeeAt to or attaeheEI to retaiAiAg wall (iAel1:1EliAg siElewalk that aets as a wall footiAg) shall be paiEI as siElewalk reffloval. For 1:1tility prajeets , this lteffl shall be eoAsiElereEI s1:1bsiElial)' to the treAeh aAEI AO other eofflpeAsatioA will be alloweEI. b. Refflove Steps: full eofflpeAsatioA for sa·N e1:1ttiAg , reffloval , ha1:1liAg , Elisposal , tools , eq1:1ipffleAt , labor aAEI iAeiEleAtals AeeEleEI to exee1:1te work. For 1:1tility prajeets , this lteffl shall be eonsiElereEI s1:1bsiElial)' to the treneh anEI no other eofflpensation will be allo•.veEI. e. Refflo•,re ADA R;:ifflp anEI lanEling: full eofflpensation for sa1.v e1:1ttiAg , reffloval , ha1:1liAg , Elisposal , tools , eq1:1ipffleRt , labor anEI ineiEleAtals neeEleEI to exee1:1te work. Work iAel1:1Eles rafflp lanEling reffloval. For 1:1tilit)· prajeets , this Item shall be eoAsiElereEI s1:1bsiEliary to the treneh aAEi no other eompensatioA will be alloweEI . d . Remove Driveway: full compensation for saw cutting , removal , hauling, disposal , tool s, equipment, labor and incidentals needed to remove improved driveway by type. For 1:1tilit)· prajeets , tihis Item shall be considered subsidiary to the treRsh work and no other compensation will be allowed. e. Remove Fence: full compensation for remo va l, hauling , disposal , tools , equipment, labor and incidentals needed to remo ve fence. For 1:1tilit)1 prajeets , tihis Item shall be considered subsidiary to the treRsh work and no other compensation will be allowed. f. Remove G1:1arElrail: fHII eompensatioA for removing materials , loaEliAg , ha1:1liAg , HAloaEling , anEI storiAg or Elisposal; fornishiAg baekfill fflaterial; baekfilliAg the postholes ; anEI eq1:1ipment , labor, tools , anEI iHeiEleAtals. For 1:1tilit)· prajeets , this Item shall be eonsiElereEI s1:1bsiElial)' to the treAeh aAEI no other eompensatioA will be allov,reEI. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting , removal , hauling, disposal , tools , equipment, labor and incidentals needed to execute work . Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as si dewalk removal. For 1:1tilit)· prajeets, tihi s Item shall be considered subsidiary to the treRsh work and no other compensation will be allowed . h. Refflove Mailbox: foll eompensation for remo·,al , ha1:1ling , Elisposal , tools , eq1:1ipment , labor anEI ineiElentals AeeEleEI to exee1:1te work. For 1:1tilit)· prajeets , this Item shall be eoAsiElereEI s1:1bsiEliary to the treneh aAEI no other eompensatioA ·Nill be alloweEI. t. Remove Rip Rap: full compensation for saw cutting , removal , hauling , dispo sa l, tools , equipment, labor and incidentals need ed to execute work. Fer 1:1tilit)· prajeets , tihis Item shall be considered sub s idiary to the treRsh work and no other compensation will be allowed. J . Remove Miscellaneous Concrete Structure : full compensation for saw cutting , removal , hauling , dispo sa l, tool s, equipment, labor and incidentals needed to execute wo rk . For 1:1tilit)· prajeets, tihi s Item shall be considered subsidiary to the treRsh work and no other compensation w ill be allowed. 1.3 REFERENCES A. Defi nitions C ITY OF FORT WORTH CONSTRU CT ION SPECIF ICATION DOCUMENTS Fe bruary 202 1 VCWRF South Flow Lift Station C ity Project No. I 00075-2 02 4 1 13 SELECTIVE SITE DEMOLI T ION Page3of6 l . Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material : See Section 31 05 15. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A . Remove Sidev,•alk I. Remove side•n•alk to Hearest e>,isting dummy , e>lJ3aHsioH or eoHstfuetioH joiHt. 2. Saweut wheH removiHg to Hearest joiHt is Hot J3raetieal. See 3. 4 .K. B. Remove SteJ3s 1. Remove ste)3 to Hearest existiHg dummy , exJ3aHsioH or eoHstruetioH joiHt. 2 . Sav,•eut wheH removiHg to HearestjoiHt is not J3raetieal. See 3 .4 .K. C. RemoYe ADA RamJ3 I . Saweut existing eure and gutter aHd J3avemeHt J3rior to wheel ehair ramJ3 removal. See 3.4 .K. 2. Remove ram.)3 to Hearest existing dummy , exJ3ansion or eonstruetion joint OH e>dsting sidewalk. D. Remove Driveway C ITY OF FO RT WO RT H CONS TR UCT ION SPEC IF ICA TI ON DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075 -2 024 1 13 SELECTIVE SITE DEMOLITION Page 4 of6 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent si dewalk to nearest existing dumm y, expansion or construction joint on existing sidewalk. E . Remove Fence I. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials . 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings . 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while remov ing fences. F. Remove Guardrail 1. Remo>+·e rail elemeAts iA origiAal leAgths . 2. Remo•,re fittiAgs from the 13osts aAd the metal rail aAd theA 13ull the 13osts . 3. Do Rot mar or damage salvageal:lle materials duriAg removal. 4. Com13letely remo•,re 13osts aAd aAy eoAerete surrouAdiAg the 13osts. 5. Furnish l:laekfill material aAd l:laekfill the hole with material equal iA eom13ositioA aAd deAsity to the surrouAdiRg soil uAless otherwise direeted. a. Cut off or l:leAd dowA eyel:lolts aAehored to the dead maA to aA ele>+·atioA at least I foot l:lelo·N the Ae'N sul:lgrade elevatioA aAd lea,,·e iA 13laee aloAg with the dead maA. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removin g to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wa ll including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3 .4.A H. Remove Maill:lox I. Salvage existiAg materials for reuse. Maill:lmt materials mBj ' Reed to he used for reeoAstruetioA . I. Remove Rip Rap I . Remove rip rap to nearest existing dumm y, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J . Remove Miscellaneous Concrete Structure I . Remove portions of mi scellaneous concrete structures including foundations and slabs that do not interfere w ith proposed construction to 2 feet below the fini s hed ground line . 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. CITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DO CUMENTS February 202 1 VCWRF So uth Flow Lift Station City Project No. I 00075 -2 K. Sawcut 1. Sawing Equipment a. Power-driven b . Manufactured for the purpose of saw ing pavement c. In good operating condition 02 4 1 13 SELECTIVE S ITE DEMOLIT ION Page 5 of6 d . Shall not s pall or fracture the pavement to the remova l area 2. Sawcut perpendicular to the s urface completely throug h existing pave ment. 3.5 REPAffi [NOT USED] 3 .6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2 . Modified Payment -Items will be subsidiary to trench on utility projects CITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station C ity Project No. I 00075-2 02 4 1 13 SELECT IVE SITE DEMOLI TI ON Page 6 of6 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FO RT WO RT H CONST RUCTION SPECIF ICATION DOCUMEN TS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Projec t No. I 00075 -2 024 1 14 UTILITY RE M OVAL/ABANDONMENT PART 1-GENERAL 1.1 SUMMARY A. Section Includes: Page I of 16 SECTION 02 4114 UTILITY REMOVAL/ ABANDONMENT I . Direction for the removal, abandonment or salvaging of the following utilities : a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d . Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults 1. Sanitary Sewer Lines J. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes I. Storm Sewer Lines m . Storm Sewer Manhole Risers n . Storm Sewer Junction Boxes o. Storm Sewer Inlets p . Bo x Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Dev iations from this City of Fort Worth Standard Specification 1. Modified 1.1 .C . 2. Modified 1.2 . 3 . Modified 3.4. C. Related Specification Sections include, but are not necessarily limited to : 1. Di v ision O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Divi s ion I -General Requirements 3. Section 03 34 13 -Controlled Low Strength Material (CLSM) 4. Section 33 05 10 -Utility Trench Excavation , Embedment and Backfill 5. SectioR 33 05 24 IRstallatioR of Carrier Pif)e iR CasiRg or TuRRel LiRer Plate 6. Section 33 11 11 -Ductile Iron Fittings 7. SectioR 33 11 13 CoRcrete Pressure Pif)e , Bar 1Nraf)f)ed , Steel CyliRder Tyf)e 8. SeetioR 33 11 I 4 Buried Steel Pif)e aRd FittiRgs 9. Section 33 12 25 -Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines C ITY OF FORT WORTH CONSTRU CTION SPECIF ICAT IO N DOCUMENTS February 202 1 VCWRF So uth Flow Lift Statio n C ity Project No. 100075-2 02 41 14 UTILITY REMOVAL/AB AN DONMENT Page 2 of 16 1. Abandonment of Utility Line by Grouting a. Measurement 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted . Measure by tickets showing cubic y ards of grout applied . b. Pay ment 1) The w ork performed and material s furnished in accordance with this Item and measured as provided under "Measurement" s hall be paid for at the uAit priee per euhie yard of "LiAe GroutiAg" for: con s idered subsidiary to the work, and no other compensation will be allowed for : a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) E xcavation 5) Hauling 6) Di s posal of excess materials 7) Furni shing, placement and compaction of backfill 8) Clean-up 2 . Utility Line Removal , Separate Trench a . Measurement 1) Measurement for thi s Item shall be per linear foot of existing utility line to be removed . b . Pay ment 1) The work performed and materials furni shed in accordance with this Item and measured as provided under "Measurement" shall be paid for at the uAit priee hid per liAear foot of "RemoYe LiAe " for: con sidered sub s idiary to the work, and no other compensation will be allowed for: a) Various type s of ex isting utility line b) Various sizes c. The price bid shall include : 1) Removal and disposal of ex isting utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furni shing, placement and compaction of bac kfill 7) Clean-up 3 . Utility Line Removal , Same Trench a. Measurement 1) This Item is con s idered subs idiary the propo sed utility line being installed . b . Pay ment 1) The work performed and material s furnished in accordance with thi s Item are subsidiary to the in stallation of proposed utility pipe and shall be subsidiary to the work to the uAit priee hid per liAear foot of pipe eomplete iA plaee, and no other compensation w ill be allo w ed . 4 . Manhole Abandonment a . Measurement 1) M e a s ure ment for thi s Ite m will be pe r ea ch manhole to be abandoned. C ITY OF FORT WORTH CONST RUCTION SPECIFICATION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 024114 UTILITY REMOVAL/ AB AND ONMEN T Pag e 3 of 16 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit priee bid per eaeh '\1\bandon Manhole" for: considered subsidiary to the work, and no other compensation will be allowed for: a) Various diameters b) Various types c. The price bid shall include: I) Removal and disposal of manhole cone 2) Removal , salvage and delivery of frame and cover to City , if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furni shing , placement and compaction of backfill 11) Surface restoration 12) Clean-up 5 . Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit priee bid per eaeh "Abandon Cathodie Test Station ". con sidered subsidiary to the work, and no other compensation will be allowed for: c. The price bid shall include: I) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B . Water Lines and Appurtenances 1. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pre ss ure plug to be in stalled. b. Pay ment B The work performed and material s furni shed in accordance with thi s Item and measured a s provided under "Meas ure ment" shall be paid for at the unit priee bid for eaeh "Pressure Plug" in stalled for: considered subsidiary to the work, and no other compensation will be allowed for : a) Various sizes c . The price bid shall include: C IT Y OF FO RT WORT H CONSTR UCTION S PEC IFI CAT ION DOCU M ENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 02 41 14 UTILITY REMOVA L/ABANDONMENT Page 4 o f 16 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2 . Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be f)aia for at the l:IRit f)riee eia for eaeh "'.Vater AeaRSOAffleRt Pl1:1g " iRstallea for: considered subsidiary to the work, and no other compensation will be allowed for: a) Various sizes c . The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3 . Water Valve Removal a . Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be f)aia for at the 1:1Rit f)riee eia fler eaeh "Remove Wat.er Valve " for: considered subsidiary to the work, and no other compensation will be allowed for : a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of ex cess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up C ITY OF FO RT WO RTH CONSTR UC TI ON S PEC IFI CATI ON DOCUMENTS February 202 1 VC WRF So uth Flo w Lift Stati on C ity Project No. I 0007 5-2 0 24 1 14 UTILITY REMOVAL/ABAN DON MEN T Page 5 of 16 4. Water Valve Removal and Salvage a . Measurement I) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paia for at the 1:1nit price eia per each "SaJyage Water ValYe " for: considered subsidiary to the work, and no other compensation will be allowed for : a) Various sizes c. The price bid shall include : I) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned . b . Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paia for at the 1:1Rit price eia per each "Aeanaon Water ValYe " for: considered subsidiary to the work, and no other compensation will be allowed for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6 . Fire Hydrant Removal and Salvage a . Measurement 1) Measurement for this Item will be per each fire hy drant to be removed . b . Pay ment B The work performed and materials furni she d in accordanc e with this Item and mea sure d as provided under "Measurement" shall be paia for at the 1:1nit price eia per each "Salvage Fire Hyarant". considered subsidiary to the work, and no other compensation will be allowed for: c . The price bid shall include : I) Removal and salvage of fire hydrant 2) Delivery to C ity 3) Pavement removal C ITY OF FORT WORT H CONSTR UCT ION S PECIFI CATION DOCUMENTS Fe bruary 2021 VCWRF So uth Flow L ift Stati o n C ity Project No. I 00075-2 4) Excavation 5) Hauling 6) Disposal of excess materials 0241 14 UTILITY REMOVAL/ABANDONME NT Page 6 of 16 7) Furnishing, placement and compaction of backfill 8) Clean-up 7. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the 1:1nit priee bid per eaeh "Salvage '.Vater Meter" for: considered subsidiary to the work, and no other compensation will be allowed for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10 , removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the work eost of the "Water Meter SerYiee Reloeate", and no other compensation will be allowed. c . The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the 1:1nit priee bid per eaeh "SalYage Water Sampling Station". considered subsidiary to the work, and no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a . Measurement CITY OF FORT WORT H CONSTRUCT ION S PECIF ICAT ION DOCUMENTS Fe bru ary 202 I VCWRF South Fl ow Lift Stati on C ity Proj ect No. I 00075 -2 02 41 14 UTILITY REMOVAL/ ABANDONMENT Page 7 of 16 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment B The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the t:mit price bid per each "Remove CoRcrete Water Vault". considered subsidiary to the work, and no other compensation will be allowed. c. The price bid shall include: 1) Removal and disposal of concrete water vault 2) Removal , salvage and delivery of frame and cover to City, if applicable 3) Removal , sa lvage and delivery of any valves to City, if applicable 4) Removal , salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Meas urement for this Item shall be per each cut and abandonment plug installed. b. Payment B The work performed and materials furnished in accordance with thi s Item and measured as provided under "Measurement" shall be paid for at the uRit price bid for each "Sewer AbaRdoRmeRt Plug" for: considered subsidiary to the work, and no other compensation will be allowed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment B The work performed and material s furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the uRit price bid per each "Remove Sewer MaRhole" for: considered subsidiary to the work, and no other compensation will be allowed for: a) Various diameters c. The price bid shall include: C ITY OF FORT WORT H CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station City Project No. 100075-2 I) Removal and disposal of manhole 0241 14 UT! LITY REMOVAL/ ABANDONMENT Page 8 of 16 2) Removal , salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a . Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b . Payment B The work perfonned and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the h:1mp sum bid per eaeh "RemoYe 8ewer JuActioA Box." loeatioA. considered subsidiary to the work, and no other compensation will be allowed. c. The price bid shall include : 1) Removal and disposal of junction box 2) Removal , salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D . Stonn Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and in stallation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed . b . Pay ment 1) The work perfonned and materials furni shed in accordance with this Item and measured as provided under "Meas urement" shall be paid for at the unit price bid for each "Stonn Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Di sposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Stonn Sewer Manhole Rem oval a. Measurement CITY OF FORT WORTH CONSTRUCT ION SPECIFICATION DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift St at io n City Project No . I 00075-2 02 41 14 UTILITY REMOVAL/AB ANDON MEN T Page 9 o f 16 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c . The price bid shall include: 1) Removal and disposal of manhole 2) Removal , salvage and delivery of frame and cover to City , if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b . Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal , salvage and delivery of frame and cover to City , if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a . Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with thi s Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include : 1) Removal and disposal of junction structure 2) Removal , salvage and delivery of frame and cover to City , if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill C ITY OF FO RT WO RTH CONSTR UC TI ON S PEC IFI CATI ON DOCU M EN T S February 202 1 VCWRF So uth Fl ow Li ft Stati on C ity Proj ect No. I 00075 -2 8) Clean-up 0241 14 UTILITY REMOVAL /ABANDONMENT Page 10 of 16 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b . Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: I) Removal and disposal of inlet 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 6. Storm Sewer Junction Box Removal a . Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: I) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a . Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment I) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials CITY OF FORT WORTH CONSTRU CTION SPEC IFI CA TIO N DOCU MENTS February 2021 YCWRF South Fl ow Lift Station C ity Project No. I 00075-2 02 41 14 UTILITY REMOVAL/AB AN DON MEN T Page 11 of 16 6) Furnishing, placement and compaction of backfill 7) Clean-up 8. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b . Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for : a) Various sizes c . The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A . Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMA TIONAL 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 A. Storage and Handling Requirements I . Protect and salvage all materials such that no damage occurs during delivery to the City . CIT Y OF FORT WO RTH CONS TRUCTI ON SPEC IFI CATION DOCUMENTS Fe bru ary 202 1 VCWR F So uth Flow Lift Stati on C ity Project No . I 00075-2 024114 UTILITY REMOVAL/ABANDONMENT 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS Page 12 of 16 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City . b . Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City . d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. B . Water Lines and Appurtenances 1. Water Line Pressure Plugs a. Ductile Iron Water Lines I) Excavate, embed, and backfill in accordance with Section 33 05 10 . 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 1 I . 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) E xcavate , embed, and backfill in accordance with Section 33 05 10 . 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25 . e . CoAerete Pressure Pipe , Bar Wrapped , Steel CyliAder Type Water LiRes CIT Y OF FORT WORTH 1) B1,eavate , eFAbed , aAd baekfill iA aeeordaAee 1Nith SeetioA 33 05 10 2) Plug usiAg: a) A fabrieated plug resa:aiAed by weldiAg or by a SAap RiAg iA aeeordaAee 1,vith SeetioA 33 11 13 ; or CONSTRUCT ION SPEC IF ICATI ON DOCUMENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on C ity Proj ect No. I 000 75 -2 02 41 14 UTILI T Y RE MOV AL/ ABANDON MEN T Page 13 o f 16 b) A bliRd flaRge iR aeeordaRee with SeetioR 33 11 13 3) Perforffl Ctit aRd PIHg iR aeeordaRee ,,,,,ith SeetioR 33 12 25. d. 'BHried Steel Water LiRes 1) Ex.eaYate , eff!bed, aRd baekfill iR aeeordaRee 1Nith SeetioR 33 05 I 0. 2) PIHg HSiRg: a) A :fabrieated 13IHg restraiRed by weldiRg iR aeeordaRee with SeetioR 33 11 14; or b) A bliRd flaRge iA aeeordanee with SeetioR 33 11 14 3) Perfofffl CHt aRd Pl Hg iR aeeordaRee with SeetioR 33 12 25. 2. Water Line Abandonment Plug a . Excavate and backfill in accordance with Section 33 05 I 0 . b. Plug with CLSM in accordance with Section 03 34 13. 3. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 3 3 05 IO. b. Dewater from existing line to be grouted. c. Fill line with Lo 1N DeRsity CellHlar Grottt iA aeeordaRee 'Nith SeetioR 33 05 24 ef-CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 I 0. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 I 0 . b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13 . 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 I 0. b . Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13 . 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13 . 8. Fire Hydrant Removal and Salvage a . Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line . d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. C ITY OF FORT WO RTH CON STRUCTION S PEC IFI C AT ION DOCU M EN T S Fe bruary 2021 VC WRF So uth Flo w Lift St ati on C ity Proj e ct No . I 000 75-2 0241 14 UT ILITY REMOVAL/ABANDONMENT Page 14 of 16 c. City will provide replacement meter for installation . d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box . 10 . Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b . Deliver salvaged material to the Water Department Field Operation Storage Yard . 11 . Concrete Water Vault Removal a . Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances . g. Demolish and remove entire concrete vault. h . Dispose of all excess materials. 12 . Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill an y remaining voids with CLSM in accordance with Section 03 34 13 . C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a . Excavate and backfill in accordance with Section 33 05 10. b . Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfi II in accordance with Section 3 3 05 l O. b . Dewater and dispose of any sewage from the existing line to be grouted. c . Fill line with Lov,r DeRsity Cellular Grout iR aeeordaRee ·Nitl:i SeetioR 33 05 24 er CLSM in accordance with 03 34 13 . d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance w ith Section 33 05 10. b . Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specificall y requested and/or approved by City. b . Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d . Deliver sa lvaged material to the Water Department Field Operation Storage. e. Demoli sh and remove e ntire concrete manhole . CITY OF FORT WORTH CONSTR UCTION SPEC IFICAT ION DOCU MENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Statio n C ity Project No. 100075-2 02 41 14 UTILITY REMOVAL /ABANDONMENT Pa ge 15 of 16 f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 I 0. b. Dewater the existing line to be grouted. c. Fill line with Low Density CellHlar GroHt in aeeordanee with ~eetioR 33 Q5 24 er CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 I 0. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal a. All storm sewer manholes that are to be taken out of service are to be removed unless specifically requested and /or approved by City. b. Excavate and backfill in accordance with Section 33 05 10 . c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and /or Junction Structure Removal a . Excavate and backfill in accordance with Section 33 05 10. b . Demolish and remove entire concrete structure. c . Cut and plug storm sewer lines to be abandoned . 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10 . b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a . Excavate and backfill in accordance with Section 33 05 I 0. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City . 8. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 I 0. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10 . b. Remove existing pipe line and dispose as approved by City. CITY OF FORT WORTH CONS TR UCT IO N SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station City Proj ect No . I 00075-2 3.5 REPAffi / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL 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] 0241 14 UTILITY REMOVAL/ABAN DONMENT Page 16of 16 END OF SECTION Revi s ion Log DATE NAME SUMMARY OF CHANGE 1.2.C .3.c. -In cl ud e Fram e and Cove r in Pay ment desc ripti on 12/20/12 D . Johnson Thro ugho ut -added abandonme nt of sto rm and sewe r manh o les when requested C ITY OF FORT WORTH CONSTR UCT ION SPEC IFICATION DOCUM ENTS February 202 1 and/or approved by C ity VC WRF So uth Flow Lift Stati o n C ity Project No. I 00075-2 02 41 15 PA YING REMOVAL SECTION 02 41 15 -PA YING REMOVAL PART 1 -GENERAL I.I SUMMARY A. Section Includes: 1. Removing concrete paving and asphalt paving aRd briek piwiRg 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4 . Milling roadway paving 5. Pulverization of existing pavement 6 . Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1 . 2 . Modified I .2 3. Modified 3.4.F. 4. Modified 3.4.G 5. Added 1.1.D. 6. Deleted 3.4.H. C. Related Specification Sections include, but are not necessarily limited to: Page I of6 1. Division O -Bidding Requirements , Contract Forms, and Conditions of the Contract 2. Division I -General Requirements 3. SeetioR 32 11 33 CemeRt Treated Base C01:1Fses D . Related Documents 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 PRICE AND PAYMENT PROCEDURES A. 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. e. Remove Briek Pa·,iRg: meast-Jre by the sqHare 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 thicknes s. h. Butt Milling: measured by the linear foot. 1. Pavement Pulverization: measure by the square yard. CITY OF FORT WORTH CONSTRUCT ION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No . I 00075-2 J. Remove Speed Cushion: measure by each. 2. Payment 0241 15 PAVING REMOVAL Page 2 of6 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. e. Refflo•,·e Briek Pa-YiRg: full eofflpeRsatioR for saw e1:1ttiRg , reffloval , salvagiRg, eleaning, ha1:1lmg, disposal , tools , e(;]1:1ipffleRt, labor and ineidentals needed to ex.ee1:1te work. For 1:1tility projeets , this lteffl shall be eoRsidered s1:1bsidiary to the treneh and RO other eofflpensatioR will be allo·Ned. 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. 1. 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. I. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. I .3 REFERENCES A. ASTM International (ASTM): a. D698 , Standard Test Methods for Laboratory Co mpaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS February 2021 VCWRF Sout h Flow Lift Statio n City Project No . I 00075-2 02 41 15 PAVING REMOVAL 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] I .5 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMJTTALS/INFORMATIONAL SUBMITTALS [NOT USED] I. 7 CLOSEOUT SUB MITT ALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [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. I EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General : I . Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade -Stake and flag location s. 3.4 PAVEMENTREMOVAL A. General. I. 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 I. Sawing Equipment. a. Power-driven. b . Manufactured for the purpose of sawing pave ment. Page 3 of6 CITY OF FO RT WORTH CONSTRUCTION SPECIF ICATION DOCU MENTS VCWRF South Flow Lift Station C ity Proj ect No. I 00075 -2 Febru ary 202 1 02 41 15 PAVfNG REMOVAL Page 4 of6 c. In good operating condition. d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth , parallel and perpendicular to existing joint. 3 . Sawcut parallel to the original sawcut in square or rectangular fashion . 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip , remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.B. 2. Remove concrete to the nearest expansion joint or ve rtical saw cut. D . Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.B . 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.B. 2 . Remove pavement without disturbing the base material. 3. When shown on the plans or as directed , stockpile materials designated as salvageable at designated sites. 4 . Prepare stockpile area by remov ing 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 wo rk or existing surface improvements. c . If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough . d . Prov ide safe temporary transition where ve hicles 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 e*istiAg base is briek aAd eaAAet be milled , rem eve a 5 feet width ef the e,dstiAg briek base. See 3 .3 .G. for briek 13aviAg remeval. 2. Milling Equipment a . Power operated milling machine capable ofremoving, 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 reclaimin g means to immediately remo ve material cut from the surface of the roadway and discharge the cuttings into a truck , all in one operation. d . Equipped w ith mean s to control dust created by the cutting action . CITY OF FORT WORTH CONSTRUCT ION SPEC IFI CAT ION DO CU MEN TS Feb ru ary 202 1 VCWRF South Flow Lift Stat ion City Project No . I 00075-2 02 41 15 PAVIN G REMOVAL Page 5 o f 6 e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern . g . Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c . Provide a milled surface that provides a uniform surface free from gouges, ridges , oil film , and other imperfections of workmanship with a uniform textured appearance . d. In all situations where the existing H.M.A.C. surface contacts the curb face , the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e . Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4 . Butt Joint Milling a . Mill butt joints into the existing surface, in association with the wedge milling operation. b . Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed . Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d . Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch . f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse item s. g . Provide a temporary w edge of asphalt at all butt joints to provide a smooth ride over the bump. G. Re!flo·,e Brick PaviAg 1. Re!flove lflaSOAF)' 13a,YiAg ttAits to the lilflits s13ecified iA the 13laAs or as directed by the City. 2. Salvage existiAg bricks for re use, cleaA , 13alletiz:e , aHc4 c4eli,·er to the Cit)· Stock 13ile yarc4 at 3300 Yu!fla Street or as directec4. H. PavelfleHt Pulveriz:atioA 1. Pul·,eriz:atioA a. Pulveriz:e the existiAg 13ave!fleAt to c4e13th of 8 iAches. See SeetioA 3 2 11 3 3. b. Te!fl13orarily re!flove aAd store the 8 iAeh c4eep pulveriz:ed !flaterial , theA cut the base 2 iAches. e. Start 2 iAeh base cut at a c4epth of 8 iAehes frolfl the existiAg pulveriz:ec4 surface. 2. Ce!fleAt ApplieatioA CIT Y OF FO RT WO RTH CONST RUCT ION SPEC IFI CAT ION DO CU MENTS Febru ary 202 I VCWRF So uth Flow Li ft Stati on City Proj ect No. I 00075 -2 a. Use 3 .5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 11 33. 4. Comf)action: seeSeetion32 ll 33. 5. Finishing: see Section 32 11 33. 6. C1:1ring: see Section 32 11 33. 02 41 15 PAVING REMOVAL Pa ge 6 of6 7. If the eJdsting fll¥1'ement has a combination of HI inches of RM.AC. and crnshed stone/graYel: a. Underc1:1t not reqHired b . P1:1IYerize 10 inches deefJ. c. Remo•,re 2 inch the total fJ1:th·erized amo1:1nt. I. Remove speed cushion 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3 .5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3 .7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3 .9 ADJUSTING [NOT USED] 3 .10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 .12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3 .14 ATTACHMENTS [NOT USED] END OF SECTION 02 41 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/20 12 D. Johnson 1.2.A -modifi ed payment requireme nts on uti lity proj ects 2/2/2016 F. Griffin 1.2 .A.2 .b . -Remov ed duplicate last sentence. C ITY OF FORT WORTH CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 Division 03 Concrete THIS PAGE INTENTIONALLY LEFT BLANK SECTION 03 11 00-CONCRETE FORMING PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 03 11 00 CONCRET E FORMING Page I o f IO I. CONTRACTOR shall provide all labor, materials, equipment , and incidentals as shown , specified , and required to furnish and install concrete forming . The Work also includes: a . Designing forming systems in accordance with requirements of ACI 347 and the Contract Documents . b. Providing forming to accommodate the Work under this and other Sections and building into forming items such as sleeves, anchorage devices , inserts, pipe embedments, reinforcing, 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 this and other Sections and coordinate installation of items that must be installed with or before concrete forming Work . 2. Coordinate forming Specifications with requirements for finished surfaces specified in Section 03 30 00 , Cast-In-Place Concrete . C. Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section . 2. Section 03 15 00 , Concrete Accessories . 3 . Section 03 30 00 , Cast-In-Place Concrete. 1.2 REFERENCES A. Standards referenced in this Section are: I . ACI 117 , Specifications for Tolerances for Concrete Construction and Materials and Commentary. 2. ACI 30 I , Specifications for Structural Concrete . 3 . ACI 347, Guide to Formwork for Concrete. 4. ASTM C805 /C805M , Test Method for Rebound Number of Hardened Concrete. 5. ASTM Cl 074 , Practice for Estimating Concrete Strength by the Maturity Method . 6. NIST PS I , Structural Plywood . 1.3 QUALITY ASSURANCE A. Qualifications: 1. Professional Engineer: a. CONTRACTOR or formwork Supplier shall retain a registered professional engineer legally qualified to practice in same state as the Site . Professional JQ Infrastructure CONST RUCTION S PEC IFI CAT ION DOCU M ENTS Fe bruary 202 1 VC WR F So uth Fl ow Lift Stati on C ity Proj ect No . I 0007 5-2 03 11 00 CONCRETE FORMING Page 2 of 10 engineer shall have at least five years experience designing formwork and falsework of the type required. b. Responsibilities include : 1) Reviewing formwork and falsework performance and design criteria stated in the Contract Documents. 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to ENGINEER by CONTRACTOR. 3) Preparing or supervising preparation of design calculations verifying compliance of formwork and falsework with requirements of the Contract Documents. 4) Signing and sealing all calculations. 5) Certifying that: a) Design of formwork and falsework was performed in accordance with performance and design criteria stated in the Contract Documents , and b) Design conforms to all Laws and Regulations, and to prevailing standards of practice. c) In place falsework , prior to concrete placement, complies with the intent of the forming design and complies with the Contract Documents. I .4 SUB MITT ALS A. Action Submittals: Submit the following: 1. Samples: a. Plywood form material used for smooth form finish, four inches square minimum. B. Informational Submittals: Submit the following: 1. Shop Drawings: When requested by ENGINEER, submit Shop Drawings showing and indicating general construction of individual forms, including : a. Jointing . b . Special formed joints or reveals. c . Location , pattern , and details of form tie placement, removal , and repair procedures. d . Location and details for temporary openings. e. Other items that would visually affect the finished concrete. 2 . Design of Temporary Measures: Design of formwork and falsework is CONTRACTOR's responsibility. Submit the following: J Q Infrastructu re a. Falsework layout drawings with the seal and signature of CONTRACTOR's or Supplier's professional engineer. Layout drawings shall show bracing details, waler arrangements, location of shores, joint forming details, and details at connections to pre vio usl y placed concrete. ENGINEER's review will be for general conformance to the requirements of the Contract Documents and ACI 347, as indicated for delegated design in the General Conditions. b . Design calculations for formwork and falsework , when requested by ENGINEER. c. Certification letter from CONTRACTOR's or Supplier's professional engineer stating that in-place falsework was inspected and complies with the intent of the falsework de sign . CONSTRUCTION SPEC IFICATION DOCUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 03 11 00 CONCRE TE FO RMIN G Page 3 of 10 3. Product Data: Manufacturer 's data for proprietary materials , including form coatings, manufactured form systems, ties and accessories . 4. Manufacturer's Instructions: Installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 1.5 PRODUCT DELIVERY , STORAGE AND HANDLING A . Delivery and Storage: 1. Upon delivery to the Site , place materials in area protected from weather. 2 . Store materials in accordance with manufacturer's recommendations. 3 . 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 under cover. B. Handle materials in accordance with the manufacturers ' recommendations. Do not damage materials during handling. PART 2 -PRODUCTS 2 .1 A . SYSTEM PERFORMANCE Design Criteria: I. Design , erect, support, brace and maintain forming in accordance with ACI 347 so that forming safely supports 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 forming system or in-place construction that has attained adequate strength for the purpose. Construct forming so that concrete members and structures are of correct size, shape, alignment, e levation, and position. 2. Design forms and falsework to include values of live load , dead load , weight of moving equipment operated on forming , concrete mix, height of concrete drop, vibrator frequency , ambient temperature, foundat ion pressures, stresses, lateral stability, and other factors pertinent to safety of structure during construction. 3 . Provide shores and struts with positive means of adjustment capable of taking up forming 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. 4. Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection , in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowab le tolerances . For long-span members without intermediate supports, provide camber in forming as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads. 5 . Design and construct forming to be readily removable without impact, shock or damage to concrete surfaces and adjacent materials. 6. Provide forming sufficiently tight to prevent leakage of cement paste during concrete placing. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. JQ Infras tru cture VC WRF So uth Fl ow Lift Stati on C ity Proj e ct No. I 000 75 -2 CONS TR UC TI ON SPEC IFI CAT ION DOCUMENTS Fe bruary 202 1 2.2 A. FORM MATERIALS Forms for Smooth Finish Concrete: 03 11 00 CON CRET E FORMJNG Page 4 of IO 1. Unless otherwise shown or indicated in the Contract Documents, construct forming 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 forming . Provide in largest practical sizes to minimize number of joints and to conform to joint system shown or specified in the Contract Documents . 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 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. Cylindrical Columns and Supports: 1. Form round-section members with paper or fiber tubes, constructed of laminated plies using water-resistant type adhesive with wax-impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation . a . Provide manufacturer 's standard plastic-lined-interior units . 2 . Fiberglass or steel forms may be used for cylindrical columns if accepted by ENGINEER in writing. D. Form Ties: 1. Provide factory-fabricated metal form ties , designed to prevent form deflection , and to prevent spalling of concrete surfaces upon removal. 2 . Unless otherwise shown or indicated in the Contract Documents, provide ties so that portion of tie remaining within concrete after removal of exterior parts of tie is at least 1.5 inches from the outer concrete surface. Unless otherwise shown or indicated in the Contract Documents, provide form ties that will leave a hole no larger than one-inch diameter in concrete surface . 3 . Ties shall have waterstops on all exterior, below-grade walls , and walls subject to hydrostatic pressure. 4 . Ties shall leave a uniform , circular hole when forms are removed. 5 . Do not use removable ties unless accepted by ENGINEER. Removable ties are not allowed on exterior below-grade walls or walls subject to hydrostatic pressure. If removable ties are accepted , CONTRACTOR shall submit hole repair details for ENGINEER approval. 6. Wire ties are not allowed. 7. Do not use reinforcing bars shown by the Drawings as part of the form tie system unless approved by ENGINEER. E. Form Coatings: 1. Provide commercial formulation form-coating compounds that will not bond with , stain , nor adversely affect concrete surfaces , and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion , nor impede wetting of surfaces to be cured with water or curing compounds. For concrete surfaces that will be in contact with JQ Infras tructure V CWRF So uth Flow Lift Station City Proj ect N o . I 00075-2 CON STR UC TI ON SPEC IFI CA TI ON DOCUMEN TS Febru ary 2021 03 11 00 CONC RET E FORMING Page 5 of 10 potable water or water that will be treated to become potable, form coating shall be a mineral oil base coating. PART 3 -EXECUTION 3.1 INSPECTION 3 .2 A. Examine substrate and conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. A. B. C . D. E. F. FORM CONSTRUCTION Construct forms in accordance with ACI 347; to the exact sizes, shapes, lines , and dimensions shown ; as required to obtain accurate alignment, location , and grades; to tolerances specified ; and to obtain level and plumb work in finish structures. Provide for openings, offsets, keyways, recesses , moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads , anchorages and inserts , and other features required. Use selected materials to obtain required finishes. Finish shall be in accordance with approv ed mock-up or sample panel , when specified. Allowable Tolerances: 1. Construct forming to provide completed concrete surfaces complying with tolerances specified in ACI 1 I 7, ACI 301 , and ACI 347 . a . Architectural finish forming , and where shown or indicated on the Drawings, s hall be Class A surface, 1/8-inch offset. b. Other surfaces exposed to view shall be Class B surface, 1 /4-inch offset. c. Other surfaces shall be Class C surface, 1/2-inch offset. 2 . Tolerances apply to form offsets and to irregularities within the formed surfa ce when meas ured with a straightedge over a five-fo ot di stance. Install formin g and accessories for facilities in accordance with manufacturer 's in structions, Laws and Regulation s, and the Contract Documents . 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 form s only . Kerf wood in serts for forming keyways, reglets , recesses , and the like , to prevent swelling and a s sure ease of removal. Provide temporary openings where interior area of forming is inaccessible for cleanout, for inspection before concrete placement, and for plac ing concrete. Brace temporary closures and set ti g htl y to forms to prevent los s of cement pa ste . Locate temporary openings on forms in locations as incon s picuous as possible , consistent with requirements of the Work . Form intersecting planes of openings to provide true , clean-cut corners, with edge grain of plywood not exposed a s form for concrete. Falsework: JQ Infras tru ctur e VC WRF So uth Fl ow Lift Stati on City Projec t No . I 00075 -2 CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 03 11 00 CONCRETE FORMING Page 6 of 10 1. Erect falsework and support, brace, and maintain falsework 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 s ign s of failure ; make necessary adjustments to produce finished Work of required dimensions . G . Forms for Smooth Finish Concrete: 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean comers at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections . 3. Use extra studs, walers , and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. 4 . Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5 . Form molding shapes, recesses , rustication joints and projections with smooth-fini sh materials, and install in forms with sealed joints to prevent displacement. H . Comer Treatment: I. 1. Form exposed comers of beams, walls, foundations, bases and columns to produce smooth, solid, unbroken lines , except as otherwise shown or indicated in the Contract Documents . Chamfer exposed comers. 2. Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown or indicated in the Contract Documents, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Use rigid PVC chamfers for architecturally formed concrete. Extend terminal edges to required limit and miter chamfer strips at changes in direction. 3. Reentrant or internal and unex posed comers may be formed either square or chamfered . Joints: I. For joint treatment, comply w ith Section 03 15 00, Concrete Accessories. Locate joints as s hown and specified. J . Openings and Built-In Work: 1. Prov ide openings in concrete forming shown or required under other Sections . Refer to Paragraph 1.1 B of this Section for coordination requirements . 2. Accurately place and securely support items to be built into forms. K. Sealing Forming: I. Forming joints s hall be tight-fitting or otherwise sealed to prevent loss of cement paste. 2. Prov ide forming resting against concrete s urfaces with compressible gasket material between the concrete and edge of form, to fill irregularities and create tight seal. L. Cleaning and Tightening: 1. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debri s just before concrete is placed. Retighten forms immediately after placin g concrete, as required to eliminate cement paste leaks . M . Tie Hole Repair: JQ Infras tru cture CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 3.3 A. B. C. 3.4 A. B. 3.5 A. 3.6 A . 03 11 00 CONCRETE FORMING Page 7 of 10 1. Repair tie holes in accordance with Section 03 30 00, Cast-In-Place Concrete . FORM COATINGS Coat form contact surfaces with non-stammg form-coating compound before installing reinforcing materials. Do not allow excess form coating material to accumulate in forms or come into contact with s urfaces that will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions . Coat steel forms with non-staining, rust-preventative form oil , or otherwise protect against rusting . Do not use rust-stained stee l forming. For concrete surfaces that will be in contact with potable water or water that will be treated to become potable, form coating shall be mineral-oil base coating. INSTALLATION OF EMBEDDED ITEMS Set and build into forming anchorage devices and other embedded items, shown, specified, or required under other Sections. Refer to Paragraph 1.1 B of this Section for coordination requirements. Use necessary setting drawings, diagrams, instructions, and directions. 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 finished slab surface. Provide and secure units to support screeds. FIELD QUALITY CONTROL Tests and Inspections: 1. Before placing concrete, check ties , tie cones, tie waterstops, embedded items, form coatings, forming stability, alignment, and tolerances. Make corrections and adjustments to ensure forming complies with intent of the forming design , proper stability of forming systems, and accurate size and location of concrete members . 2. During concrete placing, check forming and related s upports to ensure that forms are not displaced and that completed Work will be within specified tolerances. 3. If forms are unsatisfactory in any way, either before or during concrete placing, stop or postpone placing of concrete until defects are corrected as required by CONTRACTOR 's or Supplier's professional engineer and accepted by ENGINEER. REMOVAL OF FORMS Determination of time between placing concrete and removing forms is CONTRACTOR 's responsibility. Requirements specified in this Section are minimum times and requirements intended to ensure that concrete will support its own weight, and do not consider additional effects of the construction. Additiona l effects of the construction shall be accounted for by CONTRACTOR when determining time for removing forming . Time for removing of forms is subject to ENGINEER's acceptance. JQ Infrastructure YC WRF So uth Flow Lift Station City Proje ct No. I 00075-2 CONSTRUCTIO N SPECIFICATION DOCUMENTS Fe bruary 2021 03 I I 00 CONCRETE FORMJNG Page 8 of JO B. Comply with requirements of ACI 301 and ACI 347 , except as indicated in the Contract Documents. C . Removal of Forms for Walls , Columns, Sides of Beams and Girders, and Slab and Foundation Edges: 1. Comply with requirements of the table below: Average Daily Ambient Air Temperature (deg Min. Concrete F) Compressive 60 F to 50 F to Below Strength for Form Component Over 70 F 70F 60F SOF Removal Walls One day Two days Three days See 750 psi Columns Two days Three days Four days 1000 psi Side of beams Para- and girders One day One day Two days graph 500 psi Slab and 3.8.C.2 of this foundation One day One day Two days Section 500 psi edges 2 . When average daily ambient air temperature is below 50 degrees F, do not remove forms until concrete attains minimum compressive strength indicated in the table above for form removal , and comply with Paragraph 3.6 .C.3.b of this Section . 3 . Concrete Strength Requirements for Form Removal: a. For other than beams and elevated s labs , do not remove forms until concrete attains minimum concrete compressive strength indicated in the table above for form removal. b. For beams and elevated slabs, do not remove supporting forms or shoring until concrete attains minimum of 90 percent of its specified compressive strength . D . Alternative Criteria for Removing Forms for Walls , Columns, Sides of Beams and Girders, and Slab and Foundation Edges : CONTRACTOR has the option of submitting an alternative removal of forms table , together with supporting data, for ENGINEER's acceptance. Supporting data shall include representative field data for each different placement ambient temperature condition and minimum of three tests per temperature condition to ensure that accurate correlation between concrete strength and placement temperature is obtained . E. Determination of In-place Concrete Strength: 1. Determine compressive strength of in-place concrete by compression test specimens cured at the Site under the same condition s of temperature and moisture as the concrete member under consideration. 2. Alternatel y, determine compressive strength of in-place concrete by maturity factor procedure in accordance with ASTM C1074 and approved by ENGINEER. Location of embedded thermistors or thermocouples shall be as approved by ENGINEER. F . When high-earl y strength concrete is used , time for removing the forms will be developed at the Site from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. G . Continue curing, including bottom surfaces of s labs and beam s, after form removal m accordance with Section 03 30 00 , C a st-In-Place Concrete. JQ Infras tru cture CONSTR UCT ION S PEC IFICATION DOCUMENTS Fe bru ary 202 I YC WRF So uth Fl ow Lift Stati on C ity Proj ect No. I 00075 -2 3.7 3.8 A. B. PERMANENT SHORES Provide permanent shores in accordance with ACI 347. Reshores are not allowed. RE-USE OF FORMS 03 11 00 CONCRETE FORMING Page 9 of 10 A . Clean and repair surfaces of forms to be re-used in the construction. Do not use split, frayed , delaminated , or otherwise damaged form facing material. Apply form coating compound material to concrete contact surfaces as specified for forming. B . When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fin s and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched " forms for exposed concrete surfaces. Form surfaces are subject to ENGINEER's approval. END OF SECTION -03 11 00 JQ Infras tru cture CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station City Project No . I 00075-2 THIS PAGE INTENTIONALLY LEFT BLANK JQ Infrastructure CONSTRUCTION SPECIFICAT ION DOCUMENTS Fe bru ary 2021 03 11 00 CONCRETE FORMJNG Page 10 of 10 YCWRF South Flow Lift Station City Project No . I 00075-2 SECTION 03 15 00 -CONCRETE ACCESSORIES PART 1 -GENERAL 1.1 DESCRIPTION A . Scope : 03 15 00 CONCRETE ACCESSORIES Page 1 of 8 1. CONTRACTOR shall provide all labor, materials , equipment, and incidentals as shown, s pecified , and required to furnish and install concrete accessories. B . Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specifications Sections, apply to this Section . 2. Section 03 l I 00 , Concrete Forming. 3. Section 03 60 00 , Grouting. 4. Section 07 92 00, Joint Sealants. 1.2 REFERENCES A. Standards referenced in this Section are: l. ACI 301, Standard Specifications for Structural Concrete. 2. ASTM DJ 752 , Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. 3. CRD-C572, U.S. Arm y Corps of Engineers Specifications for Pol yv inyl-Chloride Waterstop . 1.3 SUB MITT ALS A. Action Submittals : Submit the following : 1. Shop Drawings: a. Layout of construction and expansion joint locations . Submit and obtain approval prior to submitting concrete reinforcement Shop Drawings. b . For construction and expansion joints that require waterstops , s ubmit layo ut of locations showing waterstop details . Indicate waterstop ty pe , waterstop joint conditions , and details on how joint conditions will be handled . c. Layout of all control joint locations . 2. Samples: a. Submit Sample, at least six inches long each , of each type of waterstop propo sed for use . b. Submit Sample of foam rubber and cork expansion joint filler s. c. Submit Sample of each type of prefabricated PVC waterstop joint. B . Informational Submittals: Submit the following: 1. Manufacturer 's Instruction s: Manufacturer 's s pecifications and in stallation instruction s for all materials required . 1.4 DELIVERY, STORAGE AND HANDLING A. Transportation and Handling of Products : JQ Infr astru cture CONSTRUCT ION SPECIF ICATIONS DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on C ity Project No . 100075-2 03 15 00 CON C RETE A CCESSORJES Page 2 of 8 1. Deliver materials to Site to ensure uninterrupted progress of the Work. 2. Comply with Section 01 60 00 , Product Requirements. B. Storage and Protection: I . Store concrete joint materials on platforms or in enclosures or covered to prevent contact with ground and exposure to weather and direct sunlight. Comply with manufacturer's storage and protection requirements. 2. Comply with Section O I 66 00 , Product Storage and Handling Requirements. PART 2 -PRODUCTS 2.1 A . B . C. WATERSTOPS Polyvinyl Chloride (PVC): I. Material Requirements: a. Waterstops shall be extruded from elastomeric PVC compound contammg plasticizers, resins , stabilizers, and other materials necessary to meet requirements of the Contract Documents and requirements ofCRD-C572 . Do not use reclaimed or scrap material. b . Tensile strength of finished waterstop: 1,400 psi , minimum . c. Ultimate elongation of finished waterstop: 280 percent, minimum . d . Minimum thickness shall be 3/8-inch over entire width ofwaterstop. e. Provide waterstops with minimum of seven rib s equally spaced at each end on each side. First rib shall be at the edge. Ribs shall be a minimum of 1/8-inch in height. f . Provide waterstops with hog rings or factory-installed grommets anchored to exterior ribs to facilitate tying waterstop in po s ition . 2. Split waterstops are not allowed . 3. Construction Joints : Waterstops shall be flatstrip ribbed type , six-inch minimum width , unless otherwise shown or indicated in the Contract Documents . 4. Expansion Joints: Waterstops s hall be centerbulb ribbed type , nine-inch minimum width , unless otherwise shown or indicated in the Contract Documents. Centerbulb shall have minimum outside diameter of 7 /8-inch . 5. Product and Manufacturer: Provide one of the following: a . W .R . Meadows, Inc. b. DCA Construction Products. c. Greenstreak Plastic Products Company . d . Paul Murphy Plastics Company. e. Vinylex Corporation. f. Or equal. Hypalon : 1. Provide hypalon waterstops as shown or indicated in the Contract Documents, 40-mils thick. 2. Waterstop shall be an integral part of manufacturer 's joint sealing system and shall be in accordance with manufacturer's published recommendations. 3. Product and Manufacturer: Provide one of the following: a. Sikadur Combiflex, as manufactured by Sika Corporation. b . Or equal. Hydro philic Waterstop Materials: 1. General Material Properties: JQ Infras tructure VC WRF South F low Lift Stati o n C ity Proj ect No . 100075-2 CONSTRUCT ION S P EC IF ICATIONS DOCUMENTS Feb ru ary 202 1 2.2 2 .3 2.4 A. A . B . A. B. 03 15 00 CONC RE TE ACCESS ORJ ES Page 3 of8 a. Bentonite-free, and expandable by minimum of80 percent of dry volume in presence of water to form watertight joint seal without damaging concrete in which material is cast. Provide on ly where shown or indicated in the Contract Documents. b. Material shall be composed of resins and polymers that absorb water and cause an increase in volume in completely reversible and repeatable process . Waterstop material shall be dimensionally stable after repeated wet-dry cycles with no deterioration of swelling potential. c. Se lect materials that are recommended by manufacturer for type of liquid to be contained. 2. Hydrophilic Rubber Waterstop: a. Minimum cross sectional dimensions shall be 3 /16-inch by 3 /4-inch. b. Product and Manufacturer: Provide one of the following: 1) Duroseal Gasket, by BBZ USA, Inc . 2) Adeka Ultraseal MC-201 OM , by Asahi Denka Kogyo K.K. 3) Hydrotite, by Greenstreak Plastic Products Company. 4) Or equal. 3. Hydrophilic Sealant: a. Hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp condition. When cured sealant shall be elastic indefinitely. b. Product and Manufacturer: Provide one of the following : I) Duroseal Paste, by BBZ USA, Inc. 2) Adeka Ultraseal P-201 , by Asahi Denka Kogyo K .K . 3) Hydrotite, by Greenstreak Plastic Products Company. 4) SikaSwell S , by Sika Corporation . 5) Or equal. PREFORMED EXPANSION JOINT FILLER Provide preformed expansion joint filler complying with ASTM D 1752, Type I (sponge rubber) or Type II (cork). CONCRETE CONSTRUCTION JOINT ROUGHENER Provide water-soluble non-flammable, surface-retardant roughener. Product and Manufacturer: Provide one of the following for the types of joints specified : 1. Rugasol-S, by Sika Corporation for horizontal joints only. 2 . Concrete Surface Retarder-Formula S , by Euclid Chemical Company, for horizontal joints only . 3. Concrete Surface Retarder-Formula F , by Euclid Chemical Company, for vertical joints only. 4 . TK-6100 Concrete Form Surface Retarder, by TK Products . 5 . Or equal. EPOXY BONDING AGENT Provide a two-component epoxy-resin bonding agent. Product and Manufacturer: Provide one of the following: 1. Sikadur 32 Hi-Mod LPL, by Sika Corporation . 2 . Eucopoxy LPL, by the Euclid Chemical Company . 3 . Resi-Bond J-58, by Dayton Superior. JQ Infras tru cture VCWRF South Fl ow Lift Stati on C ity Project No . 100075-2 CONSTRUCT ION S PEC IFI CAT IONS DOCUMENTS Fe bru ary 202 1 4 . Or equal. 03 15 00 CON C RETE ACCESSORI ES Pag e 4 of 8 2 .5 EPOXY-CEMENT BONDING AGENT A. Provide three component epoxy resin-cement blended formulated as bonding agent. B. Product and Manufacturer: Provide one of the following: I . Sika Armatec 110 EpoCem , as manufactured by Sika Corporation. 2 . Duralprep A.C., as manufactured by the Euclid Chemical Company. 3 . Emaco P24, as manufactured by MBT/ChemRex. 4 . Or equal. 2.6 JOINT SEALANT AND ACCESSORIES A. For joint sealants and accessories used on isolation joints, control joints, and expansion joints, refer to Section 07 92 00 , Joint Sealants. 2 . 7 CONCRETE BOND BREAKERS A . Provide asphalt-saturated rag felt building paper, not less in weight than commercially known as 15 pound felt building paper, which weighs 15 pounds per 100 square feet. B. Chemical Bond Breaker: 1. Provide medium solids resin solution chemical concrete bond breaker complying with ASTM C309, Type I , Class B . 2 .8 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 equal. 2.9 RUBBER BONDING AGENT A . Product and Manufacturer: Provide one of the following : I. Scotch-Grip 1300 Rubber Adhesive , as manufactured by 3M Company . 2. Or equal. PART 3 -EXECUTION 3.1 INSPECTION A. CONTRACTOR and installing Subcontractor, if any , shall examine substrate and conditions under which the Work is to be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. JQ Infrastru ctur e CONS TRUC TI ON SPECIF ICATIONS DOCUMENTS Fe bru ary 2021 YC WRF So uth Fl ow Lift Stati on C ity Proj ect No . 1000 75-2 3.2 A. B. C. D. CONSTRUCTION JOINTS Comply with requirements of ACI 301 and the Contract Documents. 03 15 00 CONC RETE ACCES SORIES Page 5 of8 Locate and install construction joints as shown or indicated on the Drawings. Where not shown or indicated , locate joints to not impair strength of the structure ; position joints at points of minimum shear. Location of joints shall be approved by ENGINEER. In addition to joints shown or indicated on the Drawings, locate construction joints as follows: 1. In foundation mats , locate joints at spacing of approximately 40 feet. Joints shall be located within middle third of element span , unless otherwise shown or indicated on the Drawings. Element span shall be considered distance between piles or, as determined by ENGINEER, distance between bearing elements, such as columns, exterior walls and interior walls. Place concrete in strip pattern , unless otherwise shown or indicated on the Drawings. 2. In walls , locate joints at a maximum spacing of 40 feet. Locate joints away from wall intersections a minimum of one-quarter of the clear span distance between wall intersections measured horizontally. 3. In structural slabs and beams,joints shall be located within middle third of element span and shall be located in compliance with ACI 30 I , unless otherwise shown or indicated on the Drawings. 4. ln slabs on grade, locate joints at spacing of approximately 40 feet. Place concrete in strip pattern , unless otherwise shown or indicated on the Drawings. Horizontal Joints: I. Roughen concrete at interface of construction joints by abrasive blasting, hydro blasting, or using surface retardants and water jets to expose aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping, unless otherwise approved by ENGINEER. Immediately before placing fresh concrete, thoroughly clean existing contact surface using stiff brush or other tools and stream of pressurized water. Surface shall be clean and wet, and free from pools of water at time of placing fresh concrete. 2. Remove laitance , waste mortar, and other substances that may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placing or where dirt or other bond reducing contaminants are on surface, perform additional light abrasive blasting or hydroblasting to remove laitance and all bond-reducing materials just prior to concrete placement. 3. Provide over contact surface of concrete a six-inch layer of Construction Joint Grout as specified in Section 03 60 00 , Grouting. Place fresh concrete before grout has attained its initial set. Placement of grout may be omitted if concrete mix has slump increased to at least six inches by addition of high range water reducer. Vertical Joints: 1. Apply roughener to the form in thin , even film by brush , spray , or roller in accordance with manufacturer's instructions. After roughener is dry , concrete may be placed. 2. When concrete has been placed, remove joint surface forms as early as necessary to allow for removal of surface retarded concrete. Forms covering member surfaces shall remain in place as required under Section 03 11 00, Concrete Fonning. Wash loosened material off with high-pressure water spray to obtain roughened surface subject to approval by ENGINEER. Alternately , surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate. Outer one-inch of each side of joint face shall be masked and protected from blasting to avoid damaging member surface. JQ Infrastructure VCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 CONSTRUCTION S PEC IFI CA TI ONS DOCU M EN T S Fe bruary 2021 3.3 3.4 3.5 3.6 A . B. A. B. C . D. A. A. EXPANSION JOINTS Comply with requirements of ACI 301 and this Section. 03 IS 00 CONC RETE ACCESSORJES Page 6 of 8 Locate and install expansion joints as shown and indicated in the Contract Documents. Install joint filler in accordance with manufacturer's instructions . Install sealants as specified in this Section. CONTROL JOINTS Provide control joints in non-water bearing slabs on grade as shown or indicated on the Drawings. Where control joints are not shown or indicated on the Drawings, space control joints at 24 to 36 times thickness of slab in both directions. Locate control joints only at places approved by ENGINEER. A groove, with depth of at least 25 percent of the member thickness, shall be tooled, formed , or saw-cut in concrete. Groove shall be filled with joint sealant material in accordance with Section 07 92 00, Joint Sealants. Where control joint is formed by sawcutting, make sawcut in presence of ENGINEER immediately after concrete has set sufficiently to support the saw and be cut without damage to concrete. Keep concrete continually moist during cutting. Joints shall be approximately 1/8-inch wide. Control joints may be formed with tool or by inserting joint forming strip. After concrete has achieved design strength, remove upper portion of joint forming strip and fill void with sealant. ISOLATION JOINTS Provide isolation joint where sidewalk or other slab on grade abuts a concrete structure and slab on grade is not shown doweled into that structure. Form isolation joint by 1 /2-inch joint filler with upper 1 /2-inch of joint filled with sealant. WATERSTOPS General : I. Comply with ACI 301 and this Section. Make joints in accordance with manufacturer's instructions. 2. Provide PVC waterstops, except where otherwise shown or indicated on the Drawings. 3. Provide waterstops in all joints where concrete construction is below grade or intended to retain liquid. Install waterstop to the higher of: at least 12 inches above grade, or 12 inches above overflow liquid level in tanks. 4. Waterstops shall be fully continuous for extent of joint and with waterstops in intersecting joints. Maintain waterstop continuity at transitions between waterstops in joints at different levels and orientations. 5 . In vertical joints in walls that are free at the top, waterstops shall extend no closer than six inches from top of wall. 6 . In placing concrete around horizontal waterstops, with waterstop flat face in horizontal plane, work the concrete under waterstops by hand to avoid forming air and rock pockets. B. Polyvinyl Chloride Waterstop: I . Waterstops shall be positively held from displacement during concrete placing. Tie waterstops to reinforcement or other rigid supports at maximum spacing of 18 inches so that JQ Infrastructure V CWRF South Fl ow Lift Stati on C ity Project N o . 100075-2 CONSTRUCTI ON S PEC IFI CATI ONS DOCUMENTS Fe bru ary 202 1 03 15 00 CON CRET E ACCES SORI ES Page 7 of 8 waterstop is securely and rigidly supported in proper position during concrete placing. Continuously inspect waterstops during concrete placing to ensure proper positioning. 2. Perform splicing in waterstops by heat sealing adjacent waterstop sections in accordance with manufacturer 's printed recommendations. The following is required : a. Material shall not be damaged by heat sealing. b. Splices shall have tensile strength of not less than 60 percent of unspliced material 's tensile strength . c . Maintain the continuity of waterstop ribs and of its tubular center axis. 3. Only butt-type joints of ends of two identical waterstop sections shall be made while material is in forms. 4. Prefabricated PVC Waterstop Joint: a . Joints with waterstops involving more than two ends to be jointed together, and joints that involve an angle cut, alignment change, or joining of two dissimilar waterstop sections, shall be prefabricated by CONTRACTOR or manufacturer prior to placing in the forms. b. Prefabricated joints shall have minimum of2.0 feetofwaterstop material beyond joint in each direction . c. Install prefabricated joint assembly in the forms and butt-weld each two-foot end to a straight-run portion of waterstop in place in the forms . 5. Where centerbulb waterstop intersects and is jointed with non-centerbulb waterstop , seal end of centerbulb using additional PVC material as required. 6. Symmetrical halves of waterstops shall be equally divided between concrete placements at joints and centered within joint width, unless shown or indicated otherwise in the Contract Documents. Place centerbulb waterstops in expansion joints so that centerbulb is centered on joint filler material. 7. When waterstop is installed in the forms or embedded in first concrete placement and waterstop remains exposed to atmosphere for more than four days , implement suitable precautions to shade and protect exposed waterstop from direct rays of sun during entire exposure, until exposed portion ofwaterstop is embedded in concrete. 8. Protect waterstop placed in joints intended for future concrete placement from direct rays of the sun by temporary means until permanent cover is installed , so that waterstop is not exposed to direct rays of the sun for more than four days total. C. Hypalon Waterstop: 1. Provide hypalon waterstop where shown or indicated on the Drawings. 2. Install in accordance with manufacturer 's recommendations. D. Hydrophilic Rubber Waterstop and Sealant: 1. Where a hydrophilic rubber waterstop or sealant is required in accordance with the Contract Documents, or where approved by ENGINEER, install waterstop or sealant in accordance with manufacturer 's instructions and recommendations; except, as modified in the Contract Documents. 2. When requested by ENGINEER, provide manufacturer 's technical assistance at the Site. 3. Locate waterstop or sealant as near as possible to center of joint. Waterstop or sealant shall be continuous around entire joint. Minimum distance from edge of waterstop to face of the member shall be three inches. 4. Where hydrophilic rubber waterstop is used in combination with PVC waterstop , hydrophilic rubber waterstop shall overlap PVC waterstop for minimum of six inches. Fill contact surface between hydrophilic rubber waterstop and PVC waterstop with hydrophilic sealant. 5 . Where wet curing methods are used , apply hydrophilic rubber waterstop and sealant after curing water is removed and just prior to closing up of the forms for concrete placement. Protect hydrophilic rubber waterstop and sealant from direct rays of sun and from becoming JQ Infrastru cture CONSTRUC TION S PEC IFI CAT IO NS DOCU M EN TS Fe bru ary 2021 VCW RF So uth Fl ow Lift Stati on C ity Project No I 00075-2 3.7 3.8 A. B . C . D . E. F . A. 03 15 00 CONC RETE ACCESSORI ES Page 8 of 8 wet prior to concrete placement. If material becomes wet and expands, allow material to dry until material has returned to original cross sectional dimensions before placing concrete. 6 . Install hydrophilic rubber waterstop in bed of hydrophilic sealant, before skinning and curing begins, so that irregularities in concrete surface are completely filled and waterstop is bonded to sealant. After sealant has cured , instal I concrete nails, with washers of a diameter equal to waterstop width, to secure waterstop to concrete at maximum spacing of 1.5 feet. 7. Prior to in stalling hydrophilic sealant, wire brush or sandblast the concrete surface to remove laitance and other materials that may interfere with bonding. Metal and PVC surfaces to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown or indicated in the Contract Documents, place sealant placed in built-up bead which has a triangular cross section with each side of triangle at least 3/4-inch long, unless otherwise indicated in the Contract Documents. Do not place concrete until sealant has cured as recommended by sealant manufacturer. BONDING AGENT Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days, and for bonding to existing concrete. Use epoxy-cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days, and for bonding to existing concrete. 2. For locations where bonding agent is required and concrete cannot be placed within open time period of epoxy bonding agent. Use cement-water slurry as bonding agent for toppings and concrete fill to new concrete. Cement water slurry shall be worked into s urface with stiff bri stle broom and place the concrete before cement-water slurry dries . Handle and store bonding agent in accordance with manufacturer's printed instructions and safety precautions. Mi x bonding agent in accordance with manufacturer's instructions . Before placing fresh concrete, thoroughly rou g hen and clean hardened concrete surfaces and coat with bonding agent not le ss than 1 /16-inch thick . Place fresh concrete while bonding agent is still tacky (within its open time), without removing in-place bonding agent coat, and as directed by manufacturer. BEARING PAD INSTALLATION Neoprene Bearing Pad : Install with water insen s itive adhesive in accordance with manufacturer 's instructions. END OF SECTION -03 15 00 JQ In frastru ctur e CONSTRUCTION S PEC IF ICAT IONS DOCUMENTS February 202 1 VCWRF South Flow Lift S tati on C ity Proj ec t No . I 00075 -2 SECTION 03 20 00 -CONCRETE REINFORCING PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 03 20 00 CONCRETE REINFORC IN G Page I of8 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete reinforcing. 2. Extent of concrete reinforcing is shown and indicated in the Contract Documents. 3. Work includes fabrication and placement of reinforcing including bars, ties , and supports, and welded wire fabric for concrete, encasements , and fireproofing. B . Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 2. Section 03 15 00 , Concrete Accessories. 3. Section 05 05 33 , Anchor Systems. 1.2 REFERENCES A . Standards referenced in this Section are : 1. ACI 315 , Details and Detailing of Concrete Reinforcement. 2. ACI 318, Building Code Requirements for Structural Concrete . 3. ACI 350, Code Requirements for Environmental Engineering Concrete Structures. 4 . ANSVA WS Dl .4 , Structural Welding Code -Reinforcing Steel. 5. ASTM A82 , Specification for Steel Wire, Plain, for Concrete Reinforcement. 6. ASTM Al 85 , Specification for Steel Welded Wire Reinforcement, Plain , for Concrete . 7. ASTM A615 , Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 8. ASTM A 706 , Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinfo rcement. 9 . ASTM A 775 , Specification for Epoxy-Coated Steel Reinforcing Bars. 10. ASTM E329 , Specification for Agencies Engaged in Construction Inspection and/or Testing. 11. Concrete Reinforcing Steel Institute (CRSJ), CRSI 1 MSP, Manual of Standard Practice. 12. ICC Evaluation Service (ES) AC 308 , Acceptance Criteria for Post-Installed Anchors in Concrete Elements. 1.3 QUALITY ASSURANCE A . Qualifications: 1. Testing Laboratory: Shall meet requirements of ASTM E329 and shall have experience in the testing welded splices of reinforcing steel and tension testing of reinforcing bars set in adhesive in hardened concrete . 2. Installer of Adhesive Dowels : Shall be experienced and certified by manufacturer of adhesive as possessing necessary training for installing manufacturer 's products. JQ Infra structure CONSTRUCT IO N SPECIF ICAT IO N DOCUMENTS Feb ru ary 2021 VCWRF South Flow Lift Stati on C ity Project No . I 00075-2 03 20 00 CONC RETE REINFORC IN G Pa ge 2 of8 Distributors or manufacturer 's representatives shall not provide product training unless qualified as certified trainers by anchor manufacturer. B . Certifications: 1. Weld Procedures: For types of splices and g rades of reinforcing used in the Work, weld procedures for welded reinforcing steel s plices shall be certified in accordance with ANSI/AWS DJ .4. 2 . Welders: For types of splices and grades of reinforcing used in the Work , welders shall be certified for welding reinforcing steel splices in accordance with ANSI/A WS Dl .4 . 1 .4 SUB MITT ALS A . Action Submittals : Submit the following: 1. Shop Drawings : a. Drawings for fabricating , bending, and placing concrete reinforcing . Comply with ACI 315, Parts A and B . b . For walls, show elevations at minimum scale of 1/4-inch to one foot. 1) Elevations shall show all openings and reference details that identify additional reinforcing required around each opening. 2) Elevations shall denote each wall intersection and reference a detail that identifies additional reinforcing required at wall intersection . As an alternate to providing separate details for each wall intersection , provide overall plan detailing only the additional wall intersection reinforcing for each wall intersection. c . For slabs and mats, show top and bottom reinforcing on separate plan views. 1) Plans shall show all openings and shall reference details that identify additional reinforcing around each opening. d. Show bar schedules, stirrup spacing, diagrams of bent bars, location of bar splices, length of lap splices, arrangements, and assemblies , as required for fabricating and placing concrete reinforcing unless otherwise noted . e. Splices shall be kept to a minimum. Avoid , when possible, splices in regions of maximum tensile stresses. f. Drawings detailing location ofall construction and expansion joints, as required under Section 03 15 00 , Concrete Accessories , shall be submitted and approved before Shop Drawings for reinforcing are submitted . g. Drawings detailing location , spacing, edge distance , and embedment depth of adhesive dowels. Adhesive system shall be submitted and approved before Shop Drawings with adhesive dowels are submitted. 2 . Product Data: a. Manufacturer's product data for adhesive, if not submitted under other Sections. b . Adhesive manufacturer 's test data and ICC ES report to verify specified capacity of adhesive dowels . B. Informational Submittals: Submit the following: 1. Certificates: JQ Infrastructure a. Steel manufacturer 's certificates of mill analy s is , tensile , and bend tests for reinforcing steel. b. Certification of welders and weld procedures for splices. c. Adhesive manufacturer 's certification verifying that installer is qualified and using proper installation procedures. CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VC WRF South Flow Lift S tation C ity Project No . I 00075-2 2. Manufacturer's Instructions: a. Installation instructions for adhesive systems. 3. Field Quality Control Submittals: a. Reports of all field quality control testing, where applicable. 0 3 20 00 CONC RETE REfNFORC fNG Page 3 o f 8 b. Results of required inspection of welded splices of reinforcing bars . c. Results of required tensile testing of adhesive dowels. Include size and location of bars tested. 4. Special Procedure Submittals ; Description of reinforcing weld locations and weld procedures. 1.5 DELIVERY, HANDLING , AND STORAGE A. Deliver concrete reinforcing products to Site bundled, tagged , and marked. Use metal tags indicating bar size , lengths, and other information corresponding to markings on approved Shop Drawings. B. Store concrete reinforcing products to prevent damage and accumulation of dirt and excessive rust. Store on heavy wood blocking so that reinforcing does not come into contact with the ground. PART 2 -PRODUCTS 2.1 A. B. C. D. E . F. MATERIALS Reinforcing Bars: Shall be deformed in accordance with ASTM A6 l 5, and as follows : 1. Provide Grade 60 for all bars, unless indicated otherwise. 2. At beams and columns forming frames and wall boundary elements, where shown on the Drawings, provide ASTM A706 or ASTM A615 , Grade 60, with tested actual maximum yield stress of78,000 psi and ratio ofactual tested tensile strength to tested yield strength not less than 1.25 . Mechanical Couplers: Reinforcement bars may be spliced with mechanical connection . Connection shall be full mechanical connection that shall develop in tension or compression, as required , at least 125 percent of specified yield strength (fy) of bar in accordance with ACI 318 and ACI 350. Where splices at the face of wall are shown or approved by ENGINEER, form saver-type mechanical couplers may be used. Form-saver couplers shall have integral plates designed to positively connect coupler to formwork. Steel Wire: Shall be in accordance with ASTM A82 . Welded Smooth Wire Fabric: Shall be in accordance with ASTM A 185 . I . Furnish in flat sheets, not rolls. Column Spirals: Hot-rolled rods for spirals, conforming to ASTM A615 . Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting and fastening reinforcing in place. 1. Use wire bar type supports complying with CRSI l MSP recommendations, except as specified in this Section . Do not use wood, brick , or other unacceptable materials. JQ Infrastructure VCWRF So uth Fl ow Lift Stati on C ity Proj ect No . I 00075-2 C O NS TRUC TION SP EC IFI CATI ON DOCU M EN TS Fe bru ary 2021 2.2 03 20 00 CONCRET E REINFORC ING Page 4 o f8 2. For slabs on grade, use precast concrete blocks, four inches square in plan , with embedded tie wire as specified by CRSI 1 MSP . Precast concrete blocks shall have same or higher compressive strength as specified for concrete in which they are located. 3. For concrete surfaces where legs of supports are in contact with forms , provide supports complying with CRSI l MSP as follows: a. At formed surfaces in contact with soil , weather, or liquid , or located above liquid , supports shall be CRSI Class 1 for maximum protection. Plastic coating on legs shall extend at least 0.5-inch upward from form surface. b . At interior dry surfaces (not located above liquid), supports shall be either Class 1 or Class 2 for moderate protection . 4 . Over waterproof membranes, use precast concrete chairs. G . Adhesive Dowels : A. B . 1. Dowels: a. Dowel reinforcing bars shall be deformed in accordance with ASTM A615 , Grade 60. 2. Adhesive : a. Requirements for adhesive are specified under requirements for concrete adhesive anchors in Section 05 05 33 , Anchor Systems. FABRICATION General: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI 1 MSP. In case of fabricating errors , do not re-bend or straighten reinforcing in manner that injures or weakens material. Unacceptable Materials: Reinforcing with one or more of the following defects is not allowed : 1. Bar lengths , bends, and other dimensions exceeding specified fabrication tolerances . 2. Bends or kinks not shown on approved Shop Drawings. 3 . Bars that do not meet or exceed their ASTM specification requirements when hand-wire- brushed , with respect to cross section , nominal weight, or average height of deformations . PART 3 -EXECUTION 3 .1 A. 3.2 A . B . INSPECTION Examine the substrate and conditions under which concrete reinforcing is to be placed and notify ENGINEER in writing ofunsatisfactory conditions. Do not proceed with Work until un s atisfactory conditions have been corrected. INSTALLATION Comply with applicable recommendations of Laws and Regulations, applicable standards, and CRSI 1 MSP for details and methods of reinforcing placement and supports. Clean reinforcing to remove loose rust and mill scale, earth , ice , and other materials that reduce or destroy bond with concrete. JQ Infras tru cture VC WRF So uth Flow Lift Stati on C ity Project No . I 00075-2 CONS TRU CTI ON S PEC IFICATION DOCU MENTS Fe brua ry 2021 03 20 00 CONCRETE REINFORC ING Page 5 of8 C. Position, support, and secure reinforcing against displacement during formwork construction and concrete placing. Locate and support reinforcing by metal chairs, runners, bolsters, spacers , and hangers, as required. 1. Place reinforcing to obtain minimum concrete coverages specified in ACI 318, AC I 350, and the Contract Documents . Arrange, space, and securely tie bars and bar supports together with 16-gage wire to hold reinforcing accurately in position during concrete placing. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placing concrete, using surveyor's level or string line, demonstrate to ENGINEER that specified cover ofreinforcing has been attained. 3. Do not secure reinforcing steel to forms with wire, nails , or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. D . Allowable Placing Tolerances: Comply with ACI 318, Chapter 7 -Details of Reinforcement, and ACI 350, Chapter 7 -Details of Reinforcement, except as specified in this Section: 1. Concrete surfaces in contact with liquid shall have minimum of two inches of concrete over reinforcing steel. E. Provide sufficient number of supports of strength required to carry reinforcing . Do not place reinforcing bars more than two inches beyond last leg of 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 reinforcing splices by lapping ends, placing bars in contact, and tying tightly with wire. Comply with requirements shown for minimum lap of spliced bars as shown on the Drawings. G. Install welded wire fabric in lengths as long 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. H. Mechanical Couplers : I . Mechanical butt splices shall be in accordance with recommendations of mechanical splicing device manufacturer. Butt splices shall develop 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Bars shall be flame- dried before butt splicing. Provide adequate jigs and clamps or other devices to support, align , and hold longitudinal centerline of bars being butt spliced in straight line. I. Welded Splices: 1. When field welding ofreinforcing is required on the Drawings or allowed by ENGINEER in writing, welding ofreinforcing bars shall conform to ANSVA WS DJ .4. Preheating and rate of cooling requirements shall be based on bar steel chemistry and ANSI/A WS DI .4 . Welded splices shall be sized and constructed to transfer minimum of 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Unless otherwise allowed by Engineer in writing, welding of crossing bars (tack welding) for assembly of reinforcement is prohibited. 2. Welding of wire to wire , and of wire or welded wire fabric to reinforcing bars or structural steels, shall conform to applicable provisions of ANSI /A WS DI .4 and ENGINEER 's requirements for the particular application. JQ Infrastr ucture CONSTRUC TION SPECIFICATION DOCU M ENTS February 2021 VCWRF So uth Flow Lift Stat ion C ity Project No. I 00075-2 J. 3.3 A. 03 20 00 CONC RET E REINFORC ING Page 6 of8 3 . After completing welding on coated reinforcing bars, repair coating damage as specified in this Section. Welds and steel splice members, when used to splice bars, shall be coated with same material used for repair of coating damage. Adhesive Dowels: I. Comply with manufacturer's written installation instructions and requirements of this Section. 2. Drill holes to adhesive system manufacturer's recommended drill bit diameter and to specified depth. Drill holes in hammering and rotation mode with carbide-tipped drill bits complying with tolerances indicated in ANSI B2 I 2 . I 5. Core-drilled holes shall not be permitted. 3. Before setting adhesive dowel, hole shall be made free of dust and debris by method recommended by adhesive system manufacturer. Brush the hole with adhesive system manufacturer-approved brush and blow hole clean with clean , dry , oil-free compressed air to remove all dust and loose particles. Hole shall be dry as defined by adhesive system manufacturer. 4. Before injecting adhesive, obtain ENGINEER's concurrence that hole is dry and free ofoil and other contaminants. 5 . Prior to injecting adhesive into the drilled hole , dispense to an appropriate location for waste an initial amount of adhesive from the mixing nozzle until adhesive is a uniform color, indicating that product is properly mixed. 6. Inject adhesive into hole through injection system-mixing nozzle and extension tubes (as required) placed to bottom of hole. Withdraw nozzle 's discharge end as adhesive is placed while keeping nozzle immersed to prevent formation of air pockets. Fill hole to depth that ensures that excess material is expelled from hole during dowel placing. 7 . Twist dowel during insertion into partially-filled hole to ensure full wetting of rod surface with adhesive . Insert rod slowly to avoid developing air pockets. 8. Provide adequate curing in accordance to adhesive system manufacturer 's requirements prior to continuing with adjoining or adjacent Work that could impose or impart load on the dowels. Do not begin adjoining or adjacent Work until dowels are successfully tested or when approved by ENGINEER. 9 . Limitations: a. Installation Temperature: Comply with manufacturer's instructions for installation temperature requirements. Provide temporary protection and other measures, such as heated enclosures, necessary to ensure that base material temperature complies with requirements of adhesive systems manufacturer during installation and adhesive system curing. b. Oversized Holes: Advise ENGINEER immediately if size of drilled hole is larger than recommended by adhesive system manufacturer. Cost of corrective measures, including but not limited to redesign of dowels due to decreased capacities, shall be paid by CONTRACTOR. FIELD QUALITY CONTROL Site Inspections and Tests: I. General: a. Do not place concrete until reinforcing is inspected , and permission for placing concrete is granted by ENGINEER. Concrete placed in violation of this provision will be rejected . J Q Infrastructure YC WRF South Flow Lift Stati on C ity Proj ect No . I 00075 -2 CONS TR UCT IO N SPEC IFI CATI ON DOCU MEN TS Fe bru ary 20 21 03 20 00 CO NCRET E REINFOR CING Page 7 of 8 b. Do not close up formwork for walls and other vertical members until reinforcing is inspected , and permission for placing concrete is granted by ENGINEER. Concrete placed in violation of this provision will be rejected . c . Correct defective Work by removing and replacing or correcting, as required by ENGINEER. d . CONTRACTOR shall pay cost of corrections and subsequent testing required to confirm integrity of post-installed anchors . e. Testing laboratory shall s ubmit test results to CONTRACTOR and ENGINEER within 24 hours of completion of test . 2 . Site Tests: a . CONTRACTOR shall employ an independent testing laboratory to perform field quality testing of adhesive dowels at the Site. 1) Testing shall comply with ASTM E488. 2) Test at least ten percent of each type of adhesive dowel. If one or more dowels fail the test, CONTRACTOR shall pay cost to test all dowels of same diameter and type installed on the same day as the failed dowel. 3) Test dowels to 60 percent of specified y ield strength. ENGINEER will direct which dowels are to be tested . 4) Apply test loads with hydraulic ram . 5) Displacement of dowels shall not exceed D /10 , where Dis nominal diameter of dowel. 3. Inspection of Welded Splices : CONTRACTOR shall employ an independent testing laboratory to perform field quality control testing of welded splices. All welded splices shall be visually inspected . Radiographically test minimum of five percent of butt splice welds . Repair defective welds so that welds are completely sound . B. Manufacturer 's Services: I. Provide qualified adhesive manufacturer 's representative at the Site during initial installation of adhesive dowel systems to train installing personnel in proper selection and installation procedures . Manufacturer 's representative sh a ll observe to verify that in staller demonstrates proper installation procedures for adhesive do w el s and adhesive material. Each in staller shall be certified in writing by manufacturer as qualified to in stall adhesive anchors . END OF SECTION -03 20 00 JQ Infras tructure CONST RUCT ION SPEC IFICAT ION DOCUMEN TS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No . 100075-2 THIS PAGE INTENTIONALLY LEFT BLANK JQ Infrastructure CONSTRUCT ION SPECIFICATION DOCUMENTS February 2021 03 20 00 CONCRETE REINFORCING Page 8 of 8 VCWRF South Flow Lift Station C ity Project No. 100075-2 SECTION 03 30 00 -CAST-IN-PLACE CONCRETE PART I -GENERAL 1. I DESCRIPTION A. Scope: 03 30 00 CAST-IN-PLACE CONCRETE Page I o f28 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 , anchorage devices, inserts, and all other items to be embedded in concrete Work. B. Coordination: 1. Review installation procedures under other Sections and coordinate installation of items to be installed in the concrete Work. C. Classifications of Concrete: 1. Class "A" concrete shall be steel-reinforced and includes the following: a. All concrete, unless otherwise shown or indicated. 2. Class "B " concrete shall be placed without forms or with simple forms , with little or no reinforcing, and includes the following , unless otherwise shown or indicated : a. Concrete fill within structures. b. Duct banks. c. Unreinforced encasements. d. Curbs and gutters. e. Sidewalks. f. Thrust blocks. 3 . Class "C" concrete shall be unreinforced and used where required as concrete fill under foundations , filling abandoned piping , and where "lean concrete" or "mudmat" is shown or indicated in the Contract Documents . D. Related Sections: I . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 2. Section 03 15 00, Concrete Accessories. 3. Section 03 60 00, Grouting. 1.2 REFERENCES A. Standards referenced in this Section are : I. AASHTO M 182, Specification for Burlap Cloth Made From Jute or Kenaf and Cotton Materials . JQ Infras tructure CONSTR UCTION SPECIFI CATION DOCUMENTS Fe bruary 2021 VCWRF So uth F low Lift Stati o n C ity Project No . I 00075-2 0 3 30 00 CA ST-rN-PLACE CON C RET E Page 2 of28 2 . AASHTO TP23 , Test Method for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 3. ACI 117 , Specifications for Tolerances for Concrete Construction and Materials and Commentary. 4 . ACI 214R, Evaluation of Strength Test Results of Concrete. 5. ACI 301 , Specification s for Structural Concrete . 6 . ACI 302.1 R , Guide for Concrete Floor and Slab Construction. 7 . ACI 304R, Guide for Measuring, Mixing, Transporting and Placing Concrete . 8 . ACI 305R, Specification for Hot Weather Concreting. 9 . ACI 306R, Cold Weather Concreting. 10. ACI 309R, Guide for Consolidation of Concrete . 11. ACI 318 , Building Code Requirements for Structural Concrete and Commentary. 12. ACI 350/350R, Code Requirements for Environmental Engineering Concrete Structures and Commentary . 13 . ASTM C3 l /C3 IM, Practice for Making and Curing Concrete Test Specimens in the Field. 14. ASTM C33 , Specification for Concrete Aggregates . 15. ASTM C39/C39M , Test Method for Compressive Strength of Cylindrical Con-crete Specimens. 16. ASTM C42/C42M, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 17 . ASTM C94/C94M , Specification for Ready-Mixed Concrete . 18. ASTM C 109 /C 109M, Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in . or [50-mm] Cube Specimens). 19 . ASTM Cl38/Cl38M, Test Method for Density (Unit Weight), Yield , and Air Content (Gravimetric) of Concrete . 20. ASTM Cl43/Cl43M, Test Method for Slump of Hydraulic-Cement Concrete. 21 . ASTM C 150 , Specification for Portland Cement. 22 . ASTM Cl 57 /Cl 57M , Test Method for Length Change of Hardened Hydraulic-Cement Mortar and Concrete. 23. ASTM Cl 71 , Specification for Sheet Materials for Curing Concrete. 24. ASTM Cl 72 , Practice for Sampling Freshly Mixed Concrete. 25. ASTM C231 , Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 26 . ASTM C260 , Specification for Air-Entraining Admixtures for Concrete. 27. ASTM C309, Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 28. ASTM C330, Specification for Lightweight Aggregates for Structural Concrete. 29. ASTM C494/C494M, Specification for Chemical Admixtures for Concrete . 30. ASTM C618 , Specification for Coal Fly Ash and Raw or Calcined Natural Pozzo Ian for Use in Concrete. 31. ASTM C882/C882M , Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 32. ASTM C989 , Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. 33 . ASTM C1064/Cl064M, Standard Test Method for Temperature of Freshly Mi xed Hydraulic-Cement Concrete. 34. ASTM C 1077 , Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation . 35 . ASTM Cl 240 , Specification for Silica Fume Used in Cementitious Mixtures. 36 . ASTM Dl 042 , Test Method for Linear Dimensional Changes of Plastics Under Accelerated Service Conditions . JQ Infrastru ctur e CONSTRUC TI ON SPEC IFI CA TI ON DOCU MENTS Fe bru ary 202 1 V C WRF So uth Fl ow Lift Station C ity Proj ect N o . 10 0075-2 03 30 00 CAST-IN-PLACE C ONCRETE Pa ge 3 of28 37. ASTM D3574 , Standard Test Methods for Flexible Cellular Materials-Slab, Bonded, and Molded Urethane Foams. 38. ASTM E96/E96M , Test Methods for Water Vapor Transmission of Materials 39. ASTM E329 , Specification for Agencies Engaged in Construction Inspection and/or Testing. 40. ASTM El 643 , Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs. 41. ASTM El 745 , Specification for Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. 42. NSF/ANSI 61, Drinking Water System Components -Health Effects. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Concrete Testing Laboratory: a. Employ independent testing laboratory experienced in design and testing of concrete materials and mixes to perform material evaluation tests and to design concrete mixes. Employ different laboratories for design of concrete mixes and field testing. I) Testing agency shall be in accordance with ASTM E329 and ASTM C 1077. 2) Testing laboratory shall have been inspected and passed within previous two years by Cement and Concrete Reference Laboratory (CCRL) of NIST for: testing concrete aggregates , and for preparing and testing concrete trial batches with or without admixtures. Testing laboratory shall provide documentation indicating how deficiencies, if any , in most recent CCRL inspection report were corrected . 3) Selection of testing laboratory is subject to OWNER 's acceptance. 4) Submit written description of proposed concrete testing laboratory giving qualifications of personnel , laboratory facilities , and equipment, and other information requested by ENGINEER. 2. Water Reducing Admixture Manufacturer: a. Water-reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. Submit copy of manufacturer 's quality assurance handbook to document program existence. b. Manufacturer shall maintain a concrete testing laboratory approved by CCRL at NIST. c. Manufacturer shall be capable of providing services of qualified field service representatives at the Site. B. Laboratory Trial Batch: 1. Each concrete mix design specified shall be verified by laboratory trial batch , unless indicated otherwise. 2. For classes of concrete that require air-entrainment, test the trial batch at highest percentage of air allowed for that class of concrete. 3. Perform the following testing on each trial batch: a . Aggregate gradation for fine and coarse aggregates . b . Fly ash testing to verify meeting specified properties, unless fly ash Supplier submits 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. JQ Infrastructure CO NSTRUCTION SPEC IFICA TION DOCU MENTS Feb ru ary 2021 YCWRF So uth Flow Lift Stati on C ity Project No . !00075-2 03 30 00 CAS T-IN-PLACE CONCRETE Pa ge 4 o f28 f. Shrinkage test in accordance with this Section , for Class "A " concrete . 4 . Submit for each trial batch the following information: a. Project identification name and number (if applicable). b. Date of test report. c. Complete identification of aggregate source of supply. d. Tests of aggregates for compliance with the Contract Documents. e . Scale weight of each aggregate . f . Absorbed water in each aggregate . g. Brand, type , and composition of cementitious materials . h . Brand, type, and amount of each admixture. 1. Amounts of water used in trial mixes . J. Proportions of each material per cubic yard . k. Gross weight and yield per cubic yard of trial mixtures. I. Measured slump. m. Measured air content. n . Compressive strength developed at seven days and 28 days , from not less than three test cylinders cast for each seven day and 28 day test, and for each design mix. o . Shrinkage test results where required and as specified in this Section . Report results and averages for original length and at zero , seven , 14 , 21 , and 28 days of drying . C . Shrinkage Test: 1. Perform drying shrinkage tests for trial batch as specified in this Section. 2. Drying shrinkage specimens shall be four-inch by four-inch by 11-inch prisms with effective gage length of ten inches ; fabricated , cured , dried, and measured in accordance with ASTM C 157 modified as follows: remove specimens from molds at an age of 23 hours , plus-or- minus one hour, after trial batching ; shall be placed immediately in water at 70 degrees F plus-or-minus three degrees 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 degrees F plus-or-minus three degrees F. Measurementto determine expansion expressed as percentage of original length shat I be made at age of seven days . Length at age of seven days shall be base length for drying shrinkage calculations (zero days drying age). Immediately afterward store specimens in humidity-controlled room maintained at 73 degrees F plus-or-minus three degrees F , and 50 percent (plus-or-minus four percent) relative humidity for remainder of test. Obtain measurements to determine shrinkage expressed as percentage of base length and report measurements separately for seven , 14 , 21, and 28 days of drying after seven days of moist curing. 3. Determine drying shrinkage deformation of each specimen as the difference between base length (at zero days drying age) and length after drying at each test age. Determine average drying shrinkage deformation of specimens to nearest 0.000 I -inch at each test age. If drying shrinkage of a specimen departs from average of that test age by more than 0 .0004-inch, results obtained from that specimen shall be disregarded . Report results of shrinkage test to nearest 0 .001 percent of shrinkage. Compression test specimens shall be taken in each case from same concrete used for preparing drying shrinkage specimens. Tests shall be considered part of normal compression tests for the Work . Allowable shrinkage limitations shall be as specified in PART 2 -of this Section . D. Component Supply and Compatibility: I. Provide all admixture materials from a si ngle manufacturer. E. Sample Panels : JQ Infrastructur e CONSTRUCTION SPEC IFICA TION DOCU M ENTS February 2021 YCWRF So uth Flow Lift Stat io n C ity Project No. 100075 -2 03 30 00 C AST-IN-PLACE C ONC RET E Pag e 5 of 28 I. Provide Sample panels of wall finishes , each at least 12 inches by 12 inches by three inches thick. Revise Sample panels to produce acceptable finished concrete surfaces. a. Provide additional Sample panels as required if original results are unsatisfactory as determined by ENGINEER. 2. Continuity of color and texture for exposed concrete surfaces is important. Maintain such controls and procedures, in addition to those specified , as necessary to provide continuous match of concrete Work with approved Samples. F . Concrete Coordination Conference: 1. Conduct concrete coordination conference to review detailed requirements of CONTRACTOR 's proposed concrete design mixes, to discuss procedures for producing proper concrete construction , and to clarify roles of the parties involved . CONTRACTOR shall organize and schedule the conference, and prepare and distribute to all parties attending conference minutes of the conference. 2. Conduct concrete coordination conference no later than 14 days after the date the Contract Times commence running. Conference shall be held at mutually agreed upon date and time ; conference shall be held at the Site unless otherwise mutually agreed upon. Notify all parties to attend concrete coordination conference not less than five days prior to scheduled date of conference. 3. All parties involved in the concrete Work shall attend concrete coordination conference including, but not limited to , the following: a . CONTRACTOR. b. Field testing services representative. c. Concrete Subcontractor (if any). d. Reinforcing steel Subcontractor (if any) and reinforcing steel Supplier and detailer. e. Concrete Supplier. f . Admixture manufacturer 's representative . g. ENGINEER. h. Resident Project Representative (if any). 1.4 SUBMITT ALS A. Action Submittals: Submit the following : 1. Shop Drawings: a. List of concrete materials and proportions for the proposed concrete mix designs. Include data sheets, test results, certifications, and mill reports to qualify the materials proposed for use in the mix designs. Do not start laboratory trial batch testing until this submittal is approved by ENGINEER. b. Laboratory Trial Batch Reports: Submit laboratory test reports for concrete cy linders , materials , and mix design tests. c. Ready-mixed Concrete: Submit the following information. I) Physical capacity of mixing plant. 2) Trucking facilities available. 3) Estimated average amount of the specified concrete that can be produced and delivered to the Site during a normal , eight-hour day , excluding output to other customers. 2. Product Data: a. Manufacturers ' specifications with application and installation instructions for proprietary materials and items, including admixture s and bondin g agents. 3. Samples: J Q Infrastructure CONSTR UC TI ON S P EC IFI CATI ON DOCU M ENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Station C ity Proj ect No . I 0007 5-2 03 30 00 CA ST-IN-PLACE CONCRETE Page 6 of28 a. Submit Samples of materials as specified and as requested by ENGINEER. Include with each Sample names of product and Supplier, and description. B. Informational Submittals: Submit the following: 1. Certifications: a. Notarized certification of conformance to reference standards used in this Section, when required by ENGINEER. 2 . Delivery Tickets: Copies of all delivery tickets for each load of concrete delivered to or mixed at the Site. Each delivery tickets shall contain the information in accordance with ASTM C94 along with project identification name and number (if any), date, mix type, mix time , quantity and amount of water introduced . 3. Field Quality Control Submittals: a. Report of testing results for testing of field concrete cylinders for each required time period. Submit within 24 hours after completion of associated test. Test report shall include results of all testing required at time of sampling. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Transportation, Delivery , and Handling: 1. Materials used for concrete shall be clean and free from foreign matter during transportation and handling, and kept separate until measured and placed into concrete mixer. 2. Implement suitable measures during hauling, piling, and handling to ensure that segregation of coarse and fine aggregate particles does not occur and grading is not affected. B. Storage: 1. For storage, provide bins or platforms with hard , clean surfaces. PART 2 -PRODUCTS 2.1 2.2 A. A . GENERAL All cementitious material s, admixtures , curing compounds, and other industrial-produced materials used in concrete, or for curing or repairing of concrete, that can contact potable water or water that will be treated to become potable s hall be listed in NSF/ANSI 61. CEMENTITIOUS MATERIALS Cement: I . Portland cement shall be Type II(MH) ASTM C 150 . Type I or Type II may be used in lieu of Type II(MH) when approved by ENGINEER. 2. Portland cement shall be produced by one facility. Alternate cement sources may be used provided that mix design has been approved and acceptable trial batch verifying performance has been made. 3. Do not use cement that has deteriorated because of improper storage or handling. B . Fly Ash Mineral Admixture: JQ Infrastructure VCWRF South Flow Lift Station C ity Project No . I00075-2 CONSTRU CTION SPECIFICAT IO N DOCU MENTS February 2021 2.3 2.4 2.5 C. A . 03 30 00 CAST-IN-PLACE CONCRETE Page 7 of28 1. Mineral admixtures, when used , shall conform to the requirements of ASTM C6 I 8 Class F, except as follows: a. The loss on ignition shall be a maximum of four 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, tim es of setting, slump, slump los s, and shrinkage characteristics. For all classes of concrete, when Type II(MH) Cement is used , fl y ash may be used within the following perce ntage s by weight. When Type II Cement is used , fly ash s hall be used within the following percentages by weight. When Type I Cement is u sed , in lieu of Type II(MH) Cement, fl y ash shall be used such that total tricalcium aluminate content (C3A) of the re s ulting cementitious material is not greater than eight percent. 1. When fly ash is used , material shall have minimum of 20 percent and maximum of 25 percent of total weight of cementitious material. AGGREGATES General: 1. Aggregates shall conform to ASTM C33 , Class Designation 4S , and as specified in this Section. 2. Do not use aggregates containing soluble salts or other substances, such as iron sulfides, pyrite, marcas ite , ochre, or other materials, that can cause stains on exposed concrete s urfaces. B . Fine Aggregate: C . A. A. 1. Provide clean, s harp , natural sand free of loam , clay, lumps, and other del ete riou s substances. 2. Dune sand , bank run sand, and manufactured sand are unacceptable. Coarse Aggregate: 1. Provide clean, uncoated , processe d aggregate containing no clay, mud, loam , or foreign matter, as follows: a. Crushed s tone, processed from natural rock or stone. b . Washed gravel , either natural or crushed . Slag, pit gravel , and bank run gravel are unacceptable. c. Lightweight Aggregate: ASTM C330. WATER Water used in producing and curing concrete s hall be clean and free of injuriou s quantities of oils , acids, alkalis , organic materials, and other substances that may be deleterious to concrete and steel. CONCRETE ADMIXTURES Prov id e admixtures in accordance with product manufacturer's publis h ed instructions . A dmixtures s hall be compatible w ith each other. Admixtures shall not contain thiocyanates, s hall not contain more than 0 .05 percent chloride ion , and s hall be non-to x ic in the concrete mi x after 30 days. Do JQ Infrastru cture VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 CONSTRU CTION SPECIFICATION DOCUMENTS February 2021 B. 2.6 C. D. E. F. G. A. 03 30 00 CAST-IN-PLACE CONCRETE Page 8 of28 not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise approved by ENGINEER. Air Entraining Admixtures: ASTM C260. 1. Air entraining admixture shall be vinsol resin or vinsol rosin-based. Water-Reducing Admixture: ASTM C494, Type A. 1. Proportion Class "A" and Class "B " concrete with non-air entraining, normal setting, water-reducing, aqueous solution of modified organic polymer. Admixture shall not contain lignin , nitrates , or chlorides added during manufacturing . High Range Water-Reducing Admixture (HRWR): ASTM C494, Type FI G. 1. Use high range water-reducing admixture in the concrete classifications so specified or indicated . Use of HRWR admixture is allowed at CONTRACTOR 's option in all other c lassifications of concrete . When used , HRWR admixture shall be added to concrete in accordance with admixture manufacturer's published instructions . Specific admixture formulation shall be as recommended by admixture manufacturer for Project conditions . Set Control Admixtures: In accordance with ASTM C494. Use the following as required: 1. Type B , Retarding. 2 . Type C , Accelerating. 3. 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. Calcium Chloride: Do not use calcium chloride. Shrinkage Reducing Admixture: 1. Shrinkage reducing admixture may be used in mix design when necessary to conform to specified shrinkage limitations, provided that specified strength requirements are complied with and there is no reduction in sulfate resistance in the concrete and no increase in concrete permeability . PROPORTIONING AND DESIGN OF MIXES Prepare concrete design mixes in accordance with the table below : T able 0 3 30 0 0-A-CONC R ETE DESIGN MIX C RIT E RI A Coarse A!!!!regate<1> Minimum Min. Comp Concrete Cementitious Max. Air Strength<3> Class S ize A Size B (lbs/cu yd) Class "A" No. 57 No. 8 564 No . 57 Class "B" or No. 5 17 67 Class "C" Any ASTM < ............................. C33 JQ Infras tru cture CONSTRUCTION SPEC IFICAT ION DOCUMENTS February 202 1 W/CM<4> Slump<2> (%) 0.42 4" max. 6 +/- I 0.50 4" max . 6 +/- I No requirements ...................... > (psi) 4 ,500 3 ,000 2 ,000 YCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 Notes Applicable to Table: 03 30 00 CAST-IN-PLA CE CON C RETE Pa ge 9 of28 1. Coarse aggregate size numbers refer to ASTM C33. Where Size A and Bare designated in Table 03 30 00-A , it is intended that the smaller Size B aggregate is to be added, replacing a portion of the coarse or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with sand content not exceeding 41 percent of total aggregate . 2. Slumps indicated are prior to addition of high range water reducer (super plasticizer). 3 . Mix designs shall be made for all but Class "C ", which does not require trial batch , so that the compressive strength achieved for laboratory trial batches will not be less than 125 percent of specified design strength. 4. Quantity of water to be used in the determination of water-cementitious materials (W /CM) ratio shall include free water on aggregates in ex cess of SSD and water portion of admixtures. B. Adjustment to Concrete Mixes: Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, Site conditions, weather, test results , or other circumstances warrant; at no additional cost to OWNER and as approved by ENGINEER. Before using adjusted concrete mixes, laboratory test data and strength results shall be submitted to and approved by ENGINEER. C. Admixtures: 1. Use air-entraining admixture in concrete, unless otherwise shown or indicated . Add air- entraining admixture at admixture manufacturer 's prescribed rate to produce concrete at point of placement having air content within prescribed limits . 2 . Use water-reducing or high-range water-reducing admixtures in all Class "A ". 3. Use amounts of admixtures recommended by admixture manufacturer for climatic conditions prevailing at the Site at time of placing. Adjust quantities and types of admi xtures as required to maintain quality. D . If adding water at the Site is desired , withhold water at the batch plant so that s pecified water- cement ( or cementitious material) ratio is not exceeded . Addition of water shall be accordance with ASTM C94. After high-range water-reducing admixture is incorporated into the batch , addition of water is not allowed. E. Slump Limits with High-Range Water Reducer : 1. Slump shall not exceed four inches prior to adding high-range water reducer and shall not ex ceed eight inches, measured at point of placement, after adding high-range water reducer. F. Shrinkage Limitation: I. Concrete shrinkage for specimens cast in laboratory from trial batch with total water of 30.2 gallons per cubic yard or less , as measured at 2 1-day drying age and at 28-day drying age shall not exceed 0 .039 percent and 0.045 percent, re s pectively. For trial batch with total water of 32.7 gallon s per cubic yard or greater respective limits shall not exceed 0.035 percent and 0.040 percent. Limits in between shall be linear interpolated . Use mix design for construction that complies with trial batch shrinkage requirements . Shrinkage limitations apply to Class "A " concrete . 2. Trial Batch Does Not Comply with Shrinkage Limitation : JQ Infra structure a. If trial batch results do not comply with shrinkage limitation specified in the Contract Documents, redesign the mix to reduce shrinkage . b . After mix has been repeatedly redesigned and ENGINEER is satisfied that all reasonable means to provide concrete mix that complies with shrinkage requirement have been exercised ; and mix design still fails to comply with shrinkage limitation in CONS TR UC TIO N SPEC IFICA TI ON DOCUMEN TS Fe bru ary 202 I VC WRF So uth Fl ow Lift Stati on C ity Project No . I 00075 -2 2.7 A . 2.8 A . B . C . D . 2 .9 A. 2 .10 A . 03 30 00 CAST-fN-PLACE C ON C RETE Pa ge 10 of28 the Contract Documents, ENGINEER reserves the right to accept the higher-shrinkage mix, provided that the quantity of shrinkage reinforcing in structures is increased. c. "Reasonable means" will be construed as reducing the total water content to a maximum of 27 gallons per cubic yard , having the large aggregate blended so that eight percent to 18 percent of combined aggregate is retained on each sieve, using an alternate aggregate source, and a combination of these means. d. Basis for shrinkage reinforcing increase will be proportional to amountthat shrinkage value is over the specified shrinkage limitation and will be determined by ENGINEER. The cost of providing additional shrinkage reinforcement will be paid by the Owner. BONDING AGENT Provide epoxy and epoxy-cement bonding agents in accordance with Section 03 15 00, Concrete Accessories. CONCRETE CURING MATERIALS Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182, Class 3. Curing Mats: Shall be heavy carpets or cotton mats, quilted at four inches on centers, and weighing minimum of 12 ounces per square yard when dry . Moisture-Retaining Cover: Provide one of the following , complying with ASTM Cl 71: I . Waterproof paper. 2. Polyethylene film . 3 . White burlap polyethylene sheet. Liquid Curing Compound : ASTM C309 Type 1-D (water retention requirements): I . Provide fugitive dye. 2. Curing compound shall be applied by roller or power sprayer. 3. Product shall be listed in NSF/ANSI 61. FINISHING AIDS Evaporation Retardant: I. Product and Manufacturer: Provide one of the following : a . Confilm , by Master Builders. b. Eucobar, by Euclid Chemical Company . c . SikaFilm , by Sika Corporation . d . Or equal. CRACK INJECTION MATERIALS Structural Crack Repair Sy stem: I. Epoxy for Injection : Low-vis cosity , high-modulus moisture insensitive type. JQ Infras tructure VC WRf So uth Flow Lift Station C ity Proj ec t No. 10007 5-2 CONS TR UCT ION SPEC IFI CATI ON DOCUMENTS Fe bru ary 202 1 2. Products and Manufacturers: Provide one of the following: 03 30 00 CAST-IN-PL ACE CONCRETE Page 11 of28 a. Sikadur 35, Hi-Mod L.V. and Sikadur 31, Hi-Mod Gel, by Sika Corporation. b. Eucopoxy Injection Resin , by Euclid Chemical Company. c. Or equal. 3. Product shall be listed in NSF/ANSI 61 . B. Non-structural Crack Repair System: 1. Hydrophobic Polyurethane Chemical Grout: a. Provide hydrophobic polyurethane that forms a flexible gasket. b. Products and Manufacturers: Provide one of the following: 1) SikaFix HH LV, by Sika Chemical Company. 2) Hydro Active Flex SLY, by De Neef Construction Chemicals, Inc . 3) Or equal. c. Shrinkage limit shall not exceed 4.0 percent in accordance with ASTM DI 042 . d . Minimum elongation of250 percent in accordance with ASTM D3574 . e. Minimum tensile strength of 150 psi in accordance with ASTM D3574. f. Product shall be listed in NSF/ANSI 61. 2. Hydrophilic Acrylate-Ester Resin: a. Hydrophilic crack repair system shall be acrylate-ester resin that forms a flexible gasket and increase in volume a minimum of 50 percent when in contact with water. b. Products and Manufacturers: Provide one of the following: I) Duroseal Multigel 850 , manufactured by BBZ USA, Inc. 2) Or equal. c . Product shall be listed in NSF/ANSI 61 . 2.11 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be pre-packaged, polymer-modified cementitious repair mortar with the following minimum properties: 1. Compressive Strength at One Day: 2,000 psi (ASTM CI 09). 2. Compressive Strength at 28 Days: 6 ,000 psi (ASTM Cl09). 3. Bond Strength at 28 Days : 1,800 psi (ASTM C882 modified). 4. Material shall be listed in NSF/ANSI 61. B . Products and Manufacturers: Provide one of the following: 1. Five Star Structural Concrete, by Five Star Products, Inc. Use formulation recommended by manufacturer for the specific application conditions . 2. SikaTop 122 Plus , SikaTop 123 Plus , SikaTop 11 I Plus, or Sikacem 133 , by Sika Corporation. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 3. Emaco S88-CA or S66-CR, by Master Builders Inc . Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 4 . Verticoat, Verticoat Supreme, or Euco SR-VO, by Euclid Chemical Company. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 5. Or equal. C. Cement Mortar: Shall consist of mix of one part cement to 1.5 parts sand with sufficient water to form trowelable consistency. Minimum compressive strength at 28 days shall be 4 ,000 psi . Where required to match the color of adjacent concrete s urfaces , blend white portland cement with JQ Infrastructure CONSTRUCT ION SPECIF!CA T!ON DOCU MENTS February 2021 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 03 30 00 CAST-IN-PLACE CONC RET E Pa ge 12 of28 standard portland cement so that, when dry , patching mortar matches the color of surrounding concrete. 2.12 A . VAPOR RETARDER Vapor Retarder: B. 1. Vapor retarder membrane shall comply with the following . a. Water Vapor Transmission Rate , ASTM E96: 0.04 perms or lower. b. Water Vapor Retarder, ASTM El 745: Meets or exceeds Class C. c. Thickness of Retarder (plastic), ACI 302 IR: Not less than JO mils. 2 . Products and Manufacturers : Provide one of the following: a. Stego Wrap I 0-mil Vapor Retarder, by Stego Industries LLC. b. Griffolyn I 0-mil , by Reeflndustries. c. Moistop Ultra, by Fortifiber Industries . d. Or equal. Accessories: I. Provide accessories by same manufacturer as vapor retarder. 2 . Seam Tape : a . Tape shall have water vapor transmission rate (ASTM £96) of 0.3 perms or lower. b. Products and Manufacturers: Provide one of the following: I) Stego Tape by Stego Industries LLC . 2) Griffolyn Fab Tape by Reef Industries. 3) Moistop Tape by Fortifiber Industries. 4) Or equal. 3 . Vapor Proofing Mastic: a . Mastic shall have a water vapor transmission rate ASTM E96 , 0.3 perms or lower. 4 . Pipe Boots: a. Construct pipe boots from vapor barrier material , pressure sensitive tape, mastic, or a combination thereof, in accordance with manufacturer 's recommendations . 2.13 SOURCE QUALITY CONTROL A. Concrete materials may require testing, as directed by ENGINEER, at any time during the Work if concrete quality is in question . Provide access to material stockpiles and facilities at all times . Tests shall be done at no expense to OWNER. PART 3 -EXECUTION 3.1 A. INSPECTION Examine the substrate and conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected. JQ Infrastructure Y CWRF South Flow Lift Stati on C ity Project No. 100075-2 CONSTRUC TI ON SP EC IFI CA TI ON DOCU M EN T S Fe bru ary 2021 3.2 A. CONCRETE MIXING General: 03 30 00 CAS T-fN-PLACE CONCRETE Pag e 13 of28 1. Concrete may be produced at batch plants or by the ready-mixed process. Batch plants shall comply with recommendations of ACI 304R and have sufficient capacity to produce concrete of qualities required and in quantities required to comply with the accepted Progress Schedule. All plant facilities are subject to acceptance of ENGINEER. 2 . Mixing: a. Mix concrete with a rotating type batch machine, except where hand mixing of very small quantities is approved by ENGINEER. b . Remove hardened accumulations of cement and concrete from drum and blades to ensure proper mixing action. c. Replace mixer blades upon loss often percent of mixer blades' original height. B . Site Mixing: 1. When Site mixing of concrete is approved by ENGINEER mix all materials for concrete in a drum-type batch mixer. a. For mixers of one cubic yard or smaller capacity , continue mixing at least 1.5 minutes but not more than five minutes after all ingredients are in the mixer, before any part of batch is released . b . For mixers of capacity larger than one cubic yard, increase minimum 1 .5 minutes of mixing time by 15 seconds for each additional cubic yard or fraction thereof. 2. Do not exceed mixer manufacturer's published rating of the mixer, or mixer nameplate capacity, for total volume of materials used per batch. 3. Equip mixer with automatic controls for proportioning materials and proper, measured quantities. 4. Do not exceed 45 minutes total elapsed time between intermingling of damp aggregates and cement to discharge of completed mix. C. Ready-Mix Concrete : I. Comply with ASTM C94 and the Contract Documents. a. Plant Equipment and Facilities: Conform to requirements ofNRMCA certification. b. Mix concrete in revolving-type truck mixers that are in good condition and produce thoroughly-mixed concrete conforming to the Contract Documents. c . Do not exceed rated capacity of mixer. d. Mix concrete for minimum of two minutes after arrival at the Site, or as recommended by mixer manufacturer. e. Do not allow drum to mix while in transit. f. Mix at proper speed until concrete is discharged from mixer. g. Maintain adequate facilities at the Site for continuous delivery of concrete at required rates. h. Provide access to mixing plant for ENGINEER upon request. D. Maintain equipment in proper operating condition, with drums cleaned before charging each batch . Schedule rates of delivery to prevent delay of placing concrete after mixing, or holding dry-mixed materials too long in mixer before the adding water and admixtures. J Q Infrastructure VC WRF So uth Flow L ift Station C ity Project No. 100075-2 CON STRUC TI ON S PEC IFI CAT ION DOC UM ENTS Fe bruary 2021 3.3 3.4 A. B. C . D. E. A. TRANSPORTING CONCRETE 03 30 00 CA ST-TN-PLA CE C ONCRET E Page 14 of28 Transport and place concrete not more than 90 minutes after water has been added to the dry ingredients . A void spilling and separation of concrete mixture during transportation . Do not place concrete in which the ingredients have separated. Do not retemper partially set concrete. Use suitable equipment for transporting concrete from mixer to forms . PREPARATION FOR CONCRETING Submit to ENGINEER laboratory trial batch test results for proposed mixes at least 15 days prior to start of Work. Do not begin concrete production until associated laboratory trial batch test result submittal has been approved by ENGINEER. B. Notify ENGINEER a minimum of24 hours in advance of placing concrete to allow for inspection of form work,joints, waterstops , reinforcement, embedded items , and vapor retarders. The section to be placed shall be fully prepared for concrete placement at the time of notice . Confirm inspection status with ENGINEER a minimum of 4 hours prior to concrete placement. Do not begin placing concrete until Work is in conformance with the Contract Documents. C. 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. D. 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. E . Do not place concrete until flow of water entering space to be filled with concrete has been properly stopped or has been diverted by pipes , or other means, and carried out of the forms , clear of the Work . Do not deposit concrete underwater, and do not allow water to rise on concrete surfaces until concrete has attained its initial set. Do not allow water to flow over concrete surface in manner and or velocity that will injure concrete surface finish. Provide temporary pumping or other dewatering operations for removing water as required . F . Prepare joint surfaces in accordance with Section 03 15 00 , Concrete Accessories. G. Installation of Vapor Retarder: 1. Provide vapor retarder under slabs-on-grade and outs ide walls to receive resilient floor finishes , carpet, ceramic and slate tile, chemical resistant coatings , and where shown or indicated on the Drawings . 2 . Install in accordance with manufacturer 's instructions , ASTM El 643 , and the following: a. Unroll vapor retarder with longest dimension parallel with direction of the pour. JQ Infrastru cture V CWRF So uth Flow Lift Stati on C ity Proj ect No. 100075-2 CONS TR UCTION S PEC IFI CATION DOCU M ENTS Fe bru ary 202 1 3.5 A. B . 0 3 30 00 CAST-IN-PLACE C ONC RET E Page 15 of28 b. Lap vapor retarder over footings and seal to foundation walls. c. Overlap vapor retarder joints by six inches and seal with vapor retarder manufacturer's tape. d. Seal penetrations, including pipes , in accordance with vapor retarder manufacturer's instructions. e . Penetration of vapor retarder is not allowed except for reinforcing steel and permanent utilities. f . Repair damaged areas of vapor retarder by providing, for each damaged area, patch of vapor retarder material and overlapping damaged area with the patch by six inches on each side, and securely and continuously taping all four sides of patch to undamaged vapor retarder. CONCRETE PLACEMENT General: I. Place concrete continuously, so that no concrete will be placed on concrete that has hardened sufficiently to cause formation of seams or planes of weakness within the section. If section cannot be placed continuously , provide construction joints in accordance with Section 03 15 00, Concrete Accessories. 2. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to action that may cause segregation. 3. Screed concrete that is to receive other construction to proper level to avoid excessive skimming or grouting. 4. Do not use concrete that becomes non-plastic and unworkable , or does not conform to required quality limits, or that has been contaminated by foreign materials . Do not use retempered concrete. Remove rejected concrete from the Site and dispose of it in conformance with Laws and Regulations. 5. Do not place concrete until forms , bracing, reinforcing, and embedded items are each in final position and secure. 6. Do not place footings in freezing weather unless adequate precautions are taken against frost action. 7. Do not place footings, piers or pile caps on frozen soil. 8. Unless otherwise instructed , place concrete only when ENGINEER is present. 9. Allow minimum of three days between adjoining concrete placements. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to 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 six-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grouting, over the hardened concrete surface. c. Place fresh concrete before the grout has attained its initial set. 2. Accomplish bonding of fresh concrete to fully cured , hardened , existing concrete by using a bonding agent as specified in Section 03 15 00 , Concrete Accessories. C . Concrete Conveying: 1. Handle concrete from point of delivery at the Site, transfer to concrete conveying equipment, and transfer to locations of final deposit as rapidly as practical by methods that prevent segregation and loss of concrete mix materials. JQ Infrastructure VC WRF So uth Fl ow Lift Station C ity Project N o . I 00075-2 CONSTRUC TION SPEC IFI CATION DOCU M EN TS February 202 I 03 30 00 CAST-fN-PLACE CONC RETE Page 16 of28 2. Provide mechanical equipment for conveying concrete to ensure continuous flow of concrete at delivery end of conveyor. Provide runways for wheeled concrete conveying equipment from concrete delivery point to 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 accepted by ENGINEER. 4. Pumping concrete is allowed , however do not use aluminum pipe for conveying concrete. D. Placing Concrete into Forms: I. Deposit concrete in forms in horizontal layers not deeper than I 8 inches each and in manner that avoids inclined construction joints. Where placement consists of several layers, place concrete at such rate that concrete being integrated with fresh concrete while still plastic. 2 . Do not allow concrete to free-fall within the form from height exceeding four feet. Where high-range water reducer is used to extend slump to at least six inches, maximum allowable free-fall of concrete is six feet. Use "elephant trunks " to prevent free-fall and excessive splashing of concrete on forms and reinforcing. Discontinue free-falls in excess of four feet if there is evidence of segregation. 3 . Remove temporary spreaders in forms when concrete placing has reached 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 consolidating concrete in accordance with applicable recommended practices in ACI 309. Vibration of forms and reinforcing is not allowed unless otherwise accepted by ENGINEER. 5. Where height of concrete placement in walls exceeds 14 feet, provide temporary windows in form work to facilitate vibration. Properly close temporary windows when height of concrete approaches windows. Determine location , size, and spacing of temporary windows to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly-spaced locations not farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate the layer of concrete and at least six inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion , limit the duration of vibration to time necessary to consolidate concrete and complete embedment ofreinforcing and other embedded items without causing segregation of concrete mix. 7 . Do not place concrete in beam and slab forms until concrete previously placed in columns and walls is no longer plastic . 8. Prevent voids in the concrete. Force concrete under pipes, sleeves, openings, and inserts from one side until visible from the other side. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in continuous operation , within limits of construction joints, until placing of a slab panel or section is completed . 2 . Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcing and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground , as specified in this Article for formed concrete structures. 4 . Bring slab surfaces to correct elevation and level. Smooth the surface , leaving surface free of humps or hollows. Do not s prinkle water on surface while concrete is plastic. Do not disturb slab surfaces prior to commencing concrete finishing. J Q Infra structure CONS TRUC TION S PEC IFICATION DOCU M EN TS Fe bru ary 2021 VC WRF South Flow Lift Station C ity Project No . 100075-2 03 30 00 CAST-IN-PLA C E C ONC RETE Pa ge 17 of28 5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, provide evaporation retardant app lied in accordance with retardant manufacturer's recommendations, when required by ENGINEER. F. Quality of Concrete Work: 1. Concrete shall be solid , compact, and smooth, and free of laitance, cracks, and cold joints. 2. Concrete for liquid-retaining structures, and concrete in contact with earth , water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to extent directed by ENGINEER, or repair to satisfaction of ENGINEER, surfaces with cracks or voids, that are unduly rough , or are defective in any other way. Thin patches or p lastering are unacceptable. 4 . Leaks through concrete that exhibit flowing water, and cracks, holes , or other defective concrete in areas of potential leakage, shall be repaired and made watertight. 5 . Repair, removal , and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to OWNER. G. Cold Weather P lacing: 1. Protect concrete Work from physical damage or reduced strength that could be caused by frost, freezing , or low temperatures, in compliance with ACI 306 and the Contract Documents. 2. When air temperature has fallen to or may be expected to fall below 40 degrees F , provide adequate means to maintain temperature in area where concrete is being placed between 50 degrees F and 70 degrees F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film. Maintain temporary heating and protection as necessary so that ambient temperature does not fall more than 30 degrees F in the 24 hours following the seven-day period. A void rapid dry-out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40 degrees F , uniformly heat water and aggregates before mixing for concrete as required to obtain concrete mixture temperature not less than 55 degrees F and not more than 85 degrees Fat point of placement. 4. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Before placing concrete, verify that forms , reinforcing, and adjacent concrete surfaces are entirely free of frost, snow , and ice. 5. Do not use salt or other materials containing antifreeze agents. Do not use chemical accelerators or set-control admixtures unless approved by ENGINEER and tested in mix design proposed for use . H . Hot Weather Placing: 1. When hot weather conditions exist that would impair the quality and strength of concrete, place concrete in compliance with ACI 305 and the Contract Documents. 2. When ambient air temperature is at or above 90 degrees F and rising, cool ingredients before mixing concrete to maintain concrete temperature at time of placement below 80 degrees F. When ambient air temperature is at or above 90 degrees F and falling , cool the ingredients before mixing concrete to maintain concrete temperature at time of placement below 85 degrees F. In no case shall the concrete temperature at time of placement exceed 90 degrees F. 3 . Mixing water may be chilled , or chopped ice may be used to control concrete temperature provided the water equivalent of ice is calculated in total amount of mixing water. If required , reduce the time from addition of mi x water to placement, or use s et-retarding admixture. JQ Infras tru cture CONS TRUC TI ON S PEC IFICATI ON DOCU M ENTS Febru ary 2021 V CWRF So uth Flow Lift Stati on C ity Proj ect No . 10 00 75-2 3.6 A . B . 03 30 00 CAST-IN-PLACE CONCRETE Page 18 of28 4. Cover reinforcing materials with water-soaked burlap if ambient air temperature becomes too hot, so that reinforcing material temperature does not exceed ambient air temperature immediately before embedment of reinforcing in concrete. 5 . Wet forms thoroughly before placing concrete. 6 . Do not place concrete at temperature that causes difficulty from loss of slump, flash set, or cold joints. 7. Do not use set-control admixtures unless approved by ENGINEER in mix design . 8 . Obtain ENGINEER's approval of substitute methods and materials proposed for use . FrNJSHING OF FORMED SURF ACES Standard Form Finish: 1. Standard form finish shall be basically smooth and even , but is allowed to have texture imparted by the form material used. Repair defects in accordance with the Contract Documents. 2. Use standard form finish for the following: a. Exterior vertical surfaces from foundation up to one foot below grade. b . Vertical surfaces not exposed to view. c. Other areas shown or indicated. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that will impart smooth, hard , uniform texture . Arrange panels in orderly and symmetrical manner with minimum of seams . Repair and patch defective areas in accordance with the Contract Documents . 2 . Use smooth form finish for the following: a . Exterior surfaces exposed to view . b. Surfaces to be covered with coating material. Coating material may be applied directly to concrete or may be a covering bonded to 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 abrasive blasted finish. f . Surfaces to receive smooth rubbed or grout cleaned finish. g. Other areas shown or indicated . C. Smooth Rubbed Finish: 1. Provide s mooth rubbed finish to concrete s urfaces that have received smooth form finish and where 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 uniform color and texture is produced . Do not apply cement grout other than that created by the rubbing process. 2. Use smooth 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-containing structures down to one foot below normal operating liquid level. e. Other areas shown or indicated. JQ Infras tructu re VCWRF South Flow Lift Station C ity Project No. 100075-2 CONSTRU CTI ON S PECIF ICATION DOCUMENTS February 202 I D. 3.7 A. B . C. D . Related Unformed Surfaces: 03 30 00 CAST-IN-PLACE CONCRETE Page 19 of28 1. At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise shown or indicated. SLAB FINISHES Float Finish: 1. After placing concrete slabs, do not work the surface further until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently. Check and level the surface plane to tolerance not exceeding 1/4-inch in ten feet when tested with a ten-foot straightedge placed on surface at not less than two different angles. Cut down high spots and fill low spots. Uniformly slope surfaces to drains . Immediately after leveling, refloat surface to uniform , smooth , granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid-containing structures, except those to receive grout topping. b . Exterior below-grade horizontal surfaces. c. Surfaces to receive additional finishes , except as shown or indicated. Trowel Finish: 1. After floating , begin first trowel finish operation using power-driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. 2 . Consolidate concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would otherwise project through applied floor covering system. 3. Use trowel finish for the following : a. Interior exposed slabs, unless otherwise shown or indicated. b. Slabs that receive one of the following : resilient flooring , carpeting, or ceramic tile . Non-Slip Broom Finish: 1. Immediately after float finishing, slightly roughen concrete surface by brooming in direction perpendicular to main traffic route. Use fine fiber-bristle broom, unless otherwise directed by ENGINEER. Coordinate required final finish with ENGINEER before applying finish . 2. Use non-slip broom finish for the following: a. Exterior exposed horizontal surfaces subject to lightweight foot traffic . b . Interior and exterior concrete steps and ramps. Scratched Finish: 1. After providing float finish , roughen concrete surface with rake before concrete 's final set. Amplitude of surface shall be minimum of 1/4-inch. 2. Provide scratched finish for the following: a . Horizontal surfaces that will receive grout topping or concrete equipment pad . b. Surfaces so indicated on the Drawings or elsewhere in the Contract Documents . JQ Infrastru cture VCWRF South Flow L ift Station C ity Project No. I 00075-2 CONSTRUCTION SPECIF ICATION DOCUMENTS Fe bru ary 202 1 3.8 A. B . CONCRETE CURING AND PROTECTION General: 0 3 30 00 CAST-rN-PLACE C ON C RETE Page 20 of28 I. Protect freshly placed concrete from premature drying , excessive cold or hot temperatures, and maintain without drying at relatively constant temperature for period necessary for hydration of cement and proper hardening of concrete. 2 . Start curing after placing and finishing concrete , as soon as free moisture has disappeared from concrete surface. Keep surface continuously moist during entire curing period. Cure for a minimum of 10 days and in accordance with ACI 301 procedures . For concrete sections over 30-inches thick, the curing period shall be for a minimum of 14 days. Avoid rapid drying at end of final curing period. 3 . For curing, use water that is free of impurities that could etch or discolor exposed concrete surfaces. 4 . Confine water for curing to area being cured. Curing Methods : Curing methods are specified below. Curing methods to be used on each type of concrete surface are specified elsewhere in this Article. 1. Water Curing. Cure by one of the following methods: a. Keep concrete surface continuously wet. b . Ponding or immersion. c . Continuous water-fog spray. d. Covering concrete surface with curing mats, thoroughly saturating mats with water, and keeping mats continuously wet with sprinklers or porous hoses. Place curing mats to cover concrete surfaces and edges with four-inch horizontal lap over adjacent mats ; provide eight-inch lap over adjacent mats at vertical surfaces. If necessary , weigh down curing cover to maintain contact with concrete surface . 2 . Form Curing. Cure by one of the following methods : a . Forms shall be maintained and loosened during curing period. b . Immediately after forms are loosened or removed , continue with the required curing method as applicable, for remainder of curing period . c. Where wood forms are kept in place, apply water to keep forms wet. 3. Moisture Retaining Cover Curing. Cure as follows: a. Cover concrete surfaces with the required moisture retaining cover for curing concrete , placed in widest practical width with sides and ends lapped at least three inches and sealed using waterproof tape or adhesive. Immediately repair holes or tears during curing period using cover material and waterproof tape . 4 . Liquid Compound Curing . Cure as follows : a . Unless otherwise approved by ENGINEER, provide water curing or form curing. Request to use liquid curing compound will be considered by ENGINEER on case-by- case basis. Construction joints, formed surfaces prior to receiving specified form finish , and concrete to receive surface treatment where surface treatment will be bonded to concrete surface (such as, but not limited to grout fill , hardener, coatings, lining, water repellent, painting, resilient flooring , terrazzo flooring, ceramic tile , quarry tile, chemical resistant coatings , or other applications) shall be water-cured or form-cured. b . In liquid-retaining structures, provide water curing or form curing, unless other curing method is approved by ENGINEER. Requests to use liquid curing compound will be considered by ENGINEER on case-by-case basis. Request shall provide valid construction reason or safety reason for using liquid compound curing including reason why other curing methods are not viable . JQ Infrastructure VC WRF South Fl ow Lift Station C ity Proj ect No. 100075-2 CONS T RUC T ION S PEC !F!CA T!ON DOCUMENTS Fe bruary 2021 03 30 00 CA ST-IN-PLACE CONC RETE Page 21 of28 c. Apply curing compounds immediately after final finishing or after terminating water curing. Apply curing compound in continuous operation by power spray equipment in accordance with curing compound manufacturer 's directions . If areas are subjected to rainfall within three hours after completing curing compound application , area shall be recoated. Maintain coating continuity and repair areas damaged during curing period. d . When liquid curing compound is used , apply first coat of liquid curing compound at compound manufacturer 's recommended coverage rate, and subsequently apply second coat at identical rate, thus providing twice the curing compound manufacturer 's recommended coverage. e. At end of curing period , remove liquid curing compound where required . C. Formed Surfaces: Use the following curing methods: 1. Walls That Will Retain Liquid or That are Under Ground Surface: a. If forms are wood , form curing is allowed for entire curing period. If forms are steel , form curing is allowed for maximum of three days after which forms shall be removed so that concrete is free of the forms for remainder of the curing process . b. Immediately after the forms are loosened or removed , continue with water curing for remainder of curing period. c. When wall surface will not receive surface treatment and when allowed by ENGINEER, use of liquid curing compound is allowed . Before using liquid compound curing, use water curing or form curing for at least the first three days of curing. 2. Formed Slab Underside and Beam Surfaces Where Will Retain Liquid: a. Form curing is allowed for the full curing period. b. Immediately after forms are loosened or removed , continue with water curing for remainder of curing period. c. When slab surface will not receive surface treatment and when allowed by ENGINEER, use of liquid curing compound is allowed. 3. Vertical Joint Surfaces and Surfaces to Receive Surface Treatment: a. Form curing is allowed for entire curing period. b . Immediately after forms are loosened or removed , continue with water curing for remainder of curing period. 4. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents. D. Unformed Surfaces: Treat with one of the following curing methods: 1. Slabs and Mats That Will Retain Liquid or are Below Ground Surface : a. Water curing. b. Moisture-retaining cover curing when allowed by ENGINEER. c . When slab or mat surface will not receive surface treatment and when allowed by ENGINEER, use of liquid curing compound is allowed. Before using liquid compound curing, use water curing or form curing for at least the first three days of curing. 2 . Construction Joint Surfaces and Slab and Mat Surfaces to Receive Surface Treatment. a. Water curing. b. Moisture-retaining cover curing. 3. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents. E . Temperature of Concrete During Curing: J Q Infras tru cture CON STRUC TI ON SP EC IFI CATION DOCUMENT S February 2021 YC WRF So uth Fl ow Lift Stati on C ity Proj ect No. I 00075-2 F. 3 .9 A. 3.10 A. 03 30 00 CAST-fN-PLACE CONCRETE Page 22 of 28 1. When ambient temperature is 40 degrees F or less, continuously maintain concrete temperature between 50 degrees F and 70 degrees F throughout curing period. When necessary , before concrete placing provide for temporary heating, covering, insulation, or housing as required to continuously maintain specified temperatures and moisture conditions throughout concrete curing period . Provide cold weather protection in accordance with ACI 306. 2. When the ambient temperature is 80 degrees F and above, or during other climatic conditions that would cause too-rapid drying of concrete, before starting concrete placing, provide wind breaks and shading as required, and fog spraying, wet sprinkling, or moisture retaining coverings as required. Continuously protect concrete throughout concrete curing period. Provide hot weather protection in accordance with ACI 305, unless otherwise specified. 3. Maintain concrete temperature as uniformly as possible, and protect from rapid ambient temperature changes. A void concrete temperature changes that exceed five degrees Fin one hour and 50 degrees Fin 24-hour period. Protection: 1 . During curing period , protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and damage by rain and flowing water. Protect finished concrete surfaces from damage by subsequent construction operations. CONCRETE INSTALLATION TOLERANCES Installation Tolerances: 1. Concrete placement tolerances , unless otherwise specified in the Contract Documents, shall be in accordance with ACI 117. 2 . Notify ENGINEER in writing when concrete placement does not conform with required tolerances, as soon as the condition is known to CONTRACTOR. 3. When concrete installation does not conform to required tolerances, do not repair or correct by grinding unless specified in the Contract Documents or approved by ENGINEER in writing. 4 . Verification Measurements: a. If surfaces where tolerances are in question, obtain measurements to verify conformance with tolerances in manner acceptable to ENGINEER. b. If surfaces tolerances are in question , cost of obtaining measurements shall be at no additional cost to the OWNER. c. Before obtaining measurements, obtain ENGINEER's acceptance of method proposed for obtaining measurements. d. After obtaining measurements, submit measurements to ENGINEER. 5 . Submit with verification measurements submittal proposed method to rectify out-of- tolerance concrete. Do not start repair Work without obtaining ENGINEER's approval. FIELD QUALITY CONTROL Field Testing Services: 1. CONTRACTOR shall employ an independent testing laboratory to perform field quality control testing for concrete. 2 . Testing laboratory will make standard compression test cylinders and entrained air tests as specified in this Article, under observation of ENGINEER or Resident Project Representative. JQ Infrastructure VCWRF So uth Flow Lift Station C ity Project No 100075-2 CONSTRUCTIO N SP ECIF ICATION DOCUMENTS February 2021 03 30 00 CA ST-IN-PLAC E CONC RETE Page 23 o f28 3. Testing laboratory will provide all labor, material, and equipment required for sampling and testing concrete, including: scale, glass tray , cones, rods , molds , air tester, thermometer, and other incidentals required. 4. CONTRACTOR shall provide all curing and necessary cylinder storage as specified m Section O I 45 23 , Testing and Inspection Services. 5. Refer to Article 1.3 of this Section for the required testing laboratory qualifications. B. Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during placement of concrete, as follows: a. Sampling Fresh Concrete: ASTM Cl 72. b. Slump: ASTM Cl43 ; one test for each concrete load at point of discharge. c. Concrete Temperature: ASTM Cl 064; one for every two concrete loads at point of discharge, and when a change in the concrete is observed. Test each load when time from batching to placement exceeds 75 minutes. d. Air Content: ASTM C23 l; one for every two concrete load at point of discharge, and when a change in the concrete is observed. e. Unit Weight: ASTM Cl38 ; one for every two concrete loads at point of discharge, and when a change in the concrete is observed. f. Compression Test Specimens: I) In accordance with ASTM C3 l ; make one set of compression cylinders for each 50 cubic yards of concrete, or fraction thereof, of each mix design placed each day. Each set shall be four standard cylinders, unless otherwise directed by ENGINEER. 2) Cast, store, and cure specimens in accordance with ASTM C3 l. 3) Test and record the following when cylinders are cast: slump, concrete temperature, air content, and unit weight. g . Compressive Strength Tests: 1) In accordance with ASTM C39 ; one specimen tested at seven days, and three specimens tested at 28 days. 2) Adjust mix design if test results are unsatisfactory and resubmit for approval. 3) Concrete that does not comply with strength requirements will be considered as defective Work. h. Water/Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken , in accordance with AASHTO TP23 . 1. Within 24 hours of completion oftest, testing laboratory will submit certified copy of test results to CONTRACTOR and ENGINEER. C. Evaluation of Field Quality Control Tests : 1. Do not use concrete delivered to final point of placement having slump, concrete temperature, total air content or unit weight outside specified values . 2. Water/Cementitious Materials Ratio: JQ Infrastructure a. When water content testing indicates water/cementitious materials ratio to exceed specified requirements by greater than 0.02 , remaining batches required to complete concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as required to bring subsequently-batched concrete within specified water/cementitious materials ratio. b. Perform additional testing to verify compliance with specified water/cementitious materials ratio. CONS TR UC TION S PEC IFICA TI ON DOCU M EN TS Fe bru ary 2021 VCWRF South Flow Lift Station C ity Project N o . 100075-2 03 30 00 CAST-IN-PLACE CONCRETE Page 24 of28 c . Do not resume concrete production for further concrete placement until CONTRACTOR has identified cause of excess water in the mix and revised batching procedures, or adjusted the mix design (and obtained ENGINEER's associated approval) to bring water/cementitious materials ratio into conformance with the Contract Documents. 3. Compressive Strength: a. Compressive strength tests for laboratory-cured cylinders will be acceptable if the averages of all sets of three consecutive compressive strength tests results equal or exceed specified 28-day design compressive strength of the associated type or class of concrete, and no individual strength test falls below required compressive strength by more than 500 psi . b. Questionable Field Conditions During Concrete Placement: I) Where questionable field conditions exist during concrete placement or immediately thereafter, strength tests of specimens cured under field conditions will be required by ENGINEER to check adequacy ofcuring and protecting of concrete placed. Specimens shall be molded at the same time and from the same samples as laboratory-cured specimens. 2) Provide improved means and procedures for protecting concrete when 28-day compressive strength of field-cured cylinders is less than 85 percent of companion laboratory cured cylinders . 3) When laboratory-cured cylinder strengths are appreciably higher than minimum required compressive strength, field-cured cylinder strengths need not exceed minimum required compressive strength by greater than 500 psi even though the 85 percent criterion may not be met. 4) If individual tests of laboratory-cured specimens produce strengths more than 500 psi below the required minimum compressive strength , or if tests offield- cured cylinders indicate deficiencies in protection and curing, provide additional measures to ensure that load-bearing capacity of the structure is not jeopardized or impaired. If likelihood of low-strength concrete is confirmed and evaluations indicate load-bearing capacity may have been reduced , perform tests of cores from the concrete in question at CONTRACTOR 's expense. c . If compressive strength tests fail to indicate compliance with minimum requirements of the Contract Documents, concrete represented by such tests will be considered defective. D . Testing Concrete Structure for Strength : l . When there is evidence that strength of in-place concrete does not comply with the Contract Documents, CONTRACTOR shall employ the services of concrete testing laboratory to obtain cores from hardened concrete for compressive strength determination . Cores and tests shall comply with ASTM C42 and the following: JQ Infrastructure a. Obtain at least three representative cores from each concrete member or suspect area of concrete at locations directed by ENGINEER. b . Strength of concrete for each series of cores wil I be acceptable if average compressive strength is at least 85 percent of specified compressive strength and no single core is less than 75 percent ofrequired 28-day required concrete compressive strength. c. Testing laboratory shall submit test results to ENGINEER on same day that tests are completed. Include in te st reports Project name and numbe r (if any), date of sampling and testing, CONTRACTOR name , name of concrete testing laboratory , exact location oftest core in th e Work , type or class of concrete represented by core sample, nominal maximum size aggregate, desi gn compress ive strength, compression breaking CONSTRUCTION SPECIFICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 E . F. 3 .11 A. 03 30 00 CAS T-fN-PLACE C O NC RET E Page 2 5 of 28 strength , and type of break ( corrected for length-diameter ratio), direction of applied load to core with respect to horizontal plane of concrete as placed , and moisture condition of the core at time of testing . 2. Fill core holes solid with non-shrink grout in accordance with Section 03 60 00 , Grouting , and finish to match adjacent concrete surfaces . 3. If results of core tests are unacceptable or if it is impractical to obtain cores, perform static load test and evaluations complying with ACI 318 and ACI 350, as directed by ENGINEER. Concrete Tolerance Verification Measurements: Refer to Article 3.9 of this Section. Supplier's Services: l . Water-Reducing Admixture Manufacturer: Furnish services of qualified concrete technician employed by admixture manufacturer to assist in proportioning concrete for optimum use of admixture . Concrete technician shall advise on proper addition of admixture to concrete and on adjustment of concrete mix proportions to meet changing conditions at the Site . MISCELLANEOUS CONCRETE ITEMS Temporary Openings: l. Openings in concrete walls and slabs required for passage of Work are allowed only upon approval of ENGINEER. 2. Temporary openings made in concrete shall be provided with waterstop in below-ground or liquid-retaining members and structures . Reinforcement going through and around the opening shall be made continuous to provide continuity and shall be approved by the ENGINEER. 3. Temporary openings that remain in concrete structures shall be filled with the same class of concrete as the adjoining construction , after the Work causing need for temporary opening is complete, unless otherwise shown or directed by ENGINEER. Mix , place , and cure concrete as specified in this Section to blend with in-place construction. Provide miscellaneous concrete filling shown or required to complete the Work. B. Bases or Pads for Piping, Panels , and Equipment: l. Unless specifically shown or indicated otherwise, provide concrete bases or pads for equipment, floor-mounted panels , and floor-mounted supports for piping and similar construction . Provide all concrete pad and base Work not specifically included under other Sections. 2. Dimensions and Elevations : a. Coordinate and construct bases and pads to dimensions shown or indicated , or as required to comply with equipment, panel , or piping manufacturer's requirements and elevations indicated on the Drawing. b. Unless otherwise shown or indicated , place concrete bases for equipment up to one- inch below the equipment manufacturer 's base or mounting plate . c . Where specific dimensions or elevations are not shown or indicated , bas es and pads shall be six inches thick and extend three inches outside dimensions of the equipment, panel , or supports. 3 . Finish : Bases and pads outside ofareas to receive non-shrink grout shall have smooth trowel finish , unless special finish such as terrazzo , ceramic tile, quarry tile, or heavy-duty concrete topping is required . In such cases, provide appropriate concrete finish . Surfaces of bases and pads to receive non-shrink grout shall have broom finish. JQ Infras tructure CONSTR UCTION S PEC IFI CATI ON DOCUMENTS February 202 1 VCWRF So uth Flow Li ft Stati on C ity Proj ect No. I 0007 5-2 C. 3 .12 A. Curbs : 1. 2 . 03 30 00 CA ST-IN-PLACE C ONC RET E Pa ge 26 of 2 8 Provide monolithic finish to interior curbs by stripping forms while concrete is still green followed by steel-troweling surfaces to hard , dense finish with corners, intersections , and terminations slightly rounded . Exterior curbs shall have rubbed finish for vertical surfaces and broomed finish for top surfaces. REPAIR OF CONCRETE PLACED UNDER THIS CONTRACT Repair of Formed Surfaces: I . Repair the following defects in all formed finishes: a. Spalls , 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 designated concrete member surface. d . Structural cracks , as defined by ENGINEER. e. Non-structural cracks greater than 0.0 I 0-inch wide as defined by ENGINEER. In liquid-retaining structures , elevated slabs subject to the elements or washdowns, below-grade members, and cracks that evidence leakage. Where it is not possible to verify whether a crack is leaking, repair the crack. 2 . Repair the following defects in smooth-finish surfaces, in addition to those listed above in this Section: a . Spalls, air bubbles, rock pockets , form depressions, and other defects that extend to more than I /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 by 12-inch area, or 12 in number in a three-foot by three-foot area. c . Fins, offsets, and other projections shall be completely removed and smoothed. d. Scratches and gouges in concrete surface. e. Texture and color irregularities . In liquid-retaining surfaces , texture and color irregularities need not be repaired when greater than 12 inches below minimum normal operating liquid surface elevation , except where such defects are indicative of reduced durability . 3. Where smooth rubbed or grout cleaned finish is specified , minor surface defects repairable by the finishing process need not be repaired prior to finish application , when approved by ENGINEER. B. Method of Repair of Formed Surfaces : 1. Immediately after removing forms , repair and patch defective areas with cement mortar or concrete repair mortar as directed by ENGINEER. Make repairs made to liquid-retaining structures and below-grade surfaces with repair mortar only. Repair form tie holes in liquid- retaining or below-grade surfaces with non-shrink grout in accordance with Section 03 60 00 , Grouting . 2 . Honeycombs , Rock Pockets, and Holes Left by Tie Rods and Bolts: JQ Infras tructure a. Cut out honeycomb , rock pockets , voids, and holes left by tie rods and bolts, down to solid concrete but, in no case, to depth less than one-inch for cement mortar and 1/2- inch for repair mortar. Make edges of cuts perpendicular to concrete surface . b . Before placing cement mortar, thoroughl y clean and brush-coat area to be patched with s pecified bonding agent. CONSTRUC TI ON S PEC IFI CA TI ON DOCUMEN T S Fe bru ary 202 I VC WRF South Flow Lift Stati on C ity Project No. 100075-2 03 30 00 CAS T -TN-PL ACE CONCRETE Page 27 of28 c. When using concrete repair mortar, use of bonding agent is optional ; prepare the surface and place mortar in accordance with mortar manufacturer 's recommendations. d. Repairs at exposed-to-view surfaces shall match the color of surrounding concrete , except color matching is not required for interior surfaces ofliquid-retaining surfaces up to one foot below typical minimum liquid level. 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 patching. e. Compact mortar in place and strike off slightly higher than the surrounding surface. 3. Structural Cracks : Pressure-grout structural cracks using injectable epoxy installed using pressurized system. Apply in accordance with epoxy manufacturer 's directions and recommendations. 4. Non-structural Cracks: Shall be pressure-grouted using hydrophobic or hydrophilic resin . Install in accordance with resin manufacturer 's directions and recommendations. 5. Determination of the crack type shall be made by the ENGINEER. 6. Holes Through Concrete: a. Using plunger-type gun or other suitable device , fill holes extending through concrete from least-exposed face , using flush stop held at ex posed face ; completely fill the hole with specified repair material. b. At below-grade and liquid-containing members , fill holes with concrete repair mortar and use color-matched cement mortar for outer two inches at exposed-to-view surfaces. 7. Where powerwashing or scrubbing is not adequate , abrasive blast exposed-to-view surfaces that require removal of stains, grout accumulations, sealing compounds, and other substances marring the surfaces. Use sand finer than No . 30 and air pressure from 15 to 25 psi. C. Repair of Unformed Surfaces: 1. Test unformed surfaces , such as monolithic slabs , for smoothness and to verify surface plane to specified tolerances for each surface and finish . Correct low and high areas in accordance with this Section . 2 . Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using template having the required slope . Correct high and low areas in accordance with this Section . 3 . Repair finish of unformed surfaces containing defects that adversely affect concrete durability . Surface defects include crazing, cracks in excess of 0.01-inch wide , spalling, popouts, honeycombs , rock pockets , and other objectionable conditions . 4 . Repair structural cracks in all structures and non-structural cracks in liquid-retaining structures. In liquid-retaining structures , where dry face of concrete member can be observed , repair all cracks evidencing any rate of water flow through crack. Where dry face of member cannot be observed, repair all cracks . D . Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding, after concrete has cured sufficiently so that repairs can be made without damage to adjacent areas . 2 . Correct low areas in unformed surfaces, during or immediately after completion of surface finishing , by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Where repairs are required and concrete has already set, sawcut around perimeter of area to be repaired to depth of 1/2-inch and remove concrete so that minimum thickness of repair is 1/2-inch. Apply specified concrete repair mortar in accordance with repair mortar manufacturer 's directions and recommendations . JQ Infrastructure CONS TRUCTI ON S PEC IFI CATION DOCU M EN T S February 20 2 I VCWRF So uth Fl ow Li ft Stati on City Proj ect No . I 00075-2 03 30 00 CAST-IN -PLACE CONCRETE Page 2 8 of28 3. Repair defective areas , except random cracks and single holes not exceeding one-inch diameter, by cutting out and replacin g with fre s h concrete . Remove defective areas to sound concrete with clean , square cuts, and expose reinforcing steel with at least 3/4-inch clearance all around. Minimum thicknes s ofrepair shall be 1 .5 inches . Dampen concrete surfaces in contact with patching concret e and bru s h with specified bonding agent. Place patching concrete w hile bonding agent is tacky. Mi x patchin g concrete of same materials and proportions to pro v ide concrete of same class ification as original , adjacent concrete . Place, compact, and fini sh as required to blend w ith adjacent fini s hed concrete . Cure in the same manner a s adjacent concrete. 4 . Repair isolated , random , non-structural cracks (in me mbers that are not below grade or liquid -retainin g), and single hole s not g reater than one-inch diameter, by dry-pack method . Groo ve top of cracks, and cut out hole s to sound concrete, and clean repair area of dust, dirt, and loose particles. Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry-pack before cement grout takes its initial set. Mix dry-pack, consi sting of one part portland cement to 2 .5 parts fine aggregate passing No . 16 mesh sieve, us ing 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 at least 72 hours . 5 . Structural cracks shall be pressure-g routed us ing injectable epoxy . Appl y in accordance with epox y manufacturer 's direction s and recommendations . 6 . Non-structural cracks in below -grade and liquid-retaining structures shall be pressure- grouted using hydrophilic resin. Apply in accordance with resin manufacturer 's directions and recommendations. 7. Determination of crack type will be by ENGINEER. 8. Ensure that surface is acceptable for floorin g material to be installed in accordance with floorin g manufacturer 's recommendation s. E . Other Method s of Repair: 1. Repair methods not s pecified in this Section may be used w hen approved by ENGINEER. END OF SECTION -03 30 00 JQ Infras tru cture CONSTR UCTION S PEC IFICATION DOCUM EN TS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . 1000 75-2 03 34 13 CONT ROL LED LO W STRENG TH MATE RI AL (C LSM) SECTION 03 34 13 CONTROLLED LOW STRENGTH MA TERJAL (CLSM) PART 1 -GENERAL 1.1 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following : a . Flowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: Page I o f 6 1. Division O -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 . Pay ment 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 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 . 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. C23 I -Standard Test Method for Air Content of Freshly Mi x ed Concrete by the Pres sure Method . 6 . C260 -Standard Specification for Air-Entraining Admixtures for Concrete. 7 . C618 -Standard Specification for Coal Fl y Ash and Raw or Calcined Natural Pozzolan for U se in Concrete. CITY OF FORT WORTH CONS TR UC TIO N SP EC IFICAT ION DOCU MEN TS Fe bruary 2021 VC WRF So uth Fl ow Li ft Stati on City Proj ect No. I 00075 -2 03 34 13 CONTROLLED LO W STRENGTH MATERIA L (C LSM) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITT ALS A. Provide submittals in accordance with Section O 1 33 00. Page 2 of6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITTALS A. Product data B . Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a . Submit full details, including mix design calculations for mix proposed for use . C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 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. Materials I. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00 . 2. Fly ash: Class F fly ash in accordance with ASTM C6 l 8. 3. Water: As specified in Section 03 30 00 . 4. Admixture: Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B . Mixes C IT Y OF FORT WO RTH CONSTRUC TI ON SPEC IFICAT ION DOCU M EN TS Fe bru ary 2021 VC WRF So uth Fl ow Lift Station C ity Proj ect N o I 00075-2 03 34 13 CON TR OLL ED LOW STRENG TH MA TE RI AL (CLS M) I . Perfonnance requirements a . Total calculated air content I) Not less than 8 .0 percent or greater than 12 .0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days . c . Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days . Page 3 of 6 2) Limit the long-term strength (90 days) to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2 . Suggested design mix Abso lute Volume Material Cement Fly Ash Water Coarse Aggregate Fine Aggregate Admixture TOTAL 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch Weight 30 pounds 300 pounds 283 pounds 1,465 pounds 1,465 pounds 4-6 ounces 3,543 pounds Specific Gravity Cubic Foot 3 .15 0.15 2 .30 2 .09 1.00 4 .54 2 .68 8.76 2.68 8.76 -2.70 -27 .00 I. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by te sting laboratory acceptable to Engineer . 2 . Prepare trial batches using specified cementitious material s and aggregates proposed to be used for the Work . 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. B. Test cylinders: 1. Prepare test cy linders in accordance with ASTM C3 I with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c . Strike off the excess material. CITY OF FORT WORTH CONS TR UC TIO N SPEC IFICAT ION DOCU MENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Station City Proj ect No . I 00075 -2 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of6 2 . Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage . 3 . Do not remove the test cylinder from mold until the cylinder is to be capped and tested . 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b . Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: I. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength , but not exceed maximum compression strength. D . If the trial batch tests do not meet the Specifications for strength or density , revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. I. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design , trial batches, and test information. E. Determine slump in accordance with ASTM C 143 with the following exceptions: I . Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly overfill, tap lightly , strike off, and then measure and record slump. PART 3 -EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A . Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: I . Limit lift heights of CLSM placed against str uctures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings . Do not place another lift of CLSM until the last I ift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2 . The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. CITY OF FORT WORTH CONSTRUCTION SPEC IFICATION DOCUMENTS February 2021 YCWRF South Flow Lift Station C ity Project No. I 00075-2 03 34 13 C ONTROLLED LOW STRENGTH MA TERlAL (C LSM ) Page 5 of6 3. Transport and place material so that it flows easily around, beneath , or through walls, pipes , conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches , and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within± 1 inch. 5. 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. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 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. Tests by the City I . During the progress of construction , the City will have tests made to determine whether the CLSM, as being produced , complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C3 I with the following exceptions : I) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix . 3) Strike off the excess material. b . Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders . c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing . The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage . e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: I) Perform the capping carefully to prevent premature fractures. C ITY OF FORT WORTH CONSTRUC TION SP EC IFI CAT IO N DOCU M EN TS Fe bru ary 2021 VC WRF So uth Fl ow Lift Station C ity Proj ect No . I 0007 5-2 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of6 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder s pecimens taken each day shall be determined by the Inspector. a . Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein . b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed max imum compression strength. 4 . The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C23 l. 5. Test the s lump of CLSM using a slump cone in accordance with ASTM Cl43 with the following exceptions: a . Do not rod the concrete material . b . Place material in slump cone in I semi-continuous filling operation , slightly overfill , tap lightly , strike off, and then measure and record slump. 6 . If compress ive strength of te st cylinders does not meet requirements, make corrections to the mix desi g n to meet the requirements of this specification. 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 Revi s ion Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CONSTRUCTION SPECIF ICATION DO C UMENTS February 2021 YCWRF So uth Flow Lift Stati o n C ity Project No. I 00075-2 SECTION 03 60 00 -GROUTING PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 03 60 00 GROUTING Page I of 8 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install grout and perform grouting Work. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before grouting Work. C. Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section . 2 . Section 03 15 00, Concrete Accessories. 3. Section 03 30 00, Cast-In-Place Concrete. D. Application and Grout Material: 1. The following is a listing of grouting applications and the corresponding type of grout material to be provided for the associated application . Unless shown or indicated otherwise in the Contract Documents, provide grout in accordance with the following : Table 03 60 00-A -GROUT APPLICATIONS AND MATERIAL TYPES Ap pli catio n Beam and column (one-or two -story height) base plates and precast concrete bearing less than 16 inches in the least dimension Column base plates and precast concrete bearing (greater than two-story height or larger than 16 inches in the least dimension) Base plates for storage tanks and other non- motorized equipment , and motorized equipment or machinery less than 50 horsepower Motorized equipment or machinery equal to and greater than 50 horsepower, and motorized equipment or machinery equipment less than 50 horsepower subject to severe shock loads or high vibration Filling blockout spaces for embedded items such as railing posts , guide frames for hydraulic gates, and similar aoolications Grout fill or grout toppings less than four inches thick Grout fill greater than four inches thick Applications not listed above , where grout is indicated on the Drawings J Q Infras tructure CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 Requ ired Grout Material Type Class II Non-Shrink Class I Non-Shrink Class I Non-Shrink (unless otherwise recommended by equipment manufacturer) Class Ill Non-Shrink Epoxy (unless otherwise recommended by equipment manufacturer) Class II Non-Shrink (Class I where placement time exceeds 15 minutes) Grout Fill Class "B" Concrete in accordance with Section 03 30 00 , Cast-In-Place Concrete Class I Non-Shrink, unless shown or indicated otherwise VCWRF So uth Flow Lift Station C ity Project No . 100075 -2 l.2 REFERENCES A. Standards referenced in this Section are: 03 60 00 GRO UTTNG Page 2 of 8 1. ACI 211 .1, Practice for Selecting Proportions for Normal , Heavyweight, and Mass Concrete. 2 . ACI 301 , Structural Concrete for Buildin gs. 3 . ASTM C33 /C33M, Specification for Concrete Aggregates . 4. ASTM C 109/C I 09M , Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimen s). 5. ASTM C230/C230M, Specification for Flow Table for Use in Tests of Hydraulic Cement. 6 . ASTM C53 I , Test Method for Linear Shrinkage and Coeffic ient of Thermal Expansion of Chemical-Resistant Mortars , Grouts, Monolithic Surfacings, and Polymer Concretes . 7 . ASTM C579 , Test Methods for Compressive Strength of Chemical-Resistant Mortars , Grouts , Monolithic Surfacin gs, and Polymer Concretes. 8. ASTM C827 , Test Method for Change in Height at Early Ages of Cylindrica l Specimens of Cementitious Mixtures . 9 . ASTM C882/C882M, Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. I 0. ASTM C939 , Text Method for Flow of Grout for Prep laced-Aggregate Concrete (Flow Cone Method). 11. ASTM Cl I 07 /Cl 107M, Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink). 12. ASTM CI 18 I , Test Methods for Compressive Creep of Chemical-Resistant Pol y mer Machinery Grouts . 13 . NSF/ANSI 61 , Drinking Water System Components -Health Effects. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Grout Testing Laboratory: a . Independent testing laboratory employed for design and testing of grout materials and mi xes shall comply with testing laboratory requirements in Section 03 30 00 , Cast-in- Place Concrete and other applicable requirements in the Contract Documents . 2. Manufacturer: Shall ha ve a minimum of five years experience of producing products substantially simi lar to that required and s hall be able to submit documentation of at least fi ve satisfactory installations that have been in successful operation for at least five years each . 3. Manufacturer's Field Service Technician: When required , provide services of manufacturer's full-time emp lo yee , factory-trained in handling, use , and installing the products required , with at least five years of experience in fi el d applications of the products required . B. Trial Batch : I . Each grout fill and construction joint grout mi x proportion and design shall be verified by laboratory trial batch or field experience methods . Comply with ACI 211.1 and submit to ENGINEER a report with th e fo ll owing data: a . Complete identification of aggregate source of supply . b . Tests of aggregate s for compliance with s pecified requirements. c . Scale weight of each aggregate. d . Absorbed water in each aggregate . e. Brand , type, and composition of cement. f . Brand , type , and amou nt of each admi xture . g. Amounts of water used in trial mi xes. JQ Infrastr ucture CONST RUCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 2021 VCWRF South Flow Lift Station City Project No . I 00075 -2 h. Proportions of each material per cubic yard. i. Unit weight and yield per cubic yard of trial mixtures . J. Measured slump. k. Measured air content. 03 60 00 GRO UTING Pa ge 3 of 8 I. Compressive strength developed at seven days and 28 days , from not less than three test specimens cast for each seven -day and 28-day test, and for each design mix. 2. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301 . 3. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 30 I. 1.4 SUBMITT ALS A. Action Submittals: Submit the following: 1. Shop Drawings: a . Schedule of Project-specific grout applications, installation locations, and the grout type proposed for each. b . List of grout materials and proportions for the proposed mix designs. Include data sheets , test re sults, certifications, and mill reports to qualify the materials proposed for use in the mix designs. Do not start laboratory trial batch testing until submittal is approved by ENGINEER. c . Trial Batch Reports : Submit laboratory test reports for grout materials and mix design tests. 2. Product Data: a. Data sheets, certifications, and manufacturer's specifications for all materials propo sed for use. B . Informational Submittals: Submit the following : 1. Manufacturer's Instructions : a. Special instructions for shipping, storing, protecting, and handling. b . Installation instructions for the materials . 2 . Supplier Reports: a . Subm it written report of results of each visit to Site by Supplier 's field service technician , including purpose and time of visit, tasks performed, and results obtained. Submit within two days of completion of visit to the Site. 3 . Qualifications Statements: a. Testing laboratory , when not submitted under other Sections. b. Manufacturer, when submittal of qualifications is required by ENGINEER. c. Manufacturer's field service technician , when submittal of qualifications is required by ENGINEER. 4 . Fie ld Qua li ty Control Submittals: a. Report field testing results for each required time period. Submit within 24 hours after completion of associated tests. Each test report shall include results of all testing required at time of sampling 1.5 PRODUCT DELIVERY , STORAGE AND HANDLING A. Storage of Materials : Store grout materials in a dry location , protected from weather and protected from moisture. JQ Infras tru cture CONS TR UCT IO N SPEC IFI CAT ION DOCU MEN TS Fe bruary 2021 VCW RF So uth Flow Li ft Stati on C ity Proje ct No . I 00075-2 03 60 00 GROUTING Page 4 of8 PART 2 -PRODUCTS 2.1 A . 2 .2 A. B . C. GENERAL All grout materials, admixtures , cementitious materials , and other materials used in grout that contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61. NON-SHRINK GROUT MATERIALS General : Non-shrink grout shall be a prepackaged , inorganic, flowable , non-gas-liberating, non- metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or container in which the materials are packaged. Specific formulation for each type or class of non-shrink grout specified in this Section shall be that recommended by the grout manufacturer for the particular application . C la ss I Non-Shrink Grout: 1. Class I non-shrink grouts shall have a minimum 28-day compressive strength of 7 ,000 psi . Use grout for precision grouting and where water-tightness and non-shrink reliability in both plastic and hardened states is critical , in accordance with Table 03 60 00-A in this Section . 2. Products and Manufacturer: Provide one of the following : a . Masterflow 928 , by Master Builders, Inc. b. Five Star Grout, by Five Star Products , Inc . c. Hi-Flow Grout, by Euclid Chemical Company. d. Or equal. 3. Comp ly with ASTM Cl 107/Cl 107M, Grade C and B (as modified below) when tested using amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds) shall be in accordance with ASTM C939. b. At temperatures of 45 , 73.4, and 95 degrees F . 4. Length change from placing to time of final set shall not have shrinkage greater than the expansion measured at three or fourteen days. Expansion at three or fourteen days shall not exceed the 28-day expansion. 5 . Non-shrink property shall not be based on chemically-generated gas or gypsum expansion. 6 . Fluid grout shall pass through the flow cone, with continuous flow , one hour after mixing. Class II Non-Shrink Grout: 1. C la ss II non-shrink grouts shall have minimum 28-day compressive strength of 7 ,000 psi. Use grout for general-purpose grouting applications in accordance with Tab le 03 60 00-A in this Section. 2. Products and Manufacturer: Provide one of the following : a. Construction Grout, by Master Builders, Inc . b . FSP Construction Grout, by Five Star Products, Inc. c. NS Grout, by Euclid Chemical Company. d . Or equal. 3. Comply with ASTM C 1107 I C 1107M and the following when tested using the quantity of water required to achieve the following properties : a . Flowable consistency ( 140 percent flow in accordance with ASTM C230/C230M, five drops in 30 seconds). b. Fluid working time of at least 15 minute s. c. Flowable for at least 30 minutes . JQ In frastructure VCWRF South Fl ow Lift Station C ity Project No. I 00075-2 CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 03 60 00 G ROUTfNG Page 5 of 8 4. When tested , grout shall not bleed at maximum allowed water. 5. Non-shrink property shall not be based on chemically-generated gas or gypsum expansion. D. Class III Non-Shrink Epoxy Grout: I. Epoxy grout shall be a pourable, non-shrink, 100-percent solids system. 2. Products and Manufacturer: Provide one of the following : a. E3G, by Euclid Chemical Company. b. Sikadur 42 Grout Pak, by Sika Corporation . c. HP Epoxy Grout, by Five Star Products , Inc. d. Or equal. 3 . Epoxy grout system shall have three components: resin , hardener, and specially blended aggregate, all pre-measured and prepackaged. Resin component shall not contain non- reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are unacceptable. Variation of component ratios is not allowed without specific recommendation by manufacturer. Manufacturer's instructions shall be printed on each container in which products are packaged . 4. The following properties shall be attained with the minimum quantity of aggregate allowed by epoxy grout manufacturer. a. Vertical volume change at all times before hardening shall be between zero percent shrinkage and 4.0 percent expansion when measured in accordance with ASTM C827 (modified for epoxy grouts by using an indicator ball with specific gravity between 0 .9 and 1.1 ). b. Length change after hardening shall be less than 0 .0006-inch per inch and coefficient of thermal expansion shall be less than 0 .00003-inch per inch per degree F when tested in accordance with ASTM C53 I. c. Compressive creep at one year shall be less than 0 .001-inch per inch when tested under a 400-psi constant load at I 40 degrees F in accordance with ASTM CI I 81. d. Minimum seven-day compressive strength shall be 14 ,000 psi when tested in accordance with ASTM C579 e. Grout shall be capable of maintaining at least a flowable consistency for minimum of 30 minutes at 70 degrees F . f. Shear bond strength to port land cement concrete shall be greater than shear strength of concrete when tested in accordance with ASTM C882 /C882M. g. Minimum effective bearing area shall be 95 percent. 2.3 GROUT MATERIALS OTHER THAN NON-SHRINK GROUT A. General: Materials for grouts (other than non-shrink grouts) shall be in accordance with Section 03 30 00 , Cast-In-Place Concrete, except as otherwise specified in this Section . B. Grout Fill: 1. Grout fill shall be comprised of cement, fine aggregate , coarse aggregate, water, and admixtures proportioned and mixed in accordance with this Section. a. Minimum Compressive Strength: 4 ,000 psi at 28 days. b . Maximum Water-Cement Ratio: 0.45 by weight. c. Coarse Aggregate: ASTM C33 /C33M, No . 8 size. d. Fine Aggregate: ASTM C33 /C33M , approximately 60 percent by weight of total aggregate. e. Air Content: Seven percent (plus or minus one percent). f. Minimum Cement Content: 564 pounds per cubic yard. JQ Infrastructure CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Stati o n C ity Proj ect No. I 00075 -2 C. 2.4 A . 03 60 00 GROUTfNG Page 6 of8 g. Slump for grout fill shall be adjusted to match placing and finishing conditions, and shall not exceed four inches . Construction Joint Grout: 1. Construction joint grout shall be comprised of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned with similar cementitious characteristics as Class "A " concrete specified in Section 03 30 00 , Cast-In-Place Concrete. Mix design shall result in grout that is flowable with high mortar content. Mix requirements are: a. Minimum Compressive Strength: 4 ,500 psi at 28 days. b. Maximum Water-Cement Ratio: 0.42 by weight. c. Coarse Aggregate: ASTM C33/C33M, No. 8 size. d. Fine Aggregate : ASTM C33 /C33M, approximately 60 percent by weight of total aggregate . e. Air Content: Seven percent (plus or minus one percent). f. Minimum Cement Content: 752 pounds per cubic yard. g. Slump for Construction Joint Grout: Seven inches (plus or minute one inch). CURING MATERIALS Curing materials shall comply with Section 03 30 00, Cast-in-Place Concrete, and shall be as recommended by the manufacturer of prepackaged grouts. PART 3 -EXECUTION 3 .1 3.2 A. A . INSPECTION Examine substrate and conditions under which grouting will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected . INST ALLA Tl ON General: 1. Place grout as shown and indicated , and in accordance with Laws and Regulations and grout manufacturer's instructions. If manufacturer's instructions conflict with the Contract Documents, obtain clarification or interpretation from ENGINEER before proceeding. 2 . Consistency of non-shrink grouts shall be as required to completely fill the space to be grouted for the particular application . Do not install grout for dry-packing without approval of ENGINEER. When dry-packing is approved by ENGINEER, dry-pack consistency shall be such that grout has sufficient water to ensure hydration and grout strength development, and remains plastic, moldable , and that does not flow . 3. Grouting shall comply with temperature and weather limitations in Section 03 30 00 , Cast- ln-Place Concrete. 4. Cure grout in accordance with grout manufacturer's instructions for prepackaged grout and Section 03 30 00 , Cast-In-Place Concrete, for grout fill. B . Columns and Beams : JQ Infras tru cture VC WRF So uth Fl ow Lift Stati on C ity Project N o. 1000 75-2 CONS TR UC TI ON S PEC IFICAT ION DOCUMENTS February 202 I 03 60 00 GROUTING Page 7 of 8 1. After shimming columns and beams to proper elevation, securely tighten anchors. Properly form around base plates allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of base plate and top of concrete base to assure that void is completely filled with non-shrink grout. C. Equipment Bases : I. Lnstall equipment in accordance to manufacturer 's recommendations, Laws, and Regulations , and the Contract Documents. After shimming equipment to proper elevation, securely tighten anchors. Properly form around base plates, allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of equipment base and top of concrete base to ensure that voids are completely filled with non-shrink grout. D . Handrail Posts : 1. After posts have been properly inserted into holes or sleeves, fill annular space between posts and sleeve with non-shrink grout. Bevel grout at juncture with post so that water will flow away from post. E. Construction Joints: I . Place a six-inch minimum thick layer of construction joint grout over contact surface of concrete at interface of horizontal construction joints in accordance with Section 03 15 00 , Concrete Accessories, and Section 03 30 00, Cast-In-Place Concrete. F. Grout Fill: 1. All mechanical , electrical, and finish work shall be completed prior to placing grout fill. Base slab shall be provided with a scratched finish in accordance with Section 03 30 00 , Cast-In-Place Concrete. Roughen existing slabs shall by abrasive blasting or hydroblasting exposing aggregates to ensure bonding to base slab. 2. Minimum thickness of grout fill shall be one-inch. Where finished surface of grout fill is to form an intersecting angle ofless than 45 degrees with concrete surface against whic h grout will be placed , form a key in the concrete s urface at the intersection point. Key shall be minimum of 3.5 inches wide by 1.5 inches deep. 3. Thoroughly clean and wet base slab prior to placing grout fill. Do not place grout fill until slab is completely free of standing water. A thin coat of neat Type II cement slurry shall be broomed into surface of s lab. Place grout fill while s lurry is wet. Grout fill shall be compacted by rolling or tamping, brought to elevation , and floated. In tanks and basins where scraping-type equipment will be in stalled, grout fill shall be screeded by blades attached to revolving mechanism of equipment in accordance with procedures recommended by equipment manufacturer after grout is brought to elevation. 4. Grout fill placed on sloping slabs s hall be installed uniformly from bottom of slab to top , for full width of placement. 5. Test grout fill surface with a straight edge to detect high and low spots; immediately correct high and low spots in grout fill. When grout fill has hardened sufficiently , grout fill shall be steel troweled to provide a smooth surface free of bug holes and other imperfections. While an acceptable type of mechanical trowel may be used in this operation , the last pas s over the grout fill surface shall be by hand-trowelin g . During finishing, do not apply the following to the grout fill surface: water, dry cement, or mixture of dry cement and sand. 6. Cure and protect grout fill in accordance with Section 03 30 00, Cast-In-Place Concrete. 3.3 FIELD QUALITY CONTROL A . Field Testing Services: JQ Infrastructure CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station Ci ty Project No . I 00075 -2 03 60 00 GROUTfNG Page 8 of8 1. CONTRACTOR shall employ an independent testing laboratory to perform field quality control testing for grout. Comply with testing laboratory requirements in Section 03 30 00 Cast-In-Place Concrete for required testing laboratory qualifications. 2. CONTRACTOR shall provide all curing and necessary cube storage as specified in Section 01 45 28 , On-Site Facilities for Testing Laboratory. B. Quality Control Testing During Construction: 1. Grout Fill: Perform sampling and testing for field quality control during grout fill placing as follows: a . Sampling Fresh Grout Fill: ASTM CJ 72. b. Slump: ASTM Cl 43; one test for each load of grout at point of discharge. c. Air Content: ASTM C23 l ; one sample for every two grout loads at point of discharge, and when a change in the grout is observed. d. Compression Test Specimens: 1) In accordance with ASTM C 109/C 109M ; make one set of compression cubes for each 50 cubic yards of grout, or fraction thereof, of each mix design placed each day. Each set shall be four standard cubes , unless otherwise directed by ENGINEER. 2. Non-shrink Grout: Perform sampling and testing for field quality control during non-shrink grout placing as follows : a. Perform compression testing of non-shrink grout in accordance to ASTM C 109/C 109M at intervals during construction as selected by ENGINEER. Make a set of four specimens for testing compressive strength at a period of time selected by the ENGINEER. b. Perform compression tests on epoxy grout and fabricate specimens for epoxy grout testing in accordance with ASTM C579 , Method B , at intervals during construction as selected by the ENGINEER. Make a set of four specimens for testing compressive strength at a period of time selected by ENGINEER. C. Evaluation of Field Quality Control Tests : 1. Do not use grout, delivered to final point of placement, having slump or total air content that does not comply with the Contract Documents. 2. Compressive strength tests for laboratory-cured cubes will be acceptable if averages of all sets of three consecutive compressive strength test results equal or exceed the required 28- day design compressive strength of the associated type of grout. 3. If the compressive strength tests do not comply with the requirements in the Contract Documents, the grout represented by such tests will be considered defective and shall be removed and replaced , or subject to other action required by ENGINEER, at CONTRACTOR's expense. D. Manufacturer's Services: 1. Manufacturers of proprietary materials shall make available upon 72 hours notification the services of qualified , full time employee , experienced in serving as a field service technician for the products required , to aid in assuring proper use of products under the actual conditions at the Site . END OF SECTION -03 60 00 JQ Infras tructure CON STR UCT ION S PEC IFI CAT ION DOCU M ENTS Fe bru a ry 2021 VC WRF South Fl ow Lift Stati on C ity Project N o. 100075-2 SECTION 03 74 00 -MODIFICATIONS TO EXISTING CONCRETE PART 1 -GENERAL 1.1 SUMMARY A. Scope of Work: 03 74 00 MODIFICATIONS TO EX ISTING CONCRETE Page I of 4 1. Furnish all labor, materials, equipment, and incidentals required and cut, remove , repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete . B. Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 2. Section 03 11 00 , Concrete Forming. 3. Section 03 20 00 , Concrete Reinforcement. 4. Section 03 25 10 , Concrete Joints. 5. Section 03 30 00 , Cast-in-Place Concrete. 6. Section 03 60 00 , Grout. 7. Section 05 50 10, Miscellaneous Metal Fabrications. 1.2 QUALITY ASSURANCE A. Referenced Standards: Comply with provisions of following codes, specifications, and standards, except as otherwise indicated. I. ASTM C881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete 2. ASTM C882 -Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer 3 . ASTM D570 -Standard Test Method for Water Absorption of Plastics 4. ASTM D638 -Standard Test Method for Tensile Properties of Plastics 5 . ASTM D695 -Standard Test Method for Compressive Properties of Rigid Plastics 6 . ASTM D732 -Standard Test Method for Shear Strength of Plastics by Punch Tool 7. ASTM D790 -Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials B. No existing structure or concrete shall be shifted, cut, removed , or otherwise altered until authorization is given by the Engineer or where directed in the Drawings. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers , shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel , control dust, and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted , shown, or specified, line drilling will be required in cutting existing concrete . D. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of I 0 years experience in the manufacture of such products and shall have an ongoing program of training, certifying, and technically supporting the Contractor's personnel. JQ Infrastructure CONSTRUCT ION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Stati on C ity Project No. I 00075-2 03 74 00 MODIFI CATIONS TO EXISTING CONCRETE Page 2 of 4 1.3 SUB MITT ALS A. Submit to the Engineer, in accordance with Section O l 33 00 Schedule of Demolition , and the detailed methods of demolition to be used at each location . B . Submit manufacturer's technical literature on all product brand s proposed for use to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. C. When substitutions for acceptable brands of materials specified herein are proposed , submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.4 DELIVERY, STORAGE, AND HANDLING A . Deliver the specified products in original , unopened containers with the manufacturer's name, labels , product identification , and batch numbers. B . Store and condition the specified product as recommended by the manufacturer. PART 2 -PRODUCTS 2.1 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. B . Epoxy Bonding Agent 1. General a . The epoxy bonding agent shall be a two-component, solvent-free, asbestos-free, moisture-insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881 , Type V , and the additional requirements s pecified herein . 2. Material a. Properties of the cured material : l) Compressive Strength (ASTM D695): 8,500 psi minimum at 28 days 2) Tensile Stre ngth (ASTM D638): 4,000 psi minimum at 14 days 3) Flexural Strength (ASTM D790 -Modulus of Rupture): 6,300 psi minimum at 14 days 4) Shear Strength (ASTM D732): 5,000 psi minimum at 14 days 5) Water Absorption (ASTM D570 -2 hour boil): 1 percent maximum at 14 days 6) Bond Strength (ASTM C882) Hardened to Plas tic: 1,500 psi minimum at 14 days moist cure 7) Color: Gray 3. Approved manufacturer's include: Sika Corporation , Lyndhurst, New Jersey -Sikadur 32 , Hi- Mod ; Master Builder's, Cleveland, Ohio -Concresive Liquid (LPL); or W.R. Meadows. C. Epoxy Paste I. General a. Epoxy Paste s hall be a two-component, solvent-free, asbestos free , moisture insensitive epoxy resin material used to bond dissimilar material s to concrete such as setting railing po sts, dowels , anchor bolts, and all-threads into hardened concrete and shall comply JQ Infras tructure CONSTR UCTION SPECIFICATION DOCUMENTS Febru ary 202 1 VCWRF South F low Lift Station C ity Proj ect No. 100075-2 03 74 00 MO DIFI CATIONS TO EX ISTING CONCRET E Page 3 of 4 with the requirements of ASTM C881, Type I, Grade 3 , and the additional requirements specified herein . 2. Material a. Properties of the cured material: I) Compressive Properties (ASTM D695): I 0 ,000 psi minimum at 28 days 2) Ten s ile Strength (ASTM D638): 3 ,000 ps i minimum at 14 days. Elongation at Break -0.3 percent minimum 3) Flexural Strength (ASTM D790 -Modulus of Rupture): 3,700 psi minimum at 14 days 4) Shear Strength (ASTM D732): 2 ,800 psi minimum at 14 days 5) Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 6) Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 7) Color: Concrete grey 3. Approved manufacturer's include : a . Overhead applications: Sikadur Hi-mod LV 31 , Sika Corporation , Lyndhurst, New Jersey ; Concresive 1438, Master Builders, Inc., Cleveland, Ohio ; or W .R. Meadows. b. Sikadur Hi-mod LV 32, Sika Corporation, Lyndhurst, New Jersey ; Concresive 1438, Master Builders, Inc., Cleveland, Ohio ; or W .R . Meadows. D . Non-Shrink Precision Cement Grout, Non-Shrink Cement Grout, and Non-Shrink Epoxy Grout are included in Section 03 60 00 , Grout. PART 3 -EXECUTION 3.1 GENERAL A. Cut, repair, reuse , demolish , excavate , or otherwi se modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein , or necessary to permit completion of the Work. Finishes, joints, reinforcements , sealants, etc., are s pecified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings. B . All commercial products specified in this Section s hall be stored, mixed , and applied in strict compliance with the manufacturer's recommendation s. C . In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs s hall be made to pres erve the isolation between components on either side of the joint. D. When drilling holes for dowel s/bolts at new or existing concrete , drilling s hall stop if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible , rebar locations s hall be identified prior to drilling us in g "rebar locators " so that drilled hol e locations ma y be adjusted to avoid rebar interference . 3.2 CONCRETE REMOVAL A. Concrete designated to be removed to s pecific limits as shown on th e Draw ing s or directed by th e Engineer, shall be done by line drilling at limits followed by chipping or jack-hammering as appropriate in areas w h ere concrete is to be ta ken out. Remove concrete in s uch a manner that s urrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damage d . Sawcutting at limits of concrete to be removed s hall only be done if indicated on the Draw in gs, or after obtaining written approval from th e E ngineer. JQ In frastructure CONSTR UCT ION S PEC IFI CATION DOCUM ENTS February 202 1 VCWRF So uth F low Lift Station City Project No . I 00075 -2 3.3 03 74 00 MODIFICATIONS TO EXISTING CON C RETE Page 4 of 4 B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/2-in. Rebar shall be drilled and grinded to establish minimum cover requirements prior to application of the surface treatment as detailed in the Drawings. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the joint shall be grooved and grouted after the new concrete placement has fully cured as directed in the Drawings . D . E. F. A. B. Concrete specified to be left in place that is damaged shall be repaired by approved means to the satisfaction of the Engineer. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate . All demolished concrete and other demolished materials shall be removed offsite by the Contractor. CONNECTION SURFACE PREPARATION Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings , specified herein , or as directed by the Engineer. Remove all deteriorated materials , dirt, oil , grease, and all other bond inhibiting materials from the surface by dry mechanical means , i.e ., sandblasting, grinding , etc., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to final inspection . C. If reinforcing steel is exposed , it must be mechanically cleaned to remove all contaminants, rust, etc., as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed , chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in. Reinforcing to be saved shall not be damaged during the demolition operation. D . Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around. E. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein , or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03 20 00 . 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a I /16-in layer of cement and water mixed to the consistency of a heavy paste . Immediately after application of cement paste , place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned , apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations . Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Where no method is specified, Method B shall be used. END OF SECTION -03 74 00 JQ Infrastructure CONSTR UCTIO N S PEC IFI CATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station C ity Proj ect No . 100075-2 Division 05 Metals THIS PAGE INTENTIONALLY LEFT BLANK SECTION 05 05 33 -ANCHOR SYSTEMS PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 05 05 33 ANC HOR SYST EMS Page I o f 14 I. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown , specified, and required to furnish and install anchor systems. 2. This Section includes all anchor systems required for the Work, but not specified under other Sections . B . Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before anchor systems Work. C. Related Sections: I. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections , apply to this Section. 1.2 REFERENCES A. Standards referenced in this Section are: I . ACI 318 , Building Code Requirements for Structural Concrete . 2. ACI 350 , Code Requirements for Environmental Engineering Concrete Structures. 3. ACI 355 .2, Qualification of Post-Installed Mechanical Anchors in Concrete. 4. ASTM A194 /A194M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both . 5. ASTM A276 , Specification for Stainless Steel Bars and Shapes . 6. ASTM A493 , Specification for Stainless Steel Wire and Wire Rods for Cold Heading and Cold Forging . 7 . ASTM A563 , Specification for Carbon and Alloy Steel Nuts . 8 . ASTM A 1011/ A IO 11 M , Specification for Steel , Sheet and Strip, Hot-Rolled , Carbon , Structural , High-Strength Low-Alloy , High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 9. ASTM B633 , Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10 . ASTM C307 , Test Method for Tensile Strength of Chemical-Res istant Mortar, Grouts , and Monolithic Surfacings . 11. ASTM C579 , Test Methods for Compressive Strength of Chemical-Res istant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes . 12 . ASTM C881 /C88 IM, Specification for Epoxy -Resin-Base Bonding Systems for Concrete. 13 . ASTM D695 , Test Method for Compressive Properties of Rigid Plastics . 14 . ASTM D790 , Test Methods for Flexural Prope rti es of Unreinforced and Reinforced Plastics and Electrical Insulating Materials . 15 . ASTM E329 , Specification for Agencies E nga ged in Con struction In spection and /or Testing . JQ Infras tru cture CONST RUCT ION SPECIF ICA TI ON DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Station City Proj ect No . I 00075 -2 05 05 33 ANCHO R SYST EMS Page 2 of 14 16. ASTM E488 , Test Methods for Strength of Anchors in Concrete and Masonry Elements. 17 . ASTM F593 , Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 18 . ASTM F594, Specification for Stainless Steel Bolts, Hex Cap Screws , and Studs. 19 . ASTM F1554, Specification for Anchor Bolts , Steel , 36 , 55 and 105-ksi Yield Strength. 20. FS A-A-l 922A, Shield , Expansion (Caulking Anchors, Single Lead). 21. FS A-A-1923A , Concrete Expansion Anchors. 22 . FS A-A-1925A , Shield, Expan s ion (Nail Anchors). 23 . FS A-A-55614, Shield , Expansion (non-drilling expansion anchors). 24 . ICC-ES ACOl , Acceptance Criteria for Expansion Anchors in Masonry Elements . 25. ICC-ES AC58 , Acceptance Criteria for Adhesive Anchors in Masonry Elements . 26 . ICC-ES ACI 93 , Acceptance Criteria for Mechanical Anchors in Concrete Elements. 27 . ICC-ES AC308 , Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements. 28. ISO 3506-1 , Mechanical Properties of Corrosion-Resistant Stainless Steel Fasteners -- Part 1: Bolts , Screws and Studs. 29 . ANSI/MSS SP-58 , Pipe Hangers and Supports -Materials , Design , Manufacture, Selection , Application, and Installation . 30. NSF/ANSI 61 , Drinking Water System Components -Health Effects . 1.3 QUALITY ASSURANCE A . Qualifications: I . Testing Laboratory: Shall comply with ASTM E329 and shall be experienced in tension testing of post-installed anchoring systems. 2 . Post-installed Anchor Installer: Shall be experienced and trained by post-installed anchor system manufacturer in proper installation of manufacturer 's products. Product installation training by distributors or manufacturer's representatives is unacceptable unless the person furnishing the training is qualified as a trainer by the anchor manufacturer. 1.4 SUB MITT ALS A. Action Submittals: Submit the following: I . Shop Drawings : a . Listing of all anchor systems products intended for use in the Work including product type , intended location in the Project, and embedded lengths. 2 . Product Data : a . Manufacturer 's specification s, load tables, dimension diagrams , acceptable base material conditions , acceptable drilling methods, and acceptable bored hole conditions . b. When required by ENGINEER, copies of valid ICC ES reports that presents load- carrying capacities and installation requirements for anchor systems . B. Informational Submittals : Submit the following : I . Certificates: a . For each type of anchor bolt or threaded rod , s ubmit copies of laboratory test reports and other data required to demon strate compliance with the Contract Documents . JQ Infrastru cture CONSTRUCTI ON S PEC IFICATION DOCUMENTS Fe bruary 202 1 VC WRF So uth Flow Lift Stati on C ity Project No. I 00075 -2 05 05 33 ANCHOR SYSTEMS Page 3 of 14 b. Post-installed anchor system manufacturer's certification that installer received training in the proper installation of manufacturer's products required for the Work. 2. Manufacturer's Instructions: a. Installation instructions for each anchor system product proposed for use, including bore hole cleaning procedures and adhesive injection , cure and gel time tables , and temperature ranges (storage, installation and in-service). 3. Field Quality Control Submittals: a. Submit results of field quality control testing and inspections performed by testing laboratory . 1.5 DELIVERY, STORAGE AND HANDLING A. Storage and Protection: I. Keep materials dry during delivery and storage. 2. Store adhesive materials within manufacturer's recommended storage temperature range. 3. Protect anchor systems from damage at the Site. Protect products from corrosion and deterioration. PART 2-PRODUCTS 2.1 A. B . SYSTEM PERFORMANCE General: I. At locations where conditions dictate that Work specified in other Sections is to be of corrosion resistant materials, provide associated anchor systems of stainless steel materials, unless other corrosion-resistant anchor system material is specified . Provide anchor systems of stainless steel materials where stainless steel materials are required in the Contract Documents. 2. Stainless Steel Nuts: a. For anchor bolts and adhesive anchors, provide ASTM Al94/Al94M, Grade 8S (Nitronic 60) stainless steel nuts for stainless steel anchors used for anchoring equipment, gates, and weirs , and other locations , if any, where the attachment will require future removal for operation or maintenance. Provide lock washer or double nuts on each anchorage device provided for equipment, as required by equipment manufacturer. b. For other locations, provide for each anchorage device a nut as specified or as required by anchor manufacturer. When ASTM Al94/Al94M , Grade 8S (Nitronic 60) nuts are not required for anchor bolts and adhesive anchors as specified in this Section, provide anti-seizing compound where stainless steel rods are used with stainless steel nuts of the same type. 3. Materials that can contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61. Design Criteria 1. Size, Length, and Load-carrying Capacity: Comply with the Contract Documents. When size, length or load-carrying capacity of anchor system is not otherwise shown or indicated , provide the following: JQ Infrastructure YCWRF So uth Flow Lift Station City Project No . I 00075-2 CONSTRUCTIO N SPECIFICATION DOCUMENTS February 2021 05 05 33 ANCHOR SYSTEMS Page 4 of 14 a. Anchor Bolts: Provide size , length , and capacity required to carry design load based on values and requirements of Paragraph 3.2A of this Section. For conditions outside limits of critical edge distance and spacing in Paragraph 3.2A of this Section , minimum anchor bolt embedment as shown or indicated in Paragraph 3.2A of this Section apply and capacity shall be based on requirements of Laws and Regulations, including applicable building codes. b. Adhesive Anchors, Expansion Anchors , or Concrete Inserts : Provide size, length, type, and capacity required to carry design load. Anchor capacity shall be based on the procedures required by the building code in effect at the Site. Where Evaluation Service Reports issued by the ICC Evaluation Service are required in this Section , anchor capacities shall be based on design procedure required in the applicable ICC Evaluation Service Report . 1) General: Determine capacity considering reductions due to installation and inspection procedures, embedment length , strength of base fastening materials, spacing, and edge distance , as indicated in the manufacturer 's design guidelines. For capacity determination , concrete shall be assumed to be in the cracked condition, unless calculations demonstrate that the anchor system will be installed in an area that is not expected to crack under any and all conditions of design loading . 2) Concrete Adhesive Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, provide minimum embedment depth of the greater of the following: required to develop tensile strength of anchor, or a minimum embedment of 10 anchor diameters ; and minimum anchor spacing and edge distance of 12 anchor diameters. 3) Concrete Masonry Adhesive Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, provide minimum anchor spacing and edge distance as indicated in anchor manufacturer's instructions. 4) Concrete Expansion Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, provide minimum embedment depth of s ix anchor diameters, and minimum anchor spacing and edge distance of seven anchor diameters . 5) Concrete Masonry Expansion Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, provide minimum anchor spacing and edge distance as indicated in anchor manufacturer's in structions . 6) Concrete Undercut Anchors: Unless otherwise shown or indicated in the Contract Documents, or approved by ENGINEER, provide minimum anchor spac ing and edge distance as tabulated in anchor manufacturer 's instructions. 2. Design Loads. Comply with the Contract Documents. When design load of s upported material , equipment, or system is not otherwise sho wn or indicated, prov ide the following: JQ Infrastructure a. Eq uipment Anchors: Use design load recommended by equipment manufacturer. When equipment can be filled with fluid , use loads that incorporate equipment load and load imposed by fluid. b. Pipe Hangers and Supports: Use full weight of pipe, and fluid contained in pipe that are tributary to the support plus the full weight of valves and accessories located between the hanger or s upport being anchored and the next hanger or support. CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No . I 00075-2 05 05 33 ANCHOR SYSTEMS Page 5 of 14 c . Hangers and Supports for Electrical Systems, and HY AC, Plumbing, and Fire Suppression Systems and Piping: Use the full weight of supported system that is tributary to the support plus the full weight of accessories located between the hanger or support being anchored and the next hanger or support. When piping or equipment is to be filled with fluid , anchor systems shall be sized to support such loads in addition to the weight of the equipment, piping, or system, as applicable. d. Delegated Design: When anchor systems are used for supporting materials , equipment, or systems delegated to a design professional retained by CONTRACTOR, Subcontractor, or Supplier, provide anchor system suitable for loads indicated in delegated design documents and consistent with the design intent expressed in the Contract Documents . C. Application: 1. Anchor Bolts: a. Where anchor bolt is shown or indicated , use cast-in-place anchor bolt unless another anchor type is approved by ENGINEER. b. Provide anchor bolts as shown or indicated , or as required to secure structural element to appropriate anchor surface. 2 . Concrete Adhesive Anchors: a. Use where adhesive anchors are shown or indicated for installation in concrete. b. Suitable for use where subject to vibration. c. Suitable for use in exterior locations or locations subject to freezing. d. Suitable for use in submerged, intermittently submerged, or buried locations. e. Do not use in overhead applications , unless otherwise shown or approved by ENGINEER. f. Do not use for pipe hangers , unless otherwise shown or approved by ENGINEER. 3. Grout-filled Concrete Masonry Adhesive Anchors: a. Use where adhesive anchors are shown or indicated for installation in grout-filled concrete masonry units . b. Suitable for use where subject to vibration . c. Suitable for use in exterior locations or locations subject to freezing. d . Do not use for pipe hangers , unless otherwise shown or approved by ENGINEER. 4. Hollow Concrete Masonry Adhesive Anchors : a . Use where adhesive anchors are shown or indicated for installation in hollow concrete unit masonry. b . Suitable for use where subject to vibration. c . Suitable for use in exterior locations or locations subject to freezing. d . Do not use for pipe hangers, unless otherwise shown or approved by ENGINEER. 5. Concrete Wedge Expansion Anchors: a. Use where expansion anchors are shown or indicated for installation in concrete. b. Do not use where subject to vibration. c. Do not use in exterior locations or locations subject to freezing. d . Do not use in submerged, intermittently submerged, or buried locations. e . Suitable for use in overhead applications. 6. Grout-filled Concrete Masonry Wedge Expansion Anchors: a . Use where expansion anchors are shown or indicated for installation on the interior face of grout-filled unit masonry. b . Do not use where subject to vibration . c . Do not use in exterior locations or locations subject to freezing . 7 . Hollow Concrete Masonry Sleeve Expansion Anchors: JQ Infras tructure CONSTRUCTI ON SPEC IF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF South Flow Lift Stati on City Project No . I 00075-2 2 .2 A. 05 05 33 ANC HOR SYSTEMS Page 6 of 14 a. Use where expansion anchors are shown or indicated for installation in hollow concrete unit masonry or solid brick. b . Do not use for attaching safety-related systems, s uch as piping conveying hazardous or potentially hazardous materials, or fire suppression systems . c . Do not use where subject to vibration. d. Do not use in exterior locations or locations subject to freezing . 8 . Drop-in Expansion Anchors: a. Use drop-in expansion anchors installed in concrete where light-duty anchors are required to support piping or conduit two-inch diameter or sma ller . b . Do not use for attaching safety-related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. c. Do not use where subject to vibration. d. Do not use at submerged, intermittently submerged, or buried locations. e. Do not use in exterior lo cations or locations subject to freezing. f. Suitable for use in overhead applications. 9. Concrete Undercut Anchors: a. Use where undercut anchors are shown or indicated for in stallation in concrete . b. Suitab le for use where subject to vibration. c. Do not use in submerged, intermittently submerged, or buried locations. d. Do not use in exterior lo cations or locations s ubj ect to freezing. e. Suitab le for use in overhead applications . 10 . Concrete Inserts: a . Use only where shown or indicated in the Contract Documents . b. Allowed for use to support pipe hangers and pipe supports for pipe size and loading recommended by the concrete insert manufacturer. 11. Drive-In Expans ion Anchors: a . Use drive-in expansion anchors installed in concrete, precast concrete, grouted masonry units , or brick, where light-duty anchors are required to support piping or condu it one-inch diameter and smaller. b . Do not use for attaching safety-related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. c . Do not use in overhead applications. 12. For Use in Precast Concrete Planks: a. To support piping or condu it six-inch diameter and smaller, use low-profile drop-in anchors, hollow concrete masonry adhesive anchors, or through-bolts. b. For piping greater than s ix-inch diameter, or to support safety-related systems, use through-bolts. Each through-bolt shall consist of threaded rod, nuts, washers, and bearing plate. MATERIALS Anchor Bolts: 1. Provide stainless stee l straight threaded rods complying with ASTM F593, AISI Type 316, Condition A , with ASTM F594, AISI Type 316, stainless steel nuts. Provide ASTM A 194/ A 194M, Grade 8S (N itronic 60) stainless steel nuts where required . Other AISI types may be used when approved by ENGINEER. Hooked bolts are unacceptable . 2. Equipment: Provide anchor bolts complying with material requirements of this Section and equipment manufacturer's requirements relati ve to size, embedment length , and anchor bolt projection. Anchor bolts shall be straight threaded rods with washers and nuts as specified in this Section. Hooked bolts are unacceptable. JQ Infrastructure VCWRF So uth Flow Lift Station City Project No . I 00075-2 CO NSTRU CT ION SPEC IFI CAT IO N DOCUMENTS February 202 1 05 05 33 ANCHOR SYSTEMS Page 7 of 14 3. Anchoring of Structural E lements: Provide anchor bolts of size, material , and strength shown or indicated in the Contract Documents. B. Concrete Adhesive Anchors: 1. General: a. Adhesive anchors shall consist of threaded rods anchored into hardened concrete using an adhesive system. 2. Products and Manufacturers: Provide one of the following: a. H1T-RE 500-V3 Injection Epoxy Adhesive Anchoring System , by Hilti Fastening Systems, Inc. b. SET-XP Epoxy-Tie Adhesive, by Simpson Strong-Tie Company, Inc . c. Or equal. 3. Adhesive: a . Adhesive system shall use two-component adhesive mix. b. Epoxy adhesives shall comply with physical requirements of ASTM C881/C881M , Type IV, Grade 2 and 3 , Class A , B , and C , except gel times. c . Adhesives shall have a current evaluation report by ICC Evaluation Service for use in both cracked and uncracked concrete with seismic recognition for SDC A through Fas tested and assessed in accordance with ICC-ES AC308. d. Adhesives shall have minimum bond strength and minimum design bond strength (bond strength multiplied by strength reduction factor) in accordance with Table 05 05 33-A: TABLE 05 05 33-A:-ADHESIVE BOND STRENGTH 1•2 Anchor Uncracked Concrete Cracked Concrete Rod Diameter / Bond Strength Design Bond Bond Strength Design Bond Dowel Size (psi) Streneth (psi) (psi) Strength (psi) 3/8-inch / #3 2040 1300 1090 700 1/2-inch / #4 1920 1200 920 560 5/8-inch / #5 1830 1150 710 390 3/4-inch / #6 1760 1050 710 460 718inch / #7 1670 900 610 340 I-inch / #8 1650 1050 850 460 -I #9 1900 1000 800 400 1.25-inch/ # 10 1580 1000 730 400 Table Notes: 1. Bond strengths listed for hammer-drilled , dry hole. 2. Bond strengths listed for maximum short term concrete temperature of I IO degrees F and maximum long term concrete temperature of 75 degrees F. 4 . Anchor: J Q Infras tru cture a . Provide continuously-threaded, AISI Type 316 stainless steel adhesive anchor rod. Threaded rods shall comply with the concrete adhesive anchor manufacturer 's specifications as included in the ICC Service Evaluation Report for the anchor submitted. Nuts shall have specified proof load stresses equal to or g reater than the minimum tensile strength of the stainless steel threaded rod used. Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required . CONSTR UCT ION SPECIFI CATI ON DOCU M EN T S Fe bru ary 202 1 VCWR F So uth Fl ow L ift Stati on C ity Proj ect No . I 00075 -2 05 05 33 ANC HOR SYST EMS Page 8 of 14 C . Grout-filled Concrete Masonry Adhesive Anchors : 1. General : a. Adhesive anchors shall consist of threaded rods anchored into grout-filled concrete block masonry using an adhesive system . 2. Products and Manufacturers : Provide one of the following : a . HJT-HY 150 Max Adhesive Anchoring System , by Hilti Fastening Systems, Inc. b . Acrylic-Tie Adhesive, by Simpson Strong-Tie Company , Inc. c . Or equal. 3 . Adhesive: a . Adhesive system shall use two-component adhesive mix. b . Acrylate hybrid adhesives shall comply with the following: 1) ASTM C579 compressive strength greater than 7,252 psi , or ASTM D695 compressive y ield strength greater than or equal to 10 ,210 psi. 2) ASTM C307 modulus of elasticity greater than 507 ,000 psi or ASTM D695 compressive modulus of elasticity greater than 660 ,800 psi. c. Adhesives shall have current ICC Evaluation Service Report for use in grout-filled concrete masonry , tested and assessed in accordance with ICC-ES 58. 4. Anchor: a. Provide stainless steel adhesive anchor rod complying with ASTM F593 , AISI Type 316, Condition CW, with ASTM F594 , AISI Type 3 I 6 stainless steel nuts. Provide ASTM A194 /Al94M, Grade 8S (Nitronic 60) stainless steel nuts where required . D . Hollow Concrete Masonry Adhesive Anchors: 1. General : a. Adhesive anchors shall consist of threaded rods with a cylindrical mesh steel or plastic screen tube anchored into hollow concrete block masonry using an adhesive system . 2 . Products and Manufacturers: Provide one of the following : a. HJT-HY 20 for Masonry Anchoring Sy stem , by Hilti Fastening Systems, Inc . b. Acrylic-Tie Anchoring Adhesive , by Simpson Strong-Tie Company, Inc . c. Or equal. 3 . Adhesive : a . Adhesive system shall use two-component adhesive mix. b . Hybrid adhesives shall compl y with the following: 1) ASTM D695 compressive strength , greater than 7,410 psi . 2) ASTM D790 modulus of elasticity: 0.33 x I 06 psi or ASTM D695 compressive modulus of elasticity greater than 0 .668 x I 06 psi. c. Adhesives shall have a current ICC Evaluation Service Report for use in hollow concrete masonry as tested and assessed in accordance with ICC-ES AC58 . 4 . Anchor: a . Provide stainless steel adhesive anchor rod complying with ASTM F593 , AISI Type 316 , Condition CW , with ASTM F594 , AISI Type 316 , stainless steel nuts. Provide ASTM Al94/A194M , Grade 8S (Nitronic 60) stainless steel nuts where required. 5 . Mesh Screen Tube : a . Provide with mesh size, length , and diameter as specified by adhesive anchor manufacturer. b . Mesh shall be AISI 304 stainless steel. E. Concrete Wedge Expan sion Anchors: JQ Infr as tru cture CONST RUCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 YCWR F So uth Flow Lift Stati on C ity Project No . 10 00 75-2 1. General: 05 05 33 ANC HO R SYSTEMS Page 9 of 14 a . Concrete wedge expansion anchors shall consist of stud , wedge , nut, and washer. 2. Products and Manufacturers : Provide one of the following: a. Kwik Bolt TZ Wedge Anchor, by Hilti Fastening Systems, Inc. b. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1923A , Type 4 . Provide concrete wedge expansion anchors suitable for use in cracked and uncracked concrete in accordance with ACI 318 and ACI 350, Appendix D. Demonstrate suitability of cracked concrete wedge anchors in accordance with ACI 355.2 prequalification tests . 4. Provide expansion anchors complete with nuts and washers, AISI Type 304 stainless steel anchor body, in accordance with ASTM A276 or ASTM A493. 5. Concrete wedge expansion anchors shall have a current ICC Evaluation Service Report for use in both cracked and uncracked concrete with seismic recognition in seismic design Categories A through F when tested and assessed in accordance with ICC-ES AC193 . F . Grout-filled Masonry Wedge Expansion Anchors: 1. General: a . Grout-filled masonry wedge expansion anchors shall each consist of stud , wedge , nut, and washer. 2 . Product and Manufacturers : Provide one of the following: a. Kwik-Bolt 3 Expansion Anchors, by Hilti Fastening Systems, Inc. b . Wedge-All Wedge Anchors, by Simpson Strong-Tie Company, Inc. c . Or equal. 3 . Anchors shall comply with physical requirements of FS A-A-1923A , Type 4 . Anchors shall be non-bottom bearing type with single-piece steel expansion clip prov iding 360- degree contact with base material and shall not require oversized holes for installation . 4 . Provide AISI Type 316 stainless steel anchor, complete with nut and washer, in accordance with ASTM A276 or ASTM A493 . 5. Grout-filled masonry wedge expansion anchors shall have a current ICC Evaluation Service report for use in fully-grouted concrete masonry construction when tested and assessed in accordance with ICC-ES ACOl . G . Hollow Concrete Masonry Sleeve Expansion Anchors : 1. General : a . Sleeve expansion anchors shall each consist of an externally threaded stud with full length expanding sleeve. 2. Products and Manufacturers: Provide one of the following: a. HLC Sleeve Anchors, by Hilti Fastening System s, Inc. b . Dynabolt Sleeve Anchors , by ITW Red Head . c . Or equal. 3. Anchors shall comply with phys ical requirements of FS A-A-1922A . Anchors shall be non-bottom bearing type with single-piece steel expansion sleeve providing 360-degree contact w ith base material , and shall not require oversized holes for installation . 4. Provide expansion anchors complete with nuts and washers, Type 304 stainle ss steel , in accordance with ASTM A276 or ASTM A493 . H. Concrete Undercut Anchors: 1. General : JQ Infras tru cture CONSTR UC TI ON SP EC IFICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 00075-2 05 05 33 ANC HOR SYST EMS Page 10 of 14 a. Each concrete undercut anchor shall consist of threaded stud , thick-walled expansion sleeve, expander coupler, and nut and washer. Anchors shall be pre-set type or through-set type, as shown on the Drawings. 2. Products and Manufacturers: Provide one of the following: a . HDA Undercut Anchor, by Hilti Fastening Systems, Inc. b. DUC Ductile Undercut Anchor, by USP Structural Connectors. c. Or equal 3 . Provide concrete undercut expansion anchors in accordance with ACI 318 and ACI 350, Appendix D. Demonstrate suitability of cracked concrete undercut anchors in accordance with ACI 355.2 prequalification tests . 4 . Installed anchor shall exhibit form fit between bearing elements and the undercut in the concrete. 5. Provide stainless steel anchors , complete with nuts and washers, manufactured of AISI Type 316 stainless steel or materials complying with ISO 3506-1 and having corrosion resi stance equivalent to AISI Type 316 stainless steel. 6 . Concrete undercut anchors shall have a current ICC Evaluation Service Report for use in both cracked and uncracked concrete for seismic recognition for seismic design Categories A through F when tested and assessed in accordance with ICC-ES ACl93. I. Concrete Inserts : 1. Manufacturers: Provide products of one of the following : a. Unistrut Corporation . b. Cooper B-Line, Inc . c. Anvil International, Inc. d . Or equal. 2 . Spot Concrete Inserts : a. Provide inserts recommended by insert manufacturer for required loading. Inserts shall comply with ANSI/MSS SP-58 , malleable iron , Type 18 . Spot in s erts shall allow for lateral adjustment and have means for attachment to forms . Provide nuts compatible with insert and to suit threaded hanger rod sizes. 3 . Continuous Concrete Inserts: a . Prov ide inserts recommended by in sert manufacturer for required loading . Inserts shall be continuous type and shall be manufactured from minimum 12-gage cold- formed channel s ections, compl y ing with ASTM AIOl l/AlOl lM, stainless steel , Grade 33 , complete with styrofoam inserts, end caps, and means for attaching to forms. Provide channel nuts compatible with insert suitable for threaded hanger rod s izes. 4 . Provide inserts with plain finish . J . Dri v e-In Expan s ion Anchors: I . General: a . Drive-In expansion anchors shall each consist of stainles s steel drive pin and expanding alloy body . 2. Products and Manufacturers: Provide one of the follo w ing: a . Metal HJT Anchor, by Hilti Fastening Systems, Inc. b . Zinc Nailon Anchor, by Simpson Strong-Tie Company, Inc . c . Or equal. 3. Provide Ty pe 304 stainless steel dri v e pin with z inc alloy body . Anchor shall comply with ph y sical requirements ofFS A-A-I 925A, Ty pe 1. JQ Infras tru ctur e CONST RUCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Projec t No . I 00075 -2 05 05 33 ANCHO R SY STEMS Page II o fl4 K. Unless approved by ENGINEER, do not u se power-actuated fasteners or other types of bolts and fasteners not specified in th is Sect ion. L. Ant i-Seizing Compound: 1. Products and Manufacturers : Provide one of the following: a . Pure Nickel Never-Seez, by Bostik. b. N ic ke l-Graf, by Anti-Seize Technology. c . Or equal. 2 . Provide pure nickel anti-seizing compound . PART 3 -EXECUTION 3 .1 INSPECTION A . Exami ne conditions under which materials wi ll be insta ll ed and advise ENGINEER in writing of conditions detrimental to proper and timely completion of the Work . Do not proceed with the Work until unsatisfactory conditions are corrected . 3 .2 INSTALLATION A . Anchor Bolts: 1. Provide anchor bolts as shown or indicated in the Contract Documents, or as required to secure structural element to the appropriate anchor surface . 2. Locate and accurately set anchor bolts using templates or other devices a s required , prior to placing concrete . Wet setting of anchor bolts is unacceptable . 3 . Protect threads and shank from damage during in stallation and s ubsequent construction operations . 4 . Un les s otherwise shown or approved by ENGINEER anchor bolts shall compl y with Tab le 05 05 33-B: TABLE 05 05 33-B: SINGLE ANCHOR ALLOWABLE LOADS ON ANCHOR BOLT S 1 ,-... F1554 Grade 36 -= (.) F593 Ty pe 316, Condition A C: '-' Q) ,-... ... Oil -0 -= Q) ..... ,-... ..... E C: -0 C: (.) .D Q) Q) "1.l ro ·= E :::i E ,-... '-' E Q) .__, -~ E -o -5 (.) N .,,. ::I C: Oil i.. 0 ·-Q) C: C: .D ·-E !S .:: ro ..... i E .__, ·-VJ (.) Q) 0 c: ·-ro -= "1.l ·-0 0.. r/) cc ~ r/) 1/2 6 9 1,262 5/8 7.5 1 I .25 2,010 3/4 9 13.5 2 ,974 7/8 10 .5 15 .75 4 ,106 1 12 18 5,386 1 1/8 13 .5 20.25 6 ,787 JQ Infras tru cture CONSTR UCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 ,-... .D '-' M C: 0 VJ C: Q) f-, 2 ,420 3 ,860 5,720 7,890 10 ,360 13 ,052 ..... E C: Q) :::i E ,-... E -o -5 ·-Q) C: C: .D ·-i E .__, "1.l 8.5 10 .5 13 15 17 19 F1554 Grade 55 Q) ,-... Oil -0 -= -0 C: (.) "1.l ro ·= E Q) .__, (.) N ::I C: Oil E !S .:: ·-VJ (.) c: ·-ro ·-0 0.. ~ r/) 12.75 15 .75 19 .5 2 2.5 25 .5 2 8 .5 ,-... ,-... .D .D '-' '-' M M C: ... .2 ro Q) VJ -= C: r/) Q) f-, 1,660 3 ,190 2 ,640 5,080 3 ,910 7,520 5,400 10 ,390 7 ,090 13 ,450 8,930 16 ,580 YCWRF So uth Flow L ift Stati on C ity Proj ect No . I 00075 -2 11 1/4 I 15 22.5 8,617 16 ,572 21 31.5 11 ,340 05 05 33 ANCHOR SYSTEMS Page 12 o f 14 20 ,040 Table Notes: 1. Table is based on ACI 318 and ACI 350, Appendix D , f c = 4000 psi. Table 05 05 33-B is not applicable to anchor bolts embedded in grouted masonry . 2. Critical edge distance and spacing are indicated in the table. Capacity of anchor bolts for other combination of edge distances and spacing shall be evaluated in accordance with ACI 318 and ACI 350, Appendix D. 3. Values for shear and tension listed are not considered to act concurrently. Interaction of tension and shear will be evaluated by ENGINEER in accordance with ACI 318 and ACI 350, Appendix D . B. Adhesive Anchors, Undercut Anchors, and Expansion Anchors -General: 1. Prior to drilling, locate existing reinforcing steel in vicinity of proposed holes. If reinforcing conflicts with proposed hole location, obtain ENGINEER's approval of alternate hole locations to avoid drilling through or damaging existing reinforcing bars. C. Adhesive Anchors: 1. Comply with manufacturer's written installation instructions and the following. 2. Drill holes to adhesive system manufacturer's recommended drill bit diameter to the specified depth . Drill holes in hammering and rotation mode with carbide-tipped drill bits that comply with the tolerances of ANSI B212.15. Core-drilled holes are unacceptable. 3. Before setting adhesive anchor, hole shall be made free of dust and debris by method recommended by adhesive anchor system manufacturer. Hole shall be brushed with adhesive system manufacturer-approved brush and blown clean with clean, dry , oil-free compressed air to remove all dust and loose particles. Hole shall be dry as defined by adhesive system manufacturer. 4 . Before injecting adhesive, obtain ENGINEER's concurrence that hole is dry and free of oil and other contaminants. 5 . Prior to injecting adhesive into the drilled hole , dispense , to a location appropriate for such waste, an initial amount of adhesive from the mixing nozzle, until adhesive is uniform color. 6. Inject adhesive into hole through injection system-mixing nozzle and necessary extension tubes, placed to bottom of hole. Discharge end shall be withdrawn as adhesive is placed but kept immersed to prevent formation of air pockets. Fill hole to depth that ensures that excess material is expelled from hole during anchor placement. 7. Twist anchors during insertion into partially-filled hole to guarantee full wetting of rod surface with adhesive. Insert rod slowly to avoid developing air pockets. 8. Provide adequate curing in accordance to adhesive system manufacturer 's requirements prior to continuing with adjoining Work that could place load on installed adhesive anchors. Do not begin adjoining Work until adhesive anchors are successfully tested or when allowed by ENGINEER. 9. Limitations: JQ Infrastru cture a. Installation Temperature: Comply with manufacturer 's instructions for installation temperature requirements . Provide temporary protection and other measures, such as heated enclosures, necessary to ensure that base material temperature complies with anchor systems manufacturer 's requirements during installation and curing of adhesive anchor system. b . Oversized Holes: Advise ENGINEER immediately if size of drilled hole is larger than recommended by anchor system manufacturer. Cost of corrective measures , CONSTR UC TI ON SPEC IFI CA TI ON DOCUMENTS Fe bruary 2021 VC WRF So uth Fl o w Lift Stati on C ity Proj ect No . I 000 75-2 05 05 33 ANC HOR SYSTEMS Page 13 of 14 including but not limited to redesign of anchors due to decreased anchor capacities, shall be paid by CONTRACTOR. c. Embedment depths shall be based on installation in normal-weight concrete with compressive strength of 2 ,500 psi when embedded in existing concrete, and 4 ,000 psi when embedded in new concrete . D. Expansion Anchors : I. Comply with expansion anchor manufacturer 's written installation instructions and the following: 2. Drill holes using anchor system manufacturer 's recommended drill bit diameter and to the specified depth . Drill holes in hammering and rotation mode with carbide-tipped drill bits complying with tolerances of ANSI B2 I 2.15 . Core drilled holes are unacceptable . 3. Before installing anchor, hole shall be made free of dust and debris by method recommended by anchor system manufacturer. Hole shall be brushed with anchor system manufacturer-approved brush and blown clean with clean , dry, oil-free compressed air to remove all dust and loose particles . 4. Before installing anchor, obtain ENGINEER's concurrence that hole is dry and free of oil and other contaminants . 5. Protect threads from damage during anchor installation . Drive anchors not less than four threads below surface of the attachment . Set anchors to anchor manufacturer 's recommended torque using a torque wrench . E. Concrete Undercut Anchors: I . Comply with undercut anchor manufacturer 's written installation instructions and the following. 2 . Protect threads from damage during anchor in stallation . 3. Drill hole to anchor manufacturer's specified depth and diameter using a drill bit matched to the specific anchor. 4. Before setting the undercut anchor, hole shall be free of dust and debris using method recommended by undercut anchor system manufacturer. Hole shall be blown clean with clean , dry , oil-free compressed air to remove all dust and loose particles. 5 . Insert the anchor by hand until anchor reaches bottom of hole. 6. Set anchor in accordance with manufacturer 's instructions using anchor manufacturer 's specified setting tool. 7 . Verify that the setting mark is visible on the threaded rod above the sleeve. 8. Anchor shall be set to manufacturer's recommended torque, using a torque wrench . F. Concrete Inserts: 1. Comply with concrete insert manufacturer 's installation instructions . 2. Inserts shall be flush with slab bottom surface . 3. Protect embedded items from damage during concrete placing. Ensure that embedded items are securely fastened to prevent movement during concrete placing, and ensure that embedded items do fill with concrete during concrete placing . 4. Inserts intended for piping greater than four-inch diameter shall be provided with hooked rods attached to concrete reinforcing . G. Anti-Seizing Compound: 1. Provide anti-seizing compound in accordance with anti-seizing compound manufacturer 's installation instructions, at locations indicated in Paragraph 2.1 B of this Section . 2 . Do not use anti-seizing compound at locations where anchor bolt or adhesive anchor will contact potable water or water that will be treated to become potable. JQ Infrastru cture CONS TR UCT ION SPEC IF1 CA TI ON DOCU ME TS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on C ity Proj ect No . 100075 -2 3.3 3.4 A. A . CLEANING 05 05 33 ANCHOR SY STEMS Page 14 of 14 After embedding concrete is placed , remove protection and clean bolts and inserts. FIELD QUALITY CONTROL Site Tests: 1. CONTRACTOR shall employ an independent testing laboratory to perform field quality control tensile testing of post-installed anchors at the Site. a . Testing shall comply with ASTM E488 . b. Test at least ten percent of all types of post-installed anchors. If one or more post- installed anchors fail the test, CONTRACTOR shall pay cost of testing , or at ENGINEER's option CONTRACTOR may arrange for testing paid by CONTRACTOR, for all post-installed anchors of same diameter and type installed on the same day as the failed anchor. If anchors installed on the same day as the failed anchor also fail the test, ENGINEER may require retesting of all anchors of the same diameter and type installed in the Work. CONTRACTOR shall be responsible for retesting costs . c. Test post-installed anchors to 50 percent of ultimate tensile capacity of post- installed anchor. ENGINEER will direct which anchors are to be tested . d . Apply test loads with hydraulic ram . e. Displacement of post-installed anchors shall not exceed D/10 , where D is nominal diameter of anchor being tested. 2. Correct defective Work by removing and replacing or correcting , as directed by ENGINEER. 3 . CONTRACTOR shall pay for all corrections and subsequent testing required to confirm integrity of post-installed anchors. 4 . Testing agency shall submit test results to CONTRACTOR and ENGINEER within 24 hours of completion of test. B . Manufacturer's Services: 1. Provide at the Site services of qualified adhesive manufacturer's representative during initial in stallation of adhesive anchor systems to train CONTRACTOR 's personnel in proper installation procedures . Manufacturer 's representative shall observe to confirm that installer demonstrates proper installation procedures for adhesive anchors and adhesive material. END OF SECTION -05 05 33 JQ Infr as tru cture CONSTRUCTI ON SPEC IFICAT ION DOCUMENTS Fe brua ry 202 1 VCWRF So uth Fl ow Lift Stati on City Proj ec t No . I 00 07 5-2 SECTION 05 12 00-STRUCTURAL STEEL FRAMING PART I -GENERAL 1.1 DESCRIPTION A . Scope: 05 12 00 STRUCTURAL STEEL FRAMING Page I of 10 1. CONTRACTOR shall provide labor, material s, equipment, and incidentals as shown , specified, and required to furnish and in stall structural steel framing , including surface preparation and shop priming. 2. Structural steel framing is the Work defined in AISC 303 , Section 2, and as shown or indicated in the Contract Documents. The Work also includes : a. Providing openings in and attachments to structural steel framing to accommodate the Work under this and other Sections, and providing for structural steel framing items such as anchorage devices, studs , and all items required for which provision is not specifically included under other Sections. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before structural steel framing Work. C. Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 2. Section 03 60 00 , Grouting. 3. Section 05 05 33, Anchor Systems. 4 . Section 09 91 00 , Painting . 1.2 REFERENCES A. Standards referenced in this Section are: 1. AISC 303 , Code of Standard Practice for Steel Buildings and Bridges. 2. AISC 325 , Steel Construction Manual. 3 . AISC 360 , Specification for Structural Steel Buildings. 4. ASME B46 .1, Surface Texture (Surface Roughness , Waviness and Lay). 5. ASTM A6 /A6M , Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling . 6. ASTM A36 /A36M , Specification for Carbon Structural Steel. 7. ASTM A53 /A53M , Specification for Pipe, Steel , Black and Hot-Dipped , Zinc-Coated , Welded and Seamless. 8. ASTM Al 08 , Specification for Steel Bar, Carbon and Alloy , Cold-Finished. 9. ASTM Al94/A194M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. I 0 . ASTM A325, Specification for Structural Bolts, Steel , Heat-Treated , 120 /105 ksi Minimum Tensile Strength. 11. ASTM A490 , Specification for Structural Bolts , Alloy Steel , Heat Treated , 150 ksi Minimum Tensile Strength. JQ Infrastructure CONSTR UCT ION SPECIFICATION DOCUMENTS February 202 1 YCWRF South Flow Lift Stat ion C ity Proj ect No. I 00075 -2 05 12 00 STRUCT URA L STEE L FRAMIN G Page 2 of 10 12 . ASTM A500/A500M , Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes . 13 . ASTM A563 , Specification for Carbon and Alloy Steel Nuts . 14. ASTM A572 /A572M , Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 15. ASTM A992/ A992M , Specification for Structural Steel Shapes . 16 . ASTM E329 , for Agencies Engaged in Construction Inspection , Special Inspection , or Testing Materials Used in Construction . 17. ASTM F436 , Specification for Hardened Steel Washers . 18 . ASTM f 593 , Specification for Stainless Steel Bolts, He x Cap Screws, and Studs. 19. ASTM F959 , Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners . 20 . ASTM Fl 852 , Specification for "Twist off' Type Tension Control Structural Bolt/Nut/Washer Assemblies , Steel , Heat Treated , 120/105 ksi Minimum Tensile Strength . 21 . A WS D 1.1 I D 1 .1 M , Structural Welding Code-Steel . 22. CMAA 74 , Specifications for Top Running & Under Running Single Girder Electric Traveling Cranes Utilizing Under Running Trolley Hoist. 23 . ISO 2859-1 , Sampling Procedures for Inspection by Attributes --Part 1: Sampling Schemes Indexed by Acceptance Quality Limit (AQL) for Lot-by-Lot Inspection. 24. ISO 4017 , Hexagon Head Screws --Product Grades A and B . 25. RCSC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts . 1.3 QUALITY ASSURANCE A . Qualifications: 1. Steel Fabricator: a . Structural steel fabricating plant shall possess current certificate from AISC stating that the fabrication facility complies with requirements for certification of "Standard for Steel Building Structures (STD)" of AISC's quality certification program. Fabricating plant shall maintain this certification throughout time of fabrication for this Project. 2 . Welders and Welding Processes: a. Qualify welding processes and welding operators in accordance with A WS Dl.1 /Dl.lM, Section 5 , Qualification. b . Each welder employed on or to be employ ed for the Work shall possess current A WS certification in the welding process with which welder will be working . Certifications shall be current and valid throughout the Work. 3. Surveyor: JQ Infrastru cture a. Engage a registered professional land surveyor legally qualified to practice in the same jurisdiction as the Site, and ex perienced in providing surveying services of the kind indicated. b . Responsibilities include but are not necessaril y limited to: 1) Performing or supervising performance of field survey work to check lines and elevations of concrete and masonry bearing surfaces , and locations of anchorage devices and similar devices, before steel erection proceeds. 2) Notifying CONTRACTOR and ENGINEER in writing when surveyed Work does not compl y with the Contract Documents . 3) Submit to CONTRACTOR field survey reports. CONSTR UCT ION S PECIF ICATION DOCUMENTS Fe bruary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 05 12 00 STRUCTURAL STEEL FRAMfNG Page 3 of 10 I .4 SUBMITT ALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Complete details and schedules for fabrication and shop assembly of members and details, schedules, procedures , and diagrams showing proposed sequence of erection. Shop Drawings shall not be reproductions of Contract Drawings. b . Include complete information for fabrication of the structure 's components, including but not limited to location, type, and size of bolts, details of blocks, copes and cuts , connections, camber, holes, member sizes and lengths , and other pertinent data. Clearly indicate welds using standard A WS notations and symbols, and clearly show or indicate size, length , and type of each weld. c . Setting drawings , templates , and directions for installing anchorage devices . 2. Product Data: a. Manufacturer's specifications and installation instructions for products listed below . I) High-strength bolts of each type , including nuts and washers. 2) Welding electrodes and rods. 3) Load indicator bolts and washers. B. Informational Submittals: Submit the following : 1 . Certificates. a. Fabricator's AISC quality certification. b. Welders ' certifications . c. Certified reports of laboratory tests on previously-manufactured, identical materials , and other data as necessary , to demonstrate compliance with the Contract Documents for the materials listed below: 1) Structural steel of each type, including certified mill reports indicating chemical and physical properties. 2) High-strength bolts of each type, including nuts and washers. 2. Supplier Instructions: a . Installation data, handling , and storage instructions. 3. Source Quality Control Submittals: a. When performed or when required by ENGINEER, submit results of source quality control testing and inspection s performed at the mill or shop. 4. Field Quality Control Submittals: a. Written field survey reports for all bearing surfaces surveyed, verifying tolerance requirements, areas out of tolerance, and corrective measures required. 5. Qualifications Statements. a. Land surveyor. 6 . Submit results of testing and inspection performed in the field by testing laboratory employed by CONTRACTOR. 1.5 DELIVERY , STORAGE AND HANDLING A . Storage: 1. Protect steel members and packaged material s from corrosion and deterioration . 2. Do not store material s in or on the building or structure in m a nner that may cause distortion or damage to structural steel members, building, or s upporting structures. JQ Infrastructure CONSTRUCT ION SPECIFICAT ION DOCUMENTS Fe bru ary 2021 VCWRF South Flow Lift Station C ity Project No . I 00075 -2 05 12 00 STRUC T URAL STEE L FRAMTNG Page 4 o f 10 PART 2 -PRODUCTS 2.1 MATERIALS A. Steel Types: 1. W-Shapes and WT-Shapes : ASTM A992 /A992M . 2. S-shapes and Channels: ASTM A572 /A572M , Grade 50 . 3 . Hollow Structural Sections : ASTM A500/A500M , Grade B 4 . Angles , Plates, and Bars : ASTM A36 /A36M . 5. Steel Pipe: ASTM A53 /A53M, Grade B . B . Anchorages, Fasteners, and Connectors: 1. Anchorage Devices : Refer to Section 05 05 33 , Anchor Sy stems. 2. Headed Stud Type Shear Connectors : ASTM A I 08 , Grades 10 I 0/1020, complying with A WS Dl.1/Dl.IM, Section 7 . 3. High-Strength Threaded Fasteners: Heavy hexagonal structural bolts , heavy hexagon nuts , and hardened washers, as follows : a. Unless otherwise indicated , fasteners shall be quenched and tempered medium-carbon steel bolts , nuts and washers, complying with ASTM A325 , Type I, nuts complying with ASTM A563C , A563DH or Al94/Al94M 2H , and hardened washers complying with ASTM F436. Bolts , nuts and washers shall be hot-dip galvanized where shown or indicated . b . Use quenched and tempered alloy steel bolts , nuts and washers, complying with ASTM A490 , only at locations where shown or indicated in the Contract Documents . ASTM A490 bolts shall not be gal vanized . c . Tension control bolts , when used , shall comply with ASTM Fl 852. d. Compressible washer-type direct-tension indicators , when used , shall comply with ASTM F959 , Type 325. 4 . Threaded Rod : Prov ide threaded rods with heavy he xagon nuts , and hardened washers , as follows: a. Interior and Dry Locations: Provide threaded carbon steel rods complying with ASTM A36 , with heavy hex nut s compl y ing with ASTM A563A , unless otherwise shown or indicated on the Drawings . b. Exterior, Buried , or Submerged Locations, or When Exposed to Wastewater: Provide stainless steel threaded rod s complete with washers complying with ASTM F593 , AISI Ty pe 316 , Condition A , with ASTM A194 /A194M , Grade 8S (nitronic 60) stainles s steel nuts . Other AISI types may be used when approved by ENGINEER. C. Electrodes for Welding: £70:XX comply ing with AWS DI .1/Dl.lM. 2.2 FABRICATION A . Shop Fabrication and Assembl y : I . General: a . Fabricate and as semble structural a ssemblies in the shop to greatest e xtent possible . Fabricate items of structural steel in accordance with AISC 325 , the Contract Documents, and a s shown on approv ed Shop Drawings. Prov ide camber in stru ctural members a s sho w n or indicated . JQ In frast ru cture CONSTRUCTION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCW RF So uth Flow Li ft Stat ion C ity Project No. 100075 -2 05 12 00 STRUCTURAL STEEL FRAMING Page 5 of 10 b. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence that will expedite erection and minimize handling of materials for storage and minimize handling at the Site. c. Where finishing is required , complete the assembly, including welding of units , before commencing finishing operations. Provide finish surfaces of members exposed-to-view in the completed Work that are free of markings , burrs , and other defects. B. Connections: 1 . Shop Connections: a. Unless otherwise shown or indicated , shop connections may be welded or high- strength bolted connections. Welds shall be 3/16-inch minimum . b. Where reaction values of beam are not shown or indicated , connections shall be detailed to support one-half the total uniform load capacity tabulated in tables contained in AISC 325 for allowable loads on beam s for the associated shape, span , and steel specified for the beam . c. Shop-welded connections shall be detailed to eliminate or minimize eccentricity in the connection. d. End-connection angles fastened to webs of beams and girders , and the thickness of angles , size, and extent of fasteners or shop welds , shall comply with tables of "Framed Beam Connections" in AISC 325 . Connections shall be two-sided , unless otherwise shown or indicated . 2 . Field Connections: a. Field connections, unless otherwise shown or indicated , shall be made with high- strength bolts, and shall be bearing-type connections. b. Use field welding only where shown or indicated or where approved by ENGI- NEER. 3. High-Strength Bolted Construction: a. Provide high-strength threaded fasteners in accordance with RCSC Specifications for Structural Joints using ASTM A325 or ASTM A490 Bolts . b. High-strength bolt design shear values shall be as specified in AISC 325 for bolts with thread s in the s hear plane for bearing type connections, or as s pecified in this Section for slip-critical connections. c. Bolted connections shown or indicated as "SC" shall comply with slip-critical connection requirements in RCSC Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts . I) Faying surfaces shall have a Class A surface condition. 2) Slip-critical bolts shall be fully pre-tensioned to 70 percent of minimum specified tensile strength of the bolt using one of the following methods: a) Tum of nut with matchmarking . b) Twist-off tension control bolt (ASTM F 1852). c) Direct tension indicator washer (ASTM F959). d . Minimum bolt diameter shall be 3 /4-inch, unless otherwise shown or indicated. 4. Welded Construction: Compl y with A WS DI. I ID I. IM for procedures , appearance , and quality of welds, and method s used in correcting defective welding Work . a. Assemble and weld built-up sections by method s that produce true alignment of axes without warp . 5. Where rigid connections are required by stresses s hown or indicated , provide web shear reinforcement and stiffeners in accordance with AISC 360. 6. Moment connections shown but not detailed on the Drawings shall be detailed for bending moments and s hears indicated on the Drawin gs. JQ Infrastructure CONSTRUCTION SPEC IFICAT ION DOCUMENTS Feb ru ary 2021 VCWRF South Flow Lift Station C ity Project No . I 00075-2 05 12 00 STRUCT URALSTEE LFRAMlNG Page 6 of 10 C. Bracing: 2.3 2.4 1. Bracing for which stress is not shown or indicated shall have mm1mum two-bolt connection, or shop-welded connection of equivalent strength. 2. Vertical bracing and knee braces connecting to columns shall be on the centerline of columns, unless otherwise shown or indicated . 3. Knee braces shall be at 45-degree angle, unless otherwise shown or indicated. 4. Gussets shall be not less than 3/8-inch thick, unless otherwise shown or indicated. D. Columns: Column shafts shall have finished bearing surface roughness not greater than 500 micro-inch in accordance with ASME B46.1 , and ends shall be square within tolerances for milled ends in accordance with ASTM A6/A6M at the base and at splice lines. E. Structural Tubing: Properly seal structural tubing to protect internal surfaces. F. Monorail: 1. Hoist beam splices shall be smooth and positive , and shall keep the track in perfect alignment horizontally and vertically . Top joint plate shall keep the splice from spreading and develop full strength at the splice. Locate splice as close as possible to track support. 2 . Clamps for connecting hoist beams to support beams shall be flush type and suitable for loads shown or indicated. 3 . Coordinate monorail Work with equipment and materials under Section 41 22 23. G . Holes and Appurtenances for Other Work : A. A. 1. Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing members, as shown on the approved Shop Drawings. If large block-outs are required and approved , reinforce the webs to develop specified shears. Provide threaded nuts welded to framing and other specialty items as shown or indicated to receive other work. 2. Cut, drill , or punch holes perpendicular to metal surfaces. Do not flame-cut holes or enlarge holes by burning. Drill holes in bearing plates. FINISHING Surface Preparation and Shop Priming: 1. Structural steel framing permanently exposed to weather (exterior steel framing) shall be hot-dip galvanized , unless noted to be stainless steel or aluminum . 2. Other structural steel framing shall be primed in the shop. For surface preparation and shop priming requirements refer to Section 09 90 10 , Shop Priming. SOURCE QUALITY CONTROL Inspection and Testing at the Mill or Shop: I . Perform fabricator 's standard procedures for source quality control , including inspections and testing . 2 . Materials and fabrication procedures shall be subject to inspection and tests in mill and shop, conducted by a qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents . JQ Infras tru cture VC WRF So uth Fl ow Lift Stati on C ity Project No . I 00 075-2 CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Fe bruary 2021 05 12 00 STRUC T URAL STEE L FRAMING Page 7 o f 10 PART 3 -EXECUTION 3.1 3.2 A. A . B. C. D. E. F . INSPECTION Examine areas and conditions under which the Work will be performed and notify ENGINEER in writing of conditions detrimental to proper and timely comp letion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. ERECTION General: Comply with AISC 303 , AISC 360, and the Contract Documents. Checking of Lines and Elevations: Before proceeding with structural steel erection , furnish services of a qualified surveyor to check lines and elevations of concrete and masonry bearing surfaces, and locations of anchorage devices and similar devices. Immediately report discrepancies to ENGINEER. Do not proceed with erection until defective Work that will support structural steel is corrected, including agreeing with ENGINEER upon compensating adjustments (if any) to structural steel Work. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made . Provide temporary guy-lines to achieve proper alignment of structures as erection proceeds. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete the Work. Provide sufficient planking to comply with Laws and Regulations , and provide tightly-planked substantial floor within two stories or 30 feet , whichever is less , below each tier of steel beams on which work is performed. Anchorage Devices: 1. Provide anchorage devices, including anchor bolts, and other connectors required for securing structural steel to foundations and other in-place construction. 2. Provide templates and other devices necessary for presetting anchorage devices to accurate locations . 3. Refer to Section 05 05 33 , Anchor Systems, for anchorage requirements . Setting Bases and Bearing Plates : 1. Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen to improve bond to surfaces . Clean bottom surface of base and bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on steel wedges or other adjusting devices . 3. Tighten anchorage devices after supported members are positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 4. Place grout between bearing surfaces and bases or plates in accordance with Section 03 60 00 , Grouting. Finish exposed surfaces, protect installed materials , and allow to cure in accordance with grout manufacturer's instructions, and as otherwise required . 5. Do not use leveling plates or wood wedges. JQ Infras tru cture VC WR F So uth Fl ow Lift Stati on C ity Proj ect No . I 00075 -2 CONSTR UC TI ON SPEC IFI CATI ON DOCU M EN TS Fe brua ry 202 1 3.3 05 12 00 STR UC TURAL STEE L FRAMIN G Pa ge 8 of 10 G. Field Assembly : I . Set structural frames accurately to the lines and elevations shown and indicated . Align and adjust the various members forming part of a complete frame or structure before permanently fastening. Before assembly , clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual members of structure within tolerances as specified in AlSC 325 . For members requiring accurate alignment, provide clip angles, lintels, and other members, with slotted holes for horizontal adjustment at least 3 /8-inch in each direction, or more when required. 3. Splice members only where shown or indicated. H. Erection Bolts: On exposed-to-view, welded construction , remove erection bolts, fill holes with plug welds, and grind smooth at exposed surfaces. I. Connections: 1. Comply with AISC 325 for bearing, adequacy of temporary connections, alignment, and the removal of paint on surfaces adjacent to field welds. 2 . Do not enlarge inadequate holes in members by burning or by using drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. J. Gas Cutting: Do not use gas-cutting torches for correcting fabrication defects in structural framing. Cutting will be allowed only on secondary members that are not under stress, as approved by ENGINEER. Finish gas-cut sections equal to a sheared appearance, when allowed. K. Crane Runways : L. A. 1. Provide crane stops and other required items . Set runway girders straight and level , and to tolerances specified in CMAA 74. Touch-up Painting: 1. Unless otherwise specified, comply with touch-up painting requirements m Section 09 91 00 , Painting. 2. Immediately after erection , clean field welds , bolted connections, and damaged or abraded areas of shop-applied paint. Apply paint to exposed areas with the same paint or coating material applied in the shop. Apply by brush or spray to provide not less than the dry film thickness specified in Section 09 91 00 , Painting. FIELD QUALITY CONTROL Site Tests and Inspections: Materials and erection procedures shall be subject to inspection and tests at the Site conducted by qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents . 1. CONTRACTOR shall engage an independent testing and inspection laboratory to inspect high-strength bolted connections and welded connections and to perform tests and prepare test reports . a. Testing laboratory shall conduct and interpret tests , prepare and state in each report of results whether test specimens comply with the Contract Documents and specifically indicate all deviations. JQ Infrastru cture VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 CON STR UCT ION SPEC IFI CAT ION DOCUMENTS Fe bruary 2021 05 12 00 STRUCTURAL STEEL FRAMING Page 9 of 10 b. High-strength Bolted Connections: Each high-strength bolted connection shall be visually inspected. Inspection shall identify whether the Work complies with Sections 2, 3, and 8 of RCSC Specifications for Structural Joints Using ASTM A325 or A490 Bolts. 1) For connections that are slip-critical or subject to axial tension , inspector shall verify proper pre-tensioning . 2) For connections that are not s lip critical and not subject to direct tension , bolt does not need to be inspecte d for bolt tension, but shall be v isually inspected to verify that plies of connected elements are in snug contact. 3) Where bolts or connections are defective, correct defecti ve workmanship, remove and replace, or correct as required defective bolts and connections . CONTRACTOR shall pay for correcting defective Work and tests required to confirm integrity of corrected Work. c . Welds: Each weld shall be visually inspected . I) Where visually defective welds are evident, further test welds using non- destructive methods . If welds are determined to be acceptable, OWNER will pay for non-destructive testing. When welds are defective, CONTRACTOR shall pay for non-de structive testing. 2) Correct, or remove and replace, defecti ve Work as directed by ENGINEER. 3) CONTRACTOR shall pay for corrections and s ubsequent test s required to determine weld compliance with the Contract Documents. END OF SECTION -05 12 00 JQ In fras tru cture CONSTR UCT ION SPEC IFICAT ION DOC UMENTS Feb ru ary 202 1 VCWRF South Flow Lift Stat ion C ity Project No . I 00075 -2 THIS PAGE INTENTIONALLY LEFT BLANK JQ Infrastructure CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 05 12 00 STRUCTURAL STEEL FRAMING Page IOof l O VCWRF So uth Flow L ift Stati on City Project No . I 00075 -2 SECTION 05 50 00 -MISCELLANEOUS METAL FABRICATIONS PART I -GENERAL 1.1 SUMMARY A. Scope: 05 50 00 MISC ELLANEOUS METAL FABRICAT IONS Page I of6 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications , including surface preparation and shop priming . B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron , steel and aluminum shapes, plates, bars , castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following : 1. Aluminum ladders . 2. Extruded aluminum stair nosings . 3 . Bollards. 4. Miscellaneous framing and supports. 5. Miscellaneou s accessories and fasteners . 6. Seat Angles, supports and brackets . D. Related Sections : I . Drawings and general prov isions of the Contract, including General and Supplementary Conditions and Di v is ion O 1 Specification Sections, apply to this Section. 2. Section 05 05 33, Anchor Systems. 3. Section 05 52 15 , Aluminum Handrail s and Railings. 1.2 QUALITY ASSURANCE A. Reference Standards: Compl y with the applicable provi s ion s and recommendation s of the following , except as otherwise shown and specified: I. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 153 , Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware . 3. ASTM A 240, Specification for Heat-Res isting Chromium and Chromium-Nickel Stainless Steel Plate , Sheet and Strip for Press ure Vessels. 4. ASTM A 276, Stainless and Heat-Re s isting Steel Bars and Shapes. 5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM B 209 , Specification for Aluminum and A luminum-Alloy Sheet and Plate. 7. ASTM B 211 , Specification for Aluminum and Aluminum-Alloy Bars, Rods and Wire . 8 . ASTM B 22 I , Specification for Aluminum-Alloy Extrud e d Bars , Rod s , Wire, Shapes and Tubes. 9. ANSI A 14.3 , Safety Requirements for Fixed Ladders. 10. A WS DI. I , Structural Welding Code. JQ Infr as tru ctur e CONSTRUCTION SPE CIFICATION DO CU MENTS February 202 I VCWRF South Flow Lift Station City Project No . I 00075-2 11. NAAMM, Metal Finishes Manual. 12. OSHA . B . Field Measurements: 05 50 00 MI SCELLANEOUS METAL FABRICATIONS Page 2 of6 1. Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly : 1. Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the project site . Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. I .3 SUB MITT ALS A. Shop Drawings: Submit for approval the following : 1. Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. 2 . Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work. PART 2-PRODUCTS 2.1 A. B . C. D. E. F. G . MATERIALS Steel Plates, Shapes and Bars: ASTM A 36. Aluminum : 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 241 . 3. Plate and Sheet: ASTM B 209. 4 . Bars, Rods and Wire: ASTM B 211 . Stainless Steel Plates, Sheets and Bars: ASTM A 276 , Type 316 stainless steel. I. Use Type 316 stainless steel unless shown otherwise in the Drawings. Stainless Steel Fasteners and Fittings: ASTM A 320. Surface Preparation and Shop Priming: All steel shall be primed in the shop . Galvanizing: All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. JQ Infras tru cture V CWRF So uth Flow Lift Station C ity Proj ect No . 10007 5-2 CONST R UCT ION S PEC IFI CAT ION DOCUMENT S Fe bruary 202 1 05 50 00 MI SCELLANEOUS M ETAL FAB RI CATI ON S Page 3 o f6 2.2 MJSCELLANEOUS MET AL ITEMS A. Aluminum Ladders: 1. Fabricate ladders for the locations shown on the Drawings, with dimensions , spacings, details and anchorages as shown on the Drawings, and specified . Comply with the requirements of ANSI A 14.3 , except as otherwise shown on the Drawings or specified . a. Unless otherwise shown on the Drawings, provide 1 1/2-inch diameter Schedule 40 side rails , spaced 18-inches apart, minimum. b. Provide extruded square rungs , spaced 12-inches on centers, maximum with non- s lip surface on the top of each rung. Adhesive strips for non-slip surfaces will not be allowed. 2 . Fit rungs in centerline of side rails , plug weld and grind smooth on outer rail faces. 3 . Support each ladd er at top and bottom and at intermediate points spaced not more than five feet on centers. Use welded or bolted brackets, designed for adequate support and anchorage, and to hold the ladder c lear of the wall surface with a minimum of 7-inches clearance from wall to centerline of rungs. Unless otherwise shown on the Drawings, or approved by the ENGINEER, extend rails 42-inches above top rung, and return rails to wall or structure, unless other secure handholes are provided. If the adjacent structure does not extend above the top rung, goose neck the extended rails back to the structure to provide secure ladder access . 4. Use extruded aluminum conforming to alloy and temper of the 5000 series alloys . B . Fall Prevention System: All ladders greater than 12-feet-O-inches in height shall be provided with a fall prevention system. The system shall meet OSHA standards . 1. The system shall consist of a rail permanently attached to the ladder to which a harness belt is attached . The rail shall be notched and constructed of aluminum . Ladder attachments shall be provided as required by the manufacturer. A removable extension section shall be provided at the top of the ladder. 2. Product and Manufacturer: Provide one of the following : a. Saf-T-Climb by Norton Company. b . Vi-Go Ladder Climbing Safety System by Miller Fall Protection C . Aluminum Stairs: 1. Stringers: 6061-T6 aluminum alloy . 2 . Stair Treads: a . Aluminum of same type specified under Aluminum Grating. b. Of sizes indicated on the Drawings and 1-3 /4 inch minimum depth with cast abrasive type safety nosings . 3. Handrails and Guardrails: Aluminum pipe specified under Aluminum Handrails and Guardrails (Nonwelded Pipe). 4 . Fasteners: Type 316 stainless steel. D . Extruded Aluminum Stair Nosings: I. Fabricate of sizes and configurations required for the Work . a . Unless otherwise s hown on the Drawings, provide ribbed abrasive filled type, using black abrasi v e filler . 2. Provide anchors for embedding in concrete, either integral or applied to treads , as standard with the manufacturer. 3 . Product and Manufacturer: Provide stair nosings by one of the following: a . American Abrasi v e Meta ls Company. b. Wooster Products Incorporated. JQ Infras tru cture CONSTR UC TI ON S PEC IFICAT ION DOCUMENT S Fe bru ary 202 1 VCWR F So uth Fl ow Lift St ati on C ity Project No . I 00075 -2 05 50 00 MISCELLANEOUS METAL FABRJCATIONS Page 4 of6 E. Bollards: Unless shown otherwise in the Drawings, provide 8-inch diameter, Schedule 40 galvanized steel pipe, 4-feet-0-inches above grade, 4-feet-0-inches below grade. Fill with concrete and mound top. Bollards shall be primed in the shop. Surface preparation and painting shall conform to the requirements of Section 09 91 00 , Painting. F. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports, which are not a part of the structural steel framework and are required to complete the Work. 2. Fabricate miscellaneous units to the sizes, shapes and profiles shown on the Drawings or, if not shown on the Drawings, of the required dimensions to receive adjacent grating, plates, tanks, doors , or other work to be retained by the framing. Except as otherwise shown on the Drawings, fabricate from structural shapes, plates, and bars, of all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry . Furnish inserts if units must be installed after concrete is placed . a . Except as otherwise shown on the Drawings, space anchors, 24-inches on centers, and provide units the equivalent of 1-1/4 by 1 /4 by 8-inch strips. b. All material shall be Type 316 stainless steel unless noted otherwise in the Drawings . G. Fasteners and Fittings: Provide Type 316 stainless stee l, for all aluminum fabrications, and zinc coated hardware for all galvanized fabrications , unless otherwise shown on the Drawings or specified. H. Surface Preparation and Shop Priming: 1. Miscellaneous steel framing permanently exposed to weather (exterior steel framing) shall be hot-dip galvanized, unless noted to be stainless steel or aluminum. 2. Other miscellaneous metal fabrications shall be primed in the shop. For surface preparation and shop priming requirements refer to Section 09 90 10 , Shop Priming. I. Aluminum Finish: Provide an Architectural Class 1 anodized finish , AA M32C22 A41 , clear, as specified in NAAMM Manual. PART 3 -EXECUTION 3 .1 A. B . C. INSTALLATION Set miscellaneous metal fabrications accurately in location , alignment and elevation, plumb, level , true and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork w here fabrications are to be built into concrete, masonry or similar construction. Anchor securel y as shown on the Drawings or as required for the intended use, using concealed anchors wherever possible. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections, which are not to be left as exposed joints, but cannot be shop welded because of JQ Infrastructure VCWRF South Flow Lift Station C ity Project No . I 00075 -2 CONST RUCT ION SPECIFICATION DOCUMENTS Feb ru ary 202 1 05 50 00 MI SCELLANEOUS METAL FABRJCATIONS Page 5 of6 shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld , cut or abrade the surfaces of exterior units , which have been hot-dip galvanized after fabrication , and are intended for bolted or sc rewed field connections. D. Protection of Aluminum from Di ss imilar Materials : I . Coat all surfaces of aluminum in contact with dissimilar material s, such as concrete, grout, masonry and steel or other dissimilar metals with the following: a. Cast Aluminum: Heavy coat of bituminous paint. b. Extruded Aluminum: Two coats of clear lacquer. 2. Do not extend coating beyond contact surfaces . Remove coating where exposed-to-view in the finished Work. E . E . All welds to be coated shall be grinded smooth according to NACE "S urface Preparation of Welds Prior to Coating". END OF SECTION -05 50 00 JQ Infrastru cture CONSTR UCT ION SPECIFICATION DOCUMENTS February 202 I YCWRF South Fl ow Lift Station C ity Project No . I 00075-2 05 50 00 MJSCELLANEOUS METAL FABRICATIONS Pa ge 6 of6 THIS PAGE INTENTIONALLY LEFT BLANK JQ Infras tructure CONST RUCT ION SPECIFICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 SECTION 05 52 15 -ALUMINUM HANDRAILS AND RAILINGS PART 1 -GENERAL 1.1 DESCRIPTION A. Scope: 05 52 15 AL UMI NU M HANDRAI LS AN D RAIUN G S Page I of 12 1. CONTRACTOR shall provide all labor, materials, tools , equipment, and incidentals as shown , specified , and required to furnish and install aluminum handrail and railing systems. The Work also includes: a . Providing openings in , and attachments to , aluminum handrail and railing systems to accommodate the Work under this and other Specification Sections. Provide all items for aluminum handrails and railings, including anchorages, fasteners , studs, and other items required for which provision for is not specifically included under other Sections. 2. Aluminum handrails and railings Work shall include components and features shown and specified , and all components and features available from specified manufacturers required for providing complete aluminum handrail and railing system in accordance with the Contract Documents. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before aluminum handrails and railings Work. 2. Aluminum handrail and railing locations shall comply with Laws and Regulations. C. Related Sections: I. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 2 . Section 03 60 00 , Grouting. 3. Section 05 05 33 , Anchor Systems. 4. Section 09 91 00 , Painting . I .2 REFERENCES A. Standards referenced in this Section are: 1. AA , Aluminum Design Manual. 2. ASTM B26/B26M, Specification for Aluminum-Alloy Sand Castings. 3. ASTM B 117 , Standard Practice for Operating Salt Spray (Fog) Apparatus. 4 . ASTM B 136 , Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 5. ASTM B137 , Standard Test Method for Measurement of Coating Mass per Unit Area on Anodically Coated Aluminum. 6. ASTM B221 , Specification for Aluminum and Aluminum-Alloy Extruded Bars , Rods , Wire , Profiles and Tubes . 7 . ASTM B241 /8241 M , Specification for Aluminum and Aluminum-Alloy Seamless Pipe and Seamless Extruded Tube . JQ Infrastru cture CONS TR UC TI ON SPECIFI CAT ION DOCUMENTS Fe bruary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . 100075 -2 05 52 15 ALUMrNUM HANDRAILS AND RAILrNGS Page 2 of 12 8. ASTM B244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy- Current Instruments. 9. ASTM B247 , Specification for Aluminum and Aluminum-Alloy Die Forgings, Hand Forgings, and rolled Ring Forgings. l 0 . ASTM B429, Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. 1 1. ASTM E 935, Standard Test Methods for Permanent Metal Railing Systems and Rails for Buildings. 12 . NAAMM/Architectural Metal Products Division (AMP), Pipe Railing Manual. 13 . NAAMM/AMP AMP 501 Finishes for Aluminum. 1.3 QUALITY ASSURANCE A. Qualifications: l . Manufacturer: a. Upon request manufacturer shall submit document at least five years successful experience in fabricating aluminum handrail and railing systems of scope and type similar to that required. 2. Professional Engineer: a. CONTRACTOR or handrail and railing manufacturer shall retain a registered professional engineer legally qualified to practice in same state as the Site. Professional engineer shall have at least five years experience designing aluminum handrails and railings. b . Responsibilities include : I) Reviewing aluminum handrail and railing system performance and design criteria stated in the Contract Documents . 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to ENGINEER by CONTRACTOR. 3) Preparing or supervising preparation of design calculations verifying compliance of aluminum handrail and railing system with requirements of the Contract Documents. 4) Signing and sealing all calculations. 5) Certifying that: a) Design of aluminum handrail and railing system was performed in accordance with performance and design criteria stated in the Contract Documents, and b) Design conforms to all applicable local , state, and federal Laws and Regulations, and to prevailing standards of practice. 3. Installer : JQ Infrastru cture a. Retain a single installer trained and with record of successful experience in installing aluminum handrail and railing systems. b . Installer shall have record of successfully installing aluminum handrail and railing systems in accordance with recommendation s and requirements of manufacturer, or s hall provide evidence of being acceptable to the manufacturer. c. In staller shall employ only tradesmen with specific skill and successful experience in the type of Work required . d. When requested by ENGINEER, s ubmit nam e and qualifications of installer with the following information for at least three s ucce ssfu l, completed projects: I) Names and telephone numbers of owner and architect or engineer re s ponsible for each project. CONSTRU CTION S PE CIF ICAT IO N DOCUMENTS February 2021 VC WRF South Flow Lift Stati on C ity Project No . I 00075-2 05 52 15 ALUMIN UM HANDRAILS AND RAILINGS Pag e 3 of 12 2) Approximate contract cost of the aluminum handrail and railing systems for which installer was responsible. 3) Amount (linear feet) of aluminum handrail and railing installed. B. Component Supply and Compatibility: I. Obtain all materials furnished under this Section regardless of component manufacturer, from a single aluminum handrail and railing system manufacturer. 2. Aluminum handrail and railing system manufacturer shall review and approve or prepare all Shop Drawings and other submittals (except for delegated design submittals, when professional engineer is retained by other than handrail and railing manufacturer) for all components furnished under this Section . 3. Components shall be specifically constructed for specified service conditions and shall be integrated into overall assembly by aluminum handrails and railings manufacturer. C. Regulatory Requirements : Comply with Laws and Regulations including: I. OSHA Part 1910.23 , Guarding Floor and Wall Openings and Holes. D. Certifications: I . Submit certification, signed by authorized officer of manufacturer and notarized , stating that handrail and railing systems comply with the design prepared by the professional engineer. 2. Submit certification, signed by authorized officer of CONTRACTOR and notarized , stating that all components and fittings are furnished by the same manufacturer. 1.4 SUBMITTALS A . Action Submittals : Submit the following: 1 . Shop Drawings : a. Drawings for fabrication and installation of aluminum handrail and railing systems with sizes of members, pipe wall thickness, information on components, and anchorage devices . Show all anchorages. Provide details drawn at scale of I .5-inch equal to one foot. b. Indicate required location of posts. c. Indicate locations and details of all expansion joints, if any. d. Indicate locations and details of gaps across seismic joints, if any. e. Profile drawings of aluminum handrail and railing sy stem components . f. Custom detail drawings. Details offorming,jointing, sections, connection s, internal supports, trim and accessories. Provide details drawn at scale of 1.5 -inch equal to one foot. 2. Product Data : a. Manufacturer 's specifications, standard detail drawings, and installation instruction s for aluminum handrail and railing syste ms. b. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for s election by ENGINEER. 3. Delegated Design Submittals: JQ Infras tru cture a . Desi g n Data: 1) Des ign computations or complete structural anal y si s of handrail and railing sy stems, si g ned and sealed by profes sional engineer. Professional en g ineer's seal s hall be clearly legible , including state ofreg istration , regi stration number, and name on seal. CONSTRUCTI ON S PEC IFICAT ION DOCUMENTS Fe bruary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Project No . I 00075 -2 1.5 05 52 15 ALU MI NU M HANDRAILS AND RAJLINGS Pa ge 4 of 12 2) Certification by professional engineer that professional engineer has performed design of aluminum handrail and railing systems in accordance with performance and design criteria stated in the Contract Documents, and that design conforms to all local , state , and federal Laws and Regulations, and to prevailing standards of practice. 4. Samples: a. Full-size Sample, two feet long, of assembled railing system at post and rail intersections. Sample shall have all associated components including typical connections, mounted toeboard and sleeve, and handrail at wall return , complete with mounting brackets, all with specified controlled uniform metal finish. b. Color Samples: Maximum range of clear anodized aluminum that shall appear in finished Work. Prepare range Samples, to show highest level of color control feasible for actual handrail and railing systems, as determined by licensor of finishing process specified , on actual extrusions and castings of the Work. c. ENGINEER will review Samples for finish , color,jointtolerances, workmanship, and general component assembly only . Compliance with other requirements is the responsibility of the CONTRACTOR . B . Informational Submittals: Submit the following: 1. Certificates: a. Certification on source of supply, as specified in Article 1.3 of this Section. b . Manufacturer certification specified in Article 1.3 of this Section. 2. Qualifications Statements: Submit qualifications for the following: a. Manufacturer, when requested by ENGINEER. b. Professional engineer. c . Installer, when requested by ENGINEER. Qualifications statement shall include record of experience with references specified . C. Closeout Submittals: Submit the following : D . A . 1. Maintenance Manuals: Furnish detailed maintenance manuals that include the following: a. Product name and number. b. Detailed procedures for routine maintenance and cleaning, including cleaning material s, application methods and precautions in use of products that may be detrimental to fini sh when improperly applied. c. Handrail and railings systems manufacturer 's current catalog including individual parts. d . Maintenance manuals shall be in accordance with Section 01 78 23 , Operations and Maintenance Data. 2. Guarantee: Provide in maintenance manual the guarantee specified . Maintenance Material Submittals: Submit the following: 1. Extra Stock Materials: a. After completing installation , deliver to OWNER five (5) percent of actual quantity of each handrail and railing system component used in the Work. b . Label each piece or s ealed container with name and product number. DELIVERY, STORAGE AND HANDLING Storage and Protection: JQ Infrastructure VCWRF So uth Flow Lift Station C ity Project No . 100075-2 CONSTR UC TION S PECIF ICATION DOCUMENTS February 202 1 05 52 15 ALUMINUM HANDRAILS AND RAILINGS Page 5 of 12 1. Keep products off ground using pal lets , platforms, or other supports. Protect products from corrosion and deterioration. B. Handling of Products: 1. Do not subject handrail and railing products to bending or stress. 2. Do not damage edges or handle products in a manner that will cause scratches, warping, or dents. 3. Protect handrails and railings by paper or coating as acceptable to handrail and railing manufacturer, against scratching, splashes of mortar, paint, and other marring during transportation , handling, and erection. Protect until completion of adjacent work. 1.6 GUARANTEE A. Guarantee: Manufacturer shall provide written guarantee of availability ofreplacement parts and components for period of at least five years after completion of the Project. PART 2 -PRODUCTS 2.1 A. SYSTEM PERFORMANCE System Description: Aluminum handrail and railing system shall consist of equally spaced horizontal rails with totally concealed mechanical fasteners , internally threaded tubular rivets and components fastened to posts spaced no more than five feet on centers and system of handrails supported from adjacent construction by mounting brackets spaced at no more than five feet on centers . B . Design Criteria and Performance Criteria: 1. Design , fabricate , and install aluminum handrail and railing systems to withstand the most critical effects resulting from the following loads (loads listed below do not act concurrently): a. Uniform Load: 50 pounds per foot , applied at top in any direction . b . Concentrated Load: 200 pounds single load , applied at any point along the top in any direction. c. Components: Intermediate rails (all rails except the handrail), balusters , and panel fillers , if any, shall withstand horizontally-applied normal load of 50 pounds on an area equal to one square foot, including openings and space between rails. Reactions due to this loading are not required to be superimposed to loading specified for main supporting members of handrails and railings. d . Comply with AA Aluminum Design Manual for determining allowable stresses and safety factors for aluminum structural components. e. Limit deflection in each single span ofrailing and handrail to 1.5-inch maximum , and to I /4-inch maximum on railing posts . Applied loads shall not produce permanent deflection in the completed Work when loads are removed. 2. Thermal Control: Provide adequate expansion within fabricated systems that allows for thermal expansion and contraction caused by material temperature change of 140 degrees F to -20 degrees F without warp or bow of syste m components. Distance between expansion joints shall be based on providing I /4-inch wide joint at 70 degrees F , which accommodates JQ Infra stru cture YCWRF Sout h Flow Lift Stati on C ity Project No . I 00075-2 CONSTRUCTION SPEC IFICATION DOCU ME NTS Feb ru ary 202 1 2.2 2.3 A. A. B. C. D. E . F. G . H. 05 52 15 ALUMI NU M HANDRAILS AND RAILINGS Page 6 of 12 movement of 150 percent of calculated amount of movement for specified temperature range. 3 . Where handrail and railing systems cross expansion joints in the building or structure , provide expansion joints in handrail and railings systems. 4 . For posts located at or near end of runs as shown , uniformly space intermediate posts as required to conform to loading and deflection criteria specified, at intervals no greater than maximum post spacing specified . Where posts are shown for handrails along both sides of walkways and other similar locations , locate posts opposite each other; do not stagger post locations. MANUFACTURERS Products and Manufacturers: Provide one of the following: 1. Wesrail, by Moultrie Manufacturing Company . 2 . Alumaguard, by Alumaguard - A division of Bettinger West, Inc. 3. Or equal. MATERIALS Extruded Aluminum Architectural and Ornamental Shapes: ASTM B221 , Alloy 6063-T52. Aluminum Forgings: ASTM B247. Extruded or Drawn Aluminum Pipe and Tube: 1. ASTM B429 or ASTM B241/B241 M , Alloy 6063-T5 , 6063-T52 , or 6063-T832 as required by loadings , deflections, and post spacing specified. 2. Provide Schedule 40 pipe, minimum , unless conditions of detail and fabrication require extra-heavy pipe to comply with Specifications. Rails and posts shall have minimum outside diameter of 1.90 inches. Reinforcing Bars : Urethane foam-filled , Schedule 80 , 23 inches long 6061-T6 aluminum reinforcing bars or tubes with outside diameter same as inside diameter of post. Anchors and Fastenings: 1. For anchors and fasteners , use Type 316 stainless steel ; minimum 3/8-inch diameter. 2. Provide minimum of four bolt fasteners per post where surface-mounted posts are shown. Components shall be in accordance with manufacturer's recommendations and as approved or accepted (as applicable) by ENGINEER on submittals . 3. Anchors: In accordance with Section 05 05 33 , Anchor Systems. Castings : I . Provide high-strength aluminum alloy brackets, flanges , and fittings suitable for anodizing as specified . 2. Aluminum alloy sand castings: ASTM B26/B26M. Connector Sleeves: Schedule 40, five-inch long by 1.610-inch diameter. Sockets : Provide six-inch deep by 2 .5-inch outside diameter aluminum sockets with 3.5-inch wide socket cover on bottom of each socket and on top and bottom of removable post sockets . JQ Infras tructure VC WRF South Flow Lift Station C ity Project No . I 00075-2 CON STRU CTION SP EC IFI CATI ON DOCU M EN T S Fe bruary 2021 05 52 15 AL UMIN UM HANDRAILS AND RAJ LINGS Pa ge 7 o f 12 I. Chain , Snaps, and Eye Bolts: Provide oblong 1 /4-inch welded link , Type 316 stainless steel chain weighing 57 pounds per cubic foot, each link 1.25-inch by 7 /16-inch. Provide Type 316 stainless steel eyebolts , I /4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring loaded latch. J. Gates: For each gate in handrail or railing system , provide the following: 1. Hinges: Two-self closing aluminum hinges. 2. Latches and Stops: One latch and stop with rubber bumper and one-inch diameter plastic knobs. K. Custom Cover Flanges: 1 /4-inch high by four-inch diameter, aluminum. L. Non-shrink Grout: Comply with Section 03 60 00 , Grouting. M . Toeboards: 1. Provide extruded Alloy 6063-T5 orT52 aluminum alloy toeboards, unless railing is mounted on curbs or other construction of sufficient height and type to comply with OSHA 1910.23. Bars or plates are not acceptable. 2 . Unless otherwise specified, toeboards shall comply with OSHA 1910.23 , Section (e). N. System Components and Miscellaneous Accessories: Provide complete selection of manufacturer 's standard and custom aluminum handrail and railing systems components and miscellaneous accessories required. Show type and location of all such items on Shop Drawings and other submittals as applicable. 2.4 FABRICATION A . General: Unless otherwise shown or specified, provide typical non-welded construction details and fabrication techniques recommended in NAAMM/AMP Pipe Railing Manual and NAAMM/AMP AMP 501. B . Fabricate handrail and railing systems true to line and level , with accurate angles surfaces and straight edges. Fabricate corners without using fittings. Provide bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing the Work. Form elbow bends and wall returns to uniform radius , free from buckles and twists , with smooth finished surfaces, or use prefabricated bends. Provide not less than four-inch outside radius. C. Provide chains across openings in railings where shown. Attach one end of each chain to an eyebolt in post and other end attached by means of swivel eye snap hook to similar eyebolt in opposite post. D. Remove burrs from exposed edges. E. Close aluminum pipe ends by using prefabricated fittings. F . Weep Holes: 1. Fabricate joints that will be exposed to weather to exclude water. 2. Provide 15 /64-inch diameter weep holes at lowest possible point on each post in handrail and railing systems. 3 . Provide pressure relief holes at closed ends of handrail and railing systems. JQ Infras tructure CONSTRUC TIO N S PEC IFI CA TI ON DO CU M EN TS Fe bruary 2021 YC WRF So uth Fl ow Lift Station C ity Project No . I 00075-2 2.5 05 52 15 ALU MI N UM HANDRAILS AND RAJLfNGS Pa ge 8 of 12 G. Toeboards : H. I. A. 1. Provide manufacturer 's standard toeboard, that accommodates movement caused by thermal change specified without warping or bowing toeboards. 2. Provide manufacturer 's standard toeboard, which accommodates storage for removable socket covers . 3 . Coordinate and cope toeboard as required to accommodate cover flanges at posts. 4 . Toeboards shall follow curvature of railing. Where railing is shown to have curved contours at comers, or other locations, toeboard shall likewise be curved to follow line of railing system. Reinforcing Bars : Provide reinforcing bar friction-fitted at each post in railing system. Extend reinforcing bars of tubes six inches into cast-in-place sleeves or other types of supporting brackets. Mechanically Fitted Component Pipe Handrail and Railing System: 1. Use non-welded pipe handrail and railing system with posts, top and intermediate rail(s), and flush joints. 2 . Provide top and two (2) intermediate horizontal rail(s), equally spaced. 3 . Use Type 304/305 stainless steel blind rivets and Type 304/305 stainless steel self-tapping screws in assembling components of the Work. FINISHES General: 1. Prepare surfaces for finishing in accordance with recommendation of aluminum producer and the aluminum finisher or processor. 2 . Adjust and control direction of mechanical finishes specified to achieve best overall visual effect in the Work. 3. Color and Texture Tolerance : Provide uniform color and continuous mechanical texture for aluminum components. ENGINEER reserves the right to reject aluminum materials because of color or texture variations that are vi s uall y objectionable, but only where variation exceed range of variations established by manufacturer prior to fabrication , by means of range of Samples approved by ENGINEER. 4. Anodize aluminum components. B. Finish : 1. Mechanically finish aluminum by wheel or belt polishing with aluminum oxide grit of 180 to 220 size, using peripheral wheel speed of 6 ,000 feet per minute; AA Designation -M32 Medium Satin Directional Texture. 2 . Hand-Rubbed Finish: Where required to complete the Work and provide uniform , continuous texture, provide hand-rubbed finish to match medium satin directional texture specified to even out and blend satin fini s hes produced by other means. C. Cleaning: 1. Provide non-etching chemical cleaning by immersing aluminum in inhibited chemical solution, as recommended by coating applicator, to remove lard oil , fats , mineral grease , and other contamination detrimental to providing specified finishes. 2 . Clean and rinse with water between steps as recommended by aluminum manufacturer. D . E x posed Aluminum Anodic Coating: Provide anodic coatings as specified that do not depend on dyes , organic or inorganic pigments , or impreg nation processes to obtain color. Apply coatings JQ Infras tru cture VC WRF So uth Fl ow Lift Station C ity Proj ect No . I 00 075-2 CONSTRUCTION S PEC IFI CA TI ON DOCU M ENTS Fe bru ary 202 1 05 52 15 ALUMINUM HANDRAILS AND RAILINGS Pa ge 9 of 12 using only the alloy, temperature, current density, and acid electrolytes to obtain specified colors in compliance with designation system and requirements ofNAAMM/AMP Pipe Railing Manual and NAAMM/AMP AMP 501. Comply with the following: 1. Provide Architectural Class I high density anodic treatment by immersing the components in tank containing solution of 15 percent sulfuric acid at 70 degrees F with 12 amperes per square foot of direct current for minimum of sixty minutes; AA Designation A4 l Clear. 2. Physical Properties: a. Anodic Coating Thickness, ASTM B244: Minimum of 0 .7-mils thick. b . Anodic Coating Weight, ASTM B137: Minimum of32 mg/sq. in. c. Resistance to Staining, ASTM B 136: No stain after five minutes dye solution exposure. d. Salt Spray , ASTM Bl 17: 30,000 hours exposure with no corrosion or shade change. 3. Seal finished anodized coatings using deionized boiling water to seal pores and prevent further absorption . 4. Products and Manufacturers: Provide one of the following : a. Alumilite 215 Clear by Aluminum Company of America, Inc. b . Or equal. 2.6 SOURCE QUALITY CONTROL A. Allowable Tolerances: 1. Limit variation of cast-in-place inserts, sleeves and field-drilled anchor and fastener holes to the following: a. Spacing: Plus-or-minus 3 /8-inch. b . Alignment: Plus-or-minus 1/4-inch. c . Plumbness: Plus-or-minus I /8-inch. 2. Minimum Handrails and Railings Systems Plumb Criteria: a. Limit variation of completed handrail and railing system alignment to 1 /4 -inch in 12 feet with posts set plumb to within 1 /16-inch in 3 .0 feet. b . Align rails so variations from level for horizontal members and from parallel with rake of stairs and ramps for sloping members do not exceed 1/4-inch in 12.0 feet. 3. Provide "pencil-line" thin butt joints. PART 3 -EXECUTION 3.1 A. B. 3.2 A. INSPECTION Examine conditions under which Work will be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. Verify to ENGINEER the gage of aluminum pipe railing posts and rails brought to the Site by actual measurement of on-Site material in presence of ENGINEER. INSTALLATION General: JQ Infrastructure VCWRF So uth Flow Lift Station C ity Project No. I 00075 -2 CONSTR UCT IO N SPECIFI CATION DOCU MENTS February 2021 05 52 15 ALU MIN UM HANDRAILS AND RAILINGS Page 10 of 12 1. Do not erect components that are scarred, dented , chipped, discolored , otherwise damaged, or defaced . Remove from Site railing and handrail system components that have holes, cuts, gouges, deep scratches, or dents of any kind. Repairs to correct such Work will not be accepted. Remove and replace with new material. 2. Comply with installation and anchorage recommendations ofNAAMM/ AMP Pipe Railing Manual and NAAMM/AMP AMP 501 in addition to requirements specified and approved or accepted (as applicable) submittals . B. Fastening to In-Place Construction : 1. Remove protective plastic immediately before installing. 2 . Adjust handrails and railings prior to securing in place, to ensure proper matching at butting joints and correct alignment throughout their length. Plumb posts in each direction. Secure posts and rail ends to building or structure as follows: a . Anchor posts to stair stringers with stringer or support flanges, angle type or floor type as required by conditions, shop-connected to posts and bolted to steel supporting members. Flanges shall be as recommended by manufacturer. Verify that reinforcing bars are inserted into posts before installation. Do not install posts without reinforcing bar. b. Side-mount posts by fastening them securely in brackets attached to steel or concrete fascia as shown and in accordance with approved or accepted (as applicable) submittals. c. Provide removable railing sections where shown . Provide removable railing system posts with friction-fitted reinforcing bar in each post. Provide sockets with socket covers stored in extruded toeboard. Provide aluminum pipe collars for all removable posts. Accurately locate sleeves to match post spacing. d. Provide posts set in concrete with an aluminum floor cover flange. 3. Use devices and fasteners recommended by handrail and railing systems manufacturer and as shown on approved or accepted (as applicable) submittals. C. Cutting, Fitting, and Placement: 1. Perform cutting, drilling and fitting required for installation . Set the Work accurately in location , alignment, and elevation , plumb, level , true , and free of rack, measured from established lines and levels. 2. Fit exposed connections accurately together to form tight hairline joints. Do not cut or abrade surfaces of units that have been finished after fabrication , and are intended for field connections. 3 . Make permanent field splice connections using stainless steel blind rivets and five-inch minimum length connector sleeves. Tight press-fit field splice connectors and install in accordance with manufacturer's written instruction. Install two blind rivets per joint on 180- degree centers. 4. Make splices as near as possible to posts , but not exceeding 12 inches from nearest post. 5. Field welding is not allowed. Make splices using pipe splice lock employing a single alien screw to lock joint. 6. Provide hinged gates as shown. 7. Provide chain sections as shown. Provide one chain length with fastening accessories for top and each intermediate rail. 8. Secure handrails to walls with wall brackets and end fittings as shown . Drill wall plate portion of the bracket to receive one bolt, unless otherwise shown for concealed anchorage. Locate brackets as shown or, if not shown, at not more than five feet on centers. Provide flush type wall return fittings with s ame projection s hown for wall brackets . Secure wall JQ Infra structure CONSTR UC TI ON SPEC IFICA TI ON DOCU MEN TS Febru ary 2021 V C WRF South Fl ow Lift Station C ity Project No. I 00075-2 3.3 05 52 15 AL UMIN UM HANDRAILS AND RAILINGS Page 11 of 12 brackets and wall return fittings to building or structure. Refer to Section 05 05 33 , Anchor Systems. 9. Securely fasten toeboards in place with not more than 1/4-inch clearance above floor level. 10. Drill one 15 /64-inch diameter weep hole not more than 1 /4-inch above top of location of solid reinforcing bar or tube in each post. D . Fastening to Existing Construction: I. Provide heavy-duty floor flange and anchorage devices and fasteners where necessary for securing handrail and railing systems components to existing construction ; including stainless steel threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts, lag bolts and other connectors as required. Refer to Section 05 05 33 , Anchor Systems. 2. Use devices and fasteners recommended by handrail and railing systems manufacturer and as shown on approved or accepted (as applicable) submittals . E. Expansion Joints: F . A. B. C . I . Provide slip joint with internal sleeve extending not less than two inches beyond joint on each side. 2 . Construct expansion joints as for field splices, except fasten internal sleeve securely to one side of rail only. 3. Locate joints within six inches of posts . Protection from Dissimilar Materials: 1. Coat aluminum surfaces in contact with dissimilar materials such as concrete, masonry , and steel, in accordance with Section 09 91 00, Painting. 2. Do not extend coating beyond contact surfaces. Remove coating where exposed-to-view in the finished Work. CLEANING AND REPAIRING Cleaning: 1. Clean exposed surfaces of handrail and railing systems after completion of installation. Comply with recommendations of both handrail and railing system manufacturer and finish manufacturer. Do not use abrasives or unacceptable solvent cleaners. Test cleaning techniques on an unused section of railing before employing cleaning technique. 2. Remove stains, dirt, grease, and other substances by washing handrails and railings systems thoroughly using clean water and soap ; rinse with clean water. 3. Do not use acid solution , steel wool, or other harsh abrasives. 4 . If stain remains after washing, remove defective sections and replace with new material complying with this Section. Handrails and railings shall be free of dents, burrs, scratches, holes , and other blemishes. Replace damaged or otherwise defective Work with new material that complies with this Section at no additional cost to OWNER. Prior to Substantial Completion , replace adjacent work marred by the Work of this Section. END OF SECTION -05 52 15 JQ Infra structure CON STR UC TION SP EC IFI CATIO N DOCU M ENTS Fe bru ary 20 21 VC WRF So uth Fl ow Lift Stati o n C ity Project No . 100075-2 05 52 15 ALUMINUM HANDRAILS AND RAILINGS Page 12 of 12 THIS PAGE INTENTIONALLY LEFT BLANK JQ Infrastructure CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Statio n C ity Project No . 100075-2 SECTION 05 53 16 -ALUMINUM GRATING PART 1 -GENERAL 1.1 DESCRIPTION A . Scope: 05 53 16 ALUMINUM GRATING Page I of6 1. CONTRACTOR shall provide all labor, materials, equipment , and incidentals as shown , specified, and required to furni sh and install aluminum grating and frames . 2. The Work includes : a. Providing grating, frames , and appurtenances. b. Providing openings in aluminum grating to accommodate the Work under this and other Sections, and attaching to aluminum grating all items such as sleeves, bands, studs, fasteners, and items required for which provision is not specifically included under other Sections. B . Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before aluminum grating Work . C . Related Sections: 1. Drawings and general provision s of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 2. Section 09 91 00 , Painting . 1.2 REFERENCES A. Standards referenced in this Section are : 1. AA Aluminum Design Manual. 2. ASTM B2 I 0 , Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes . 3 . ASTM B221 , Specification for Aluminum a nd Aluminum-Alloy Extruded Bars, Rods , Wire, Profiles, and Tubes. 4 . NAAMM MBG 531 , Metal Bar Grating Manual. 5. NAAMM MBG 533 , Welding Specifications for Fabrication of Steel , Aluminum and Stainless Steel Bar Grating . 1.3 QUALITY ASSURANCE A . Qualifications : 1. Manufacturer: Shall have at least five year s experience manufacturin g products s ubstantially similar to those required and shall be able to submit documentation of at least five in sta llations in sati sfactory operation for at least fi ve years each. B. Component Supply and Compatibility: 1. Obtain all products and material s included in thi s Section regardless of compon ent manufacturer from a single aluminum-grating manufacturer. JQ Infrastru cture CONSTRUCTIO N SPECIF ICATION DOCUMENTS Fe bruary 2021 VCWRF So uth Flow Lift Sta ti on C ity Project No . I 00075-2 05 53 16 ALU MJNUM GRATfNG Page 2 of6 2. Aluminum grating manufacturer shall review and approve or prepare all Shop Drawings and other submittals for all products and materials furnished under this Section. 3. Components shall be suitable for the specified service conditions and be integrated into overall assembly by aluminum grating manufacturer. 4. Provide only one type of aluminum grating exclusively throughout the Project. 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a . Fabrication and erection of all Work . Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. b . Setting drawings and templates for location and installation of anchorage devices. 2 . Product Data: a . Manufacturer's specifications, load tables , dimension diagrams, anchor details and installation instructions. 1.5 DELIVERY , STORAGE, AND HANDLING A. Shipping, Handling and Unloading: I . Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices to be embedded in cast-in-place concrete in ample time to prevent delaying the Work. 2. Comply with Section 01 60 00 , Product Requirements . B . Storage and Protection : 1. Protect materials from corrosion and deterioration. 2 . Do not store materials in contact with concrete or other materials that might cause corrosion , staining, scratching, or damage materials or finish . 3. Comply with Section 01 66 00 , Product Storage and Handling Requirements. PART 2 -PRODUCTS 2 .1 A. SYSTEM PERFORMANCE Aluminum Grating : Provide aluminum grating compl y ing with the following : I . Grating Design Loads : Uniform live load shall be as shown or indicated in the Contract Documents. Where live load is not shown or indicated , uniform live and concentrated loads shall be as indicated below, whichever results in the greater design stresses. a. Live Load: 150 psf; Concentrated Load: 750 lbs per foot of grating width at center span . 2. Maximum Clear Span Deflection for Uniform Live Load s : 1/120 of span , but not more than 1/4-inch. 3 . Maximum Fiber Stress: 12 ,000 psi. 4. Do not install aluminum grating in area s subject to vehicular traffic. 5 . Minimum Size of Members : JQ Infrastru cture VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . 100075 -2 CONSTRUCT ION SPEC IF ICAT ION DOCUMENTS Fe bruary 202 1 2.2 2.3 05 53 16 A LUMJN UM G RA T fN G Page 3 of6 a . Minimum size of bearing bars shall be within standard mill tolerance as indicated in load tables in NAAMM MBG 531 for applicable loading and deflection requirements . b. Minimum dimensions of cross bars shall be as indicated in tables of Minimum Standard Cross Bars and Connecting Bars in NAAMM MBG 53 I. 6 . Banding bar shall be 1/4-inch thick minimum . Top of banding bar shall be flush with top of grating, unless otherwise shown or indicated. Banding bar shall be 1/4-inch shorter than the bearing bar height. 7 . Comply with requirements of AA Aluminum Design Manual. B. Stair Treads: Provide stair treads complying with the following : A. B. A . B. 1. Stair Tread Design Loads: Concentrated live load shall be: a. 300 pounds on front-most five inches of tread at center of tread of span up to 5 .5 feet. b . 300 pounds on front-most five inches of tread at the one-third points of tread of span greater than 5.5 feet . 2 . Maximum Clear Span Deflection for Concentrated Live Loads: 1/240 of span , but not more than 1/4-inch. 3 . Maximum Fiber Stress: 12 ,000 psi. 4. Minimum Size of Members: a . Minimum s ize of bearing bars shall be within standard mill tolerance as indicated in load tables in NAAMM MBG 531 for applicable loading and deflection requirements. b . Minimum dimensions of cross bars shall be as indicated in tables of Minimum Standard Cross Bars and Connecting Bars in NAAMM MBG 531 . 5 . Carrier plate shall be 1/4-inch thick minimum . Top of carrier plate shall be flush with top of tread , unless otherwise shown or indicated. Provide carrier plate with hole and slot for attachment to stringer. 6. Comply with requirements of AA Aluminum Design Manual. MANUFACTURERS Grating, Products and Manufacturers: Provide one of the following : I. Swage-Locked I-Bar Grating, by 1KG Industries . 2 . Swage-Locked I-Bar Grating, by AMICO . 3. Or equal. Stair Treads, Products and Manufacturers: Provide one of the following : 1. I-Bar Treads, by IKG Industries . 2. I-Bar Treads, by AMICO . 3. Or equal. MATERIALS Bearing Bars : Aluminum alloy 606 I-T6 or alloy 6063-T6, complying with ASTM B221. Cross Bars or Bent Connecting Bars: Aluminum alloy 6061-T6 or alloy 6063-T6, complying with either ASTM B22 I or ASTM B210 . JQ Infrastructure VC WRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 CONSTRUC TI ON S PEC IFICATION DOCU M EN T S Febru ary 202 1 2.4 C. D. A. B. 05 53 16 AL U MIN UM GRATING Page 4 of 6 Frames: Aluminum alloy 606 l-T6 or alloy 6063-T6, complying with ASTM B22 l. Stud anchors welded to steel supports and other fasteners shall be Type 316 stainless steel. FABRICATION Use materials of mm1mum depth and thickness specified and required to comply with performance criteria in the Contract Documents . Provide grating as follows: I . Grating Type: Aluminum I-bar with swage-locked cross bars at right angles to bearing bars. 2. Depth: One-inch minimum. 3. Bearing Bars: Aluminum I-bar minimum of one-inch spaced at 1-3 /16-inch on centers. 4. Cross-Bars: Swage-locked to bearing bars at maximum spacing of four inches on centers. 5 . Surface: Grooved. 6 . Finish: Mill. C . Provide stair treads as follows: 1. Tread Type: Aluminum I-bar with swage-locked cross bars at right angles to bearing bars. 2. Depth: One-inch minimum . 3. Bearing Bars: Aluminum I-bar minimum one-inch spaced at 1-3/16-inch on centers. 4 . Cross Bars: Swage-locked to bearing bars at maximum spacing of four inches on centers. 5. Surface: Grooved. 6 . Nosing: Cast aluminum abrasive nosing. 7. Finish: Mill. D . Provide cutouts in grating for passage of piping, electrical conduit, valve stems, columns, ducts, and similar work. Where more than two bearings bars are included in a cut out, provide banding bars of same dimensions as bearing bars around opening welded to grating component parts. E . Gratings shall be accurately fabricated , free from warps , twists, and other defects that would affect grating appearance and grating serviceability. F . Welding shall conform to requirements of NAAMM MBG 533. Welds shall be ground smooth at top surfaces and bearing surfaces. G . Openings in and edges of gratings sections shall be banded with banding bars . Weld bands to intersecting members. H. Size each section of grating to weigh not more than 100 pounds, unless otherwise indicated in the Contract Documents. JQ Infras tru cture VC WRF So uth Fl ow Lift Stati on C ity Proje ct No . I 00075-2 CON STR UC TI ON SPEC IFI CA TI ON DOCUMENTS Fe bru ary 202 1 05 53 16 ALUMINUM GRATING Pa ge 5 of6 PART 3 -EXECUTION 3.1 3.2 A. B. A. B. C. D. E. F. G. EXAMINATION Examine conditions under which Work is to be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work . Do not proceed with installation until unsatisfactory conditions are corrected. Check all dimensions at the Site after piping and equipment are in place and determine exact locations of openings and cutouts. INSTALLATION Fastening to In-Place Construction : 1. Use anchorage devices and fasteners to secure aluminum grating to supporting members or prepared openings, as recommended by manufacturer. 2. Weld Type 316 stainless steel stud bolts to receive saddle clip or flange block anchors to supporting steel members. Drill for machine bolts when supports are aluminum. Cutting, Fitting, and Placing: 1. Perform cutting, drilling and fitting required for installation. Set the Work accurately in location , alignment and elevation, plumb, level , true , and free of rack. Do not use wedges or shimming devices . 2. Where gratings are penetrated by piping, electrical conduit, ducts, structural members, or similar protrusions, cut openings neatly and accurately to size and attach banding bar as specified. 3. Divide panels into sections only to extent required for installation where aluminum grating is to be installed around previously installed piping, electrical conduit, ducts, structural members, or similar protrusions. Aluminum gratings in concrete floors shall be removable and arranged in sizes to be readily lifted. Provide aluminum gratings in concrete with aluminum angle frames with mitered corners and welded joints. Grind exposed joints smooth. Frames shall have welded anchors set into concrete . Angle size shall match grating depth selected for flush fit. Clearance at ends or between sections of grating shall be a maximum of 1/4-inch. Tops of aluminum gratings shall be set flush with surrounding construction. Aluminum gratings shall be set with full and uniform end bearing on frames to preclude rocking movement; do not use wedges or similar shimming devices. Protection of Aluminum from Dissimilar Materials : Coat aluminum surfaces in contact with dissimilar materials such as concrete, masonry, steel, or other metals, in accordance with Section 09 91 00 , Painting. END OF SECTION -05 53 16 JQ Infra structure CONSTRUCTI ON SPECIFICATION DOCUMENTS Feb ru ary 202 1 YCWRF So uth Flow Lift Stati on City Project No. I 00075-2 THIS PAGE INTENTIONALLY LEFT BLANK JQ In fras tru cture CONSTRUCT ION SPEC IFICAT ION DOC UMENTS Fe bru ary 202 I 05 53 16 ALUMINUM ORA TING Page 6 of6 VCWRF So uth Fl ow Lift St ati on C ity Project No . I 00075 -2 SECTION 05 54 63 -FLOOR ACCESS HATCH COVERS PART 1 -GENERAL I .1 DESCRIPTION A. Scope: 05 54 63 FLOOR ACCESS HATC H C OVE RS Page I of 6 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown , specified and required to furnish and install floor access hatch covers. 2. The Work also includes : a. Providing openings in and attachments to floor access hatch covers to accommodate the Work under this and other Sections, and providing for floor access hatch covers items such as anchorage devices, and all items required for which provision is not specifically included under other Sections. B. Coordination : I . Review installation procedures under this and other Sections and coordinate the installation of items to be installed with or before floor access hatch covers Work. C. Related Sections: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 2 . Section 09 91 00 , Painting. 1.2 REFERENCES A . Standards referenced in this Section : 1. AASHTO Standard Specifications for Highway Bridges. 2 . MIL-P-21035B , Military Specification, Paint, High Zinc Dust Content Galvanizing Repair. I .3 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer: a . Manufacturer shall have not less than five years experience producing products substantially s imilar to those specified and , upon ENGINEER 's request , shall submit documentation of not less than five s atisfactory installations in place for not les s than five years each . B . Component Supply and Compatibility: I . Obtain all products included in this Section regardless of the component manufacturer from a single floor acces s hatch covers manufacturer. Furnishing covers from more than one manufacturer is unacceptable. 2. Floor access hatch covers manufacturer shall prepare, or s hall review and approve, all Shop Drawings and other submittals for all components furnished under thi s Section . JQ Infras tru cture CONSTR UCT ION S PEC IFICATI ON DOCUMENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift St ati on C ity Project No . I 0007 5-2 1.4 A . B. 1.5 A. B. 1.6 A. B . 0 5 54 63 FLO OR ACCES S HAT C H C OVERS Page 2 of 6 3. Components shall be s uitable for specified service conditions and shall be integrated into the overall assembly by the floor acces s hatch covers manufacturer. SUBMITTALS Action Submittals: Submit the following: 1. Shop Drawings: a . Detailed plans and other drawings showing location of products and direction of door swing; floor access hatch cover schedules indicating cover location , material , type, loading capacity, and other information ; and fabrication details for the access hatch covers Work, including materials, thickness of metals , finishes , latching or locking provisions, type of anchorages, and accessory items. 2. Product Data: a. Copies of manufacturer's literature and specifications for each type of floor access hatch incorporated in the Work. Informational Submittals: Submit the following: 1. Supplier Instructions : a. Installation data, including setting drawings and templates. 2. Qualifications Statements: a . Manufacturer, when requested by ENGINEER. DELIVERY, STORAGE AND HANDLING Packing and Shipping: I . Protect mill finish and other finish during s hipping and installation by an attached , adhesive-backed vinyl material that is removable during and after installation of the access hatch cover. Storage and Protection : 1. Protect steel members and packaged materials from corrosion and deterioration . WARRANTY General Warranty: The special warranty specified in this Article shall not deprive OWNER of other rights or remedies OWNER may otherwise have under the Contract Documents and shall be in addition to, and run concurrent with , other warrantie s made by CONTRACTOR under the Contract Documents . The obligations of CONTRACTOR under the Contract Documents shall not be limited in any way by the provisions of the specified special warranty. Special Warranty: 1. Provide manufacturer's written warranty, running to the benefit of OWNER, agreeing to correct, or at option of OWNER, remove or replace structural components of the products specified in this Section found to have defect in material and workmanship during a period of two years after the date of Substantial Completion. JQ Infras tru cture VCWRF So uth Flo w Lift Station C ity Proj ec t No. I 00075-2 CONSTRUC TI ON SPECIF ICATI ON DOCUMENTS Fe bru ary 202 1 05 54 63 FLOOR ACCESS HATCH COVE RS Page 3 of6 PART 2 -PRODUCTS 2 .1 A. 2.2 A. GENERAL General: 1. Provide manufacturer's standard fabricated access hatch cover units , modified when necessary to comply with the Contract Documents. Where standard units are not available for the sizes and types required , provide custom-fabricated units of the same quality as manufacturer's similar standard-sized units. 2. Fabricate each access hatch cover unit in the shop, complete with anchors, gaskets, hardware, and accessory items , as required . CHANNEL-FRAME TYPE ACCESS HATCH COVERS Aluminum Floor Access Hatch Covers -Channel Frame Type: 1. Design Live Load: 300 pounds per square foot. 2. Products and Manufacturers: Provide one of the following: a . Single-Leaf Door Aluminum Access Hatch Cover: 1) Model TPS , by U.S .F Fabrication, Inc. 2) Type J-AL, by The Bilco Company . 3) Or equal. b. Double-Leaf Door Aluminum Access Hatch Cover: 1) Model TPD, by U.S.F. Fabrication , Inc. 2) Type JD-AL, by The Bilco Company. 3) Or equal. 3. Cover: Not less than 1/4-inch thick , aluminum diamond-pattern plate cover. Provide flush drop-handle for lifting the cover. 4. Frame: Extruded aluminum channel frame with manufacturer's standard anchor tabs or continuous anchor flange around perimeter for anchorage to concrete. 5. Drain Coupling: 1.5-inch diameter NPT threaded drain coupling welded under the channel frame for connection of a drain pipe . 6 . Gasket: EPDM gasket mechanically attached to the channel frame. 7. Hinges: Type 316 stainless steel, heavy-duty butt hinges with Type 316 stainless steel pin fastened to door with Type 316 stainless steel tamper-resistant bolts. 8. Latch: Type 316 stainless steel, watertight, slam-type latch with inside lever handle and outside removable exterior turn/lift handle fastened to leaf (door) with tamper-resistant Type 316 stainless steel bolts. Latch release shall be protected by a flush , gasketed, removable screw plug . 9. Lift Assistance: Open-style stainless steel compression springs with Type 3 I 6 stainless steel guide tubes. Automatic Type 316 stainless steel hold-open arm with grip handle release. 10. Fall-Through Prevention System: Provide access hatch cover manufacturer 's standard safety grating of FRP or aluminum , constructed for live load capacity of not less than 300 psf. Provide hinges and lift-assist to allow grating sections to automatically lock in place in full-open 90-degree position . Provide hold-open arm and release a ssembly of aluminum or Type 316 stainless steel. Grating shall be colored OSHA "Safety Yellow" or "Safety Orange". 11. Finish: Mill finish . JQ Infra st ructure VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 2021 B. Stainless Steel Floor Access Hatch Covers -Channel Frame Ty pe: 1. Design Live Load: 300 pounds per square foot. 2. Products and Manufacturers: Provide one of the following : a. Single-Leaf Door Stainless Steel Access Hatch Cover: 1) Model TPS , by U.S.F. Fabrication , Inc. 2) Type J-SS , by The Bilco Company. 3) Or equal. b . Double-Leaf Door Stainless Steel Access Hatch Cover I) Model TPD, by U .S.F . Fabrication , Inc . 2) Type JD-SS , by The Bilco Company. 3) Or equal. 05 54 63 FLOOR ACCESS HATC H COVERS Page 4 of6 3. Cover: Not less than 1 /4-inch thick, Type 316 stainless steel diamond-pattern plate cover. Prov ide flush drop handle for lifting the cover. 4 . Frame: Type 316 stainless steel channel frame with manufacturer 's standard anchor tabs or continuous anchor flange around the perimeter for anchorage to concrete. 5 . Drain Coupling: I .5-inch diameter NPT threaded drain coupling welded under the channel frame for connection of a drain pipe. 6 . Gasket: Neoprene gasket mechanically attached to the channel frame. 7 . Hinges: Tamper-resistant, heavy -duty hinges with Type 316 stainless steel pin fastened to door with Type 316 stainless steel tamper-resistant bolts . 8 . Latch : Type 316 stainless steel , watertight, slam-type latch with inside lever handle and outside , removable exterior turn/lift handle fastened to leaf (door) with tamper-resistant Type 316 stainless steel bolts . Latch release shall be protected by a flush , gasketed, removable sc rew plug . 9. Lift Assistance : Open-sty le stainless steel compression springs with Type 316 stainless steel guide tube s. Automatic Ty pe 316 stainless steel hold-open arm with grip handle release. 10. Fall-Through Prevention System: Prov ide acces s hatch cover manufacturer 's standard safety grating of FRP or aluminum , constructed for live load capacity of not less than 300 psf. Provide hinges and lift-as s ist to allow grating sections to automatically lock in place in full-open 90-degree po si tion. Prov ide hold-open arm and release assembly of aluminum or Type 316 stainless stee l. Grating shall be colored OSHA "Safety Yellow" or "Safety Oran ge". 11 . Finish: Type 316 stainless stee l. 2.3 ANGLE-FRAME TYPE ACCESS HATCH COVERS A. Aluminum Floor Access Hatch Covers -Angle Frame Type: 1. Des ign Live Load: 300 pound s per square foot. 2. Products and Manufacturers: Provide one of the following: a. Single-Leaf Door Aluminum Access Hatch Cover: 1) Model APS300 , by U .S .F . Fabrication , Inc . 2) Type K, by The Bilco Company. 3) Or equal. b . Double-Leaf Door Aluminum Access Hatch Cover: I) Model APD300 , by U .S .F. Fabrication , Inc . 2) Type KD , by The Bilco Co mpan y. 3) Or equal. 3. Cover: Not le ss than 1/4-inch thick aluminum diamond-pattern plate cover. Provide flush drop handle for lifting the cover. JQ Infrastructure CONSTRUCTION S PEC IFICATION DOCUMENTS Feb ru ary 2021 YCWRF South Flow Lift Station C ity Project No. I 00075 -2 05 54 63 FL O OR ACCESS HAT C H C OVERS Pa ge 5 o f6 4. Frame: Extruded aluminum angle frame with manufacturer 's standard anchor tabs or continuous anchor flange around the perimeter for anchorage to concrete. 5. Hinges: Tamper-resistant, heavy-duty hinges with Type 316 stainless steel pin fastened to leaf (door) with Type 3 I 6 stainless steel tamper-resistant bolts. 6. Latch : Type 3 I 6 stainless steel , watertight, slam-type latch with inside lever handle and outside, removable exterior tum/lift handle fastened to leaf (door) with tamper-resistant Type 3 I 6 stainless steel bolts. Latch release shall be protected by a flush , gasketed, removable screw plug. 7. Lift Assistance: Open-style stainless steel compression springs with Type 3 I 6 stainless steel guide tubes. Automatic Type 3 I 6 stainless steel hold-open arm with grip handle release . 8 . Finish: Mill finish. B. Stainless Steel Floor Access Hatch Covers -Angle Frame Type: 1. Design Live Load: 300 pounds per square foot. 2. Products and Manufacturers: Provide one of the following: a. Single-Leaf Door Stainless Steel Access Hatch Cover: 1) Model APS300, by U.S .F. Fabrication, Inc . 2) B-FHA Series Single Leaf, by Babcock Davis Associates, Inc . 3) Or equal. b. Double-Leaf Door Stainless Steel Access Hatch Cover: 1) Model APD300, by U.S.F. Fabrication, Inc. 2) B-FHA Series Double Leaf, by Babcock Davis Associates, Inc . 3) Or equal. 3. Cover: Not less than 1/4-inch thick, Type 316 stainless steel diamond-pattern plate cover. Provide flush drop-handle for lifting the cover. 4. Frame: Type 316 stainless steel angle frame with manufacturer's standard anchor tabs or continuous anchor flange around the perimeter for anchorage to concrete . 5. Hinges: Tamper-resistant, heavy-duty hinges with Type 316 stainless steel pin fastened to leaf ( door) with Type 316 stainless steel tamper-resistant bolts . 6. Latch: Type 3 I 6 stainless steel , watertight, slam-type latch with inside lever handle and outside removable e xterior tum/lift handle fastened to leaf (door) with tamper-resistant Type 316 stainless steel bolts. Latch release shall be protected by a flush , gasketed, removable screw plug. 7. Lift Assistance: Open-style stainless steel compression springs with Type 316 stainless steel guide tubes. Automatic Type 316 stainless steel hold-open arm with grip handle release . 8. Finish : Ty pe 3 I 6 stainless steel. PART 3 -EXECUTION 3 .1 A . INSPECTION Examine areas and conditions under which floor access hatch cover Work will be performed and notify ENGINEER in writin g of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsati sfactory conditions a re corrected. JQ Infrastru cture VC WRF So uth Flow Lift Stati on City Proj ect No. I 00075 -2 CONST R UC TI ON S PEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 3.2 3 .3 A. B. C. D . A. B . INSTALLATION 05 54 63 FLOOR ACCESS HATCH COVE RS Page 6 of 6 Install floor access hatch covers in accordance with approved Shop Drawings and other approved submittals, the Contract Documents, and manufacturer's instructions. Set floor acce ss hatch covers level and true to line or grade, without warp or rack . Drain Piping for Channel Frames: 1. Provide drain piping from the floor acces s match cover channel frame routed as shown or indicated on the Drawings . 2 . Provide drain piping from the floor access hatch cover channel frame and route to the nearest floor drain or sump pit in a manner that does not obstruct access for facility operations and maintenance. 3 . After installation , fill drain piping with water. Drain piping shall be free of visible leaks . Protection of Aluminum from Dissimilar Materials : Coat surfaces of aluminum in contact with dissimilar materials such as concrete, masonry , steel , and other metals in accordance with Section 09 91 00 , Painting. ADJUSTING AND CLEANING Adjust leafs of floor access hatch covers as nece s sary to prov ide proper operations . Remove stains , concrete splatter, oils, grease, and other foreign materials necessary and provide clean , finished surfaces . END OF SECTION JQ Infras tru cture CONSTR UCT ION SPECIF ICAT ION DOCUMENTS Fe bruary 202 1 VC WRF So uth Flow Lift Stati on C ity Project No. I 00075 -2 Division 09 Finishes THIS PAGE INTENTIONALLY LEFT BLANK 09 90 10 S HO P PRJ M!NG Page I of4 SECTION 09 90 IO -SHOP PRIMING PART I -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections , apply to this Section. 1.2 SUMMARY A . Section includes shop primers not included in other sections. B . Related Requirements : I . Division 09 for field applied painting . 2 . Other specifications that reference this specification for primers. 1.3 ACTION SUBMITTALS A . Product Data : For each type of product. 1. Include written statement, or published product data, that the confirms that the shop primer materials are compatible with the finish and field coatings. B. Samples: For each exposed product if requested by the Owner or Engineer. 1.4 QUALITY ASSURANCE A . Compatibility of Coating Systems -Shop priming with primers that are guaranteed, in writing, by the manufacturer to be compatible with field applied and other coatings. PART 2 -PRODUCTS 2.1 A . C OM Smith MATERIALS Submerged Surfaces -Shop primer for ferrous metals which will be in contact with water being treated , either submerged or which are subject to splash action or which are specified to be considered submerged service: I. Shop Prime Coat: (Zinc Micaceou s Iron O x ide Polyurethane Aromatic Shop Primer): a. TNEM E C: Series I Omnithane. CONSTRUCT ION S PEC IFICA TI ON DOCUMENTS Fe bruary 202 1 VC WR F So uth Flow Lift S tati on C ity Project No . I 00075 -2 b. Carboline: Carboguard 561 . 09 90 10 SHOP PRIMING Page 2 of 4 c. Sherwin-Williams Company (The): Corothane I Zinc Primer lK Mio- Zinc. d. PPG PMC Durathane MCZ 97-679 Series or PPG PMC Amerlock 400. e. Or equal. B. Non-Submerged Surfaces: Shop primer for ferrous metals which will not be in contact with water being treated , not submerged and not subject to splash action : I . Shop Prime Coat: (Zinc Micaceous Iron Oxide Polyurethane Aromatic Shop Primer): a. TNEMEC: Series 1 Omnithane. b . Carboline: Carboguard 561 . c. Sherwin-Williams Company (The): Corothane I Zinc Primer lK Mio- Zinc. d . PPG PMC Durathane MCZ 97-679 Series or PPG PMC Amercoat 68HS. e . Or equal. C. Submerged Surfaces: 1. Shop Prime Coat for Ductile Iron Pipe : (Epoxy, Polyamidoamine Shop Primer): a. TNEMEC: Series N 140 Pota-Pox-Plus. b. Carboline: Carboguard 561. c. Sherwin-Williams Company (The): Macropoxy 846 NSF Winter Grade Epoxy Mill White . d. PPG PMC Aquapon HB Potable Water Epoxy Coating 95-132 Series or PPG PMC Amerlock 2 Epoxy. e. Or equal. 2. Shop Prime Coat for Ferrous Metal Surfaces: (Zinc Micaceous Iron O x ide Pol y urethane Aromatic Shop Primer): a. TNEMEC: Series 1 Omnithane . b . Carboline: Carboguard 561. c . Sherwin-Williams Company (The): Corothane I Zinc Primer I K Mio- Zinc . d. PPG PMC Durathane MCZ 97-679 Series. e . Or equal. PART 3 -EXECUTION 3.1 PREPARATION AND EXECUTION A . Surface preparation : Comply with the manufacturer 's written requirements for the substrate to be primed . C OM Smith CONSTRUCT ION SPECIFICATION DOCUMENTS February 202 1 VCW RF South Flow Lift Station C ity Project No . I 00075 -2 3.2 09 90 10 SHOP PRJM!N G Page 3 of 4 B. Non-submerged components scheduled for priming: Blast clean in accordance with SSPC-SP 6/NACE No. 3 , immediately prior to priming. C. Submerged components scheduled for priming: Blast clean in accordance with SSPC- SP 10/NACE No. 2, immediately prior to priming. D. Non-primed surfaces: Apply approved coating per manufacturer's recommendations. E . Consult manufacturer regarding required surface profiles . F . Clean surfaces so they are dry and free of dust, oil , grease and other foreign material before priming. G. Shop prime in accordance with approved manufacturer's recommendations. H. Fabricated Items A. 1. Blast clean all items for shop priming as specified for applicable service prior to priming. If, in the opinion of the Engineer, any prime coating that has been improperly applied or if material contrary to this Section has been used , that coating shall be removed by abrasive blasting to white metal and re-primed in accordance with this Section . 2. All shop prime coats shall be of the correct materials and applied in accordance with this Section. Remove any prime coats not in accordance with this Section by blast cleaning and apply the specified prime coat at no additional cost to the Owner. 3 . Clean shop prime surfaces thoroughly ; prepare as approved and retouch any damaged or bare spots with the specified primer before the application of successive paint coats in the field . 4. Shop finish coats, if proposed and allowed , shall be equal in appearance and protection quality to a field applied finish coat. If, in the opinion of the Engineer, a shop finish coat system does not give the appearance and protection quality of other work of similar nature, prepare the surfaces and apply the coat or coats of paint as directed by the Engineer to accomplish the desired appearance and protection quality. Submit to the Engineer substantial evidence that the standard finish is compatible with the specified finish coat. PROTECTION Non-Primed Surfaces: Apply a heavy shop coat of grease or other suitable rust-resistant coating to gears, bearings surfaces and other similar surfaces which are not to be field painted. 1. Maintain this coating to prevent corrosion until final acceptance testing of equipment. B . Properly protect the shop prime and finish coats against damage from weather or any other cause. C OM S mith YCWR F So uth Fl ow Lift Stati on C ity Proj ect No. I 00075 -2 CONSTR UC TI ON S PEC IFI CA TI ON DOCU M ENT S Fe bruary 202 1 09 90 10 SHOP PRIMING Page 4 of 4 C. Protect all motors, drives, bearings , gears, etc., from the entry of grit. Equipment found to contain grit shall be promptly and thoroughly cleaned. END OF SECTION 09 90 10 COM Smith C ONSTR UCTION SPEC IFl CA TION DOC UM ENTS February 2021 VC WRF South Flow Lift Station C ity Project No . I 00075-2 09 91 00 PAJ N T!N G Pag e I of 18 SECTION 09 91 00-PAINTING PART 1 -GENERAL 1.1 1.2 A. A . RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O l Specification Sections, apply to this Section. SUMMARY Section includes surface preparation and the application of paint systems on the following substrates: 1. Concrete. 2 . Steel and iron. 3. Galvanized metal. 4. Aluminum (not anodized or otherwise coated). 5. Copper. 6. Stainless steel. 7. Fiberglass. 8. Plastic. 9. Cotton or canvas insulation covering. 10. Bituminous-coated surfaces. B. Section includes painting all exposed structural and miscellaneous steel ; chemical tanks and systems ; mechanical and electrical equipment; sluice gates , operators and posts ; conveying systems, pipe, fittings and valves ; electrical conduit and appurtenances ; exposed interior ducts ; all as specified in the attached painting schedules and all other work obviously required to be painted unless otherwise specified. Minor items not mentioned in the schedule of work shall be included in the work of this Section where they come within the general intent of this Section as stated herein. C. Aluminized steel , above roof level , for stacks: Paint with silicone aluminum as specified . Other aluminum-paint only where noted (as is specified). D. Paint items noted in "Painting Schedule." E. Provide vinyl film letters and numbers for markings as specified . F. Paint items noted in other Specification Sections as having factory finish and other factory finished items are obviously not field painted. G . Paint all factory finish painted items replaced , repaired or damaged during construction. H. The various Sections are responsible, as stated in each , for preparation and field touch- up of abrasions , welds and damaged primed areas of primed or galvanized components after erection . COM Smith YCWRF So uth Flow Lift Stati on City Projec t No . I 00075 -2 CONS TR UCT ION SPEC IFICA TI ON DOCU MENTS Febru ary 202 1 09 91 00 PAINTING Page 2 of 18 I. The following items will not be painted: I. Concrete except where specified and scheduled to be painted and seamless flooring. 2. Stainless steel louvers, doors and frames. 3. Finish hardware . 4. Manhole frames and covers. 5. Non-ferrous metals and stainless steel , unless specifically noted otherwise. 6. Factory pre-finished architectural components. 7. Packing glands and other adjustable parts and name plates of mechanical equipment. 8 . Parts of buildings not exposed to sight, unless specifically noted otherwise. 9 . Maintenance equipment. 10. Plumbing fixtures . 11 . Mechanical , HV AC , Plumbing and Electrical equipment which has been finished painted in the factory as specified in Divisions 22, 23 , 26. J. Related Requirements : 1. Valve and equipment identification are included in Divisions 22, 23 , 41 , 42 , 43, 44, and 46. 2. Shop priming of equipment and piping (except copper piping) are specified in Section 09 90 10 "Shop Priming" and included in the respective Section with the item to be primed . 3. Division 05 for shop priming of metal substrates. 4. Section 05 50 00 "Miscellaneous Metal Fabrications" for shop priming metal fabrications. 5. Section 05 51 16 "Metal Floor Plate Stairs" for shop priming metal floor plate stairs. 6. Section 05 51 I 9 "Metal Grating Stairs" for shop priming metal grating stairs. I .3 ACTION SUBMITT ALS A. Product Data: For each type of product. 1. Indicate VOC content. B . Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and each color and gloss of topcoat. I. Submit Samples on rigid backing , 8 inche s square . 2. Apply coats on Samples in steps to show each coat required for system. 3 . Label each coat of each Sample . 4 . Label each Sample for location and application area. D . Product List: Cross-reference to paint system and locations of application areas. Use same de s ignations indicated on Drawings and in sc hedules. Include color designations . COM Sm ith CONST RUCT ION SPECIF ICAT IO N DOCUMENTS February 202 1 VCWRF So uth Flow Lift Statio n City Project No . I 00075 -2 09 9 1 00 PAINTfNG Page 3 of 18 1.4 MAINTENANCE MATERIAL SUBMITT ALS A. Furnish extra materials from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than I gal. of each material and color applied . 1.5 QUALITY ASSURANCE A. Shop Primers, specified in Section 09 9 I 00 "S hop Primers," and other Sections are required to be certified by the manufacturer of the field applied painting manufacturer to be compatible with the materials specified in this section. B. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Engineer will select one surface to represent surfaces and conditions for application of each paint system . a . Vertical and Horizontal Surfaces: Provide samples of at least 100 sq . ft . b . Other Items: Engineer will designate items or areas required . 2. Final approval of color selections will be based on mockups . a. If preliminary color selections are not approved , apply additional mockups of additional colors selected by Engineer at no added cost to Owner. 3. Approval of mock ups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviation s in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. I .6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F . I. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. COM Smith CONST RUC TION SPECIF ICAT IO N DO CUMEN TS Fe bruary 202 1 VCWRF South Flow Lift Stat ion C ity Proje ct No . I 00075-2 09 91 00 PAINTING Page 4 of 18 B . Do not apply paints in snow, rain , fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2 -PRODUCTS 2.1 A . 2.2 A. B . C. 2.3 A. B. C. COM Smith MANUFACTURERS Manufacturers: Provide products by one of the following: 1. Tnemec, Inc .(TN); 2. The Sherwin Williams Company (SW) 3. PPG Architectural Finishes, Inc . (PPG) 4 . PPG Architectural Finishes, Inc. Ameron (AME) 5. Or equal. MATERIALS Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Provide products of same manufacturer for each coat in a coating system. Use paint materials without adulteration and mixed, thinned and applied in strict accordance with manufacturer's directions for the applicable materials and surface. Colors: As indicated in color schedule. COLOR CODING FOR PIPES AND EQUIPMENT The color code establishes, defines and assigns a definite color for each process system. Paint all elements which are an integral part of the system , that is originating from the equipment and/or supplying the equipment, between and up to but not including the fi xed flanges nor the flexible conduit connections on the equipment. Paint valves and fittings in the color of the main body of the pipe. The color schedule of piping systems shall be in accordance with TCEQ and in accordance with the onsite color schedule of existing piping systems. Submit the proposed color schedule to the Owner and Engineer for review and approval. Samples shall be furnished for all pipe paint colors; with chips from existing piping where new service lines are connecting. Piping system identification shall comply with the requirements of ANSI A 13 .1. Refer to Paragraph 2.4 herein for lettering of titles. CONSTRUCTION SPECIFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Statio n City Project No . I 00075-2 2.4 D . E. F. A. B . C. D. 09 9 1 00 PAINTING Page 5 of 18 All hanger saddles and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports . Hanger rods and hanger rod connections to building structure shall be painted to match the color of the wall or ceiling to which it is attached. Banding: Unless special spacing is listed in schedule or required per TCEQ, apply banding to pipe at connections to equipment, valves, branch fittings , at wall, floor , or ceiling boundaries and at intervals not greater than 36-ft. City's Pipe Color Standards: As listed at the end of this Section. LETTERING OF TITLES Indicate the name of the materials in each pipeline and alongside this an arrow indicating the direction of flow of fluids on each pipe system. Locate the titles shall not more than 26 feet apart and directly adjacent to each side of any wall the pipeline breaches , adjacent to each side of the valve regulator, flowcheck , strainer clean out and all pieces of equipment. Identify titles by the identity of the contents with complete name at least once in each space through which it passes and thereafter by generally recognized abbreviations, letters or numerals as approved . Place identification title locations in general they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead. Title to be clearly visible from operating positions and adjacent to all control valves. Die cut numbers and letters from 3.5 mil vinyl film and pre-space them on carrier tape. Protect adhesive and finish surface with one piece removable liners . Use white or black to provide high contrast to the substrate color. L h II b etter size s a . d" e as m 1cate d " h fill mt e o owmg ta bl e: OUTSIDE DIAMETER OFPIPE OR SIZE OF LEGEND LETTERS COVERING 3/4-in to 1-1 /4-in 1/2-in 1-1 /2-in to 2-in 3/4-in 2-1 /2-in to 6-in 1-1 /2-in 8-in to 10-in 2-1 /2-in Over I 0-in 3-in E. Use Type B ASI/2 by ASI Sign Systems; Architectural Graphics Inc . or equal. Provide Optima Bold , upper case letter type. Use Grid 2 spaci ng . Match arrow to letter type and size. Follow the instructions of the manufacturer in respect to storage, surface preparation and applications of letters. F . Outdoor Pipe Makers: Seton "Weather Code" or equal fade resistant, vinyl markers. 2.5 TITLES FOR EQUIPMENT C OM Smith CONSTR UC TION SPECIFICATION DOCUMENTS February 202 1 YCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 A. B. 2.6 A. 09 91 00 PAINTING Page 6 of 18 Provide titles consisting of vinyl film as specified above on all equipment using I -in high Optima Bold upper case, Grid 2 spacing. Use white or black to provide high contrast to the substrate color. Use titles shown on mechanical drawings for bidding purposes . Mount titles at eye level on machines or at the upper most broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, number the items consecutively as indicated on the mechanical drawings or as directed by the Engineer; for example, Pump No. I , Pump No. 2 , etc . Titles shall be composed in more than one line if required and justified on the left-hand side. A separate nameplate will be required for each piece of equipment with a unique Owner assigned ERN number, corresponding to the equipment. TESTING EQUIPMENT Furnish wet and dry film thickness gauges, electronic moisture meter and all other equipment required by the Engineer for inspection. PART 3 -EXECUTION 3.1 3 .2 A. EXAMINATION Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete: I 2 percent. B. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Proceed with coating application only after unsatisfactory conditions have been corrected. A. B. 1. Application of coating indicates acceptance of surfaces and conditions. PREPARATION Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates and paint systems indicated . Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item , provide surface-applied protection before surface preparation and painting. C DM Smith V CWRF So uth Fl o w Lift Stati o n C ity Proj ect No . I 0007 5-2 CONSTRUCTI ON S PEC IFI CATI ON DOCUMENTS February 202 1 09 91 00 PAJ N TING Page 7 o f 18 1. After completing painting operations , use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil , grease , and incompatible paints and encapsulants. I. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. 2. All surfaces to be painted shall be prepared as specified herein and shall be dry and clean before painting. Special care shall be given to thoroughly clean interior concrete to receive polyamide cured epoxy paint of all marks before application of finish. 3. All metal welds, blisters, etc, shall be ground and sanded smooth. All pits and dents shall be filled and all imperfections shall be corrected so as to provide a smooth surface for painting. All rust, loose scale, oil , tar and asphalt bearing coatings, grease and dirt shall be removed by use of approved solvents, wire brushing, grinding or sanding. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. 1. Concrete shall have been finished per Division 03. Concrete shall be left for one month minimum before painting and shall be free of dust, oil , curing compounds and other foreign matter. E . Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer but not less than the following: I. SSPC-SP 2. 2. SSPC-SP 3. 3. SSPC-SP 7/NACE No. 4. 4. SSPC-SP 11. F . Shop-Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop-primed surfaces. G. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean , lightly etched surfaces that promote adhesion of subsequently applied paints. H. Aluminum Substrates: Remove loose surface oxidation . I. Plastic Pipe and Other Plastic Matrix Surfaces: To be lightly sanded and cleaned of residue before painting . J. Plastic Trim Fabrication Substrates: Remove dust, dirt, and other foreign material that might impair bond of paints to substrates. COM Smith CON STR UC TI ON SPEC IFICAT ION DOCU MENTS Febru ary 2021 VCWRF South Fl ow Lift Stati on Ci ty Proje ct No . I 0007 5-2 3.3 09 91 00 PAINTING Page 8 of 18 K . Mock-up: Provide a sample area of the finished work prepared in strict accordance with this Section to demonstrate the quality and workmanship of painting. When paint colors are required to match existing installed colors, provide as many paint manufacturer's warehouse mixed colors until accepted by the Engineer. L. Existing Surfaces: A. 1. Existing steel and other previously field painted surfaces so noted shall be repainted . 2. Prepare in general as specified above for new surfaces except remove all loose paint and feather all edges of existing paint to ensure a smooth surface. 3. Perform paint removal , capture of its residue, and its disposal in accordance with all laws and regulations concerning dispo s al of hazardous materials. 4. Primer (spot) and paint used for a particular surface shall , in general , be as scheduled for that type of new surface. Provide an Engineer approved organic zinc-rich (min . 83% zinc in dried film) primer as specified. Confirm with the paint manufacturer that the paint proposed for a particular repaint condition will be compatible with the existing painted surface . Perform adhesion and compatibility tests on existing substrates as ordered and required. Repainted areas shall be covered by the same guaranty specified for remainder of Project. APPLICATION Apply paints according to manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual." 1. Use applicators and techniques suited for paint and substrate indicated. 2 . Paint surfaces behind movable items same as similar exposed surfaces . Before final installation , paint surfaces behind permanently fixed items with prime coat only . 3. Paint both sides and edges of exterior doors and entire exposed surface of exterior door frames . 4 . Do not paint over labels of independent testing agencies or equipment name, identification , performance rating, or nomenclature plates . 5 . Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint undercoats same color as topcoat, but tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Provide sufficient difference in shade of undercoats to distinguish each separate coat. C . If undercoats or other conditions show through topcoat, appl y additional coats until cured film has a uniform paint fini sh, color, and appearance . D . Apply paints to produce surface films without cloudiness , spotting, holidays , laps , brush mark s, roller tracking, runs , sags, ropiness, or other s urface imperfections. Cut in sharp lines and color breaks . E . Painting Fire Suppres sion , Plumbing, HV AC , Electrical , Communication , and Electronic Safety and Security Work: C OM Smith YCW RF So uth Flow L ift Stati on C ity Proj ect No . l 00075 -2 CONSTRUCTI ON S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 09 9 1 00 PAINTING Page 9 o f 18 1. If not already specified elsewhere, paint the following work where exposed to view: a. Equipment, including panelboards. b. Uninsulated metal piping. c. Uninsulated plastic piping . d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g . Tanks that do not have factory-applied final finishes. F. Field Priming: I. Steel members , metal castings, mechanical and electrical equipment and other metals which are shop primed before delivery at the site will not require a prime coat on the job. 2. For all piping and other bare metals to be painted , provide one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule . Surface preparation of bare metal shall be the responsibility of the Contractor. 3. Equipment which is specified to receive a baked-on enamel finish or other factory finish does not require field painting unless the finish has been damaged in transit or during installation. Surfaces that have been shop painted and have been damaged , or where the shop coat or coats of paint have deteriorated , shall be properly cleaned and retouched before any successive painting is done on them in the field . All such field painting shall match as nearly as possible the original finish. Preparation and painting shall be provided by the Contractor. 4. Provide touch up to equipment shipped with a protective shop painting coat or coats to the satisfaction of the Engineer with primers as recommended by the manufacturer of the finish paint. Preparation and painting shall be provided by the Contractor. G . Field Painting C OM S mith 1. Provide all painting at the site under the strict inspection of the Engineer. Use only skilled painters and , where dictated by special conditions or systems and so ordered , specialist painters on the work. 2. Keep paint at room temperature before applying, and do not paint when the temperature is below 60 degrees F , in dust-laden air, when rain or snow is falling , or until all traces of moisture have completely disappeared from the surface to be painted. 3. Provide successive coats of paint in different shades (from paint manufacturer's stock or shop mixed paint) of the required colors so as to make each coat easily distinguishable from each other with the final undercoat the approximate shade of the finished coat to ensure no show-through as approved. 4. Do not allow finish surfaces to show brush marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with the type paper appropriate for the undercoats to remove defects and provide a smooth even surface . Top and bottom edges of doors shall be factory painted. 5. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection. Materials subject to weather shall be primed coated as CONST RUC TI ON S PEC IFICAT ION DOCUMENTS Febru ary 202 1 VC WRF So uth Fl ow Li ft Stati on C ity Proj ect No . I 00075 -2 3.4 A. 3.5 A. B. C . COM Smith 09 91 00 PAINTING Page IO of 18 quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection . 6. Perform all painting by approved methods with number of coats modified as required to obtain the total dry film thickness specified. Perform any spray painting specifically by methods submitted and as approved by the Engineer. 7. Keep all surfaces to be painted as well as the atmosphere in which painting is to be done warm and dry by heating and ventilation , if necessary, until each coat of paint has hardened. Scrape off any defective paint and repaint in accordance with the Engineer's directions. 8. Before final acceptance of the work, clean and repaint all damaged surfaces of paint as directed by the Engineer. 9 . Only the aluminum work noted on the Drawings or in the Painting Schedule shall be field painted. FIELD QUALITY CONTROL Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness . 1 . Contractor shall touch up and restore painted surfaces damaged by testing . 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. CLEANING AND PROTECTION At end of each workday, remove rubbish , empty cans, rags , and other discarded materials from Project site . After completing paint application , clean spattered surfaces . Remove spattered paints by washing, scraping, or other methods . Do not scratch or damage adjacent finished surfaces. Protect work of other trades against damage from paint application . Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Engineer, and leave in an undamaged condition. I. Protect furniture and other mov able objects, equipment, fittings and throughout the painting operation. Loosen and remove from contact with surface, cover and protect and reset upon completion all canopies of lighting fixtures . Remove all electric plates, surface hardware, etc ., before painting, protect and replace when completed. Mask all machinery name plates and all machined parts not receiving a paint finish. Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damag e during the operation and until the finished job is accepted. CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 VCW RF So uth Flow Lift Stati on City Proj ect No . I 00075 -2 09 9 1 00 PAINTING Page 11 of 18 D . At completion of construction activities of other trades , touch up and restore damaged or defaced painted surfaces. 3.6 PAINTING SCHEDULE A . Dry Film Thickness (OFT) for each paint product is not part of paint schedu le. Submit both the Wet Film Thickness (WFT) and OFT for each product as part of sub mittal process . Apply paint and coating products to comply with manufacturer's OFT thickness and application recommendations in the approved submittal. B. The following types of paints by Tnemec Co. (TN), The Sherwin Williams Company (SW), PPG Protective & Marine Coatings, (PPG), and Ameron International (AME) have been used as a basis for the paint schedule ; use one of these paints or equal : C. Epoxy: I. 2. 3. 4. TN: SW: PPG: AME : Hi-build Epoxoline II , Series N69. Macropoxy 646, B58 Series . Pitt-Guard 97-145 Series Epoxy Mastic. Amerlock 2/400 Series Epoxy. D . Waterborne Cementitious Acrylic: Result in pinhole free surface. TN: SW: E nvirofil , Series 130-6602. Cement-P lex 875 , B42 Series . I. 2 . 3. 4. PPG : AME: Cementitious Waterproofing Block Filler 95-217 Series. Amerlock 400 BF Epoxy Block Filler. E. High-Build Acrylic Polyurethane Enamel : I. 2. 3. 4. TN: SW: PPG : AME: Endura-Shield -s emi-gloss, Series V73. Acrolon 218 HS , B65 Series. Pitthane HB Semigloss Urethane 95-8800 Series. Amercoat 450HSG Polyurethane. F. High Heat Silicone Aluminum (to 600 degrees F): TN: No product. I. 2. 3. 4 . SW: PPG : AME: Heat-Flex Hi-Temp I 000 Aluminum , B59-820 Series. Speedhide 6-220 Series Silicone Aluminum Coating. Amercoat 878 Silicone Aluminum Coating. G. Tie Coat, Low VOC, Epoxy: I. 2. 3. 4. TN : SW: PPG: AME: FC Typoxy, Series V27. Macropoxy 646 , B58 Series. Pitt-Guard Epoxy Mastic 95-245 Series. Amercoat 385 Multi-Purpose Epoxy. H . Acrylic Latex Emulsion, Eggshell Finish: COM Smith CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Project No . I 00075 -2 I. 2. 3. 4. TN: SW: PPG: AME: Tneme-Cryl, Series 6. DTM Primer/Finish, B66 Series . Pitt-Tech Plus 90-1110 Series Satin DTM Acrylic. Amercoat 220 Waterborne Acrylic. 09 91 00 PAINTING Page 12 of 18 I. Vinyl Acrylic Surface Sealer: 1. 2. 3. 4 . TN: SW : PPG: AME: PY A Sealer, Series 5 I . Prep-Rite 200 Primer, B28 Series. Speedhide 6-2 Vinyl Acrylic Drywall Primer. Amercoat 148 Acrylic Primer. J. The following surfaces shall have the types of paint scheduled below applied at the dry film thickness (DFT) in mils per coat as recommended by manufacturer: COM Smi th 1. Exterior non-submerged ferrous metals (except first coat-hollow metal-pressed metal work): a. First Coat: On properly prepared unprimed metal or for touch-up: I) TN: Hi-build Epoxoline II , Series N69 . 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. b . Second Coat: I) TN: Hi-build Epoxoline II , Series N69 . 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. c. Third Coat: I) TN: Endura-Shield -semi-gloss, Series V73 . 2) SW: Acrolon 218 HS , B65 Series. 3) PPG: Pitthane HB Semigloss Urethane 95-8800 Series. 4) AME : Amercoat 450HSG Polyurethane. 2. Interior non-submerged concrete scheduled for painting: a . First and Second Coats: 1) TN: Hi-build Epoxoline II , Series N69 . 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic . 4) AME: Amerlock 2/400 Series Epoxy. 3. Interior non-submerged ferrous metals ( except first coat of previously painted metal work), on properly prepared unprimed metal or for touch-up: a . First Coat: CONSTRUCT ION SPEC IFICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 CDM Smith 1) TN: Hi-build Epoxoline II , Series N69. 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic . 4) AME: Amerlock 2/400 Series Epoxy . b . Second and Third Coats: 1) TN: Hi-build Epoxoline II , Series N69. 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) PPG: Amerlock 2/400 Series Epoxy . 09 91 00 PAINTIN G Page 13 o f 18 4. Submerged ferrous metals and ferrous metals subject to submersion or splashing . Surface shall be lightly sanded or abraded before application of first field coat. a . First and Second Coats : 1) TN: Hi-build Epoxoline II , Series N69 . 2) SW : Macropoxy 646 , 858 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) PPG: Amerlock 2/400 Series Epoxy . 5. Plastic piping and , where scheduled to be painted , plastic components : a . First and Second Coats : 1) TN: Hi-build Epoxol ine II , Series N69 . 2) SW: Macropoxy 646 , 858 Series . 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. b. Second Coat: 1) TN: Enviro-G laze , Series 297 . 2) SW : Pro Industrial Waterbased Catalyzed Epoxy , 873-300 . 3) PPG: Aquapon WB Epoxy 98-1 Series. 4) AME: Amercoat 335 WB Epoxy. 6 . Pipe insulation : (Plastic or metal sheathed insulation-paint as scheduled for appropriate substrate): a. First Coat: 1) TN : Vinyl-Acrylic Sealer, No. 51-792. 2) SW: Prep-Rite 200 , B28 Series. 3) PPG: Speedhide 6-2 Vinyl Acrylic Drywall Primer. 4) AME: Amercoat 148 Acrylic Primer. b . Second and Third Coats: I) TN : Hi-build Epoxoline II , Series N69. 2) SW : Macropoxy 646 , 858 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic . CONS TR UCTI ON SPEC IFI CAT ION DOCU MEN TS Febru ary 202 1 VCWRF So uth Flow Li ft Stati on City Proj ect No . I 00075 -2 COM Smith 4) AME: Amerlock 2/400 Series Epoxy. 7 . Aluminum Designated to be Painted: 09 91 00 PAINTING Page 14 of 18 a . Mechanically abrade surfaces to comply with SSPC SP 16 "Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel , Stainless Steels, and Non-ferrous Metals". b . First and Second Coats -(Interior): 1) TN: Hi-build Epoxoline 11 , Series N69. 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic . 4) AME: Amerlock 2/400 Series Epoxy. c. First Coat -(Exterior): 1) TN: Hi-build Epoxoline II , Series N69 . 2) SW: Macropoxy 646 , B58 Series . 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic . 4) AME : Amerlock 2/400 Series Epoxy. d . Second Coat -(Exterior): 1) TN: Endura-Shield -semi-gloss, Series V73. 2) SW: Acrolon 218 HS. 3) PPG : Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 8. Copper Piping : a . First and Second Coats: 1) TN : Hi-build Epoxoline II , Series N69 . 2) SW : Macropoxy 646 , B58 Series. 3) PPG : Pitt-Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy . 9. Hot Ferrous Metal Surfaces: a. First and Second Coats : I) TN: No product. 2) SW: Heat-Flex Hi-Temp 1000 Aluminum , B59-820 Series, Aluminum. 3) PPG : Speedhide 6-220 Series Silicone Aluminum Coating. 4) AME : Amercoat 878 Silicone Aluminum Coating. I 0. Previousl y Painted Metal Surfaces : CONSTRUC TI ON SPECIF ICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Statio n C ity Project No. I 00075-2 09 9 1 00 PAINT ING Page 15 o f 18 a. First coat on s ubstrates prepared as approved and replaci ng first coat of above-specified systems. Complete painting with remainder of s pecified system for each type of substrate. b . Fi rst Coat: 1) TN: FC Typoxy , Series V27 . 2) SW: Macropoxy 646 , B58 Series. 3) PPG: Pitt-Guard 97-145 Series Epoxy Mastic . 4) AME: Amerlock 2/400 Series Epoxy. l 1 . Exterior galvanized steel surfaces: a. Mechanically abrade surfaces to comply with SSPC SP 16 "Brush-off Blast Cleaning of Coated and Uncoated Galvanized Stee l, Stainless Steels, and Non-ferrous Metals". b . First Coat: l) TN: FC Typoxy , Series V27 . 2) SW: Macropoxy 646 , B58 Series. 3) PPG: P itt-Guard Epoxy Mastic 95-245 Series. 4) AME: Amercoat 385 Mu lti-Purpose Epoxy . c . Second Coat: l) TN : Endura-Shie ld -semi-gloss, Ser ies V73 . 2) SW : Acrolon 218 HS. 3) PPG: Pitthane HB Semiglos s Urethane 95-8800 Series. 4) AME : Amercoat 450HSG Polyurethane . 3.7 COLOR CODING SCHEDULE A. City 's Pipe C I S d d o or tan ar s : Pipe Content Wate r Potable (City) water Serv ice Water Hot Proces s Water (hy dronic) HY A C Chilled Water HY AC Hot Water Storm Drainage, Contaminated Storm Drainage Ground water Ground water Ground water CDM Smith CONST RUCT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 Title or Marker Color Potable Water Blue Service Water, Reuse Water, Green if Process ; Filtered effluent Purple if Reu se Hot water loop Light green Chilled Water Supply/Return Green Hot Water Suppl y/Return Blue Stormwater/Rainwater in Primary/Digester Grav Stormwater/Rain w ater in Secondary Grav Sump pump di scharge unpainted PVC E lectrical manhole drainage unpainted PVC Ground water unpainted PVC VC WRF So uth Flow Li ft Stati on City Proj ect No . I 00075 -2 Pipe Content Pump Seal Water Yard Water Water for Fi lter Backwash Reu se Water to Golf Course Reuse Water to Distribution Air& Gas Air Air Bio-gas Landfill Gas Natural Gas Digester Gas High Digester Gas Low Instrument air Chemicals Caustic Gas Chlorine Liquid Chlorine Solution Chlorine Gas Sulfur Dioxide Liquid Sulfur Dioxide Solution Sulfur Diox ide Pol y mer Polymer Solution Ferric Sulfate Hydrogen Perox ide Gasoline Diesel Proces s Raw Se w a ge C O M Smi th CONSTRUCTION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 Title or Marker Service W ater, Filtered effluent Service Water, Filtered effluent Service Water, Filtered effluent Filtered effluent Filtered effluent Blower air Process air Bio-gas ( dig+landfill) Landfill gas Natural gas Digester gas , high press Digester gas, low press Instrument air Caustic Chlorine gas Chorine liquid Chlorine solution Sulfur diox ide gas Sulfur dioxide liquid Sulfur dioxide solution Pol y mer Pol y mer solution Ferri c sulfate Hy dro g en perox ide Gasoline Die sel Raw sewag e influent 09 91 00 PA INTIN G Page 16 of 18 Color Green Purple Green Purple Purple Green Green Red ( or unpainted if stainless) Red Red Red ( or unpainted if stainless) Red (or unpainted if stainless) Green Yell ow or unpainted PVC Yellow Yellow Yellow Yellow Yellow Yellow unpainted unpainted Yellow or unpainted PVC Black pol y propylene- do not paint Red (or unpainted if stainless) Red ( or unpainted if stainless) Gray VC W RF So uth Flow L ift Stati on C ity Project No . I 00075-2 Pipe Content Primary Effluent Secondary Influent Return Sludge Mixed Liquor Secondary Effluent Waste Sludge Filtered effluent Final effluent Plant sewer Primary sludge Primary thickened sludge DAFT thickened sludge DAFT thickened sludge DAFT pressurized water Mixed sludge Digested sludge (biosolids) Digested sludge recirculation Digested sludge transfer Digested sludge transmission Sanitary Sewage Gravity belt filtrate Belt press filtrate Drying bed decant Drying bed return Waste Wash Water Scum HRC Effluent HRC Sludge to GBT Misc . CDM Smith CONSTRUCTION SPEC IFI CAT ION DOCUM ENTS Feb ru ary 202 1 Title or Marker Primary effluent Secondary influent Return activated sludge Mixed liquor Secondary effluent Waste activated sludge Filtered effluent Final effluent Plant sewer Primary sludge Primary thickened sludge DAFT thickened sludge DAFT underflow DAFT pressurized water Mixed sludge Digested sludge (biosolids) Digested sludge recirculation Digested sludge tran sfer Digested sludge transmission Building bathroom drainage Gravity belt filtrate Belt press filtrate Drying bed decant Drying bed return Filter Backwash Scum HRC Effluent HRC Sludge to GBT Barriers Communication conduit, aluminum Communication conduit, PVC Electrical conduit, aluminum Electrical conduit, PVC Electrical manhole lids Electrical pullboxes 09 9 1 00 PAIN TING Page 17 of 18 Color Grav Gray Brown Brown Gray Brown Green Gray Charcoal gray Brown Brown Tan Charcoal gray Gray Brown Brown Brown Brown Brown Charcoal gray or unpainted black iron Gray Grav Gray Gray Grav Black Grav Brown Safety Orange do not paint do not paint do not paint do not paint Yellow do not paint VCWRF So uth Flow Lift Station City Project No . I 00075-2 Pipe Content END OF SECTION 09 91 00 COM Smith CONSTRUCT ION SPECIFICATION DOCUMENTS Fe bru ary 202 1 T itle or Marker 09 91 00 PAINTING Page 18 of 18 Color Transformers and switc hgear Gray Valves and Pumps Valve whee ls Insulation Crane Rails C lean-outs Same as pipe co lor Red White or unpai nted Yellow Pipe Color wN ellow B lind Flange YCWRF So uth Flow Lift Station C ity Project No . I 00075-2 u Division 22 Plumbing THIS PAGE INTENTIONALLY LEFT BLANK 22 05 13 C OMMON MOTOR REQU IR E MENTS FOR PLUMBfNG EQU IPM ENT Page I of 2 SECTION 22 05 13 -COMMON MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division OJ Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general requirements for single-phase and polyphase, general-purpose, horizontal , small and medium , squirrel-cage induction motors for use on alternating-current power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.3 COORDINATION A. Coordinate features of motors , installed units , and accessory devices to be compatible with the following: I. Motor controllers . 2. Torque, speed , and horsepower requirements of the load. 3 . Ratings and characteristics of supply circuit and required control sequence. 4. Ambient and environmental conditions of installation location. PART 2 -PRODUCTS 2 .1 2.2 A. B. A. B. C OM Smith GENERAL MOTOR REQUIREMENTS Comply with NEMA MG 1 unless otherwise indicated . Comply with IEEE 841 for severe-duty motors. MOTOR CHARACTERISTICS Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 3300 feet above sea level. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. CO NSTR UC TI ON S PEC IFICAT ION DOCU M ENTS February 2021 VCW R F So uth Fl ow Lift Stati on C ity Proj ect No . I 000 75-2 2.3 2.4 A. B. C. D. 22 05 13 COMMON MOTOR REQU IREMENTS FOR PLUMBIN G EQU IPM ENT POL YPHASE MOTORS Description: NEMA MG I , Design B , medium induction motor. Efficiency: Premium efficient, as defined in NEMA MG I. Service Factor: 1.15. Multispeed Motors: Variable torque. 1. For motors with 2: 1 speed ratio, consequent pole , single winding. 2. For motors with other than 2: I speed ratio, separate winding for each speed. Page 2 of2 E. Multispeed Motors: Separate winding for each speed. F. Rotor: Random-wound, squirrel cage. G. Bearings: Regreasable, shielded , antifriction ball bearings suitable for radial and thrust loading. H. Temperature Rise: Match insulation rating. I. Insulation: Class F . J. Code Letter Designation: I. Motors Smaller Than 15 HP: Manufacturer's standard starting characteristic. K. Enclosure Material: Cast iron for motor frame sizes 324T and larger; rolled steel for motor frame sizes smaller than 324T. A . ADDITIONAL REQUIREMENTS FOR POL YPHASE MOTORS Motors Used with Reduced-Voltage and Multispeed Controllers: Match wirmg connection requirements for controller with required motor leads . Provide terminals in motor terminal box, suited to control method. 1. Windings : Copper magnet wire with moisture-resistant insulation varnish, designed and tested to resist transient spikes, high frequencies , and short time rise pulses produced by pulse-width-modulated inverters . 2. Inverter-Duty Motors: Class F temperature rise ; Class H insulation . 3. Thermal Protection : Comply with NEMA MG I requirements for thermally protected motors. PART 3 -EXECUTION (NOT USED) END OF SECTION 22 05 13 COM Sm ith CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 SECTION 22 I 4 29 -SUMP PUMPS PART I -GENERAL 1.1 RELATED DOCUMENTS 22 14 29 SUMP PUMPS Page I o f 4 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes : I . Submersible s ump pumps. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product indicated. B . Shop Drawings: I . Include plans, elevations, sections, and mounting . 2. Include details of equipment assemblies. Indicate dimensions , weights, load s, required clearances, method of field assembly , components, and location and s ize of each field connection. 3. Vibration Isolation Base Details : Detail fabrication including anchorages and attachments to structure and to supported equipment. Include adjustable motor bases, rails , and frames for equipment mounting. 4. Include diagrams for power, signal, and control wiring. 1.4 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data: For pumps and controls, to include in operation and maintenance manual s. 1.5 DELIVERY , STORAGE, AND HANDLING A . Retain shippin g flange protective covers and protective coatings during storage. B. Protect bearings and couplings against damage . C. Comply w ith manufacturer's w ritten in struction s for handlin g. CD M Smith CONS TRU CT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 2020 VCWRF South Flow Lift Stati on City Projec t No . I 00075 -2 22 14 29 SUMP PUMPS Page 2 of4 1.6 WARRANTY A. Warranty: Manufacturer agrees to repair or replace components of Sump Pumps that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Manufacturer's standard , but not less than two years from date of Substantial Completion . PART 2 -PRODUCTS 2 .1 A. B. 2 .2 A. C OM Smith PERFORMANCE REQUIREMENTS Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70 , by a qualified testing agency , and marked for intended location and application . UL Compliance: Comply with UL 778 for motor-operated water pumps. SUBMERSIBLE SUMP PUMPS Submersible, Fixed-Position, Single-Seal Sump Pumps : 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following: a. BLP Pumps. b . PACO Pumps. c. Pentair. d. Weil. 2. Description: Factory-assembled and -tested sump-pump unit. 3 . Pump Type: Submersible, end-suction , single-stage, close-coupled, overhung- impeller, centrifugal sump pump as defined in HJ 1.1-1.2 and HJ 1.3. 4 . Pump Casing: Cast iron , with strainer inlet, legs that elevate pump to permit flow into impeller, and vertical discharge for piping connection . 5. Impeller: Statically and dynamically balanced, ASTM A 48 /A 48M, Class No. 30 A cast iron , design for clear wastewater handling, and keyed and secured to shaft. 6 . Pump and Motor Shaft: Stainless steel , with factory-sealed , grease-lubricated ball bearings. 7. Seal: Mechanical. 8 . Motor: Hermetically sealed , capacitor-start type; with built-in overload protection ; lifting eye or lug; and three-conductor, waterproof power cable of length required and with grounding plug and cable-sealing assembly for connection at pump . C ON STR UCTI ON SPEC IFI CAT ION DOCUMENTS Fe bruary 202 0 V C WRF So uth Flow Lift St ation C ity Proj ect No . I 00075-2 2.3 A. a . Motor Housing Fluid: Oil. 9. Controls: a. Enclosure: NEMA 250 , Type 4X; pedestal mounted . 22 14 29 SUMP PUMPS Page 3 of 4 b. Switch Type: Pressure type , in NEMA 2 50, Type 6 enclosures w ith mounting rod and electric cables . c. High-Water Alarm: Rod-mounted , NEMA 250 , Type 6 enclosure with pressure switch matching control and electric bell ; 120 V ac, with transformer and contacts for remote alarm bell. 10. Control-Interface Features: a. Remote Alarm Contacts: For remote alarm interface . b . Building Automation System Interface: Auxiliary contacts in pump controls for interface to building automation system and capable of providing the following: 1) On-off status of pump . 2) Alarm status . MOTORS Comply with NEMA designation , temperature rating, service factor, enclosure type, and efficiency requirements for motors specified in Section 220513 "Common Motor Requirements for Plumbing Equipment." I . Motor Sizes: Minimum size as indicated . If not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0. B . Motors for submersible pumps shall be hermetically sealed. PART 3 -EXECUTION 3.1 3.2 A. EXAMINATION Examine roughing-in for plumbing piping to verify actual locations of storm drainage piping connections before sump pump installation . CONNECTIONS A. Where installing piping adjacent to equipment, allow s pace for serv ice and maintenance. COM Smith YCWRF So uth Flow Lift Statio n City Proj ect No . I 00075-2 CONST RUCT IO N SPECIF ICAT IO N DOCUMENTS February 2020 3.3 3.4 3.5 3.6 A. FIELD QUALITY CONTROL 22 14 29 SUMP PUMPS Page 4 of 4 Manufacturer's Field Service: Engage a factory-authorized service representative to test, inspect, and adjust components, assemblies, and equipment installations, including connections . B . Perform the following tests and inspections: I. Perform each visual and mechanical inspection . 2 . Leak Test: After installation, charge system and test for leaks . Repair leaks and retest until no leaks exist. 3 . Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation . 4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C . Pumps and controls will be considered defective if they do not pass tests and inspections. D. A . A . B. A. Prepare test and inspection reports. STARTUP SERVICE Engage a factory-authorized service representative to perform startup service. I. Complete installation and startup checks according to manufacturer's written instructions. ADJUSTING Adjust pumps to function smoothly and lubricate as recommended by manufacturer. Adjust control set points. DEMONSTRA TJON Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain pumps. END OF SECTION 22 14 29 COM Smith CONSTRUCT ION SPEC IFI CAT ION DOCUMENTS Feb ru ary 2020 VCWRF South Flow Lift Station C ity Proj ect No. I 000 75-2 Division 23 Heating, Ventilation, and Air Conditioning (HV AC) THIS PAGE INTENTIONALLY LEFT BLANK 23 05 13 COMMON MOTOR REQUIREMENTS FOR HY AC EQU IPM ENT Page I of2 SECTION 23 05 13 -COMMON MOTOR REQUIREMENTS FOR HV AC EQUIPMENT PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general requirements for s ingle-phase and polyphase, general-purpose, horizontal , small and medium , squirrel-cage induction motors for use on alternating-current power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation . 1.3 COORDINATION A. Coordinate features of motors, installed units , and accessory devices to be compatible with the following: 1. Motor controllers. 2. Torque, speed , and horsepower requirements of the load . 3. Ratings and characteristics of supply circuit and required control sequence. 4. Ambient and environmental conditions of installation location . PART 2 -PRODUCTS 2.1 2.2 A. B . A . B . COM Smith GENERAL MOTOR REQUIREMENTS Comply with NEMA MG 1 unless otherwise indicated. Comply with IEEE 841 for severe-duty motors. MOTOR CHARACTERISTICS Duty : Continuous duty at ambient temperature of 40 deg C and at altitude of 3300 feet above sea level. Capacity and Torque Characteristics: Sufficient to start, accelerate , and operate connected loads at designated speed s, at installed altitude and environment, with indicated operating seq uence, and without exceeding nameplate ratings or considering serv ice factor. CONSTR UCT IO N S PEC IFI CAT ION DO CUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Station C ity Proje ct No . I 00075 -2 2.3 A. B. C. D . E . F. G . H. I. J . K. 2.4 A . B. POL YPHASE MOTORS 23 OS 13 COMMON MOTO R REQUI RE MENTS FO R HV AC EQU IPME NT Page 2 of 2 Description : NEMA MG I , Des ig n B , medium induction motor. Efficiency: Premium efficient, as defined in NEMA MG I. Service Factor: 1.15. Multispeed Motors: Variable torque. I. For motors with 2: 1 speed ratio, consequent pole, single winding. 2 . For motors with other than 2 : I speed ratio, s eparate winding for each speed . Multispeed Motors: Separate winding for each speed. Rotor: Random-wound , squirrel cage . Bearings: Regreasable, shielded , antifriction ball bearings suitable for radial and thrust loading . Temperature Rise: Match insulation rating . Insulation: Class F . Code Letter Designation: 1. Motors Smaller Than 15 HP : Manufacturer's standard starting characteristic. Enclosure Material: Cast iron for motor frame s izes 324T and larger; rolled steel for motor frame sizes smaller than 324T. ADDITIONAL REQUIREMENTS FOR POL YPHASE MOTORS Motors Used with Reduced-Voltage and Multispeed Controllers : Match wmng connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method . Severe-Duty Motors: Comply with IEEE 841 , with 1.15 minimum service factor. PART 3 -EXECUTION (NOT USED) END OF SECTION 2 3 05 13 C OM Smith CONSTRUCT ION SPECIFICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ec t No. I 00 07 5-2 23 05 16 EXPANS ION FI TTINGS AN D LOOPS FO R HVAC DUC TIN G Page I o f 4 SECTION 23 05 16 -EXP ANSI ON FITTINGS AND LOOPS FOR HV AC DUCTING PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Divi s ion O I Specification Sections , appl y to this Section . 1.2 SUMMARY A . Section Includes: 1. Rubber packless e x pansion joints. 2 . Alignment guides and anchors. 1.3 ACTION SUBMITTALS A . Product Data: For each type of product. 1.4 DELEGATED-DESIGN SUBMITTAL: A . For each anchor and alignment guide, including anal y si s data, signed and sealed by the qualified professional engineer responsible for their preparation. 1. Design Calculation s: Calculate requirements for thennal ex pansion of piping systems and for selectin g and de s ignin g expan s ion joints, loops , and swing connection s. 2 . Anchor Details : Detail fabrication of each anchor indicated . Show dimen s ion s and method s of a ssembly and attachm e nt to building structure . Submit anchor forc es 3 . Alignment Guide Detail s: Detail field assembl y and attachment to buildin g structure . 4 . Schedule: Indicate type , manufacturer's number, s ize , material , press ure rating , end connection s, and location for each expan s ion j o int. Prov ide with tag numbers. 1.5 INFORMATIONAL SUBMITTALS A. Welding certificates. A . Qualification Data: For profess ional engineer and testin g a g ency. 1.6 CLOS E OUT SUBMITT ALS A. Mainte nance Data: For ex pan s io n joints to include in mainte nanc e manual s. C OM Smith CONST R UCT ION S PECIF ICATION DOCUMENTS Feb ru a ry 202 1 VCWRF So uth Flow Lift S tati on City Project No. l 00075 -2 23 05 16 EXP ANS ION FITTINGS AN D LOOP S FOR HVA C DUC TfNG Page 2 o f 4 1.7 QUALITY ASSURANCE A . Welding Qualifications: Qualify procedures and personnel according to A WS Dl.1 /Dl.lM, "Structural Welding Code -Steel." B . Pipe and Pressure-Vessel Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code . PART 2-PRODUCTS 2.1 A. B. 2 .2 A. C DM Smith PERFORMANCE REQUIREMENTS Compatibility: Products shall be suitable for piping service fluids , materials, working pressures, building structure and temperatures . Capability: Products to absorb 200 percent of maximum axial movement between anchors . PACKLESS EXPANSION JOINTS Rubber Packless Expansion Joints (Single Arch) : 1. Manufacturers: Subject to compli ance with requirements, provide products by one of the following: a . b . C. d . e . f. g. h. I. J . k . I. m . Amber/Booth Company, Inc .; a VMC Group Company. F lex-Hose Co., Inc. Flexicraft Industries. Flex-Weld, Inc. Garlock Sealing Technologies . General Rubber Corporation . Mason Industries, In c . Metraflex Company (The). Proco Products, Inc . Red Valve Company, Inc . Tozen Corporation . Unaflex. Unisource Manufacturing, Inc. 2 . Standards: ASTM Fl 123 and FSA's "Technical Handbook: Non-Metallic Expansion Joints and Flexible Pipe Connectors." 3 . Material: EPDM with exterior coating of Hypalon paint 4. Arch Type: Single arch with externa l control rods. 5 . Spherical Type: S in g le arch with external control rods . 6. Axial Compression: 1-3 /4 " 7 . Axial Extension: I " 8 . Lateral Deflection : l : 9 . Minimum Pressure Rating: +/-2 psi at 220 deg F . C ONSTRUCTION S PECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Fl o w Lift Station C ity Proj ect No . 100075-2 2.3 A. 23 05 16 EX PAN SION FITTINGS AND LOOPS FOR HVA C DU CTING Page 3 of 4 10. End Connections: Full-faced , integral 316 stainless steel flanges with 316 stainless steel retaining rings. ALIGNMENT GUIDES AND ANCHORS Alignment Guides : 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. b. C. d. e. f. g. h. Flexicraft Industries. Flex-Weld, Inc. Hyspan Precision Products, Inc. Mason Industries, Inc. Metraflex Company (The). Senior Flexonics Pathway. U .S. Bellows, Inc. Unisource Manufacturing, Inc. 2. Description: 316 Stainless Steel , factory-fabricated alignment guide, with bolted two- section outer cylinder and base for attaching to structure; with two-section guiding slider for bolting to pipe. B. Anchor Materials: C DM Smith 1. Steel Shapes and Plates: ASTM A36/ A36M , 316 Stainless Steel 2. Bolts and Nuts: ASME B 18.10 or ASTM A 183 , 316 stainless steel hex head. 3 . Washers: ASTM F844, 316 stainless steel , plain , flat washers . 4 . Mechanical Fasteners: Insert-wedge-type stud with expansion plug anchor for use in hardened portland cement concrete, with tension and shear capacities appropriate for application. a. Stud: Threaded , 316 stainless steel. b . Expansion Plug: 316 stainless steel. c . Washer and Nut: 316 stainless steel. 5. Chemical Fasteners: Insert-type stud, bonding-system anchor for use with hardened portland cement concrete, with tension and shear capacities appropriate for application . a. Bonding Material: ASTM C881 /C881M, Type IV , Grade 3 , two-component epoxy resin suitable for surface temperature of hardened concrete where fastener is to be installed. b. Stud : ASTM A307, 316 stainless steel with continuous thread on stud , unless otherwise indicated . c . Washer and Nut: 316 stainless steel. CONST RUC TION S PEC IFI CATI ON DOCU M ENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . I 00075 -2 23 05 16 EX PANSION FITTIN GS AND LOO PS FO R HVAC DU CTING Page 4 of 4 PART 3 -EXECUTION 3.1 3.2 A . B. C. A. B. C. D. EXP ANSI ON JOINT INSTALLATION Install expansion joints of sizes matching sizes of piping in which they are insta ll ed. Install rubber pack less expansion joints according to FSA-PSJ-703 . Install grooved-joint expansion joints to grooved-end steel piping. ALIGNMENT-GUIDE AND ANCHOR INSTALLATION Install alignment guides to guide expansion and to avoid end-loading and torsional stress . Install guide(s) on each side of pipe expansion fittings and loops. Install guides nearest to expansion joint not more than four pipe diameters from expansion joint. Attach guides to pipe, and secure guides to building structure. Install anchors at locations to prevent stresses from exceeding those permitted by ASME B3 l .9 and to prevent transfer of loading and stresses to connected equipment. E. Anchor Attachments: 1. Anchor Attachment to Steel Pipe: Attach by welding. Comply with ASME B3 l .9 and ASME Boiler and Pressure Vessel Code: Section IX , "Welding and Brazing Qualifications." 2 . Anchor Attachment to Copper Tubing: Attach with pipe hangers. Use MSS SP-69, Type 24 ; U bolts bolted to anchor. F. Fabricate and install steel anchors by welding steel shapes, plates , and bars. Comply with ASME B31.9 and AWS Dl.1 /Dl. lM. 1. Anchor Attachment to Steel Structural Members: Attach by welding. 2 . Anchor Attachment to Concrete Structural Members: Attach by fasteners. Follow fastener manufacturer's written instructions . G . Use grout to form flat bearing surfaces for guides and anchors attached to concrete. END OF SECTION 23 05 16 C OM S mith CONSTRUC TI ON SPECIFICATION DOCUMENTS Fe bruary 202 1 VC WRF So uth Flow Lift Station C ity Project No . I 00075-2 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPTNG AND EQU IPM ENT Page I of6 SECTION 23 05 29 -HANGERS AND SUPPORTS FOR HV AC PIPING AND EQUIPMENT PART I -GENERAL 1.1 RELATED DOCUMENTS 1.2 1.3 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY A. Section Includes: I. Metal pipe hangers and supports . 2. Trapeze pipe hangers . 3. Metal framing systems. 4. Fastener systems . 5. Pipe stands. 6. Equipment supports. B. Related Requirements: I. Section 055000 "Miscellaneous Metal Fabrications" for structural-steel shapes and plates for trapeze hangers for pipe and equipment supports. 2. Section 233113 "Metal Ducts" and Section 233116 "Nonmetal Ducts" for duct hangers and supports. ACTION SUBMITTALS A . Product Data: For each type of product. 1.4 DELEGATED-DESIGN SUBMITTAL: A. Shop Drawings: Signed and sealed by a qualified professional engineer. Show fabrication and installation details and include calculations for the following ; include Product Data for components: I. Pipe stands . 2. Equipment supports. B. For trapeze hangers indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation . I. Detail fabrication and assembly of trapeze hangers . 2. Include design calculations for designing trapeze hangers . COM Smith CONST RUCT ION SPEC IFICAT IO N DOCUMENTS February 2021 VCWRF So uth Flow Lift Stat ion City Proj ec t No . !00075-2 23 05 29 HANGERS AND SU PP ORTS FOR HV AC PIP ING AND EQUlPMENT Page 2 of6 1.5 INFORMATIONAL SUBMITT ALS A. Welding certificates. 1.6 QUALITY ASSURANCE A. Structural-Steel Welding Qualifications : Qualify procedures and personnel according to AWS DI.I/DI.IM, "Structural Welding Code -Steel." B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code, Section IX. C. Qualification Data: For professional engineer. PART 2 -PRODUCTS 2.1 A . 2.2 A. B . 2.3 A. B . COM Smith PERFORMANCE REQUIREMENTS Structural Performance: Hangers and s upports for HY AC piping and equipment shall withstand the effects of gravity loads and st re sses within limits and under conditions indicated according to ASCE/SEI 7 . I . Design supports for multiple pipes, including pipe stands, capable of supporting combined weight of s upported systems, system contents, and te st water. 2. Design equipment supports capable of s upporting combined operating weight of sup ported eq uipm ent and connected systems and components. FAS TENER SYSTEMS Powder-Actuated Fasteners: Threaded -steel stud , for use in hardened portland cement concrete with pull-out, tension , and s hear capacities appropriate for s upported load s and building material s where used . Mechanical-Expansion Anchors: Insert-wed ge-type anchors for use in hardened portland cement concrete; with pull-out, ten s ion , and shear capacities appropriate for s upported loads and building materials where used . I . Outdoor Applications: Stainless stee l. PIPE STANDS General Requirements for Pipe Stands: Shop-or field-fabricated assem blies made of manufactured corrosion-resistant components to support roof-mounted piping. Compact Pipe Stand: I . Description : Single base unit with integral-rod roller, pipe clamps, or V-shaped cradle to s upp o rt p ipe, for roof in sta llati on w ithout membrane pe netration. CONST RU CTION SPEC IFICA TION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 2.4 2.5 23 05 29 HANGERS AND SUPPORTS FOR HVA C PIPING AND EQU IPM ENT Page 3 of6 2. Base: Single, vulcanized rubber, molded polypropy lene, or polycarbonate. 3. Hardware: polycarbonate . 4. Accessories: Protection pad s. C. Low-Profile, Single Base, Single-Pipe Stand: 1. Description : Single base with vertical and horizontal members, and pipe support, for roof installation without membrane protection . 2. Base: Single, vulcanized rubber, molded polypropylene, or pol ycarbonate . 3. Vertical Members: Two, stainless-steel , continuous-thread 1/2 -inch rods. 4 . Horizontal Member: Adjustable horizontal , stainless-steel pipe support channels. 5 . Pipe Supports: Strut clamps . 6 . Hardware: Stainless steel. 7. Accessories: Protection pads . 8. Height: 12 inches above roof. D. High-Profile, Single Base, Single-Pipe Stand: E. A. A . B. I . Description: Single base, vertical and horizontal members, and pipe support, for roof installation without membrane penetration. 2. Base: Single vulcanized rubber or molded polypropylene . 3. Vertical Members: Two, stainless-steel , continuous-thread I /2-inch rod s. 4. Horizontal Member: One, adjustable height, stainless-steel pipe support slotted channel or plate. 5. Pipe Supports: Roller. 6 . Hardware: Stainless steel. 7 . Accessories: Protection pad s, 1/2-inch continuous-thread stainless-steel rod. 8 . Height: As needed per drawings Curb-Mounted-Type Pipe Stands: Shop-or field-fabricated pipe s upports made from structural-steel shapes, continuous-thread rods, and rollers, for mounting on permanent stationary roof curb. EQUIPMENT SUPPORTS Description: Welded, shop-or field-fabricated equipment s upport made from structural carbon-steel shapes. MATERIALS Stainless Steel: ASTM A 240/A 240M. Threaded Rods: Continuously threaded . Zinc-plated or galvanized steel for indoor applications and stainless steel for outdoor applications. Mating nuts and washers of similar material s as rods. C OM Smith VCWRF South Flow Lift Station C ity Project No. I 00075-2 CONSTRUCTION SPEC IFICAT IO N DOCUMENTS February 2021 23 05 29 HANG ERS AN D SUPPORTS FOR HVAC PIPING AND E QUIPMENT Page 4 o f6 C. Grout: ASTM C 1107/C 1107M, factory-mixed and -packaged, dry, hydraulic-cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications. I. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi , 28-day compressive strength. PART 3 -EXECUTION 3.1 3.2 A. B. A. APPLICATION Comply with requirements in Section 078413 "Penetration Firestopping" for firestopping materials and installation for penetrations through fire-rated walls, ceilings, and assemblies . Strength of Support Assemblies: Where not indicated , select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb . HANGER AND SUPPORT INSTALLATION Fastener System Installation: 1. Install powder-actuated fasteners for use in lightweight concrete or concrete slabs less than 4 inches thick in concrete after concrete is placed and completely cured . Use operators that are licensed by powder-actuated tool manufacturer. Install fasteners according to powder-actuated tool manufacturer's operating manual. 2 . Install mechanical-expansion anchors in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. B. Pipe Stand Installation: I . Pipe Stand Types except Curb-Mounted Type: Assemble components and mount on smooth roof surface. Do not penetrate roof membrane. 2. Curb-Mounted-Type Pipe Stands : Assemble components or fabricate pipe stand and mount on permanent, stationary roof curb . See Section 077200 "Roof Accessories" for curbs . C. Install hangers and supports complete with necessary attachments, inserts, bolts , rods , nuts , washers , and other accessories . D . Equipment Support Installation: Fabricate from welded-structural-steel shapes. E. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors , and to facilitate action of expansion joints, expansion loops, expansion bends , and similar units. C OM Smith VC WRF South Flow Lift St ati on C ity Proj ect N o. I 00075-2 CONSTRUC TI ON S PEC IFI CATI ON DOCU M EN T S Fe bruary 202 1 3.3 3.4 3.5 23 05 29 HA NGE RS AN D SU PPO RT S FO R HVAC PIP fNG AN D EQU IPMEN T Page 5 of6 F . Install lateral bracing with pipe hangers and supports to prevent swaying. G . Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges , and strainers, NPS 2-1 /2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. H. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. I. Pipe Slopes : Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31 .9 for building services p1pmg . A. B. C . A. B . C . A. B . EQUIPMENT SUPPORTS Fabricate structural-steel stands to suspend equipment from structure overhead or to support equipment above floor. Grouting: Place grout under supports for equipment and make bearing surface smooth . Provide lateral bracing, to prevent swaying, for equipment supports . PAINTING Touchup: Clean field welds and abraded area s of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as u s ed for shop painting. Comply with SSPC-PA I requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils . Touch up : Comply with requirements in Section 099100 "Painting" for cleaning and touch up painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal. Galvanized Surfaces : Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780/A 780M. HANGER AND SUPPORT SCHEDULE Specific hanger and support requirements are in Sections specifying piping sy stems and equipment. Comply with MSS SP-58 for pipe-hanger selections and applications that are not specified in piping system Sections . C OM Smith VC WRF So uth Flow Li ft Stati on C ity Proj ect No . 10007 5-2 CONSTRUCTION SPEC IFICATI ON DOCU M EN T S Fe bru ary 202 1 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUlPMENT Page 6 of6 C . Use stainless-stee l pipe hangers and stainless-steel attachments for hostile environment applications. D . Use padded hangers for piping that is subject to scratching. E. Saddles and Shields: Unless otherwise indicated and except as specified m ptpmg system Sections, install the following types: 1. Steel-Pipe-Covering Protection Saddles (MSS Ty pe 39): To fill interior voids with insulation that matches adjoining insulation . 2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer to prevent crushing insulation. 3 . Thermal-Hanger Shield Inserts: For supporting insulated pipe . F. Use mechanical-expansion anchors instead of building attachments where required in concrete construction . END OF SECTION 230529 C OM Smith CONSTRUCTION SPECIFICAT ION DOCUMENTS Febru ary 202 l VCWRF So uth Flow Lift Statio n C ity Project No. l 00075 -2 23 05 53 ID ENTIFI CAT ION FOR HVAC PIPIN G AND EQU IPM ENT Page I of2 SECTION 23 05 53 -IDENTIFICATION FOR HY AC PIPING AND EQUIPMENT PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A . Section Includes: 1. Equipment labels . 2. Warning tags. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product. B. Samples: For color, letter style, and graphic repre sentation required for each identification material and device. C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed content for each label. D . Valve numbering scheme . E. Valve Schedules: For each piping system to include in maintenance manuals . PART 2 -PRODUCTS 2.1 A. COM Smith EQUIPMENT LABELS Metal Labels for Equipment: 1. Material and Thickness : aluminum, 0.032-inch or anodized aluminum , 0.032-inch minimum thickness, and having predrilled or stamped holes for attachment hardware . 2. Letter Color: Black. 3. Background Color: White. 4. Minimum Label Size: Length and width vary for required label content, but not less than 2-1 /2 by 3/4 inch. 5 . Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, I /2 inch for v iewing distances up to 72 inches , and proportionately larger lettering for greater v iewing distances . Include secondary lettering two-thirds to three- quarters the size of principal lettering . 6. Fasteners: Stainless-steel rivets. 7. Adhesi ve: Contact-type permanent adhesive, compatible with label and with substrate. CONSTRUCTION SPEC IFICATION DOCUMENTS February 202 1 VCWRF South Flow Lift Stati on C ity Project No. I 00075 -2 B . C. 2.2 A. 23 05 53 ID EN TIFI CATION FOR HVAC PIPING AND EQU IPMENT Page 2 of2 Label Content: Include equipment's Drawing designation or unique equipment number, Drawing numbers where equipment is indicated (plans, details, and schedules), and the Specification Section number and title where equipment is specified . Equipment Label Schedule: For each item of equipment to be labeled , on 8-1/2-by-l l-inch bond paper. Tabulate equipment identification number, and identify Drawing numbers where equipment is indicated (plans, details , and schedules) and the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. WARNING TAGS Description : Preprinted or partiall y preprinted accident-prevention tags of plasticized card stock with matte finish suitable for writing. 1. Size: 3 by 5-1/4 inches minimum . 2. Fasteners: Brass grommet and wire , Reinforced grommet and wire or string. 3. Nomenclature: Large-size primary caption such as "DANGE R ," "CAUTION," or "DO NOT OPERATE ." 4. Color: Safety-yellow background with black lettering . PART 3 -EXECUTION 3.1 A. 3.2 A. B . C. 3.3 A. B. 3.4 A. PREPARATION Clean piping and equipment s urfaces of substances that could impair bond of identification devices, including dirt, oil , grease, release agents, and incompatible primers, paints, and e ncaps ulants . GENERAL INSTALLATION REQUIREMENTS Coordinate in stallation of identifying dev ices wi th completion of covering and painting of surfaces w here devices are to be applied. Coordinate in sta llation of identifyin g dev ices with location s of access panels and doors . Install identi fy ing device s before installing acoustical ceilings and s imilar concealment. EQUIPMENT LABEL INSTALLATION Install or permanently fasten label s on each major item of mechanical equipment. Locate equipment label s w here accessible and visible. WARNING-TAG INSTALLATION Write required message on , and attach wa rnin g tags t o , equipment and other items w here required. END OF SECTION 23 05 53 COM Smith CONSTR UCTION SPECIF ICAT ION DOCU M ENTS February 202 1 YCWRF So uth Flow Lift Statio n City Project No. I 00075-2 23 05 93 TESTING , ADJUSTING, AND BALANCING FOR HV AC Page I of IO SECTION 23 05 93 -TESTING, ADJUSTING, AND BALANCING FOR HY AC PART 1 -GENERAL I .1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 A. Section Includes: A . B. C. D. I. Balancing Air Systems: a . Constant-volume air systems. 2. Testing, Adjusting, and Balancing Equipment: a. Fan Units . 3. Duct leakage tests. 4. Control system verification. DEFINITIONS AABC: Associated Air Balance Council. NEBB : National Environmental Balancing Bureau . TAB: Testing, adjusting, and balancing. TABB: Testing, Adjusting, and Balancing Bureau. E. TAB Specialist: An independent entity meeting qualifications to perform TAB work. 1.4 ACTION SUBMITTALS A. TAB Report: Documentation indicating that Work complies with ASHRAE/IES 90 .1, Section 6.7.2.3 -"System Balancing." CDM S mith CONSTRUCT ION SPEC IFI CATION DO CU MENTS February 202 1 VCWRF So uth Flow Lift S tatio n City Project No . I 00075-2 23 05 93 T ESTIN G, ADJ USTING, AND BA LAN C ING FOR HVAC Page 2 of 10 1.5 INFORMATIONAL SUBMITTALS A . Qualification Data: Within 15 days of Contractor's Notice to Proceed, submit documentation that the TAB specialist and this Project's TAB team members meet the qualifications specified in "Quality Assurance" Article. B. Contract Documents Examination Report: Within I 5 days of Contractor's Notice to Proceed , submit the Contract Documents review report as specified in Part 3. C. Strategies and Procedures Plan: Within 15 days of Contractor's Notice to Proceed , submit TAB strategies and step-by-step procedures as specified in "Preparation" Article. D. System Readiness Checklists: Within 15 days of Contractor's Notice to Proceed , submit system readiness checklists as specified in "Preparation" Article. E. Examination Report: Submit a summary report of the examination review required m "Examination" Article. F . Certified TAB reports. G. Sample report forms. H. Instrument calibration reports, to include the following : I . Instrument type and make. 2 . Serial number. 3 . Application . 4 . Dates of use. 5 . Dates of calibration. 1.6 QUALITY ASSURANCE A. TAB Specialists Qualifications: Certified by AABC. I. TAB Field Supervisor: Employee of the TAB specialist and certified by AABC. 2 . TAB Technician: Employee of the TAB specialist and certified by AABC as a TAB technician. B . TAB Specialists Qualifications: Certified by NEBB or TABB. I. TAB Field Supervisor: Employee of the TAB specialist and certified by NEBB or TABB. 2. TAB Technician: Employee of the TAB specialist and certified by NEBB or TABB as a TAB technician. C. Instrumentation Type, Quantity, Accuracy, and Calibration : Comply with requirements in ASHRAE I 11 , Section 4 , "Instrumentation." D. ASHRAE/IES 90. I Compliance: Applicable requirements m ASHRAE/IES 90. I , Section 6.7 .2 .3 -"System Balancing." C DM Smith C ON STR UC TI ON S PEC IFI CAT ION DOCUMENT S Fe bru ary 202 1 VC WRF So uth Flow Lift Station C ity Proj ect N o . I 00075 -2 23 05 93 TESTfNG, ADJUSTfNG, AND BALAN CfNG FOR HV AC Page 3 of 10 1.7 FIELD CONDITIONS A . Partial Owner Occupancy: Owner may occupy completed areas of building before Substantial Completion. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 A. B. C. D . E. EXAMINATION Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems designs that may preclude proper TAB of systems and equipment. Examine installed systems for balancing devices , such as test ports, gage cocks, thermometer wells, flow-control devices , balancing valves and fittings , and manual volume dampers. Verify that locations of these balancing devices are applicable for intended purpose and are accessible. Examine the approved submittals for HV AC systems and equipment. Examine design data including HV AC system descriptions , statements of design assumptions for environmental conditions and systems output, and statements of philosophies and assumptions about HV AC system and equipment controls. Examine equipment performance data including fan curves. 1. Relate performance data to Project conditions and requirements, including system effects that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. 2. Calculate system-effect factors to reduce performance ratings of HV AC equipment when installed under conditions different from the conditions used to rate equipment performance. To calculate system effects for air systems, use tables and charts found in AMCA 201 , "Fans and Systems," or in SMACNA's "HVAC Systems -Duct Design ." Compare results with the design data and installed conditions. F. Examine system and equipment installations and verify that field quality-control testing, cleaning, and adjusting specified in individual Sections have been performed. G. Examine test reports specified in individual system and equipment Sections . H. Examine HV AC equipment and verify that bearings are greased, belts are aligned and tight, filters are clean, and equipment with functioning controls is ready for operation . I. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in condition s. Record default set points if different from indicated values. C OM Smith VC WRF So uth Fl ow Lift Stat io n C ity Proj ect No. I 0007 5-2 CONS TR UCT ION S PEC IFI CAT ION DOCU MENTS February 2021 3.2 3.3 3.4 A . PREPARATION Prepare a TAB plan that includes the following: 1. Equipment and systems to be tested. 23 05 93 T ESTING, A DJUSTING, AND BALAN CING FOR HVAC Page 4 of IO 2. Strategies and step-by-step procedures for balancing the systems. 3. Instrumentation to be used. 4. Sample forms with specific identification for all equipment. B. Perform system-readiness checks of HV AC systems and equipment to verify system readiness for TAB work. Include, at a minimum , the following: A . B. C . D . A. 1. Airside: a. Verify that leakage and pressure tests on air distribution systems have been satisfactorily completed. b. Duct systems are complete with terminals installed. c. Volume dampers are open and functional. d. Fans are operating, free of vibration , and rotating in correct direction. e. Suitable access to balancing devices and equipment is provided . GENERAL PROCEDURES FOR TESTING AND BALANCING Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Total System Balance", ASHRAE 111 , NEBB's "Procedural Standards for Testing, Adjusting, and Balancing of Environmental Systems" and SMACNA's "HV AC Systems -Testing, Adjusting, and Balancing" and in this Section . Cut insulation , ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary for TAB procedures . I . After testing and balancing, patch probe holes m ducts with same material and thickness as used to construct ducts . 2. After testing and balancing, install test ports and duct access doors that comply with requirements in Section 233300 "Air Duct Accessories ." Mark equipment and balancing devices , including damper-control positions , valve position indicators, fan-speed-control levers , and similar controls and devices , with paint or other suitable, permanent identification material to show final settings. Take and report testing and balancing measurements in inch-pound (IP) units . GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures . Cross-check the summation of required outlet volumes with required fan volumes. C DM Smith VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 000 75-2 CONSTRUCTI ON SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 B. C. D. E. F. G. H. I. 3.5 A. CDM Smith 2 3 05 93 T ES TING, A DJ US TI N G, AND B A LANC ING FOR HVAC Pa ge 5 of 10 Prepare schematic diagrams of systems' "as-built" duct layouts. Determine the best locations in main and branch ducts for accurate duct-airflow measurements . Locate start-stop and disconnect switches, electrical interlocks, and motor starters . Verify that motor starters are equipped with properly sized thermal protection . Check dampers for proper position to achieve desired airflow path. Check for airflow blockages. Check for proper sealing of air-handling-unit components. Verify that air duct system is sealed as specified in Section 233116 "Non-Metal Ducts." PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. 1. Measure total airflow. a. Where duct conditions allow, measure airflow by main Pitot-tube traverse. If necessary, perform multiple Pitot-tube traverses, close to the fan and prior to any outlets, to obtain total airflow . b. Where duct conditions are not suitable for Pitot-tube traverse measurements, a coil traverse may be acceptable. 2. Measure fan static pressures as follows : a . Measure static pressure directly at the fan outlet or through the flexible connection. b. Measure static pressure directly at the fan inlet or through the flexible connection. c. Measure static pressure across each component that makes up the air-handling system . d. Report artificial loading of filters at the time static pressures are measured. 3. Review Record Documents to determine v ariation s in design static pres sures versus actual static pressures . Calculate actual sy stem-effect factors . Recommend adjustments to accommodate actual conditions. 4. Obtain approval from Engineer for adju stment of fan speed higher or lower than indicated speed. Comply with requirements in HV AC Sections for air-handling units for adjustment of fans , belts , and pulley sizes to achieve indicated air-handling-unit performance. 5 . Do not make fan-speed adjustments that result in motor overload. Consult equipment manufacturers about fan-speed safety factors. Modulate dampers and measure fan- motor amperage to ensure that no overload occurs. Measure amperage in full-cooling , CONSTR UCT ION S PEC IFICAT ION DOCU M ENTS Fe bruary 2021 VC WRF So uth Flow Li ft Stati o n C ity Project No . I 00 075 -2 3.6 3.7 23 05 93 TES TING , ADJUST ING , AN D BALANC fN G FO R HVAC Pa ge 6 of 10 full-heating , economizer, and any other operating mode to determine the maximum required brake horsepower. B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows . l . Measure airflow of s ubmain and branch ducts. 2. Adjust submain and branch duct volume dampers for specified airflow . 3 . Re-measure each submain and branch duct after all have been adjusted . C. Adjust air inlets and outlets for each space to indicated airflows. I . Set airflow patterns of adjustable outlets for proper distribution without drafts. 2. Measure inlets and outlets airflow. 3. Adjust each inlet and outlet for specified airflow. 4. Re-measure each inlet and outlet after they have been adjusted . D. Verify final system conditions. A. B. A. B . 1. Re-measure and confirm that minimum outdoor makeup air and exhaust airflows are within design . Readjust to design if necessary . 2. Re-measure and confirm that total airflow is within design . 3 . Re-measure all final fan operating data, rpms, volts, amps, and static profile. 4 . Mark all final settings . 5 . Measure and record all operating data . 6. Record final fan-performance data . PROCEDURES FOR MOTORS Motors 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer's name, model number, and serial number. 2 . Motor horsepower rating . 3 . Motor rpm. 4. Phase and hertz . 5 . Nameplate and measured voltage, each phase . 6 . Nameplate and measured amperage, each phase . 7 . Starter size and thermal-protection-element rating . 8. Service factor and frame size. Motors Driven by Variable-Frequency Controllers: Test manual bypass of controller to prove proper operation . DUCT LEAKAGE TESTS Witness the duct pressure testing performed by In staller. Verify that proper test methods are used and that leakage rates are within specified tolerances . COM Smith VC WRF So uth Flow Lift Stati on C ity Project No . I 00075 -2 CONSTR UCT ION S PEC IFICAT ION DOCU M EN T S Fe bruary 202 1 C. 3.8 A. B. 3 .9 A . B . 3.10 A. Report deficiencies observed . TOLERANCES 23 05 93 TESTrNG , ADJ US TrNG, AN D BALANCrNG FOR HY AC Page 7 of 10 Set HV AC system's airflow rates and water flow rates within the following tolerances: I. Supply, Return , and Exhaust Fans and Equipment with Fans: Plus or minus 5 percent.. Maintaining pressure relationships as designed shall have priority over the tolerances specified above. PROGRESS REPORTING Initial Construction-Phase Report: Based on examination of the Contract Documents as specified in "Examination" Article , prepare a report on the adequacy of design for systems balancing devices . Recommend changes and additions to systems balancing devices to facilitate proper performance measuring and balancing. Recommend changes and additions to HV AC systems and general construction to allow access for performance measuring and balancing devices. Status Reports: Prepare biweekly progress reports to describe completed procedures, procedures in progress , and scheduled procedures . Include a list of deficiencies and problems found in systems being tested and balanced . Prepare a separate report for each system and each building floor for systems serving multiple floors. FINAL REPORT General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems. I . Include a certification sheet at the front of the report's binder, signed and sealed by the certified testing and balancing engineer. 2. Include a list of instruments used for procedures, along with proof of calibration. 3 . Certify validity and accuracy of field data. B. Final Report Contents: In addition to certified field-report data, include the following: I. Fan curves. 2 . Manufacturers' test data. 3 . Field test reports prepared by system and equipment installers . 4. Other information relative to equipment performance; do not include Shop Drawings and Product Data. C . General Report Data: In addition to form titles and entries, include the following data: I . Title page. 2 . Name and address of the TAB specialist. 3. Project name . C DM S mith CON ST R UC TI ON S PEC IFI CATI ON DOCU M EN T S Fe bruary 202 1 VC WR F So uth Flo w Lift S tation C ity Project No. I 00075 -2 23 OS 93 TES TfN G, ADJ US TfN G, AND BAL ANCfN G FOR HV AC Pa ge 8 of 10 4 . Project location. 5. Engineer's name and address . 6. Engineer's name and address . 7. Contractor's name and address. 8. Report date. 9 . Signature of TAB supervisor who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report. Number each page in the report. 11. Summary of contents including the following: a . Indicated versus final performance . b. Notable characteristics of systems. c. Description of system operation sequence if it vanes from the Contract Documents. 12. Nomenclature sheets for each item of equipment. I 3. Data for terminal units , including manufacturer's name, type, size, and fittings . I 4. Notes to explain why certain final data in the body of reports vary from indicated values. 15. Test conditions for fans performance forms including the following: a. Settings for outdoor makeup and exhaust-air dampers. b. Conditions of filters . c. Fan drive settings d. Other system operating conditions that affect performance . D. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single-line diagram and include the following: I . Quantities of outdoor makeup air and exhaust airflows. 2 . Duct, outlet, and inlet sizes . 3 . .Balancing stations. 4. Position of balancing devices . E . Fan Test Reports: For supply, return , and exhaust fans , include the following: I . Fan Data: a . System identification. b. Location. c . Make and type. d . Model number and size . e. Manufacturer's serial number. f. Arrangement and class . g . Sheave make, size in inches, and bore. h . Center-to-center dimensions of sheave and amount of adjustments in inches. 2. Motor Data: a. Motor make, and frame type and size . b . Horsepower and rpm. COM Smith CONST RUCT ION SPEC IFICA TI ON DOCUMENTS Fe bru ary 202 1 VCWRF South Flow Lift Station City Project No . I 0007 5-2 23 05 93 TESTfNG , ADJ USTfNG , AND BALANC fNG FOR HVA C Page 9 of 10 c. Volts, phase, and hertz. d. Full-load amperage and service factor. e. Sheave make, size in inches, and bore. f. Center-to-center dimensions of sheave, and amount of adjustments in inches. g. Number, make, and size of belts. 3 . Test Data (Indicated and Actual Values): a. Total airflow rate in cfm. b. Total system static pressure in inches wg. c. Fan rpm. d . Discharge static pressure in inches wg. e. Suction static pressure in inches wg F. Round and Rectangular Duct Traverse Reports: Include a diagram with a grid representing the duct cross-section and record the following: I . Report Data: a. System and air-handling-unit number. b. Location and zone. c. Traverse air temperature in deg F . d. Duct static pressure in inches wg. e. Duct size in inches . f. Duct area in sq. ft .. g. Indicated airflow rate in cfm. h. Indicated velocity in fpm. 1. Actual airflow rate in cfm. J. Actual average velocity in fpm. k. Barometric pressure in psig. G . Instrument Calibration Reports : 3.11 A . B . COM Smith 1 . Report Data: a. Instrument type and make. b. Serial number. c . Application. d . Dates of use. e. Dates of calibration . VERIFICATION OF TAB REPORT The TAB specialist's test and balance engineer shall conduct the inspection in the presence of Owner's representative . Owner 's representative shall randomly select measurements, documented in the final report, to be rechecked . Rechecking shall be limited to either IO percent of the total measurements recorded or the extent of measurements that can be accomplished in a normal 8-hour business day . CONST RUCT ION SPEC IFI CA TI ON DOCU MEN TS Febru ary 202 1 VCWR F So uth Fl ow Li ft Stati on City Proj ec t No . I 00075 -2 2 3 05 93 T ES TrNG , A DJ US TrNG , AND BALANC rNG FOR HVAC Page 10 o f 10 C. If rechecks yield measurements that differ from the measurements documented in the final report by more than the tolerances allowed , the measurements shall be noted as "FAILED." D. If the number of "FAILED" measurements is greater than 10 percent of the total measurements checked during the final inspection , the testing and balancing shall be considered incomplete and shall be rejected . E. If TAB work fails , proceed as follows: F. 3 .12 A. B. I. TAB specialists shall recheck all measurements and make adjustments . Revise the final report and balancing device settings to include all changes ; resubmit the final report and request a second final inspection . 2. If the second final inspection also fails, Owner may contract the services of another TAB specialist to complete TAB work according to the Contract Documents and deduct the cost of the services from the original TAB specialist's final payment. 3. If the second verification also fails , Owner's representative may contact AABC Headquarters regarding the AABC National Performance Guaranty . Prepare test and inspection reports . ADDITIONAL TESTS Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions. Seasonal Periods: If initial TAB procedures were not performed during near-peak summer and winter conditions, perform additional TAB during near-peak summer and winter conditions . END OF SECTION 23 05 93 C DM Smith CONSTRUCTI ON SPEC IFI CATION DOCU MEN T S Fe bru ary 2021 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No. I 0007 5-2 SECTION 23 09 23 .12 -CONTROL DAMPERS FOR FOUL AIR DUCTS PART l -GENERAL 1.1 RELATED DOCUMENTS 23 09 23.12 CONTROL DAMPERS Page I of8 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections , apply to this Section. 1.2 SUMMARY A. Section includes the following types of control dampers and actuators for DOC systems: 1. Rectangular control dampers. 2. Round control dampers. 3. General control-damper actuator requirements. 4. Electric and electronic actuators. B . Related Requirements : 1. Section 233300 "Air Duct Accessories" 1.3 DEFINITIONS A. DOC : Direct-digital control. B. RMS : Root-mean-square value of alternating voltage, which is the square root of the mean value of the square of the voltage values during a complete cycle. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product, including the following: COM Smith I. Construction detail s, material descriptions , dimensions of individual components and profiles, and finishes. 2. Operating characteristics , electrical characteristics, and furnished accessories indicating process operating range, accuracy over range , control signal over range , default control signal with loss of power, calibration data specific to each unique application , electrical power requirements , and limitations of ambient operating environment, including temperature and humidity . 3 . Product description with complete technical data, performance curves, and product s pecification sheets. 4. Installation instructions, including factors affecting performance. CONSTRUCTION SPEC IFI CAT ION DOC UMENTS Feb ru ary 202 1 YCWRF So uth Flow Lift Stati on City Project No . I 00075-2 B. Shop Drawings: 1. Include plans, elevations, sections, and mounting details . 23 09 23 .12 CONTROL DAMPERS Page 2 of8 2. Include details of product assemblies. Indicate dimensions, weights, loads , required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagram s for power, signal, and control wiring. 4. Include diagram s for air and process signal tubing. 1.5 DELEGATED-DESIGN SUBMITTAL A. Schedule and design calculations for control dampers and actuators, including the following. 1. Flow at project design and minimum flow conditions. 2 . Face velocity at project design and minimum airflow conditions . 3. Pressure drop across damper at project design and minimum airflow conditions. 4. AMCA SOOD damper installation arrangement used to calculate and schedule pressure drop, as applicable to installation . 5 . Maximum close-off pressure. 6 . Leakage airflow at max imum system pressure differential (fan close-off pressure). 7 . Torque required at worst case condition for s izing actuator. 8 . Actuator selection indicating torque provided. 1.6 INFORMATIONAL SUB MITT ALS A. Coordination Drawings: Plan drawings and corresponding product installation details , drawn to scale, on which the following items are s hown and coordinated with each other, using input from installers of the items involved: 1. Product installation location shown in relationship to room , duct, and equipment. 2. Size and location of wall access panels for control dampers and actuators installed behind walls. 3. Size and location of ceiling access panel s for control dampers and actuators in stalled above inaccessible ceilings. 1. 7 CLOSEOUT SUB MITT ALS A . Operation and Maintenance Data: For control dampers to include in operation and maintenance manuals. PART 2 -PRODUCTS 2.1 P ERFORMANCE REQUIREMENTS A . E lectrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70 , by a qualified testing agency , and marked for intend ed location and application. CDM Smith CONST RUC TI ON SPECIF ICAT ION DOCU MENTS Fe bruary 202 1 YC WRF South Fl ow Lift Station C ity Project No . I 00075 -2 23 09 23 .12 CONTROL DAMPERS Page 3 of8 B. ASME Compliance: Fabricate and label products to comply with ASME Boiler and Pressure Vessel Code where required by authorities having jurisdiction . C. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to size products where indicated as delegated design. D. Ground Fault: Products shall not fail due to ground fault condition when suitably grounded. E. Backup Power Source: Systems and equipment served by a backup power source shall have associated control damper actuators served from a backup power source. F. Environmental Conditions: 1. Provide electric control-damper actuators, with protective enclosures satisfying the following minimum requirements unless more stringent requirements are indicated. Electric control-damper actuators not available with integral enclosures, complying with requirements indicated , shall be housed in protective secondary enclosures . a. Hazardous Locations: Explosion-proof rating for condition. G . Selection Criteria : 1. Dampers shall have stable operation throughout full range of operation , from design to minimum airflow over varying pressures and temperatures encountered. 2. Select modulating dampers for a pressure drop of 2 percent of fan total static pressure unless otherwise indicated . 3 . Two-position dampers shall be full size of duct or equipment connection unless otherwise indicated. H. Heavy Duty Counterbalanced Rectangular Backdraft Damper COM S mith 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow United Industries . b. Ruskin Company 2. Frame: 8 inche s x 2 inches x minimum 10 gage Type 316 stainless steel channel. a. Bolt Holes : Both flanges 3. Blades a. Style: Airfoil-shaped, double skin. b . Material : Maximum width 7 inches x minimum 18 gage 316 stainless steel. 4 . Axles: Minimum % inch diameter 316 stainless steel. 5. Bearings: Ball bearing pressed into frame 6 . Linkage: 3/16-inch thick x % inch Stainless Steel tie bar with minimum 16 gage galvanized steel linkage arms located on face of blades in airstream. Stainless Steel pivot pins . CONST RUCTION SPECIFICAT ION DOCU M ENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075 -2 2.2 A . 7. Counterbalance: Located out of airstream . 8. Seals: 23 09 23 .12 CONTRO L DAMPERS Page 4 of8 a. Blade: Mechanically attach blade seals to blade. EPDM blade seals, maximum 250 degrees F . b . Jamb : Wind stop s fitted with neoprene sponge seal located directl y behind blade edge . 9. Finish: Mill. I 0. Maximum Operating Temperature: 250 degrees F . 11 . Assembly : Factory assemble damper components . FIBERGLASS REINFORCED PLASTIC DAMPERS -RECTANGULAR BACKDRAFT Rating Conditions 1. Pressure Rating : 12-inch water column based on a 48-inch-wide damper. B . Materials I. Bearings: Teflon. 2 . Blade: FRP . 3. Frame: FRP. 4. Axle: FRP or Type 316 stainless steel. 5 . Operator: Type 316 stainless steel lever with locking quadrant. 6 . Fasteners: Type 316 stainless steel. 7. Flanges: Drilled to match adjacent duct. C. Manufacturer: Provide products of one of the following: I. Engineered Composite Sy stem s . 2 . Ruskin. 3 . MK Plastics . PART 3 -EXECUTION 3.1 A. B . C. D. C OM Smith EXAMINATION Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. E xamine roughing-in for dampers and instruments installed in duct sy stems to verify actual locations of connections before installation . Prepare written report, endorsed by Installer, listing conditions detrimental to performance . Proceed with installation only after unsatisfactory conditions have been corrected. CONST RUCT ION SPEC IFI CATI ON DOCUMENTS Fe bruary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ec t No. I 000 75-2 3.2 3.3 A. B . C . D. E . INSTALLATION, GENERAL 2 3 0923 .12 C ONTROL DAMPERS Page 5 of8 Furnish and install products required to satisfy most stringent requirements indicated . Properly support dampers and actuators , tubing, wiring, and conduit to comply with requirements indicated. Provide ceiling, floor, roof, and wall openings and sleeves required by installation. Before proceeding with drilling, punching, or cutting, check location first for concealed products that could potentially be damaged. Patch, flash, grout, seal , and refinish openings to match adjacent condition. Seal penetrations made in fire-rated and acoustically rated assemblies. Fastening Hardware: 1. Stillson wrenches, pliers , or other tools that will cause injury to or mar surfaces of rods, nuts, and other parts are prohibited for assembling and tightening nuts . 2. Tighten bolts and nuts firmly and uniformly. Do not overstress threads by excessive force or by oversized wrenches. 3. Lubricate threads of bolts, nuts, and screws with graphite and oil before assembly. F . Install products in locations that are accessible and that will permit calibration and maintenance from floor, equipment platforms, or catwalks. Where ladders are required for Owner's access, confirm unrestricted ladder placement is possible under occupied condition. G. Corrosive Environments: A. B . 1. Use products that are suitable for environment to which they will be subjected . 2. Use Type 3 I 6 stainless-steel tubing and fittings when in contact with a corrosive environment. 3. When conduit is in contact with a corrosive environment, use Type 3 I 6 stainless-steel conduit and fittings or conduit and fittings that are coated with a corrosive-resistant coating that is suitable for environment. 4. Where actuators are located in a corrosive environment and are not corrosive resistant from manufacturer, field install products in a NEMA 250 , Type 4X enclosure constructed of Type 3 16L stainless steel. ELECTRIC POWER Furnish and install electrical power to products requiring electrical connections . Furnish and install circuit breakers . Comply with requirements in Section 262816 "Enclosed Switches and Circuit Breakers." C . Furnish and install power wiring . Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors and Cables." D. Furnish and install raceways . Comply with requirements 111 Section 260533 "Raceways and Boxes for Electrical Systems ." C DM Smith VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 0007 5-2 CONST RUC TI ON SPEC IFI CATI ON DOCU MEN TS Fe bru ary 202 1 3.4 A . B. CONTROL DAMPERS 23 09 23 .12 CONT ROL DAMPERS Page 6 of8 Install smooth transitions , not exceeding 30 degrees, to dampers smaller than adjacent duct. Install transitions as close to damper as possible but at distance to avoid interference and impact to performance. Consult manufacturer for recommended clearance. Clearance: 1. Locate dampers for easy access and provide separate support of dampers that cannot be handled by service personnel without hoisting mechanism . 2. Install dampers with at least 24-inches of clear space on sides of dampers requiring service access. C. Service Access: 3.5 3.6 3.7 D . E. F . A. A . B. A . C DM Smith 1. Dampers and actuators shall be accessible for visual inspection and service. 2 . Install access door(s) in duct or equipment located upstream of damper to allow service personnel to hand clean any portion of damper, linkage, and actuator. Comply with requirements in Section 233300 "Air Duct Accessories." Install dampers straight and true, level in all planes, and square in all dimensions. Install supplementary structural steel reinforcement for large multiple-section dampers if factory support alone cannot handle loading. Attach actuator(s) to damper drive shaft. For duct-mounted and equipment-mounted dampers installed outside of equipment, install a visible and accessible indication of damper position from outside. CONNECTIONS Connect electrical devices and components to electrical grounding system . Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." IDENTIFICATION Identify system components, wmng, cabling, and terminal s . Each piece of wire, cable, and tubing shall have the same designation at each end for operators to determine continuity at points of connection . Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems ." Install engraved phenolic nameplate with damper identification on damper and on face of ceiling where damper is concealed above ceiling. CHECKOUT PROCEDURES Control-Damper Checkout: CONSTR UC TI ON S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No. I 00 07 5-2 23 09 23 .12 CONTROL DAMPERS Page 7 of8 1. Check installed products before continuity tests, leak tests, and calibration. 2. Check dampers for proper location and accessibility. 3. Check instrument tubing for proper iso lation , fittings , slope , dirt legs , drain s, material, and support. 4. Verify that control dampers are installed correctly for flow direction. 5. Verify that proper blade alignment, either parallel or opposed , has been provided. 6 . Verify that damper frame attachment is properl y secured and sealed . 7. Verify that damper actuator and linkage attachment are secure. 8. Verify that actuator wiring is complete, enclosed , and connected to correct power so urce. 9 . Verify that damper blade travel is unobstructed . 3.8 ADJUSTMENT, CALIBRATION , AND TESTING: A . Stroke and adjust control dampers following manufacturer's recommended procedure, from 100 percent open to I 00 percent closed back to I 00 percent open . B. Stroke control dampers with pilot positioners . Adjust damper and pos1ttoner following manufacturer's recommended procedure, so damper is 100 percent c lo sed , 50 percent closed , and 100 percent open at proper air press ure . C . Check and document open and clo se cycle times for applications with a cycle time of le ss than 30 seconds. D . For control dampers equipped w ith pos1t1ve pos1t10n indication , check feedback s ignal at multiple po s ition s to confirm proper position indication . END OF SECTION 23 09 23 .12 COM Smi th CONSTRUCTIO N SPEC IFI CATION DOCUMENTS February 202 1 VCWRF South Flow Lift Station City Project No. I 00075 -2 THlS PAGE INTENTIONALLY LEFT BLANK COM Smith CONSTRUCTION SPECIFICATION DOCUMENTS February 2021 23 0923.12 CONT ROL DAMPERS Page 8 of8 VCWRF South Flow Lift Station City Project No . I 00075-2 23 09 23 .27 TEMP ERAT URE INSTR UMEN TS Page I of6 SECTION 23 09 23.27 -TEMPERATURE INSTRUMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section . 1.2 SUMMARY A . Section Includes: 1. Air temperature sensors. 2. Air temperature RTD transmitters. 1.3 DEFINITIONS A. RTD: Resistance temperature detector. 1.4 ACTION SUBMITT ALS A. Product Data: For each type of product, including the following: 1. Construction details , material descriptions, dimensions of individual components and profiles, and finishes. 2. Operating characteristics, electrical characteristics, and furnished accessories indicating process operating range, accuracy over range , control signal over range, default control signal with loss of power, ca librati on data specific to each unique application , electrical power requirements, and limitations of ambient operating environment, including temperature and humidity. 3. Product description with complete technical data, performance curves, and product specification sheets . 4 . Installation operation and maintenance instructions , including factors affecting performance . B . Shop Drawings: I. Include plans, elevations, sections, and mounting details. 2. Include details of product assemb li es. Indicate dimensions , weights , loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal , and control wiring. 4. Include number-coded identification system for unique identification of wiring, cable, and tubing ends . C. Samples: For each exposed product installed in finished space . 1.5 INFORMATIONAL SUBMITT ALS A. Coordination Drawings: Plan drawings and corresponding product installation details, drawn to scale , on which the following items are shown and coordinated with each other, using input from installers of the items involved: COM Smith CONS TR UC TIO N SPEC IFI CAT ION DOCUMENTS Febru ary202 I VCWR F So uth Fl ow Lift Station City Project No . I 0007 5-2 B. C. D. 1.6 A. B. C. 23 09 23.27 T E MP ERA T UR£ INSTRUMENTS Page 2 of6 1. Product installation location shown in relationship to room , duct, pipe, and equipment. 2. Wall-mounted instruments located in finished space showing relationship to light switches, fire-alarm devices, and other installed devices . 3. Sizes and locations of wall access panels for instruments installed behind walls. 4 . Sizes and locations of ceiling access panels for instruments installed in inaccessible ceilings. Product Certificates: For each product requiring a certificate. Product Test Reports : For each product, for tests performed by a qualified testing agency. Field quality-control reports. WARRANTY Section O I 77 19 "Closeout Requirements" for warranties requirements. Furnish two-year manufacturer's warranty. Warranty to begin from the date of Final Acceptance as defined in Division 00 of the Contract Documents. If the equipment should fail during the warranty period due to a defective part(s), replace and restore and the unit(s) to service at no additional cost to the Owner. PART 2-PRODUCTS 2.1 2.1 A . A. PERFORMANCE REQUIREMENTS Environmental Conditions : 1. Instruments shall operate without performance degradation under the ambient environmental temperature, pressure, humidity, and vibration conditions specified and encountered for installed location. a. If instrument alone cannot meet requirement, install instrument in a protective enclosure that is isolated and protected from conditions impacting performance . I) Where instruments do not have the appropriate environmental , corrosion resistance and hazardous location ratings from the manufacturer, field install products in an appropriately rated NEMA 250 enclosure. AIR TEMPERATURE RTD TRANSMITTERS Source Limitations: Obtain temperature-measuring sensors and transmitters and airflow from single manufacturer. B. Manufacturer shall be Minco Room Air sensor with Transmitter model AS200655 or approved equal. C. House electronics in NEMA 250 Type 4X enclosure . D . Conduit Connection: 1/2-inch E . Functional Characteristics: C DM S mith VC WRF So uth Fl ow Lift Stati on C ity Proje ct No . I 000 75 -2 CONSTR UCT ION S PEC IFICAT ION DOCUMENTS Fe bru ary202 I 1. Input: 23 09 23 .27 T EMPERATURE INSTRUMENTS Pa ge 3 of6 a . 100-ohm platinum RTD temperature coefficient of 0 .00385 ohm/ohm /deg C , two- wire sensors. b. 1000-ohm platinum RTD temperature coefficient of 0.00385 ohm/ohm/deg C , two- wire sensors. 2. Span (Adjustable): a. All: Minus 40 to 140 deg F . 3. Output: 4-to 20-mA de, linear with temperature ; RFI insensitive ; minimum drive load of 600 ohm s at 24-V de . 4. Zero and span field adjustments, plus or minus 5 percent of span. Minimum span of 50 deg F. 5. Match sensor with temperature transmitter and factory calibrate together. F. Performance Characteristics: I. Calibration Accuracy: Within 0.1 percent of the span. 2. Stability: Within 0 .2 percent of the span for at least 6 month s . 3. Combined Accuracy: Within 0.5 percent. PART 3 -EXECUTION 3.1 3.2 3 .3 A. B. C. D . E. A . A. COM Smith EXAMINATION Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Examine roughing-in for in struments installed in piping to ver ify actual location s of connections before in stallation . Examine roughing-in for instruments installed 111 duct systems to ve rify actual locations of connections before installation . Prepare written report, endorsed by Installer, listin g conditions detrimental to performance. Proceed with installation only after unsatisfactory conditions have been corrected. TEMPERATURE INSTRUMENT APPLICATIONS Air Temperature Transmitters: I . Space: Where required for air temperature RTD transmitter. INSTALLATION, GENERAL Install products level , plumb , parallel , and perpendicular with building construction. CONST RUCT IO N SPECIF ICAT ION DOCUMENTS February202 I VCW RF So uth Flow Lift Station City Proj ect No . I 00075 -2 3.4 B. C . D. E. A . B. C . C OM S mith 23 09 23 .27 T EMP ERAT URE INSTRUM ENTS Properly support instruments, wiring, and conduit to comply with requirements indicated. Fastening Hardware: Page 4 of6 I. Stillson wrenches , pliers, and other tools that cause injury to or mar surfaces of rods, nuts, and other parts are prohibited for work of assembling and tightening nuts . 2. Tighten bolts and nuts firmly and uniformly. Do not overstress threads by excessive force or by oversized wrenches. 3 . Lubricate threads of bolts, nuts, and screws with graphite and oil before assembly. Install products in locations that are accessible and that permit calibration and maintenance from floor, equipment platforms, or catwalks. Where ladders are required for Owner's access , confirm unrestricted ladder placement is possible under occupied condition. Corrosive Environments: I . If possible, avoid or limit use of materials in corrosive environments. 2 . Where instruments are not corrosive resistant from manufacturer, field install products in a NEMA 250 , Type 4X enclosure constructed of Type 316L stainless steel. TEMPERATURE INSTRUMENT INSTALLATIONS Mounting Location : I. Roughing ln : a . Outline instrument mounting locations before setting instruments and routing cable, wiring, tubing, and conduit to final location. b . Provide independent inspection to confirm that proposed mounting locations comply with requirements indicated and approved submittals. 1) Indicate dimensioned locations with mounting height for all surface-mounted products on Shop Drawings . 2) Do not begin installation without submittal approval of mounting location . c. Complete installation rough-in only after confirmation by independent inspection is complete and approval of location is documented for review by Owner and Engineer on request. 2 . Install switches and transmitters for air and liquid temperature associated with individual air- handling units and associated connected ductwork and piping near air-handling units co- located in air-handling unit system control panel to provide service personnel a single and convenient location for inspection and service. 3 . Install liquid and steam temperature switches and transmitters for indoor applications in mechanical equipment rooms . Do not locate in user-occupied space unless indicated specifically on Drawings. 4 . Install air temperature switches and transmitters for indoor applications in mechanical equipment rooms . Do not locate in user-occupied space unless indicated specifically on Drawings . 5. Mount switches and transmitters on walls , floor-supported freestanding pipe stands, or floor- supported structural support frames. Use manufacturer's mounting brackets to accommodate field mounting. Securely support and brace products to prevent vibration and movement. Special Mounting Requirements: I . Temperature instruments hav ing performance impacted by temperature of mounting substrate shall be isolated with an insulating barrier located between instrument and substrate to eliminate effect. Where instruments requiring insulation are located in finished s pace, conceal insulating barrier in a cover matching the instrument cover. Mounting Height: CONSTR UCT IO SPEC IFI CAT ION DOCUMENTS Fe bru ary202 I VC WRF So uth Fl ow Lift Stati on C ity Proj ect No I 0007 5-2 3 .5 3.6 3.7 D . E. A. B . A. B. C . A. B . C. D. E. CDM Smith 23 09 23 .27 TE MP ERA TURE INS TR UMEN TS Page 5 of 6 1. Mount temperature instruments in user-occupied space to match mounting height of light switches unless otherwise indicated on Drawings. Mounting height shall comply with codes and accessibility requirements. 2. Mount switches and transmitters located in mechanical equipment rooms and other similar space not subject to code or state and Federal accessibility requirements within a range of 42 to 72 inches above the adjacent floor, grade, or service catwalk or platform. a. Make every effort to mount at 60 inches . Seal penetrations to ductwork, plenums, and air-moving equipment to comply with duct static- pressure class and leakage and seal classes indicated using neoprene gaskets or grommets . Space Temperature Sensor Installation : 1. Conceal assembly in an electrical box of sufficient size to house sensor and transmitter, if provided. 2. Install electrical box with a faceplate to match sensor cover if sensor cover does not completely cover electrical box. 3. In finished areas , recess electrical box within wall. 4. In unfinished areas, electrical box may be surface mounted if electrical light switches are surface mounted. Use a cast-aluminum electric box for surface-mounted installations. 5. Align electrical box with other electrical devices such as visual alarms and light switches located in the vicinity to provide a neat and well-thought-out arrangement. Where possible, align in both horizontal and vertical axis. IDENTIFICATION Identify system components, wiring, cabling, and terminals . Each piece of wire, cable, and tubing shall have the same designation at each end for operators to determine continuity at points of connection. Install engraved phenolic nameplate with instrument identification . CLEANING Remove grease, mastic , adhesives , dust, dirt, stains, fingerprints , labels, and other foreign materials from exposed interior and exterior surfaces. Wash and shine glazing. Polish glossy s urfaces to a clean shine. CHECK-OUT PROCEDURES Check installed products before continuity tests , leak tests, and calibration. Check temperature instruments for proper location and accessibility. Verify sensing element type and proper material. Verify location and length . Verify that wiring is correct and secure. CONS TR UC TI ON SPEC IFI CAT ION DOCU MENT S Fe bru ary202 I VCWR F So uth Fl ow Lift Stati on City Project No . I 00075 -2 3.8 A. ADJUSTMENT, CALIBRATION, AND TESTING Description: 23 09 23 .27 T E MP ERATURE INSTRUM ENTS Page 6 of6 1. Calibrate each instrument installed that is not factory calibrated and provided with calibration documentation. 2. Provide a written description of proposed field procedures and equipment for calibrating each type of instrument. Submit procedures before calibration and adjustment. 3. For each analog instrument, make a three-point test of calibration for both linearity and accuracy. 4. Equipment and procedures used for calibration shall meet instrument manufacturer's written instructions. 5. Provide diagnostic and test equipment for calibration and adjustment. 6. Field instruments and equipment used to test and calibrate installed instruments shall have accuracy at least twice the instrument accuracy being calibrated . For example, an installed instrument with an accuracy of 1 percent shall be checked by an instrument with an accuracy of 0 .5 percent. 7 . Calibrate each instrument according to instrument instruction manual supplied by manufacturer. 8. If after calibration indicated performance cannot be achieved , replace out-of-tolerance instruments. 9. Comply with field-testing requirements and procedures Guideline 11 , "Field Testing of HV AC Control Components," requirements and to supplement requirements indicated . indicated by ASHRAE in the absence of specific B. Analog Signals: I. Check analog voltage signals using a precision voltage meter at zero , 50 , and I 00 percent. 2. Check analog current signals using a precision current meter at zero, 50, and l 00 percent. 3. Check resistance signals for temperature sensors at zero , 50 , and 100 percent of operating span using a precision-resistance source. C. Sensors : Check sensors at zero , 50, and I 00 percent of Project design values . D. Transmitters : 1. Check and calibrate transmitters at zero, 50, and 100 percent of Project design values. 2. Calibrate resistance temperature transmitters at zero , 50 , and JOO percent of span using a precision-resistance source. 3.9 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Perform according to manufacturer's written instruction . 2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. B. Prepare test and inspection reports . END OF SECTION 23 09 23 .27 C OM S mith CONSTR UC TION S PEC IFICAT ION DOCUMENTS F e bru ary202 I VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 00 075-2 &. SECTION 23 31 16 -NONMETAL DUCTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS 23 31 16 NON MET AL DUC TS Pa ge I of IO A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section . 1.2 SUMMARY A . Section Includes : 1 . Thermoset FRP ducts and fittings. B. Related Sections: 1. Section 230593 "Testing, Adjusting, and Balancing for HY AC" for testing, adjusting , and balancing requirements for nonmetal ducts. 2. Section 233300 "Air Duct Accessories" for dampers , duct-mounting access doors and panels, turning vanes, and flexible ducts . 3 . Section 230923.12 "Control Dampers for Foul Air Ducts" for control dampers. 1.3 ACTION SUBMITTALS A . Product Data: For each type of the following products : I . Thermoset FRP duct materials. B. Shop Drawings: I . Fabrication , assembly , and installation , including plans , elevations, sections, COM Smith components, and attachments to other work . 2 . Duct layout indicating sizes and pressure classes. 3. Elevation of top of ducts. 4 . Dimensions of main duct runs from building grid lines. 5. Fittings. 6. Reinforcement and spacing. 7 . Seam and joint construction. 8. Penetrations through fire-rated and other partitions. 9 . Equipment installation based on equipment being used on Project. I 0. Hangers and supports , including methods for duct and building attachment and vibration isolation. CON ST RUCT ION S PEC IFI CA TI ON DOCU MEN TS April 202 I Y C WRF So uth Flow Lift Stati on C ity Project No . I 0007 5-2 1.4 A. B. C . D. DELEGATED-DESIGN SUBMITT ALS Duct materials and thicknesses. Joint and seam construction and sealing. Reinforcement details and spacing. 23 31 16 NONMETAL DU CTS Page 2 of 10 Design calculations for duct construction signed and sealed by the qualified professional engineer I icensed in the state of Texas E. Design Calculations: Calculations, including analysis data signed and sealed by the qualified professional engineer, licensed in the state of Texas, responsible for their preparation for selecting hangers and supports. F. All ductwork, piping, and equipment shown on the Drawings is intended to be approximately correct to scale but figured dimensions and detailed drawings of the actual equipment furnished shall be followed in every case . The Drawings shall be taken in a sense as diagrammatic. Size of ductwork and piping are shown, but it is not the intent to show every offset or fitting , nor every hanger or support, or structural difficulty that may be encountered. To carry out the intent and purpose of the Drawings all necessary parts to make a complete working system ready for use shall be furnished without extra charge. The Contractor shall be responsible to coordinate the system installation and routing with the work of all trades. G. Submit construction details for flexible connectors , expansion joints, elbows, transitions, junctions and flanged fittings including dimensioned laminate cross sections and flange fabrication and assembly details. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Plans , drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved : I. Duct installation in congested spaces, indicating coordination with general construction, building components, and other building services. Indicate proposed changes to duct layout. 2 . Suspended ceiling components . 3. Structural members to which duct will be attached. 4. Size and location of initial access modules for acoustical tile. 5 . Penetrations of smoke barriers and fire-rated construction . B. Welding certificates. C . Field quality-control reports . COM Smith CON STR UC TI ON S PEC IFI CATI ON DOCU MEN T S A pril 2021 V CWRF So uth Flow Lift Station C ity Project N o . I 00075-2 23 31 16 NONMETAL DU CTS Page 3 of 10 1.6 QUALITY ASSURANCE A . Welding Qualifications: Qualify procedures and personnel according to A WS Dl.1 /Dl.lM, "Structural Welding Code -Steel ," for hangers and supports A WS DI .2/Dl .2M, "Structural Welding Code -Aluminum ," for aluminum supports. B. ASTM D3982: Standard for Contact Molded "Fiberglass" (Glass Fiber Reinforced Thermosetting Resin) Ducts C. NFPA Compliance: I. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." 2 . NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." a. Perform leakage tests specified in "Field Quality Control" Article. Revise mockup construction and perform additional tests as required to achieve specified minimum acceptable results . PART 2-PRODUCTS 2.1 A. B . 2.2 A. PERFORMANCE REQUIREMENTS Structural Performance: Duct hangers and supports shall withstand the effects of gravity loads and stresses within limits and under conditions to comply with ASCE/SEI 7. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62 . I . THERMOSET FRP DUCTS AND FITTINGS Manufacturers: Subject to compliance with requirements , provide products by the following: I . Augusta Fiber Glass. 2. Diamond Fiberglass. 3. Daniel Company. 4. Spunstrand. 5. ECS Environmental Solutions B. Duct Construction : I. Internal Corrosion-Resistant Surface: a. Resin used for the internal corrosion-resistant liner shall be the fire-retardant vinyl ester Interplastic CORVE 8401. I) Derakane 510-B-400 . 2) Cor VE 8401 . 3) AOC Vipel K022. C OM Smith CONSTRU C TION SPECIFICATION DOCUMENTS A pril 202 1 YCWRF South Flow Lift Station C ity Project No . I 00075-2 4) Reichold's Dion Impact 9303-54. 23 31 16 NON MET AL DUCTS Page 4 of 10 b. The resin shall carry a flame spread rating of 25 or less when tested in accordance with ASTM E84 . c. The internal liner shall be formed with a 20 mil "C" veil for superior corrosion resistance. Two layers of 1-1 /2 ounce per square foot chopped strand mat and/or spray-up chopped borosilicate glass shall make up the balance of the internal liner to achieve the I 00 mil total thickness and include not less than two layers of 1 l /2 oz mat with 25 percent glass and 7 5 percent resin content. The corrosion liner shall gel completely prior to continuing with the structural layer. d. The resin used in the manufacture of the fiberglass , internal supports and any field connections shall be resistant to corrosion by water, hydrogen sulfide and other corrosive gases present in wastewater treatment plants , caustic, dilute sulfuric acid and hydrochloric acid solutions. 2. Structural Layer: a. The intermediate layer of duct wall thickness shall be fabricated by either filament wound or hand lay-up techniques to the dimensional thickness and strength as required by ASTM 3982 standards. b . Resin for the intermediate structural layer shall be premium corrosion resistant vinyl ester: I) Derakane 510-B-400. 2) Cor VE 8401. 3) AOC Yipe! K022 . 4) Reichold's Dion Impact 9303-54. c. The resin shall carry a flame spread rating of 25 or less when tested in accordance with ASTM E84. d . The outer surface shall be relatively smooth with no exposed glass fiber ends. e. Long term deflection shall not exceed I% of duct diameter or width. 3. External Layer a. The exposed external surface of all FRP ductwork shall provide protection against ultraviolet degradation and weather erosion. The duct shall carry a flame spread rating of 25 or less , when tested in accordance to ASTM E84. b. The outer surface s hall be covered with a surface A-veil in a resin rich coat. c. All ductwork shall have a white gel-coat or paraffinated wax-coat on the exterior. C. Calculations for wall thickness determination shall be based on the structural fiberglass reinforced wall only. Structural parameters are found in Structural Drawings. Long term deflection shall not exceed l percent of duct diameter or duct width for rectangular ducts. Round and rectangular FRP ductwork shall be designed using a safety factor of 10 to 1 for pressure and 5 to l for vacuum service. Round duct shall be designed by manufacturer to resist specified loadings but in no case shall FRP duct be less than the following thicknesses: CDM Smith CONSTRUCTION SPECIF ICAT ION DOCUMENTS Apri l 202 1 VC WRF So uth Flow Lift Stati on C ity Project No . 10 0075 -2 * Diameter (-in)* Less than 24 24 to 30 36 to 42** 48 to 60** 66 to 72** Filament Wound Thickness (-in) .225 .275 .375 .525 .625 23 3 1 16 NONMETAL DU CTS Page 5 of 10 Where rectang ul ar duct is used the lon gest dimension sha ll be considered equivalent to diameter. ** Rectangul ar duct may be reinforced w ith angles or tee s as required to meet t he req uired pres- s ur e/vacuum serv ice. D. Joining Materials: Roving and polyester resin. E. Fabrication: I . Fabricate joints, seams, transitions , reinforcement, elbows, branch connections, and access doors and panels according to SMACNA's "Thermoset FRP Duct Construction Manual ," Chapter 7 , "Requirements ." 2. Fabricate 90-degree rectangular mitered elbows to include turning vanes, 90-degree round elbows with a minimum of three segments for 12 inches and smaller and a minimum of five segments for 14 inches and larger. F. Fittings: COM Smith I . All fittings such as elbows , laterals , tees and reducers s hall be of the same resin as the adjacent duct section ; shall be equal to or superior in strength to the adjacent duct section ; and shall have the same internal dimensions as the adjacent duct section . 2. Round Standard Elbows: a. Standard elbow centerline radius s hall be equal to 1-1 /2 times the diameter. b . Standard elbows up to 24-in diameter shall be smooth radius molded elbows. Standard elbows 30-in diameter and greater may be mitered sections as specified below. c. 0 to 44 degree elbows shall contain one mitered joint and two sections. 45 to 80 de g ree elbows shall have a minimum of two mitered joints and three sections. Elbows greater than 80 degree s shall have a minimum of four mitered joints and five sections. 3. Rectangular Fittings: a. Fittings shall be factory manufactured to meet the speci fied design criteria and in accordance with approved submittals. Factory install reinforcing rib s as required to meet the specified deflection requirements and to provide a system free from pulsing, warpage, sagging and undue vibration. b . Provide turning vanes in all mitered rectangular elbows. Rectangular elbow turning vanes shall be of FRP construction, solid or double wall construction with an airfoil s haped profile. 4. Reinforcin g: a. Round duct reinforcin g s hall be factory in sta ll e d w ith spacing betwee n reinforcing located to avoid all hangers and support saddles. b . Rectangular duct and fittin g re inforcin g s hall be factory located and installed to avoid duct hangers, s upport sa ddles , bracing, branch take-offs and e ntrie s, CONSTRUCTION SPECIF ICATION DOCU MENTS A pril 202 1 VCWRF So uth Flow Lift Stat ion C ity Project No. 100075-2 23 3 1 16 NON MET AL DUCTS Page 6 of 10 and plenum connections. Routine field cutting and field relocation of factory installed reinforcing is not acceptable . G. Joints: 1. All connections to expansion JOmts , dampers, tanks, or other equipment shall be flanged. Gaskets shall be chlorobutyl, EPDM, or other material as recommended by the manufacturer for the specific se rvice , pressure , and temperature. Flanges shall be hand laid up to thickness specified in ASTM D3983 Table 1 except that minimum thickness shall be 3/4-in. Each flange face s hall be g round flat and a new 100 mil corrosion barrier shall be applied. The flange shall be anchored to a waxed table to ensure the flatness tolerance outlined above. The face shall be textured for use with full face gaskets, 1/8-in minimum thickness . Flange drilling shall be as per ASTM D3983 Table 1. All bolt hole s shall be back spot faced for a washer seat. All flange bolts shall be torqued to values as recommended by manufacturer. 2. Non-flanged duct joints shall be butt wrapped or bell and spigot joints. Total width of overlay for butt-wrap joints shall be not less than 6-in for diameters from 6-in up to and including 30-in, and not le ss than I 0-in for diameters 36-in and larger. Bell and spigot joints shall be sealed with a standard butt joint overlay as per ASTM D3982 Table 1. The interior opening between the bell and spigot shall be sealed with a resin paste so that no glass fibers are exposed and all voids are filled. H. Drains : Formed drain pockets with a minimum ofNPS 1 threaded pipe connections . I. Construction Pressure Class: 14" w.g. negative. J . Tolerances: 1. Out-of-roundness of duct shall be limited to plus or minus 1/8-in or plus or minus 1 percent of duct inside diameter, w hichever is greater for duct sizes 6-in diameter and greater. 2. Rectangular duct tolerances shall be 3/16-in for duct dimensions up to 18-in and plus or minus 1 percent for dimens ions of over 18-in. 3. All unflanged duct shall be s quare on the e nd s in re lation to the duct axis plus or minus 1/8-in up to and including 24 -in diameter and plus or minu s 3/16-in for all diameters greater than 24-in. 4. Fittings: a. The tolerance on angles of all fittings shall be plus or minus 1 degree , up to and including 24-in diameter and plus or minu s 1/2 degree for 30-in diameter and above. 5. Flanges: a. Flange faces s hall be perpendicular to th e axis of the duct within 1/2 degree . b. Flange faces s hall be flat to within plus or minus 1 /32 -in , up to and including 18-in diameter and flat within plu s or minus 1/16-in for 20-in diameter and larger. c. Provide custom filler pi eces as required to mate flange s squarely. 2.3 HANGERS AND SUPPORTS A. Hanger Rod s for Corrosive E nv ironm e nts: 316 Stainless Steel, all-thread rods. CDM Smith CONSTRUCTION SPEC IFICATION DOC UM ENTS A pril 202 1 VC WRF So uth Flow Lift Station C ity Project No . 100075-2 23 31 16 NONMETAL DUCTS Page 7 of 10 B. Strap and Rod Sizes: Comply with SMACNA's "HV AC Duct Construction Standards - Metal and Flexible," Table 5-1, "Rectangular Duct Hangers Minimum Size," and Table 5-2, "Minimum Hanger Sizes for Round Duct." C. Steel Cables: ASTM A492, stainless steel with end connections made of cadmium-plated steel assemblies with brackets, swivel, and bolts des ig ned for duct hanger service ; with an automatic-locking and clamping device. D. Duct Attachments: Sheet metal screws, blind rivets , or self-tapping metal screws; compatible with duct materials . E . Trapeze and Riser Supports: Stainless steel s hapes complying with ASTM A36/A36M. PART 3 -EXECUTION 3.1 A. B . C. D . E. F. G. DUCT INSTALLATION Install ducts with fewest poss ible joints. Unless otherwise indicated, install ducts vertically and horizontally , and parallel and perpendicular to building lines . Install duct s close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. Install ducts with a clearance of 1 inch , plus allowance for insulation thickness. Where ducts pass through non-fire-rated interior partitions and exterior walls and are exposed to view, cover the opening betwee n the partition and duct or duct in s ulation with s heet metal flanges . Overlap openings on four sides by at least 1-1 /2 inches. Install thermoset FRP ducts and fittings to comply with SMACNA's "Thermoset FRP Duct Construction Manual." All connections to expansion Jomts, butterfly dampers, fir e dampers , tanks, or other equipment shall be flanged . Gaskets shall be Viton. Flanges shall be hand laid up to thickness s pecified ASTM 3982 except that minimum thickness shall be 3 /4 in. Each flange face shall be ground flat , and a new I 00 mil corrosion barrier s hall be applied. The flange shall be anchored to a waxed tabl e to ensure the flatness tolerance outlined above. The face shall be textured for use with full face Viton gaskets, I /8 in minimum thickness. Flange drilling s hall be as per ASTM D3982. All bolt holes shall be back s pot faced for a wash e r seat. All flange bolts shall be torqued to values as recommended by manufacturer. H. Fasteners : Furnish all bolts, nuts , washers and other fasteners required. Material of metallic fasteners s hall be Type 3 I 6 stainle ss steel. I. There s hall be not le ss than a I /4 in buildup of FRP over the duct at each s upport and as s hown on the Drawings. COM Smith VCWRF South Flow Lift Statio n C ity Project No . I 00075 -2 CONST RUCTION SPECIF ICAT ION DOCUMENTS Apr il 2021 23 31 16 NONMETAL DUCTS Page 8 of 10 J. Provide trapped PVC duct drains in the bottom of all main , branch and riser ducts to allow removal of condensate. K. All hangers and supports shall be designed according to the structural drawings. All duct hangers shall be provided per SMACNA recommendations and manufacturers requirements. Minimum s pacing of duct supports is shown on the drawings. L. Field cut duct ends and exposed glass fibers shall be resin coated prior to joint assembly to maintain a continuous interior corrosion barrier. M. Coat all exterior surfaces of joints with a paraffinated resin-rich gel coat with UV inhibitors. N. Where the factory gel coat has become abraded/damaged during shipping and installation , provide field touchup to repair gel coat abrasion/damage. 3.2 HANGER AND SUPPORT INSTALLATION 3.3 A . Install hangers and supports for thermoset FRP ducts and fittings to comply with SMACNA's "Thermoset FRP Duct Construction Manual," Chapter 7, "Requirements." B . Building Attachments: Concrete inserts , powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached . C. A. B . 1. Install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and completely cured . 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for slabs more than 4 inches thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for s labs less than 4 inches thick. 5. Do not use powder-actuated concrete fasteners for seismic restraints. Install upper attachments to structure s. Select and size upper attachments with pull-out, tension , and shear capacities appropriate for s upported loads and building materials where used. FIELD QUALITY CONTROL Perform tests and inspections . Leakage Tests: 1. Comply with SMACNA's "HV AC Air Duct Leakage Test Manual." Submit a test report for each test. 2. Test the following systems: a. Exhaust Ducts: Test representative duct sections totaling no less than 50 percent of total in sta lled duct area for each designated pressure class. COM Smith VCWRF South Flow Lift Station C ity Project No. I 00075-2 CONSTRUCTION SPECJF ICA TION DOCUMENTS April 202 1 3.4 23 31 16 NONMETAL DUCTS Page 9 of 10 3. Disassemble, reassemble , and seal segments of systems to accommodate leakage testing and for compliance with test requirements. 4. Test for leaks before applying external insulation . 5 . Conduct tests at static pressures equal to maximum design pressure of system or section being tested. If static-pressure classes are not indicated , test entire system at maximum system design pressure. Do not pressurize systems above maximum design operating pressure. Give seven days' advance notice for testing. C. Duct System Cleanliness Tests: D . E. F. A. B. 1. Visually inspect duct system to ensure that no visible contaminants are present. 2. Test sections of nonmetal duct system, chosen randomly by Owner, for cleanliness according to "Vacuum Test" in NADCA ACR, "Assessment, Cleaning and Restoration of HV AC Systems." a . Acceptable Cleanliness Level: Net weight of debris collected on the filter media shall not exceed 0 .75 mg/100 sq. cm. Duct system will be considered defective if it does not pass tests and inspections . Prepare test and inspection reports. Ductwork that is damaged during shipping and/o r installation will be grounds for rejection and repair ofrejected ductwork shall be approved by engineer prior to implementation. DUCT CLEANING Clean duct system(s) before testing, adjusting, and balancing. Use service openings for entry and inspection . 1. Create new openings and install access panels appropriate for duct static-pressure class if required for cleaning access. Provide insulated panel s for insulated or lined duct. Patch duct as recommended by duct manufacturer. Comply with Section 233300 "Air Duct Accessories" for access panels and doors. 2. Disconnect and reconnect flexible ducts as needed for cleaning and inspection. 3. Remove and reinstall ceiling to gain access during the cleaning process . C. Clean the following components by removing surface contaminants and deposits : I. Exhaust-air ducts , dampers , actuators, and turning vanes. 2. Makeup-air ducts . D . Mechanical Cleaning Methodology: 1. Use vacuum-collection devices that are operated continuously during cleaning. Connect vacuum device to downstream end of duct sections so areas being cleaned are under negative pressure . 2. Use mechanical agitation to dislodge debri s adhered to interior duct surfaces without damaging integrity of ducts or duct accessories. COM Smith VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 CONSTRUCTION SPECIF ICAT ION DOCUMENTS Ap ril 2021 3.5 A. 23 3 1 16 NONMETAL DUCTS Page 10 o f 10 3. Clean fibrous-glass duct with HEPA vacuuming equipment; do not permit duct to get wet. Replace fibrous-glass duct that is damaged , deteriorated , or delaminated or that has friable material , mold , or fungus growth. 4 . Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clean water to remove latent residues and cleaning materials ; comb and straighten fins . 5. Provide drainage and cleanup for wash-down procedures. 6. Antimicrobial Agents and Coatings: Apply EPA-registered antimicrobial agents if fungus is prese nt. Apply antimicrobial agents according to manufacturer's written instructions after remo val of s urface depo s its and debris . STARTUP Air Balance: Comply with requirements m Section 230593 "Testing, Adjusting, and Balancing for HV AC ." END OF SECTION 23 31 16 COM Sm ith CONSTR UCT ION SPEC IFICATION DOCUMENTS April 2021 VCWRF So uth Flow Lift Statio n C ity Project No . I 00075 -2 SECTION 23 33 00 -AIR DUCT ACCESSORIES PART 1 -GENERAL I. I RELATED DOCUMENTS 23 33 00 AIR DU CT ACCESSORIES Page I of 8 A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division OJ Specification Sections , apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Manual volume dampers. 2. Fiberglass Isolation Dampers. 3. Fiberglass Balancing Dampers. 4. Flange connectors. 5. Duct-mounted access doors. 6. Flexible connectors. 7. Fiberglass Foul Air Flexible Connectors 8. Duct accessory hardware. B. Related Requirements: 1. Section 233116 "Nonmetal Ducts. 2. Section 230923.12 "Control Dampers for Foul Air Ducts". 1.3 ACTION SUBMITT ALS A. Shop Drawings: For duct accessones . Include plans, elevations , sections, details and attachments to other work . 1. Detail duct accessories fabrication and installation in ducts and other construction. Include dimensions, weights, loads , and required clearances ; and method of field assembly into duct systems and other construction . Include the following: a. Special fittings. b. Manual volume damper installations. 1.4 INFORMATIONAL SUBMITT ALS A . Coordination Drawings: Reflected ceiling plans, drawn to scale, on which ceiling-mounted access panels and access doors required for access to duct accessories are shown and coordinated with each other, using input from Installers of the items involved. B. Source quality-control reports. CDM Smith CONS TR UC TION SPEC IFI CATI ON DOCUM ENTS February 2021 YCWRF South Flow Lift Station C ity Project No. I 00075 -2 23 33 00 AIR DUC T ACCES SO RI E S Page 2 of 8 1.5 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data: For air duct accessories to include m operation and maintenance manual s . PART 2 -PRODUCTS 2 .1 A. B . 2.2 A. B. C. 2.3 A. C OM S mith ASSEMBLY DESCRIPTION Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and with NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." Comply with SMACNA's "HY AC Duct Construction Standards -Metal and Flexible" for acceptable materials , material thicknesses , and duct construction methods unless otherwise indicated . Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations , and other imperfections. MATERIALS Stainles s-Steel Sheets: Comply with ASTM A480/A480M, Type 304, and having a No. 2 finish for concealed ducts and finish for exposed ducts . Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts. Tie Rods: Galvanized steel , 1/4-inch minimum diameter for lengths 36 inches or less ; 3/8-inch minimum diameter for lengths longer than 36 inches . MANUAL VOLUME DAMPERS Standard, Aluminum , Manual Volume Dampers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a . American Warming and Ventilating; a Mestek Architectural Group company . b . McGill Airflow LLC. c . Nailor Industries Inc . d . Pottorff. e. Ruskin Company . f. Safe Air -Dowco Products . g. United Enertech. h . Vent Products Co ., Inc . 2 . Standard leakage rating, with linkage outside airstream . 3. Suitable for horizontal or vertical applications. 4. Frames: Hat-shaped, 0 .10-inch-thick , heavy duty aluminum sheet channels; frames with flanges for attaching to wall s and flangele ss fram es for installing in ducts. CONSTR UCT ION S PEC IFICATION DOCUMENTS Fe bruary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 0007 5-2 2.4 5 . Blades: a. Multiple or single blade. b. Parallel-or opposed-blade design . c. Stiffen damper blades for stability. 23 33 00 A IR DUC T ACCES SO RI ES Page 3 o f8 d. Roll-Formed Aluminum Blades: 0.10-inch-thick aluminum s heet. e. Extruded-Aluminum Blades: 0.050-inch-thick extruded aluminum . 6 . Blade Axles: Stainless steel. 7. Bearings: a. Molded synthetic or Stainless-steel sleeve . b. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 8. Tie Bars and Brackets: Aluminum. B. Jackshaft: 1. Size: 0.5-inch diameter. 2. Material: Galvanized-steel pipe rotating within pipe-bearing assembly mounted on supports at each mullion and at each end of multiple-damper assemblies . 3 . Length and Number of Mountings: As required to connect linkage of each damper in multiple-damper assembly. C. Damper Hardware: A . B. C. 1. Zinc-plated, die-cast core with dial and handle made of 3/32-inch-thick zinc-plated steel , and a 3/4-inch hexagon locking nut. 2. Include center hole to suit damper operating-rod size. 3. Include elevated platform for insulated duct mounting. FIBERGLASS FOUL AIR BALANCING DAMPERS Provide factory fabricated dampers conforming to AMCA SOOD requirements and as specified . Provide FRP dampers manufactured from the same materials and resin as specified for duct. Materials and Construction: 1. Blades: Two (2) piece, molded including blade stiffeners. Provide damper blade offset 5 degrees in the closed position to form a normal stop . 2. Axle: Solid 316 SS 3. Control Shaft: Provide axle extending 6 inches beyond frame , full length solid 316SS with Type 316 stainless steel pins embedded transverse of axle. 4. Bearings: Molded PTFE with 10 percent carbon and graphite fill. 5. 0-Rings: Viton. 6 . Metallic parts in contact with the air stream are not acceptable . 7 . Butterfly type constructed of one gauge heavier than respective duct. 8 . Extruded double tadpole blade seals or "wind s hield type damper seals are accepted. 9. Butterfly Isolation Damper leakage: Not to exceed O cfm /s q . ft. against 30 inches W.C . C OM S mith VCW RF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 CONSTR UC TI ON S PEC IFI CAT ION DOCU M ENTS Fe bru ary 202 1 2 .5 23 33 00 AIR D UC T ACCESSORI ES Page 4 of 8 10. Damper shafts shall be solid 3 l 6SS with embedded Teflon bearing surfaces and an adjustable seal on the shaft. 11. The dampers shall bear an AMCA label. D. Dampers 16-inch and larger: Provided gear operators with an epoxy coating. E. Dampers 14-inch and smaller: Provide hand quadrant actuators fabricated of Type 316 stainless steel with a 5-stage locking quadrant indicator. F. Dampers shall have flanged ends for connection to ductwork and equipment. G. Approved Manufacturers: A. B. C. D. E. F. G . 1. Daniel Company. 2. Ruskin 3. Belco. FIBERGLASS FOUL AIR ISOLATION DAMPERS: Provide factory fabricated dampers conforming to AMCA SOOD requirements and as specified. Provide FRP dampers manufactured from the same materials and resin as specified for duct. Materials and Construction: 1. Blades: Two (2) piece, molded including blade stiffeners . Provide damper blade offset 5 degrees in the closed position to form a normal stop . 2. Axle: Solid 316 SS 3 . Control Shaft: Provide axle extending 6 inches beyond frame , full length solid 316SS with Type 3 16 stainless steel pins em bedded transverse of axle. 4 . Bearings: Molded PTFE with 10 percent carbon and graphite fill. 5. 0-Rings : Viton . 6. Metallic parts in contact with the air stream are not acceptable . 7 . Butterfly type constructed of one gauge heavier than respective duct. 8. Provide dampers equipped with full circumference elastomer embedded in the damper body . Extruded double tadpole blade seals or "windshield type damper seals shall not be accepted. 9. Butterfly Isolation Damper leakage: Not to exceed O cfm/sq . ft. against 30 inches W.C. 10 . Damper shafts shall be solid 3 l 6SS with embedded Teflon bearing surfaces and an adjustable seal on the shaft. 11. Dampers shall be AMCA documented to be bubble tight, 0 .0 cfm leakage at -30 inch .we. 12 . The dampers shall be bearing an AMCA label. Coordinate duct design with electric actuators Dampers 16-inch and larger: Provided gear operators with an epoxy coating. Dampers 14-inch and smaller: Provide hand quadrant actuators fabricated of Type 316 stainless steel with a 5-stage locking quadrant indicator. Dampers shall have flanged ends for connection to ductwork and equipment. C OM Smith YC WRF So uth Flow Lift Stati on C ity Project No . I 00075-2 CONS TRUCTION SPEC IFI CATION DOCUMENTS Fe bru ary 2021 2.6 2.7 23 33 00 AIR D UC T ACCESSORIES Page 5 of8 H. Approved Manufacturers: A. B. C. D. A. I. Daniel Company. 2. Ruskin FLANGE CONNECTORS Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. CL WARD & Family Inc. 2. Ductmate Industries, Inc. 3. Elgen Manufacturing. 4. Ward Industries; a brand of Hart & Cooley, Inc . Description: Add-on or roll-formed, factory-fabricated , slide-on transverse flange connectors, gaskets, and components. Material: Stainless Steel Gauge and Shape: Match connecting ductwork . DUCT-MOUNTED ACCESS DOORS Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Aire Technologies. 2. Arrow United Industries. 3. Cesco Products; a division of MESTEK, Inc. 4 . CL WARD & Family Inc . 5 . Ductmate Industries, Inc. 6 . Duro Dyne Inc. 7. Elgen Manufacturing. 8. Flexmaster U .S.A., Inc. 9. McGill Airflow LLC. 10 . Ruskin Company. I 1. United Enertech. 12. Ventfabrics, Inc. 13. Ward Industries; a brand of Hart & Cooley, Inc . B. Duct-Mounted Access Doors: Fabricate access panels according to SMACNA's "HY AC Duct Construction Standards -Metal and Flexible"; Figures 7-2 , "Duct Access Doors and Panels," and 7-3 , "Access Doors -Round Duct." 1. Door: a. Double wall , rectangular. b . FRP with thickness as indicated for duct pressure class. C DM Smith VCWRF So uth Fl ow Lift Station C ity Project No. I 00075 -2 CONST R UCT ION SPECIFICATION DOCUMENTS February 2021 2.8 2.9 A. 23 33 00 AJ R DUC T ACCE SSORIES Page 6 of8 c. Vision panel. d. Hinges and Latches: l-by-1-inchbutt or piano hinge and cam latches. e . Fabricate doors airtight and suitable for duct pressure class . 2. Frame: FRP, with bend-over tabs and foam gaskets . 3. Number of Hinges and Locks : a . Access Doors Less Than 12 Inches Square: No hinges and two sash locks. b . Access Doors up to 18 Inches Square: Two hinges and two sash locks . c. Access Doors up to 24 by 48 Inches: Three hinges and two compression latches with outside and inside handles. d. Access Doors Larger Than 24 by 48 Inches: Four hinges and two compression latches with outside and inside handles. FIBERGLASS FOUL AIR FLEXIBLE CONNECTORS/EXPANSION JOINTS: 1. For expansion joints, refer to Specification 23 05 16 "Expansion Fittings and Loops for HV AC Ducting". FLEXIBLE CONNECTORS Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. CL WARD & Family Inc. 2. Ductmate Industries, Inc. 3. Duro Dyne Inc. 4. Elgen Manufacturing. 5. Ventfabrics, Inc. 6. Ward Industries; a brand of Hart & Cooley, Inc. B. Materials: Flame-retardant or noncombustible fabrics. C . Coatings and Adhesives: Comply with UL 181 , Class 1. D. High-Corrosive-Environment System , Flexible Connectors: Glass fabric with chemical-resistant coating. 1. Minimum Weight: 14 oz./sq. yd . 2. Tensile Strength: 450 lbf/inch in the warp and 340 lbf/inch in the filling . 3. Service Temperature: Minus 67 to plus 500 deg F. E . Thrust Limits: Combination coil spring and elastomeric insert with spring and insert in compression , and with a load stop. Include rod and angle-iron brackets for attaching to fan discharge and duct. 1. Frame: Steel , fabricated for connection to threaded rods and to allow for a maximum of 30 degrees of angular rod misalignment without binding or reducing isolation efficiency . 2 . Outdoor Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. COM Smith VC WRF So uth Fl ow Lift Stati on C ity Proje ct No. I 000 75-2 CON STR UCTI ON SP EC IFI CAT ION DOCU MENTS February 202 1 2.10 A. B. 23 33 00 AJR DUC T ACCES SORI ES Pa ge 7 of8 3. Minimum Additional Travel: 50 percent of the required deflection at rated load. 4. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 5. Overload Capacity: Support 200 percent of rated load , fully compressed, without deformation or failure. 6. Elastomeric Element: Molded , oil-resistant rubber or neoprene. 7. Coil Spring: Factory set and field adjustable for a maximum of 1/4-inch movement at start and stop. DUCT ACCESSORY HARDWARE Instrument Test Holes: Cast iron or cast aluminum to suit duct material , including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to suit duct-insulation thickness . Adhesives: High strength , quick setting, neoprene based, waterproof, and resistant to gasoline and grease. PART 3 -EXECUTION 3.1 INSTALLATION A. Install duct accessories according to applicable details in SMACNA's "HY AC Duct Construction Standards -Metal and Flexible" for metal ducts and in NAIMA AHl 16 , "Fibrous Glass Duct Construction Standards," for fibrous-glass ducts. B. Install duct accessories of materials suited to duct materials ; use FRP and stainless steel accessories in FRP ducts . C. Install volume dampers at points on makeup air and exhaust systems where branches extend from larger ducts . Where dampers are installed in ducts having duct liner, install dampers with hat channels of same depth as liner, and terminate liner with nosing at hat channel. D. Set dampers to fully open position before testing, adjusting, and balancing. E . Install test holes at fan inlets and outlets and elsewhere as indicated . F. Install duct access doors on sides of ducts to allow for inspecting, adjusting, and maintaining accessories and equipment at the following locations : 1. Downstream from manual volume dampers, control dampers, backdraft dampers, and equipment. 2. At each change in direction and at maximum SO-foot spacing. 3 . Elsewhere as indicated. G . Install access doors with swing against duct static pressure. H. Access Door Sizes : 1. One-Hand or Inspection Access: 8 by 5 inches . COM Smith CONST RUC TI ON SPEC IFI CA TI ON DOCU MEN TS Fe bru ary 20 21 YC WRF So uth Fl ow Lift Stati on City Proj ect No. I 00 07 5-2 3.2 I. J. K. L. A. 2. Two-Hand Access: 12 by 6 inches. 3 . Head and Hand Access: 18 by IO inches. 4. Head and Shoulders Access: 21 by 14 inches . Install flexible connectors to connect ducts to equipment. 23 33 00 AJR DUCT ACCESSORJ ES Page 8 of8 For fans developing static pressures of 5-inch wg and more, cover flexible connectors with loaded vinyl sheet held in place with metal straps . Install duct test holes where required for testing and balancing purposes. Install thrust limits at centerline of thrust, symmetrical on both sides of equipment. Attach thrust limits at centerline of thrust and adjust to a maximum of 1/4-inch movement during start and stop of fans. FIELD QUALITY CONTROL Tests and Inspections: 1. Operate dampers to verify full range of movement. 2. Inspect locations of access doors and verify that purpose of access door can be performed. END OF SECTION 23 33 00 C OM Smith CONSTRUC TION S PEC IFI CA TI ON DOCUM EN T S February 2021 VC WRF So uth Flow Lift Stati on C ity Proj e ct No. I 00075-2 SECTION 23 34 23 -HV AC POWER VENTILATORS PART I -GENERAL 1.1 RELATED DOCUMENTS 23 34 23 HV AC POW E R VENTILATORS Page I of 6 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section . 1.2 SUMMARY A . Section Includes: 1. Dispersion (High-Plume Dilution) Fans. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product. 1. Construction details, material descriptions, dimensions of individual components and profiles, and finishes for fans . 2. Rated capacities , operating characteristics , and furnished specialties and accessories. 3. Certified fan performance curves with system operating conditions indicated. 4. Certified fan sound-power ratings. 5 . Motor ratings and electrical characteristics, plus motor and electrical accessories. 6. Material thickness and finishes, including color charts . 7. Dampers, including housings, linkages, and operators. B . Shop Drawings: 1. Include plans , elevations, sections, and attachment details . 2. Include details of equipment assemblies. Indicate dimensions , weights, loads , required clearances, method of field assembly , components , and location and size of each field connection. 3. Include diagrams for power, signal , and control wiring. 4. Design Calculations : Calculate requirements for selecting vibration isolators . 1.4 INFORMATIONAL SUBMITTALS A. Field quality-control reports. 1.5 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data: For HV AC power ventilators to include m normal and emergency, operation , and maintenance manuals . C OM Smith CONSTR UCTION S PEC IFI CA TI ON DOCUMENTS Fe bru ary 2021 VC WRF So uth Flow Lift Stati on City Project No . I 00075 -2 23 34 23 HY AC POW E R VEN TIL ATORS Page 2 of6 1.6 MAINTENANCE MATERIAL SUBMITT ALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. I. Belts: One set(s) for each belt-driven unit. PART 2 -PRODUCTS 2.1 A . 2.2 A. PERFORMANCE REQUIREMENTS Capacities and Characteristics: I. Refer to Schedule on HY AC Drawing H-1. DISPERSION (H1GH-PLUME DILUTION) FANS Housing: Fiberglass reinforced plastic (FRP) housing. 1. Fan housing to be aerodynamically designed with high-efficiency inlet, engineered to reduce incoming air turbulence. Casings to be smooth exterior and resin rich interior. 2 . Fan housing shall be manufactured in specifically formulated resins, for maximum corrosion resistance, and reinforced with fiberglass for structural strength . Fastening bolts holding the casing to the support plate are to be encapsulated in FRP. No uncoated metal fan parts in the corrosive air stream will be tolerated . 3. A bifurcated fiberglass reinforced plastic (FRP) discharge nozzle shall be supplied by the fan manufacturer and be designed to efficientl y handle an outlet velocity of up to 7,000 FPM . The discharge shall include a venturi and fiberglass wind band to induce ambient air. 4 . All fiberglass parts shall include UV inhibitors in the resins to prevent chalking from the sunlight. Flame retardancy of 25 or le s s , is standard. 5. A graphite liner and grounding strap shall be included to remove any possible buildup of static electricity . 6. An integral fan housing drain shall be used to drain rainwater when the fan is de- energized. 7 . A bolted housing access door shall be supplied for impeller inspection. 8. Standard finish color to be light gray. 9 . Hub seal to be neoprene or Teflon . I 0 . Stand: A minimum of 4-6 mils polyester coated steel. Coating shall be a two part electrostatically applied , baked , corrosion re s istant powder coating that has excellent chemical re s istance to a wide variety of chemicals including acids , caustics, solvents, and high moisture. Coating consists of a 70% zinc rich polyester primer followed by a pol y ester powder resin topcoat that is electrostatically applied and cured . Coating includes UV inhibitors to prev ent chalking from sunlight. Coating shall be full y cure d at 390 F and a final pencil harness of 2H+, has high humidity resistance (Humidity ASTM- D2247=4000 hrs) and coatin g exceed s 4000 hr s of ASTM B 117 Salt Spray Test. C OM S mith VCWRF So uth Flow L i ft Stati on C ity Project No . I 0007 5-2 CONST R UCTION S PEC IFICATION DOCUMENTS Fe bru ary 2021 2.3 11 . Hardware: Stainless Steel 23 34 23 HVA C POW E R VE NTILAT ORS Page 3 of6 B. Fan Wheels: Impellers shall be solid, molded FRP with backward inclined blades. A metal backplate integral to the FRP impeller and encapsulated in resin shall have the hub extending to the outside of the fan housing . A tight fitting removable FRP cap shall cover the impeller end of the shaft. Impellers manufactured in coated steel are not acceptab le. All hardware will be stainless steel. C. Belt Drives: D . A . 1. Resiliently mounted to housing . 2. Fan Shaft: Turned, ground , and stainless steel ; keyed to wheel hub . 3 . Shaft Bearings: Permanently lubricated , permanently sealed , self-aligning ball bearings; minimum ABMA9, L(lO) of 100 ,000 hours . 4 . Fan Pulleys: Cast iron or cast steel with split, tapered bushing; dynamically balanced at factory . 5 . Motor Pulleys: Adjustable pitch for use with motors through 5 hp. Select pulley so pitch adjustment is at the middle of adjustment range at fan design conditions. Provide fixed pitch for use with motors larger than 5 hp. 6. Fan motor isolated from exhaust airstream . 7. All hardware will be stainless steel. Accessories: 1. Disconnect Switch: Non-fusible type, with thermal-overload protection mounted outside fan housing, factory wired through an internal aluminum conduit. 2 . Dampers: Counterbalanced , parallel-blade, backdraft dampers mounted in curb base ; factory set to close when fan stops. 3. FRP wheel construction. 4. Weather cover: FRP weather cowl and birdscreen. 5 . Mounting Rails: Stainless steel. 6. Vibration isolators 7. Flexible connector 8. Hardware: Stainless Steel MOTORS Comply with NEMA designation, temperature rating, service factor, and efficiency requirements for motors specified in Section 230513 "Common Motor Requirements for HY AC Equipment." 1. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0 . 2.4 SOURCE QUALITY CONTROL A. Electrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70 , by an NRTL, and marked for intended location and application . C OM Smith CO NSTR UC TION S PEC IFI CAT ION DOCU M ENTS Fe bru ary 2021 VC WRF So uth Fl ow Lift Stati on C ity Proj e ct No . I 00075 -2 23 34 23 HV AC PO W ER VENTILATORS Page 4 of 6 B . AMCA Certification: Fan s shall comply with AMCA 11 and bear the AMCA-Certified Ratings Seal. C. Fan Sound Ratings: Comply with AMCA 311 , and label fans with the AMCA-Certified Ratings Seal. Sound ratings shall comply with AMCA 301. The fans shall be tested according to AMCA 300. D. Fan Performance Ratings: Comply with AMCA 211 and label fans with AMCA-Certified Rating Seal. The fans shall be tested for air performance -flow rate , fan pressure, power, fan efficiency, air density , speed of rotation, and fan efficiency according to AMCA 210/ASHRAE 51. E. Operating Limits: Classify according to AMCA 99 . F . UL Standards: Power ventilators shall comply with UL 705. PART 3 -EXECUTION 3 .1 3.2 3 .3 A. B . C . D . A. A . B . C . C OM Smith INSTALLATION OF HV AC POWER VENTILATORS Install power ventilators level and plumb . Equipment Mounting: 1. Install on factory provided mounting rails ." Install units with clearances for service and maintenance . Provide permanent label for units according to Owner requirements. DUCTWORK CONNECTIONS Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. Flexible connectors are specified in Section 233300 "Air Duct Accessories." ELECTRICAL CONNECTIONS Connect wiring according to Section 260519 "Low-Voltag e Electrical Power Conductors and Cables." Ground equipment according to Section 2605 2 6 "Grounding and Bonding for Electrical Systems." In stall electrical devices furni s hed by manufacturer, but not factory mounted , according to NFPA 70 and NECA 1. CONST RUCT ION S PECIF ICAT ION DOCUMENTS February 202 1 VCWRF So uth Fl ow Lift Stati on C ity Project No . I 0007 5-2 3.4 3.5 3.6 A. B. A. B . C. D . A . B. C. COM S mith 23 34 23 HVAC POW ER VENTILATORS Page 5 of6 1. Nameplate shall be laminated acrylic or melamine plastic signs with a black background and engraved white letters at least 1 /2 inch high. CONTROL CONNECTIONS Install control and electrical power wiring to field-mounted control devices. Connect control wiring according to Section 260523 "Control-Voltage Electrical Power Cables." FIELD QUALITY CONTROL Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. Tests and Inspections: I. Verify that shipping, blocking, and bracing are removed. 2 . Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal-overload protection is installed in motors, starters, and disconnect switches. 3. Verify that there is adequate maintenance and access space. 4 . Verify that cleaning and adjusting are complete. 5. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system , align and adjust belts, and install belt guards. 6. Adjust belt tension. 7. Adjust damper linkages for proper damper operation. 8. Verify lubrication for bearings and other moving parts. 9. Disable automatic temperature-control operators, energize motor and adjust fan to indicated rpm , and measure and record motor voltage and amperage. I 0 . Shut unit down and reconnect automatic temperature-control operators. 1 I. Remove and replace malfunctioning units and retest as specified above. Test and adjust controls and safeties. Controls and equipment will be considered defective if they do not pass tests and inspections . Prepare test and inspection reports. ADJUSTING Adjust damper linkages for proper damper operation. Adjust belt tension. Comply with requirements in Section 230593 "Testing, Adjusting, and Balancing for HV AC" for testing, adjusting, and balancing procedures. CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 3.7 D. E. Replace fan and motor pulleys as required to achieve design airflow. Lubricate bearings. DEMONSTRATION 23 34 23 HVAC POW ER VENTILATORS Page 6 of6 A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain centrifugal fans. END OF SECTION 23 34 23 COM Smith CONSTRUCT IO N SPECIFICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No . I 00075-2 Division 26 Electrical THIS PAGE INTENTIONALLY LEFT BLANK 26 05 00 - I COMMON WO RK RESULTS FO R EL ECTRICAL Pa ge l of4 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PART 1-GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supp lementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I. A ll labor, materials and equipment required to install , test and provide an operational , electrical system as specified and as indicated on the Drawings B . Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include , but are not necessaril y limited to: I. Division 00 -Bidding Requirements , Contract Forms and Conditions of the Contract 2 . Division 01 -General Requirements 1.3 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I. Electrical Facilities a. Measurement I) Measurement for thi s Item shall be by lump sum . b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for "Electrical Facilities". c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing, placement and compaction of backfill 8) Hauling 9) Clean-up 2. Furnish and Install Electrical Service a . Meas urement I) Measurement for electrical service s hall be per each type and size furnished and in stalled. b. Pay ment CITY OF FORT WORTH CONSTRUCT ION SPECIF ICATION DO CUM ENTS February 202 1 YCWRF South Flow Lift Stati on C ity Project No . I 00075-2 2 6 05 00 -2 COMMON W ORK RES U L T S FOR ELEC TRI C AL Page 2 o f 4 I) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Furnish/Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: 1) Conduit 2) Breaker box 3) Breakers 3. Install Electrical Service a . Measurement 1) Measurement for electrical service shall be per each type and size installed. b . Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid for "Install Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including, but not limited to: I) Conduit 2) Pole risers 1.4 ADMINISTRATIVE REQUIREMENTS A . Coordination 1. 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. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B . Codes , Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. 1.5 QUALITY ASSURANCE A . Materials and Equipment 1. New, except where specifically identified on the Drawings to be reused. 2. UL listed , where such listing exists. 3 . Electrical service a. Service type shall be as indicated on the Drawings . 1.6 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections . C ITY O F FORT WO RTH CONSTRUCTI ON S PECIFI CATI ON DOCU M EN T S Fe bru ary 202 1 VC WRF So uth Fl o w Lift Stati on C ity Proj ect No. I 0007 5-2 PART 2 -PRODUCTS [NOT USED] PART 3-EXECUTION 3.1 EXAMINATION A. Interpretation of Drawings 26 05 00 -3 CO MMON WORK R ESULT S FOR E LECTRI CAL Pa ge 3 of4 I . Coordinate the conduit in stallation with other trades and the actual supplied equipment. 2. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation . 3. Verify exact locations and mounting heights of lighting fixtures , switches and receptacles prior to installation. 3.2 INSTALLATION A. Phase Balancing I . Connect circuits on motor control centers and panel boards to result in evenly balanced loads across all phases . 3.3 SYSTEM STARTUP A . Tests and Settings I. Test systems and equipment furnished under Division 26. 2 . Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment, make all tests required by the individual Specification sections. a. Submit a sample test form or procedure . b . Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequence motor when connected to A , B , and C phases . 7. Inspect, set, and test mechanical operation for circuit breakers, di sconnect sw itches, motor starters, and control equipment. 8 . 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. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel , instruments and test equipment. 11 . Refer to the individual equipment Sections for additional specific testing requirements. C IT Y OF FORT WORTH CONSTRUCT ION S PEC IFI CAT ION DOCUMENTS February 2021 END OF SECTION YCW RF South Flow Lift Station C ity Project No . I 00075 -2 26 05 00 -4 COMMON WORK RES UL TS FOR ELECTRI CAL Page 4 of 4 TIDS PAGE INTENTIONALLY LEFT BLANK C IT Y OF FORT WORTH CONSTRUCT IO N SPEC IFI CATION DOCUM EN TS February 2021 YCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 26 05 03 EQU IPM EN T WIR ING CONNECT IONS Page I of2 SECTION 26 05 03 -EQUIPMENT WIRJNG CONNECTIONS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section . 1.2 SUMMARY 1.3 1.4 1.5 A . Section includes electrical connections to equipment. B. Related Sections: A. B. C . A . B. A . B . C . D. E . 1. Section 26 05 19 -Low-Voltage Electrical Power Conductors and Cables . 2. Section 26 05 33 -Raceway and Boxes for Electrical Systems. ACTION SUBMITTALS Section 01 33 00 -Submittal Procedures: Submittal procedures. Product Data: Submit wiring device manufacturer's catalog information showing dimensions, configurations, and construction . Manufacturer's installation in structions . CLOSEOUT SUBMITT ALS Section 01 70 00 -Execution and Closeout Requirements: Submittal procedures. Project Record Documents: Record actual location s, sizes, and configurations of equipment connections. COORDINATION Section 01 30 00 -Administrative Requirements : Coordination and project conditions . Obtain and review shop drawings , product data, manufacturer 's wiring diagrams, and manufacturer's instructions for equipment furnished under other sections . Determine connection locations and requirements. Sequence rough-in of electrical connections to coordinate with installation of equipment. Sequence electrical connections to coordinate with start-up of equipment. PART 2 -PRODUCTS (NOT USED) COM Smith CONST RUCT ION SPEC IFICAT ION DOCU MENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Projec t No. I 00075 -2 26 05 03 EQUlPMENT WIRING CONNEC TIONS Page 2 of2 PART 3 -EXECUTION 3 .1 3.2 3.3 A. B. A. B. C. A. B. C. D. E. F. G. H. I. 3.4 A. B. EXAMINATION Section 01 30 00 -Administrative Requirements: Coordination and project conditions. Verify equipment is ready for electrical connection , for wiring, and to be energized . EXISTING WORK Remove exposed abandoned equipment wiring connections. Disconnect abandoned utilization equipment and remove wiring connections. Remove abandoned components when connected raceway is abandoned and removed. Install blank cover for abandoned boxes and enclosures not removed. Extend existing equipment connections using materials and methods compatible with existing electrical installations, or as specified. INSTALLATION Make electrical connections. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations. Connect heat producing equipment using wire and cable with insulation suitable for temperatures encountered. Install receptacle outlet to accommodate connection with attachment plug. Install cord and cap for field-supplied attachment plug. Install suitable strain-relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. Install disconnect switches, controllers, control stations, and control devices to complete equipment wiring requirements. Install terminal block jumpers to complete equipment wiring requirements. Install interconnecting conduit and wiring between devices and equipment to complete equipment wiring requirements. ADJUSTING Section O I 70 00 -Execution and Closeout Requirements : Testing, adjusting, and balancing. Cooperate with utilization equipment installers and field service personnel during checkout and starting of equipment to allow testing and balancing and other startup operations. Provide personnel to operate electrical system and checkout wiring connection components and configurations . END OF SECTION 26 05 03 COM Smith CONSTRUCT ION SPEC IFI CATION DOCUMENTS February 2021 VCWRF Sou th Flow Lift Station City Project No . I 00075-2 26 05 I O -I DEMOLIT ION FOR ELE CT RI CAL SYSTEMS Pa ge I of4 PART 1 -GENERAL SECTION 26 05 10 DEMOLITION FOR ELECTRICAL SYSTEMS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.1 SUMMARY A. Section Includes: I. Furnish, install and test all equipment, wiring and appurtenances as may be required to perform the electrical demolition shown on the Drawings and as s pecified herein. 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 O -Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment I . Measurement a. Measurement for this Item s hall be by lump sum. 2. Payment a. The work performed and the materials furnished in accordance with this Item s hall be paid for at the lump sum price bid for "Salvage E lectrical Equipment". 3. The price bid shall include: a. Removing and salvaging electrical equipment including , but not limited to: 1) Wire and cable 2) Encasement 3) Conduit 4) Supports b . Excavation c. Furnishing, placement and compaction of backfill d . Hauling e. Clean-up 1.3 REFERENCES A . Reference Standards I. Reference standards cited in thi s Specification refer to the current reference standard publish ed at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. National Fire Protection Association (NFPA) a. 70 , National Electrical Code (NEC) C ITY OF FORT WORTH CONSTRUCT ION SPECIFICATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station C ity Proj ect No . I 00075 -2 1.4 ADMINISTRATIVE REQUIREMENTS A . Coordination 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 I. Coordinate with the City or their designee 48 hours in advance of removals. 2. Coordinate with other Trades for removal of electrical services in conjunction with the removal of the associated equipment. 1.5 SUBMITT ALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements I. All salvage materials will be delivered by the Contractor to the City at a location designated by the Inspector. The Inspector, assisted by authorized representatives , will serve as the receiving agent for salvage material. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION 3.1 INST ALLERS [NOT USED] 3.2 EXAMINATION A. Verify field measurements and circuiting arrangements. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Report Drawing discrepancies to City before di st urbing the existing installation. 3.3 PREPARATION A. Disconnect electrical systems in walls , floor s and ceilings scheduled for removal. B. Coordinate utility service outages with Utility Company to minimize length and number of outages. C. Provide temporary wiring and connections to maintain existing systems in service during construction. D. When work must be performed on energized equipment or circuits , use perso nnel experienced in s uch operations . CITY OF FORT WORTH CONST RU CT IO SPECIF ICAT ION DO CU MENTS February 202 1 VCWRF Sou th Flow Lift Sta ti on City Project No . I 00075-2 26 05 IO -3 DEMOLITION FOR ELE CTRI CAL SYSTEMS Page 3 of 4 E. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. F. Disable system only to make switchovers and connections. G. Obtain permission from City at least I week in advance, before partially or completely disabling system. 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. I. Cut conduit flush with walls and floors and patch surfaces. D . Disconnect abandoned outlets and remove devices . I. Remove abandoned outlets if conduit serving them is abandoned and removed . 2. Provide blank cover for abandoned outlets which are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. F. Disconnect and remove electrical devices and equipment that has been removed. G. Repair adjacent construction and finishes damaged during demolition and extension work. H. Maintain access to existing installations which remain active. Modify installation or provide access to panels as appropriate. I. Where the demolition or revision of any portion of a raceway or box in the raceway system , in an area, causes the raceway system of the area to no longer comply with the classification or Specification requirements of the area, provide and install such boxes , fittings, etc . as may be necessary to return the raceway system to compliance with Specifications. J . Extend existing installation s u s ing materials and methods as specified for new Work. K . Minimize noise , du st, and vibration and conduct the work so as to avoid any damage to the surroundings. L. Salvaged Equipment and Materials I. The City shall have the right to retain any or all electrical and instrumentation equipment shown or s pecified to be rem ove d from the s ite. 2. Deliver the City 's equipment to a site desig nated by the City . 3. If the City refu ses the salvage, the Contractor mu st claim ownership of the materials and di s pose of them properly . 4 . Prior to startin g demolition , the Contractor and City s hall jointly visit the areas of demolition and the City will de s ig nate those items that are to remain the property of the City. 5 . Take necessary precaution s in removing City desig nated property to prevent damage during the demolition proce ss. a. Remove steel structural members by unbolting, cutting welds , or cutting rivet heads and punchin g s hanks through holes. CITY OF FORT WORTH CONST RUCT ION SPECIF ICAT ION DO CUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Statio n City Proje ct No . I 00075-2 26 05 10 -4 DE M O LIT IO N FO R EL ECTRI C AL S YST EM S Page 4 of 4 b. Do not use a cutting torch to separate the City's equipment or material. 6. Remove items in I piece or in a manner that does not impact their reuse. a. Loose components may be removed separately . b. Controls and electrical equipment may be removed from the equipment and handled separately . c . Large units may be handled separately . d. Salvaged piping shall be taken apart at flanges or fittings and removed in sections. M . Material removed from the construction site during demolition , and any equipment not otherwise designated to remain the property of the City 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 . I . The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the work. 3.5 RESTORATION A. Clean and repair existing materials and equipment which remain or are to be reused . B. Panelboards I. Clean exposed surfaces . 2 . Check tightness of electrical connections . 3 . Replace damaged circuit breakers . 4. Provide closure plates for vacant po s itions . 5. Provide typed circuit directory show ing revised circuiting arrangement. 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] C ITY OF FO RT WO RTH CONSTRUCTIO S PECIFI CATION DOCUMENTS Fe bru ary 202 1 END OF SECTION VC WRF So uth Flow Lift S tati on C ity Project No. 100075 -2 SECTION 26 05 13 -MEDIUM-VOLTAGE CABLES PART I -GENERAL 1.1 RELATED DOCUMENTS 26 05 13 MEDIUM-VOLTAGE CABLES Page I of8 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes cables and related cable splices, terminations , and accessories for medium- voltage (2001 to 35,000 V) electrical distribution systems. 1.3 DEFINITIONS A. Jacket: A continuous nonmetallic outer covering for conductors or cables . B. NETA A TS: Acceptance Testing Specification. C. Sheath: A continuous metallic covering for conductors or cables. 1.4 ACTION SUBMITT ALS A. Product Data: For each type of cable . Include splices and terminations for cables and cable accessones . 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Indicate location of each cable, splice, and termination. B . Qualification Data: For testing agency. C. Material Certificates: For each type of cable and accessory. D . Design Data: Cable pulling calculations, including conduit size and fill percentage , pulling tensions, cable sidewall pressure, jam probability , voltage drop, and ground wire sizing for each cable. E. Source quality-control reports . F . Field quality-control reports. 1.6 QUALITY ASSURANCE A. Installer : Engage a cable splicer, trained and certified by splice material manufacturer, to install , splice, and terminate medium-voltage cable. C OM Smith CONSTRUCTION SPEC IFI CATION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Stat ion City Project No. I 00075-2 26 05 13 MEDIUM-VOLTAGE CABLES Page 2 of8 B . Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing . 1.7 FIELD CONDITIONS A. Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Notify Owner no fewer than five days in advance of proposed inte rruption of electric service. 2. Do not proceed with interruption of electric service without Owner's written permission. PART 2 -PRODUCTS 2.1 2.2 A. B. SYSTEM DESCRIPTION Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFP A 70 , by a qualified testing agency, and marked for intended location and application . Comply with IEEE C2 and NFPA 70. C. Source Limitations: Obtain cables and accessories from single source from single m anufacturer. A. CABLES Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: 1. 2. 3. General Cable; General Cable Corporation . Okonite Company (The). Southwire Company. B . Cable Type: Type MV I 05. C . Conductor In s ulation : Crosslinked polyethy len e. 1. Voltage Rating: 15 kV . 2. Insulation Thickness: 13 3 percent insulation leve l. D. Conductor: Copper. E. Comply with UL 1072 , AEIC CS8 , and ICEA S-94-649. F. Conductor Stranding: Compact round , concentric lay , Class B . G. Strand Filling: Conductor interstices are filled with impermeable compound. C OM Smith VC WRF So uth Flow Lift Statio n C ity Project No . I 00075-2 CONSTR UCT ION S PEC IFICATION DOCU M ENTS February 202 1 2 .3 2.4 2 .5 H. I. A. B. A. 26 05 13 ME DI UM-VOLT AGE CABL ES Page 3 o f8 Shielding: 5 mil Copper tape, helically applied over semiconducting insulation shield with 25 percent minimum overlap. Cable Jacket: Chlorosulfonated polyethylene . CONNECTORS Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following : 1. 3M. 2. Cooper Power Systems, an Eaton business . 3. TE Connectivity Ltd. Copper-Conductor Connectors: Copper barrel crimped connectors. SOLID TERMINATIONS Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. 3M. 2. Raychem; a brand of nVent. 3 . TE Connectivity Ltd. B. Shielded-Cable Terminations: Comply with the following classes of IEEE 48. Insulation class shall be equivalent to that of cable . Include shield ground strap for shielded cable terminations . A. 1. Class 1 Terminations : Modular type, furnished as a kit, with stress-relief tube; multiple, molded-silicone-rubber, insulator modules; shield ground strap; and compression-type connector. 2. Class 1 Terminations: Heat-shrink type with heat-shrink inner stress control and outer nontracking tubes ; multiple, molded, nontracking skirt modules ; and compres sion-type connector. 3. Class 1 Terminations: Modular type, furnished as a kit, with stress-relief shield tenninator; multiple-wet-proces s , porcelain, insulator modules; shield ground strap ; and compression-type connector. 4 . Class 1 Terminations, Indoors: Kit with stress-relief tube, nontracking insulator tube, shield ground strap, compression-type connector, and end seal. 5 . Class 2 Terminations, Indoors: Kit with stress-relief tube, nontracking insulator tube, s hield ground strap, and compression-type connector. Include silicone-rubber tape ; cold- shrink-rubber sleeve; or heat-shrink, plastic-sleeve moi sture seal for end of insulation whether or not supplied with kits . 6 . Class 3 Terminations : Kit with stress cone and compression-type connector. SEPARABLE INSULATED CONNECTORS Description: Modular system , complying with IEEE 386, with disconnecting, s ingle-pole, cable terminators and with matching, stationary, plug-in , dead-front terminals des igned for cable voltage and for sealing against moisture . C OM Smith VCW RF So uth Flow L ift Stati on C ity Proj ect No . I 00075 -2 CONST R UCT ION S PEC IFICA TI ON DOCUMENTS Fe bru ary 2021 2.6 B . 26 05 13 MEDIUM-VOLT AGE CABLES Page 4 of8 Manufacturers: Subject to compliance with requirements, provide products by one of the following : I. 3M. 2. Cooper Power Systems, an Eaton business. 3. TE Connectivity Ltd. C. Terminations at Distribution Points: Modular type, consisting of terminators installed on cables and modular, dead-front, terminal junctions for interconnecting cables. D . Load-Break Cable Terminators: Elbow-type units with 200-A-load make/break and continuous-current rating; coordinated with insulation diameter, conductor size, and material of cable being terminated. Include test point on terminator body that is capacitance coupled. E. Dead-Break Cable Terminators: Elbow-type unit with 900-A continuous-current rating; designed for de-energized disconnecting and connecting; coordinated with insulation diameter, conductor size, and material of cable being terminated . Include test point on terminator body that is capacitance coupled. F. Test-Point Fault Indicators: Applicable current-trip ratings and arranged for installation in test points of load-break separable connectors , and complete with self-resetting indicators capable of being installed with shotgun hot stick and tested with test tool. G. Tool Set: Shotgun hot stick with energized terminal indicator, fault-indicator test tool , and carrying case . A. B. SPLICE KITS Description: For connecting medium voltage cables; ty pe as recommended by cable or s plicing kit manufacturer for the application. Manufacturers: Subject to compliance with requirements , prov ide products by one of the following: I. 3M . 2. Cooper Power Systems, an Eaton business . 3. TE Connectivity Ltd. C. Standard: Comply with IEEE 404. D . Splicing Products: As recommended , in writing, by s plicing kit manufacturer for specific sizes, materials , ratings , and configurations of cable conductors. Include all components required for complete splice, with detailed instructions. I . Combination tape and cold-shrink-rubber sleeve kit with rejacketing by cast-epoxy-resin encasement or other waterproof, abrasion-resistant material. 2. Heat-shrink splicing kit of uniform , cross-section, pol ymeric construction with outer heat-s hrink jacket. 3. Premolded, cold-shrink-rubber, in-line s plicing kit. 4. Premolded , E PDM splicing bod y kit with cable joint sea led by interference fit of mating parts and cable. 5. Separable multiway splice system with all components for the required splice configuration. COM S mith VC WRF South Flow Lift St at ion C ity Project No . I 00075-2 CONSTRUCTION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 2.7 2.8 2.9 A. B. C. D . E. A. B . C. D. E. A. B. C OM Smith MEDIUM-VOLTAGE TAPES 26 05 13 M EDIUM-VOLT AGE CABLES Page 5 of8 Description: Electrical grade, insulating tape rated for medium voltage application . Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: 1. 3M. 2 . Cooper Power Systems, an Eaton business . 3 . Raychem; a brand of nVent. 4. TE Connectivity Ltd. Ethylene/propylene rubber-based , 30-mil splicing tape, rated for 130 deg C operation. Minimum 3/4 inch wide. Silicone rubber-based , 12-mil self-fusing tape , rated for 130 deg C operation. Minimum 1-1 /2 inches (38 mm) wide. Insulating-putty , 125-mil elastic filler tape. Minimum 1-1 /2 inches wide. ARC-PROOFING MATERIALS Description: Fire retardant, providing arc flash protection. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: 1. 3M. 2 . Cooper Power Systems, an Eaton business. 3 . Raychem; a brand of nVent. 4. TE Connectivity Ltd. Tape for First Course on Metal Objects: 10-mil-thick, corrosion-protective, moisture-resistant, PVC pipe-wrapping tape. Arc-Proofing Tape: Fireproof tape, flexible , conformable, intumescent to 0.3 inch thick , and compatible with cable jacket. Glass-Cloth Tape: Pressure-sensitive adhesive type, I inch wide. FAULT INDICATORS Indicators: Manually reset fault indicator with inru sh restraint feature, arranged to clamp to cable sheath and provide a display after a fault has occurred in cable. Instrument shall not be affected by heat, moisture, and corrosive conditions and shall be recommended by manufacturer for installation conditions. Resetting Tool: Designed for use with fault indicators, with moisture-resistant storage and carrying case. CONSTRUCTIO N SPECIFICATION DOC UMENTS February 202 I VCWRF South Flow Lift Station C ity Project No. I 00075-2 2.10 A. B . SOURCE QUALITY CONTROL Test and inspect cables according to ICEA S-97-682 before shipping. 26 05 13 MEDIUM-VOLT AGE CABLES Page 6 of8 Test strand-filled cables for water-penetration resistance according to ICEA T-31-610, using a test pressure of 5 psig . PART 3 -EXECUTION 3.1 INSTALLATION A. Install cables according to IEEE 576 . B. Proof conduits prior to conductor installation by passing a wire brush mandrel and then a rubber duct swab through the conduit. Separate the wire brush and the rubber swab by 48 to 72 inches on the pull rope. 1. Wire Brush Mandrel : Consists of a length of brush approximately the size of the conduit inner diameter with stiff steel bristles and an eye on each end for attaching the pull ropes. If an obstruction is felt , pull the brush back and forth repeatedly to break up the obstruction. 2. Rubber Duct Swab: Consists of a series of rubber discs approximately the size of the conduit inner diameter on a length of steel cable with an eye on each end for attaching the pull ropes. Pull the rubber duct swab through the duct to extract loose debris from the duct. C. Pull Conductors: Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. 1. Where necessary, use manufacturer-approved pulling compound or lubricant that does not deteriorate conductor or insulation. 2. Use pulling means, including fish tape, cable, rope, and basket-weave cable grips, that do not damage cables and raceways . Do not use rope hitches for pulling attachment to cable. 3. Use pull-in guides, cable feeders , and draw-in protectors as required to protect cables during installation. 4 . Do not pull cables with ends unsealed . Seal cable ends with rubber tape. D . Install exposed cables parallel and perpendicular to surfaces of exposed structural members and follow surface contours where possible . E. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems ." F. Install direct-buried cables on leveled and tamped bed of 3-inch-thick, clean sand. Separate cables crossing other cables or piping by a minimum of 2 inches of tamped earth, plus an additional 2 inches of sand. Install permanent markers at ends of cable runs, changes in direction , and buried splices. G. Install "buried-cable" warning tape 12 inches above cables. H. In manholes , handholes , pull boxes, junction boxes, and cable vaults , train cables around walls by the longest route from entry to exit; support cables at intervals adequate to prevent sag. COM Sm ith CONSTRUCT ION SPEC IFICAT ION DOCUM ENTS February 202 1 VCWRF So uth Flow Lift Statio n C ity Project No . I 00075-2 3 .2 26 05 13 M EDI UM-VOLT AGE CABL ES Page 7 o f 8 I. Install sufficient cable length to remove cable ends under pulling grips . Remove length of conductor damaged during pulling. J . Install cable splices at pull points and elsewhere as indicated ; use standard kits. Use dead-front separable watertight connectors in manholes and other locations subject to water infiltration . K. Install terminations at ends of conductors, and seal multiconductor cable ends with standard kits. L . Install separable insulated-connector components as follows: 1. Protective Cap: At each terminal junction, with one on each terminal to which no feeder is indicated to be connected . 2 . Portable Feed-Through Accessory: At each terminal junction, with one on each terminal. 3 . Standoff Insulator: At each terminal junction, with one on each terminal. M . Arc Proofing: Arc proof medium-voltage cable circuits in manholes, cable trays , and exposed locations . In addition to arc-proofing tape manufacturer's written instructions , apply arc proofing as follows: N. 0 . P. Q. R. A. B. I . Clean cable sheath . 2. Wrap metallic cable components with I 0-mil pipe-wrapping tape. 3. Smooth surface contours with electrical insulation putty. 4. Apply arc-proofing tape in one half-lapped lay er with coated side toward cable. 5 . Band arc-proofing tape with two layers of I-inch-wide half-lapped , adhesive, glass- cloth tape at each end of the arc-proof tape . Seal around cables passing through fire-rated elements according to Section 078413 "Penetration Firestopping." Install fault indicators on each phase where indicated . Ground shields of shielded cable at terminations , s plices , and separable insulated connectors. Ground metal bodies of terminators, splices , cable and separable insulated-connector fittings , and hardware. Maintain shield continuity and connections to metal connection hardware at all connection points. Bond cable shields at each terminal or splice location . Identify cables according to Section 260553 "Identification for Electrical Systems ." Identify phase and circuit number of each conductor at each splice, termination , pull point, and junction box. Arrange identification so that it is unnecessary to move the cable or conductor to read the identification . FIELD QUALITY CONTROL Testing Agency : Engage a qualified testing agency to perform te sts and inspections . Perform the following tests and inspections in accordance with NETA A TS : I . Visual and mechanical in s pection . 2. Shield continuity test. 3. Insulation resistance te st. C OM Smith VCW RF So uth Flow Lift Stati on City Project No . I 00075 -2 CONSTR UCT ION S PEC IFI CAT ION DOCU M ENTS Fe bru ary 202 1 26 05 13 MEDI UM-VOLTAGE C ABLES Page 8 o f8 4. Off Line Partial Discharge or Very Low Frequency (VLF) Hipot or Tan Delta (TD) acceptance tests . 5 . Hot phasing and rotation tests. 6 . When new cables are spliced , the shield continuity and insulation resistance test shall be performed prior to s plicing . After the splice is completed , an insulation resistance test, shield continuity test and an engineer approved acceptance test shall be performed on the complete length of cable including the splice. 7. When new cables are s pliced into existing cables, an engineer approved acceptance test shall be performed on each old and new cable prior to s plicing. After test results are approved and the splice is completed , an insulation resistance test and a shield continuity te st shall be performed on the length of new and existing cable including the s plice . After a satisfactory insulation resi stance test, another acceptance test shall be performed on the cable utilizing a te st method and vo ltage recommended by the testing firm and approved by the Engineer. C. Medium-voltage cables will be considered defective if they do not pass tests and inspections . D. Prepare test and inspection reports. END OF SECTION 26 05 13 COM Smith CONSTR UC TI ON SPEC IFICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Stati on C ity Proje ct No . 100075 -2 26 05 19 LO W-VO LT A G E ELEC TRI CAL POW E R CONDUC T O RS AN D CABLES Page I of6 SECTION 26 05 19-LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I . Tinned-copper building wire rated 600 V or less. 2. Tray cable, Type TC, rated 600 V or less . 3. Connectors, splices, and terminations rated 600 V and less . B. Related Requirements: 1. Section 26 05 13 "Medium-Voltage Cables" for single-conductor and multiconductor cables, cable splices, and terminations for electrical distribution systems with 60 l to 35 ,000 V. 2. Section 26 05 23 "Control-Voltage Electrical Power Cables" for control systems communications cables and Classes I , 2 , and 3 control cables . 1.3 DEFINITIONS A. RoHS: Restriction of Hazardous Substances . B. VFC: Variable-frequency controller. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B . Product Schedule: Indicate type, use, location , and termination locations. 1.5 INFORMATIONAL SUBMITTALS A . Qualification Data: For testing agency. B. Field quality-control reports. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA . C OM S mith CO NS TR UCT ION S PEC IFI CA TION DOCU M EN T S Fe bru ary 202 1 VCW R F So uth Flow Lift S tati on C ity Project No . I 00075 -2 26 05 19 LOW-V OLTA GE ELEC TRI CAL POW ER CONDU CTORS AND CABL ES Pa ge 2 of6 1. Testing Agency's Field Supervisor: Certified by NET A to supervise on-site testing. PART 2 -PRODUCTS 2.1 2.2 A. B . TINNED-COPPER BUILDING WIRE Description: Flexible, insulated and uninsulated, drawn tinned-copper current-carrying conductor with an overall insulation layer or jacket, or both, rated 600 V or less . Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I . General Cable Technologies Corporation . 2. Okonite Company (The). 3. Southwire Company. C. Standards: I. Listed and labeled as defined in NFPA 70 , by a qualified testing agency , and marked for intended location and use. 2 . RoHS compliant. 3 . Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide." D. Conductors: Tinned copper, complying with ASTM B 33 for tinned annealed copper and with ASTM B 8 for stranded conductors. E. Conductor Insulation: l. Type TC-ER: Comply with NEMA WC 70/ICEA S-95-658 and UL 1277. 2 . Type XHHW-2 : Comply with UL 44. F. Shield : A . B . 1. Type TC-ER: Cable designed for use with VFCs, with oversized crosslinked polyethylene insulation , dual spirally wrapped copper tape shields and three bare symmetrically applied ground wires , and sunlight-and oil-resistant outer PVC jacket. TRAY CABLE, TYPE TC Description: A factory assembly of insulated current-carrying conductors with an equipment grounding conductor in a nonmetallic jacket. Manufacturers: Subject to compliance with requirements , provide products by one of the following: 1. General Cable Technologies Corporation . 2. Okonite Company (The). 3. Southwire Company. C . Standards: COM Smith VCWRF So uth Flow Lift Stati on City Proj ec t No. I 000 75 -2 CONST RUCTI ON SPEC IFICA TI ON DOCUMEN TS Febru ary 202 I 2.3 D. E. F. G . A. 2 6 0 5 19 LO W-V O LT AGE ELECTRI CAL PO WER CONDUCTO RS AN D C AB LES Page 3 o f6 1. Listed and labeled as defined in NFPA 70, by a qualified testing agency , and marked for use in Class I, Division 2 hazardous locations per NEC Article 501 and 502. 2. RoHS compliant. 3 . Comply with UL 1277. 4 . Comply with ICEA S-73-532/NEMA WC 57 for Ty pe TC cables used for control , thermocouple extension , and instrumentation . 5. Comply with ICEA S-95-658/NEMA WC 70 for Type TC cables used for power distribution . 6 . Conductor and Cable Marking: Comply with wire and cable marking according to UL's "Wire and Cable Marking and Application Guide." Conductors: Tinned copper, complying with ASTM B 33 for tinned annealed copper and with ASTM B 8 for stranded conductors . Ground Conductor: Tinned annealed copper. Conductor Insulation : Type XHHW-2 . Comply with UL 44. Overall Jacket: Chlorinated Polyethylene (CPE) Jacket. CONNECTORS AND SPLICES Description: Factory-fabricated connectors, splices, and lugs of size , ampacity rating, material , type, and class for application and service indicated ; listed and labeled as defined in NFPA 70, by a qualified testing agency , and marked for intended location and use. B. Manufacturers: Subject to compliance with requirements , provide products by one of the following: 1. 2 . 3. 4 . 5 . 3M Electrical Products . Hubbell Power Systems, Inc. 0-Z/Gedney; a brand of Emerson Industrial Automation. TE Connectivity Ltd. Thomas & Betts Corporation; A Member of the ABB Group. C. Jacketed Cable Connectors: For steel and aluminum jacketed cables, zinc die-cast w ith set screws, designed to connect conductors specified in thi s Section . D . Lugs: One piece, seamless, designed to terminate conductors s pecified in this Section. 1. Material: Copper. 2. Type : Two hole with long barrels. 3 . Termination : Compression . PART 3 -EXECUTION 3 .1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Tinned Copper; stranded for No . 12 A WG and la rger. C OM Smith CONSTR UC TI ON SPEC IFICATI ON DOCUMENT S Feb ru ary 202 1 VCW R F So uth Flow Lift St ati on City Project No. I 00075 -2 3 .2 3 .3 B. C. D. A. B . C. D. E. 26 05 19 LO W-VO LTAGE E LECTRJ CAL POW ER COND UCTORS AND CABL ES Page 4 of6 Branch Circuits: Tinned Copper. Stranded for No. 12 A WG and larger. VFC Output Circuits Cable: Extra-flexible tinned copper; stranded for all sizes. Power-Limited Fire Alarm and Control: Tinned copper; Stranded for No. 14 A WG and smaller. CONDUCTOR INSULATION AND MULTI CONDUCTOR CABLE APPLICATIONS AND WIRING METHODS Service Entrance: Type XHHW-2 , single or multi-conductors in raceway . Exposed Feeders: Type XHHW-2 , single or multi-conductors in raceway. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type XHHW-2 , single or multi-conductors in raceway. Feeders in Cable Tray: Type XHHW-2 , multi-conductors. E x posed Branch Circuits, Including in Crawlspaces: Type XHHW/XHHW-2, single or multi- conductors in raceway. F . Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: G . H. A. B . C . Type XHHW-2 , single or multi-conductors in raceway. Branch Circuits in Cable Tray: Type XHHW-2 , multi-conductors. VFC Output Circuits: Type TC-ER cable with dual tape shield in metal conduit. INSTALLATION OF CONDUCTORS AND CABLES Conceal cables in finished walls, ceilings, and floors unless otherwise indicated. Complete raceway installation between conductor and cable termination points according to Section 26 05 33 "Raceways and Boxe s for Electrical Systems" prior to pulling conductors and cables. Use manufacturer-approved pulling compound or lubricant where necessary ; compound used must not deteriorate conductor or insulation . Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values . D . Us e pulling means , including fish tape, cable, rope , and basket-weave wire/cable grips, that will not damage cables or raceway . E . Install exposed cables parallel and perpendicular to surfaces of exposed structural members , and follow surface contours where possible. F . Support cables according to Section 26 05 29 "Hangers and Supports for Electrical Systems ." C OM S mith VCW R F South Flow Li ft S tati on C ity Proj ect No . I 0007 5-2 CONSTR UCTION S PEC IFICAT ION DOCUMENTS Fe bru ary 202 1 3.4 A . B. C. 3.5 A. B . 3 .6 A. 3 .7 A. 3 .8 A. C DM Smith CONNECTIONS 26 05 19 LOW-VOLT AGE E LEC TRI CA L PO WE R COND UC TO RS AN D CABLES Page 5 of 6 Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values . If manufacturer's torque values are not indicated, use those specified in UL 486A-486B. Splices shall not be made in cables without prior written approval of Engineer. Where splicing is approved by Engineer, make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors . Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack. IDENTIFJCA TION Identify and color-code conductors and cables according to Section 260553 "Identification for Electrical Systems." Identify each spare conductor at each end with identity number and location of other end of conductor, and identify as spare conductor. SLEEVE AND SLEEVE-SEAL INST ALLA TJON FOR ELECTRICAL PENETRA TJONS Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." FIRESTOPPING Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly according to Section 078413 "Penetration Firestopping." FIELD QUALITY CONTROL Perform tests and inspections with the assistance of a factory -authorized service representative . 1. After installing conductors and cables and before electrical circuitry has been energized, test feeder conductors and conductors feeding the following critical equipment and services for compliance with requirements: 2 . Perform each of the following visual and electrical tests: a . Inspect exposed sections of conductor and cable for phy sical damag e and correct connection according to the single-line diagram . b . Test bolted connections for high resistance u s ing one of the following : I) A low-re s istance ohmmeter. 2) Calibrated torque wrench. 3) Thermographic survey. c. Inspect compression-applied connectors for correct cable match and indentation . CONSTR UCT ION S PEC IFI CATION DOCU M EN T S Fe bru ary 202 1 VCW R F So uth Flow L ift Stati on C ity Proj ect No . I 00075 -2 26 05 19 LOW-VOLT AGE ELECTRI CAL POW ER CONDUCTORS AND CABLES Page 6 of6 d. Inspect for correct identification . e. Inspect cable jacket and condition. f. Insulation-resistance test on each conductor for ground and adjacent conductors. Apply a potential of 500-V de for 300-V rated cable and 1000-V de for 600-V rated cable for a one-minute duration. g. Continuity test on each conductor and cable . h. Uniform resistance of parallel conductors. 3. Initial Infrared Scanning: After Substantial Completion , but before Final Acceptance, perform an infrared scan of each splice in conductors No. 3 A WG and larger. Remove box and equipment covers so s plices are accessible to portable scanner. Correct deficiencies determined during the scan. a. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device . b . Record of Infrared Scanning: Prepare a certified report that identifies switches checked and that describes scanning results. Include notation of deficiencies detected , remedial action taken , and observations after remedial action . 4. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each switch 11 months after date of Substantial Completion . B. Cables will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports to record the following: I . Procedures used . 2. Results that comply with requirements. 3. Results that do not comply with requirements, and corrective action taken to achieve compliance with requirements. END OF SECTION 26 05 19 C OM Smith CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 202 1 VCWRF South Flow Lift Station C ity Project No. I 00075-2 26 05 23 CONTROL-VOLT AGE ELECT RI CAL POW ER CABLES Page I of8 SECTION 26 05 23 -CONTROL-VOLTAGE ELECTRICAL POWER CABLES PART I -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to thi s Section. 1.2 SUMMARY A. Section Includes : 1. Low-voltage control cabling. 2. Control-circuit conductors. 3. Identification products. 1.3 DEFINITIONS A. EMI : Electromagnetic interference . B . Low Voltage: As defined in NFPA 70 for circuits and equipment operating at le ss than 50 V or for remote-control and signaling power-limited circuits. C. Plenum : A space forming part of the air di stribution system to which one or more air ducts are connected. An air duct is a passageway , other than a plenum , for tran s portin g air to or from heating, ventilating, or air-conditioning equipment. D. RCDD : Registered Communications Di stribution Des igner . 1.4 ACTION SUBMITT ALS A . Product Data : For each type of product. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing agency, RCDD , la yo ut technician , installation supervisor, and field in spe ctor. B. Source quality-co ntrol re ports . C . Field quality-control report s. 1.6 QUALITY ASSURANCE A . Testing Agency Qualifications: Accredited by NETA . C OM Smith CONSTRUCTION SPECIFICAT ION DO CUMENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Station C ity Project No. I 00075-2 26 05 23 CONTROL-V OLTAGE ELECTRICAL POWER CABLES Page 2 of8 1. Testing Agency's Field Supervisor: Currently certified by BICSI as an RCDD to s upervise on-site testing . PART 2 -PRODUCTS 2.1 A. B. C. D. E. 2.2 A. 2.3 A. COM Smith PERFORMANCE REQUIREMENTS E lectri cal Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. F lam e Travel and Smoke Density in Plenums: As determined by testing identical products accordin g to NFPA 262, by a qualified testing agency. Identify products for installation in plenums with appropriate markings of applicable testing agency . 1. F lam e Travel Distance: 60 inches or less. 2. Peak Optical Smoke Density: 0.5 or less . 3. Average Optical Smoke Density: 0.15 or less. Flame Trave l and Smoke Dens ity for Riser Cables in Non-P lenum Building Spaces: As determined by testing identical products according to UL 1666. F lame Travel and Smoke Density for Cables in Non-Riser App licati ons and Non- Plenum Building Spaces: As determined by testing identical products according to UL 1685 . RoHS compliant. LOW-VOLTAGE CONTROL CABLE Paired Cable: NFPA 70 , T y pe CMG. 1. One or Multi-pair, twisted, No. 16 AWG, stranded (19x29) tinned-copper conductors. 2. PVC insulation . 3. One pair: Shielded. 4. Multi-pair: Shielded with overall s hield 5. PVC jacket. 6. Flame Resistance: Comply with UL 1685 . CONTROL-CIRCUIT CONDUCTORS Manufacturer-,: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. l:ncorc \\ire(_ orporation . 2. General Cabk: ( ,ern.:ral (_able(_ orporgtion . 3. 'loutlrn ire ( om pall\. CONSTRUCTION SPECIF ICATION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No . I 00075 -2 26 05 23 CONTRO L-VO LT AGE ELECTRI CA L POW ER CA BL ES Page 3 of 8 B. Class l Control Circuits: Stranded tinned-copper Type XHHW-2 , complying with UL 44 in raceway, . C . Class 2 Control Circuits: Stranded tinned-copper, Type XHHW-2 , complying with UL 44 in raceway, D. Class 3 Remote-Control and Signal Circuits : Stranded tinned-copper, Type XHHW-2 , complying with UL 44 in raceway . 2.4 A. SOURCE QUALITY CONTROL Testing Agency: Engage a qualified testing agency to evaluate cables. B. C. D. Factory test twisted pair cables according to TIA-568-C.2 . Cable will be considered defective if it does not pass tests and inspections. Prepare test and inspection reports. PART 3 -EXECUTION 3.1 3.2 A. A. EX.AMINA TION Test cables on receipt at Project site. 1. Test each pair of twisted pair cable for open and short circuits . INSTALLATION OF RACEWAYS AND BOXES Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems" for raceway selection and installation requirements for boxes, conduits, and wireways as supplemented or modified in this Section. 1. Outlet boxes for cables shall be no smaller than 4 inches square by 1-1 /2 inches deep with extension ring sized to bring edge of ring to within I /8 inch of the finished wall surface. 2 . Flexible metal conduit shall not be used. B. Comply with TIA-569-D for pull-box sizing and length of conduit and number of bend s between pull points. C. Install manufactured conduit sweeps and long-radius elbows if possible. D. Raceway Installation in Equipment Rooms: I . Position conduit ends adjacent to a comer on backboard if a single piece of plywood is installed , or in the comer of the room if multiple sheets of pl y wood are installed around perimeter walls of the room . 2. Install cable trays to route cables if conduits cannot be located in these positions. 3. Secure conduits to backboard if entering the room from overhead. C OM Smith VCW RF So uth Flow Lift Stati o n C ity Proj ect No. I 00075 -2 CONSTRUC TI ON SP EC IFI CA TI ON DOCU M EN T S Fe bru ary 202 1 3.3 E. A. B. 26 05 23 CONTROL -V OLTAGE ELEC TRI CAL POW ER CABL ES Page 4 of8 4. Extend conduits 3 inches above finished floor. 5. Install metal conduits with grounding bushings and connect with grounding conductor to grounding system. Backboards: Install backboards with 96-inch dimension vertical. Butt adjacent sheets tightly and form smooth gap-free corners and joints. INSTALLATION OF CONDUCTORS AND CABLES Comp ly with NECA 1. General Requirements for Cabling: I. Comply with TIA-568-C Series of standards. 2. Comply with BICSI ITSIMM, Ch. 5 , "Copper Structured Cabling Systems." 3. Terminate all conductors; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, and cross-connect and patch panels. 4. Cables may not be spliced and shall be continuous from terminal to terminal. Do not sp lic e cable between termination , tap , or junction points. 5 . Cables serving a common system may be grouped in a common raceway. Install network cabling and contro l wiring and cable in separate raceway from power wiring. Do not group conductors from different systems or different voltages. 6. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks , frames , and terminals. 7. Bundle, lace , and train conductors to terminal points without exceeding manufacturer's limitations on bending radii , but not less than radii specified in BICSI ITSIMM , Ch . 5, "Copper Structured Cabling Systems." Install lacing bars and distribution spools. 8. Do not install bruised , kinked , scored , deformed , or abraded cable. Remove and discard cable if damaged during installation and replace it with new cable . 9 . Cold-Weather Installation: Bring cable to room temperature before dereeling. Do not use heat lamps for heating. 10. Pulling Cable: Comply with BICSI ITSIMM, Ch. 5 , "Copper Structured Cabling Systems." Monitor cable pull tensions . 11 . Support: Do not allow cab les to lie on removable ceiling tiles. 12. Secure: Fasten securely in place with hardware spec ifi cally designed and installed so as to not damage cables. I 3 . Provide strain relief. I 4. Keep runs short. Allow extra length for connecting to terminals . Do not bend cables in a radius less than IO times the cab le OD . Use sleeves or grommets to protect cables from vibration at points where they pass around sharp comers and through penetrations. 15 . Ground wire shall be copper, and grounding methods shall comply with IEEE C2. Demonstrate ground resistance. C. Balanced Twisted Pair Cable Installation : I . Comply with TIA-568-C .2 . C OM Smith CON STR UCT ION SPECI FI CA TI ON DOCU MEN TS Fe bruary 2021 VCW RF So uth Fl ow Lift Stati on C ity Project No . I 00075-2 26 05 23 CONT ROL-VOLT AGE ELECT RI CAL POWER CABLES Page 5 of8 2. Install termination hardware as specified in Section 2715 I 3 "Communications Copper Horizontal Cabling" unless otherwise indicated. 3. Do not untwist balanced twisted pair cables more than 1/2 inch at the point of termination to maintain cable geometry . D . Installation of Control-Circuit Conductors: I. Install wiring in raceways. 2. Use insulated spade lugs for wire and cable connection to screw terminals. 3. Comply with requirements s pecified in Section 260533 "Raceways and Boxes for Electrical Systems." E. Open-Cable Installation: I. Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment. 2. Cable shall not be run through or on structural members or in contact with pipes, ducts, or other potentially damaging items. Do not run cables between structural members and corrugated panels. F. Separation from EMI Sources: C DM Smith I. Comply with BICSI TDMM and TIA-569-D recommendations for separating un s hielded copper voice and data communications cable from potential EMI sources including electrical power lines and equipment. 2. Separation between open communications cables or cables in nonmetallic raceways and unshielded power conductors and electrical equipment s hall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kV A: A minimum of 5 inches. b . Electrical Equipment or Circuit Rating between 2 and 5 kV A: A minimum of 12 inches. c . Electrical Equipment or Circuit Rating More Than 5 kV A: A minimum of 24 inches . 3 . Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment s hall be as follows: a. Electrical Equipment or Circuit Rating Less Than 2 kV A: A minimum of 2 -1 /2 inches. b . Electrical Equipment or Circuit Rating between 2 and 5 kV A: A minimum of 6 inches . c. Electrical Equipment or Circuit Rating More Than 5 kV A: A minimum of 12 inches . 4. Separation between communications cables in grounded metallic raceways and power line s and electrical equipment located in grounded metallic conduits or enclosures shall be as follows: a . Electrical Equipment or Circuit Rating Less Than 2 kV A: No requirement. CONSTRU CTIO N SPEC IFI CAT ION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075 -2 3.4 3.5 3 .6 3.7 3.8 A. A . A. B. C. A. 26 05 23 CONT ROL-V OL TAGE ELEC TRI CAL POW ER CABL ES Pa ge 6 of8 b. Electrical Equipment or Circuit Rating between 2 and 5 kV A: A minimum of 3 inches. c . Electrical Equipment or Circuit Rating More Than 5 kV A: A minimum of 6 inches. 5 . Separation between Communications Cables and Electrical Motors and Transformers, 5 kV A or 5 HP and Larger: A minimum of 48 inches. 6. Separation between Communications Cables and Fluorescent Fixtures: A minimum of 5 inches. REMOVAL OF CONDUCTORS AND CABLES Remove abandoned conductors and cables. Abandoned conductors and cables are those installed that are not terminated at equipment and are not identified with a tag for future use. CONTROL-CIRCUIT CONDUCTORS Minimum Conductor Sizes: I. Class 1 remote-control and signal circuits; No 14 A WG . 2 . Class 2 low-energy, remote-control , and signal circuits; No. 16 A WG. 3. Class 3 low-energy, remote-control , alarm , and signal circuits; No 14 AWG . FIRES TOPPING Comply with requirements in Section 078413 "Penetration Firestopping." Comply with TIA-569-D, Annex A , "Firestopping." Comply with BICSI TDMM , "Firestopping" Chapter. GROUNDING For data communication wmng, comply with TlA-607-B and with BICSI TDMM, "Bonding and Grounding (Earthing)" Chapter. B . For low-voltage control wiring and cabling, comply with requirements m Section 260526 "Grounding and Bonding for Electrical Systems." A . IDENTIFICATION Comply with requirements for identification specified in Section 260553 "Identification for Electrical Sy stems." COM Smith VCWRF So uth Fl ow Lift Stati on City Proj ect No . I 0007 5-2 CO NSTR UC TI ON SPEC IFI CAT ION DOCUMEN TS Febru ary 202 1 B. C. 3.9 A . B. 26 05 23 CON TR OL-V OLT AGE ELECT RJ CAL POWER CA BL ES Page 7 of8 Identify data and communications system components, wiring, and cabling according to TIA-606-8 ; label printers shall use label stocks , laminating adhesives, and inks complying with UL 969 . Identify each wire on each end and at each terminal with a number-coded identification tag. Each wire shall have a unique tag. FIELD QUALITY CONTROL Perform tests and inspections with the as s istance of a factory-authorized service representative . Tests and Inspections : I . Visually inspect cable jacket materials for UL or third-party certification markings . Inspect cabling terminations to confirm color-coding for pin assignments, and inspect cabling connections to confirm compliance with TIA- 568-C.1 . 2 . Visually inspect cable placement, cable termination , grounding and bonding, equipment and patch cord s, and labeling of all components . 3. Test cabling for direct-current loop resistance, shorts , opens , intermittent faults , and polarity between conductors. Test operation of shorting bars in connection blocks . Test cables after termination , but not after cross-connection . a. Test instruments shall meet or exceed applicable requirements in TIA-568- C.2. Perform tests with a tester that complies with performance requirements in its "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in its "Measurement Accuracy (Informative)" Annex . Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link te st configuration . C. Document data for each measurement. Print data for submittal s in a summary report that is formatted using Table I 0 .1 in BICSI TDMM a s a guide, or tran sfer the data from the instrument to the computer, save a s text files , print, and submit. D . End-to-end cabling will be considered defective if it does not pass tests and inspections. E. Prepare test and inspection reports . END OF SECTION 26 05 23 COM Smith CONST RUC TI ON SPECIF ICAT ION DO CU MENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Proj ec t No . I 00075 -2 26 05 23 CONTROL -VOLT AGE ELECTRICAL POWER CABLES Page 8 of8 THIS PAGE INTENTIONALLY LEFT BLANK CDM Smith CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 202 1 VCWRF So uth Flow Lift Station C ity Proj ect No . I 00075-2 26 05 26 GROUNDfNG AN D BON DfNG FOR ELECTRI CAL SYSTEMS Page I of 10 SECTION 26 05 26 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes grounding and bonding systems and equipment, plus the following special applications: 1. Underground distribution grounding. 2. Foundation stee l electrodes. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product indicated. 1.4 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Plans showing dimensioned locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Test wells. 2. Ground rods. 3. Ground rings. 4. Grounding arrangements and connections for separately derived systems. B. Qualification Data: For testing agency and testing agency's field supervisor. C. Field quality-control reports. 1.5 CLOSEOUT SUBMITT ALS A . Operation and Maintenance Data: For grounding to include in emergency, operation , and maintenance manuals. CDM Smith 1. In addition to items specified in Section O 1 78 23 "Operation and Maintenance Data," include the following: a. Plans showing as-bui lt , dimensioned locations of grounding features specified in "Field Quality Control" Article, including the following: 1) Test wells. 2) Ground rods. 3) Ground rings. CONSTR UC TION SPECIFICATION DOCUMENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Station City Proje ct No. I 00075-2 26 05 26 GROUNDING AND BONDING FOR ELECTRI CAL SYSTEMS Page 2 of 10 4) Grounding arrangements and connections for separately derived systems. b. Instructions for periodic testing and inspection of groundin g features at test wells based on NFPA 70B . 1) Tests shall determine if ground-resistance or impedance values remain within s pecified maximums, and instructions shall recommend corrective action if va lu es do not. 2) Include recommended testing intervals . 1.6 QUALITY ASSURANCE A . Testing Agency Qualifications: Certified by NETA. PART 2 -PRODUCTS 2.1 A. B. 2.2 A. 2.3 A. COM Smith SYSTEM DESCRIPTION Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agenc y, and marked for intended location and application . Comply with UL 467 for grounding and bonding materials and equipment. MANUFACTURERS Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. Bumdy; Part of Hubbell E lectrical Systems. 2. ERICO; a brand of nVent. 3. 0-Z/Gedney; a brand of Emerson Industrial Automation . 4. Thomas & Betts Corporation; A Member of the ABB Group. 5. General Cable Technologies Corporation. 6. Okonite Company (The). 7. Southwire Company. CONDUCTORS Insulated Conductors: Tinned-copper w ire or cable in s ulated for 600 V unless otherwise required by applicable Code or authorities ha v in g jurisdiction. CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No. I 00075-2 2.4 26 05 26 GROUNDING AND BONDING FOR ELE CT RICAL SYSTEMS Page 3 of 10 B . Tinned Copper Conductors: A . B . C. D . 1. Stranded Conductors: ASTM B8 . 2. Tinned Conductors: ASTM B33. 3. Bonding Cable : 28 kcmil , 14 strands of No . 17 AWG conductor, 1/4 inch 111 diameter. 4. Bonding Conductor: No. 4 or No. 6 A WG , stranded conductor . 5. Bonding Jumper: Copper tape, braided conductors terminated with copper ferrules; 1-5 /8 inches wide and 1/16 inch thick. 6 . Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated with copper ferrules ; 1-5 /8 inches wide and 1/16 inch thick. CONNECTORS Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected . Welded Connectors : Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. Bus-Bar Connectors: Mechanical type, cast silicon bronze, solderless compression-type wire terminals , and long-barrel , two-bolt connection to ground bus bar. Bus-Bar Connectors: Compression type, copper or copper alloy , with two wire terminals. E . Beam Clamps: Mechanical type, terminal, ground w ire access from four directions, with dual , tin-plated or silicon bronze bolts . F. Cable-to-Cable Connectors: Compression type , copper or copper alloy. G. Cable Tray Ground Clamp: Mechanical type , zinc-plated malleable iron . H . Conduit Hubs : Mechanical type, terminal with threaded hub . I. Ground Rod Clamps: Mechanical type, copper or copper alloy , terminal with socket set screw. J. Ground Rod Clamps: Mechanical type, copper or copper alloy, terminal with hex head bolt. K. Lay-in Lug Connector: Mechanical type, copper rated for direct burial terminal with set screw. L. Service Post Connectors: Mechanical type, bronze alloy terminal , in short-and long- stud lengths , capable of single and double conductor connections. M . Signal Reference Grid Clamp : Mechanical type , stamped-steel terminal with he x head screw. N . Straps: Solid copper, copper lug s. Rated for 600 A. COM Sm ith VCWRF South Flow Lift Station City Proje ct No . I 00075 -2 CONS TRU CT ION SPEC IFI CA TION DO CU MENTS February 2021 26 05 26 G ROUN DIN G AN D BONDING FOR ELECTRI CAL SYSTEMS Page 4 of 10 0. Tower Ground Clamps: Mechanical type, copper or copper alloy, terminal one-piece clamp. P. U-Bolt Clamps: Mechanical type, copper or copper alloy, terminal listed for direct burial. Q. Water Pipe Clamps: I. Mechanical type, two pieces with stainless-steel bolts. a. Material: Die-cast zinc alloy. b . Listed for direct burial. 2. U-bolt type with malleable-iron clamp and copper ground connector. 2.5 A. GROUNDING ELECTRODES Ground Rods: Copper-clad steel; 10 mil plating thickness; 3/4 inch by I 0 . B. 2 .6 A. Ground Plates: 1/4 inch thick, hot-dip galvanized. EXOTHERMJC WELDING Exothermic welding shall be by CADWELD process, or equal. Molds and powder shall be furnished by the same manufacturer and sized and selected per manufacturer's instructions for specific combination of conductors and connected items. PART 3 -EXECUTION 3 .1 A. APPLJCA TIONS Conductors: Install stranded conductor for No. 8 A WG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare tinned-copper conductor, No. 4/0 AWG minimum. 1. Bury at least 24 inches below grade. 2 . Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when indicated as part of duct-bank installation. C. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground , identify grounding conductor where visible to normal inspection , with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. C OM Smith VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 00075-2 CONSTRUCTION S PEC IFI CATI ON DOCU MENTS Fe bru ary 202 1 26 0 5 26 G ROUN DI NG AN D BON DIN G FO R ELECTRI CA L S YST EM S Page 5 of IO D . Conductor Terminations and Connections: 3 .2 A. 3.3 A. B . C. D . 3.4 A. B . COM S mith 1. Pipe and Equipment Grounding Conductor Terminations : Bolted connectors . 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3 . Connections to Ground Rods at Test Wells : Welded connectors . 4. Connections to Structural Steel : Welded connectors . GROUNDING SEP ARA TEL Y DERIVED SYSTEMS Separately derived systems such as transformers or generators (if identified a s s uch) shall bond neutral and ground together with a bonding jumper at the equipment in accordance with NEC 250 .102 . Connection to the grounding electrode sy stem via the electrode grounding conductor shall be in accordance with NEC Table 250.66 or as shown on the Drawings. GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS Comply with IEEE C2 grounding requirements. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall , and set rod depth so 4 inches will extend above finished floor. If necessary, install ground rod before manhole is placed and prov ide No . 4 /0 A WG bare , tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall . Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches above to 6 inches below concrete . Seal floor opening with waterproof, nonshrink grout. Grounding Connections to Manhole Components: Bond exposed-metal parts such as in serts , cable racks, pullin g irons , ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 A WG minimum, stranded , hard-drawn tinned-copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls . Connect to cable armor and cable shields according to written instructions by manufacturer of splicin g and termination kits . Pad-Mounted Transformers and Switches: Install two ground rods and ground ring around the pad . Ground pad-mounted equipment and noncurrent-carrying metal item s associated with substations by connecting them to underground cable and grounding electrodes. In stall tinned-copper conductor not less than No. 4 /0 A WG for ground rin g and for taps to equipment grounding terminals. Bury ground ring not le s s than 6 inches from the foundation. EQUIPMENT GROUNDING Install insulated equipment grounding conductors with all feeders and branch circuits . Install insulated equipment grounding conductors with the following items , in addition to those required by NFPA 70: 1. Feeders and branch circuits . 2 . Lighting circuits. CONSTR UC TI ON SPEC IFICAT ION DOCUMENT S Fe bru ary 202 1 VCWRF So uth Flow Lift St ati o n C ity Proj ect No . I 00075 -2 3.5 C. D . E. F. A. 3. Receptacle circuits. 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 6 of 10 4. Single-phase motor and appliance branch ci rcuits . 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway run s. 7. Busway Supply Circuits: In stall in su lated equipment grounding conductor from g roundin g bu s in the switchgear, switchboard , or distribution panel to equipment gro undin g bar terminal on bu sway. Air-Duct E quipment Circuits : In sta ll insulated equipment grounding conductor to duct- mounted electrical devices operating at 120 V and more, including air cleaners, heaters , dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic pipin g. Water Heater, Heat-Tracing, and Antifrost Heating Cables: Install a separate in sulated equipment grounding conductor to each electric water heater and heat-tracing cable. Bond conductor to heater units, piping, connected equipment, and components. Iso lated Equipment Enclo sure Circuits: For desi g nated equipment supplied by a branch circuit or feeder, iso late equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a se parate in s ulated equipment grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals . Terminate at equipment g rounding conductor terminal of the applicable derived system or se rvice unless otherwise indicated. Poles Supporting Outdoor Lighting Fixtures : In stall gro undin g electrode and a separate in s ulated equipment groundin g conductor in ad dition to gro undin g conductor in stalled with branch-circuit conductors. INSTALLATION Grounding E lectrode Conductors: Route alon g s hortest and straightest path s possible unless otherwise indicated or required by Code . Avoid o b structing access or placing conductors w here they may be s ubj ected to strain , impact, or damage. 1. Where conductors pass through flo or s lab s, wa ll s, etc., they shall be in sta lled in conduit or s leeved . 2. Conductors s ubject to mechanical damage shall be protected by non-ferrou s conduit to avoid a choke effect for fault c urre nts. B. Ground Bonding Common w ith Lightning Protection System: Comply w ith NFPA 780 a nd UL 96 w h e n inte rconnectin g w ith li ghtnin g protection system . Bond electrical power system g round directly to lightnin g protection system gro unding conductor at closest point to electrical service groundin g electrode. Use bonding conductor s ized same as system gro undin g electrode conductor, and in stall in conduit. C. Ground R o d s: Drive rods until tops a re 2 in ch es below finished floor or final grade unless otherwise indicated. COM Smith VCWRF South Flow Lift Station C ity Project No . I 00075-2 CONSTRUCTION S PECIF ICAT ION DOCUMENTS February 202 1 26 05 26 GROUNDING AN D BONDING FOR ELECTRICAL SYSTEMS Page 7 of IO 1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated . Make connections without exposing steel or damaging coating if any. 2. Use exothermic welds for all below-grade connections. 3. For grounding electrode system , install at least three rods s paced at least one-rod length from each other and located at least the sa me distance from other grounding electrodes, and connect to the service grounding electrode conductor. 4. Rods shall be installed vertically and not allowed to be deformed or driven at an angle. Where driving is difficult or where rock is encountered , Contractor shall use purpose -designed drilling equipment, install the rod into the drilled hole and backfill around rod using ground enhancement material (GEM) mixed w ith water to form a slurry in accordance with the Manufacturer's instructions. D . Test Well s: Ground rod dri ve n through drilled hole in bottom of handhole. Handholes are specified in Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 inches deep, with cover. I . Install at least one test well for each service unle ss otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor. E. Bonding Straps and Jumpers: Install in location s accessible for inspection and maintenance except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directl y to basic structure, taking care not to penetrate any adjacent parts . 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: In sta ll bonding so v ibration is not transmitted to ri g idl y mounted equipment. 3. Use exothermic-welded connectors for outdoor location s; if a di sco nnect-type connection is required , use a bolted clamp. F. Grounding and Bonding for Piping: I . Metal Water Service Pipe: In sta ll in sulated copper gro undin g conductors, in conduit, from buildin g's main se rv ice equipment, or grounding bu s, to main metal water service entrances to building . Connect grounding conductors to main metal water service pipes; use a bolted clamp connector or bolt a lug-type connector to a pipe flange by using one of the lug bolts of the flange . Where a dielectric main water fitting is installed , connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. 2. Water Meter Pipin g: Use braided-type bondin g jumpers to electrically by pass water meters . Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system do w n stream from equipment shutoff valve. G. Bonding Interior Metal Du cts : Bond metal air ducts to equi pment gro undin g conductors of associated fans , blowers, electric heaters, and air cleaners. Install tinned bonding jumper to bond across fle x ible duct connections to achieve continuity. H . Grounding for Steel Building Structure: In sta ll a driven gro und rod at ba se of e ach corner column and at intermediate exterior columns at di sta nces not more than 60 feet apart or as shown on the Contract Drawings . COM Smith CONSTR UCTION SPEC IFICAT ION DOC UMENTS February 202 1 VC WRF So uth Flow Lift Stati on City Proj ect No. I 00075 -2 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 8 of 10 I. Ground Ring: Install a grounding conductor, electrically connected to each building structure ground rod and to each indicated item , extending around the perimeter of area or item indicated. 3.6 l. Install tinned-copper conductor not less than No. 4 /0 A WG for ground ring and for taps to building steel. 2. Bury ground ring not less than 24 inches from building's foundation . 3. Lay all underground 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. J . Concrete-Encased Grounding Electrode (Ufer Ground): Fabricate according to NFP A 70; using electrically conductive coated steel reinforcing bars or rods, at least 20 feet long. If reinforcing is in multiple pieces, connect together by the usual steel tie wires or exothermic welding to create the required length. K. Connections: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection method s so metals in direct contact are galvanically compatible. A. l . Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean , bare metal at points of contact. 3. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum-to-galvanized-steel connections with tin-plated copper jumpers and mechanical clamps . 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. FIELD QUALITY CONTROL Perform tests and inspections with the assistance of a factory-authorized service representative. B. Tests and Inspections: I . After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements. 2 . Inspect physical and mechanical condition . Verify tightness of accessible, bolted , electrical connections with a calibrated torque wrench according to manufacturer's written instructions. 3. Test completed grounding system at each location where a maximum ground- resistance level is specified, at service disconnect enclosure grounding terminal , at ground test well s. Make tests at gro und rods before any conductors are connected. a. Measure ground resistance no fewer than two full days after la st trace of precipitation and without so il bein g moi stene d by any means other than COM Smith VCWRF South Flow Lift Station City Project No . I 00075-2 CONST RU CT ION SPECIFICATION DOCUMENTS February 2021 26 05 26 GROUN DfN G AN D BON DfN G FO R ELECTRI CAL SYSTEMS Page 9 of IO natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. b. Perform tests by fall-of-potential method according to IEEE 81 . 4. Prepare dimensioned Drawings locating each test well , ground rod and ground- rod assembly, and other grounding electrodes . Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results. C. Grounding system will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports . E. Report measured ground resistances that exceed the following values: 1. Power and Lighting Equipment or System with Capacity of 500 kV A and Less: 10 ohms. 2 . Power Distribution Units or Panelboards Serving Electronic Equipment: 3 ohm(s). 3. Substations and Pad-Mounted Equipment: 5 ohms. 4 . Manhole Grounds: 10 ohms. F. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Engineer promptly and include recommendations to reduce ground resistance . END OF SECTION 26 05 26 C OM Smith C ONS TR UC TI ON SPEC IFI CA TI ON DOCU M EN TS Fe bru ary 202 1 VCW R F So uth Fl ow Lift Stati on C ity Proj ect No . I 00 0 75-2 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 10 of 10 THIS PAGE INTENTIONALLY LEFT BLANK COM Smith CONSTRUCT ION SPECIFICATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 26 05 29 HANGERS AND SU PPORTS FOR ELECTRICAL SYSTEMS Page I of8 SECTION 26 05 29 -HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Stainless-Steel slotted support systems. 2. Aluminum slotted support systems. 3. Conduit and cable support devices. 4. Support for conductors in vertical conduit. 5 . Structural steel for fabricated supports and restraints . 6. Mounting, anchoring, and attachment components, including powder-actuated fasteners , mechanical expansion anchors, concrete inserts, clamps, through bolts , toggle bolts, and hanger rods. 7. Fabricated metal equipment support assemblies. B. Related Requirements: I. Section 26 05 48.16 "Seismic Controls for Electrical Systems" for products and installation requirements necessary for compliance with seismic criteria. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product. COM Smith 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: a. Slotted support systems, hardware, and accessories. b. Clamps. c. Hangers. d. Sockets. e. Eye nuts. f. Fasteners. g. Anchors. h . Saddles. 1. Brackets. 2. Include rated capacities and furnished specialties and accessories. CONSTRUCTION SPEC IFI CAT ION DOCUMENTS A pril 202 1 YCWRF South Flow Lift Stati on City Project No . I 00075 -2 26 05 29 HANGERS AND SUPPORTS FOR ELECTRI C AL SYST EMS Page 2 of8 B. Shop Drawings: Signed and sealed by a qualified professional engineer. For fabrication and installation details for electrical hangers and support systems. 1. Hangers. Include product data for components. 2 . Slotted support systems . 3. Equipment supports . 4. Vibration Isolation Base Details: Detail fabrication including anchorages and attachments to structure and to supported equipment. Include adjustable motor bases, rails , and frames for equipment mounting. C . Delegated-Design Submittal: For hangers and supports for e lectrical systems . 1. Include design calcu lations and details of hangers . 2. Include design calcu lation s for seismic restraints. 1.4 INFORMATIONAL SUBMITTALS A . Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Suspended ceiling components. 2. Ductwork, piping, fittings , and supports. 3 . Structural members to which hangers and supports will be attached. 4 . Size and location of initial access modules for acoustical tile. B . Seismic Q ualification Data: Certificates, for hangers and supports for electrical equipment and systems, accessories, and components, from manufacturer. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation . 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equ ipm ent anchorage devices on which the certification is based and their installation requirements . C. Welding certificates. 1.5 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to the following : 1. A WS Dl.1 /Dl. lM. 2. A WS DI .2 /Dl .2M . C DM Smith CONSTRUCTI ON SPEC IFICAT IO N DOCUMENT S A pril 202 1 YC WRF So uth Flo w Lift Stati on C ity Proj ect No . I 00075-2 26 05 29 HAN GE RS AN D SU PPORTS FO R ELECTR1 CAL SYST EMS Page 3 o f8 PART 2-PRODUCTS 2.1 2.2 A. B. A. B. PERFORMANCE REQUIREMENTS Delegated Design : Engage a qualified profess ional engineer, as defined m Section O I 40 00 "Quality Requirements ," to design hanger and support system . Seismic Performance: Hangers and supports shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. I . The term "withstand" means "the supported equipment and systems will remain in place without separation of any parts when subjected to the seismic forces specified and the supported equipment and systems will be fully operational after the seismic event." 2 . Component Importance Factor: 1.5. SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS In dry indoor areas, hangers , rods , backplates , beam clamps, channel , etc . shall be galvanized iron or steel. PVC coated steel channel with stainless steel hardware shall be used in areas designated "WET" or "CORROSIVE" on the Drawings and in outdoor location s unless noted otherwise. C. Furnish any and all necessary supports, brackets , conduit sleeves, racks and bracing as required. All boxes and hardware shall be ga lvanized zinc plated stee l except that stainless steel shall be used in areas designated as "WET" or "CORROSIVE" on the Drawings . D . Conduit Supports: I . Trapezes : a. In dry indoor areas , beams, channels , struts, hangers , bracing, rods , beam clamps, accessories and components shall be galvanized steel. b. PVC coated stee l beams, channels , struts with stainless steel han gers, bracing, rods , beam clamps, accessories and components shall be used in areas designated "WET", "DAMP" and "CORROSIVE" where indicated and in outdoor locations unless noted otherwise. 2 . Flush Mounted Supports: a. In dry indoor areas, channels, struts , accessories and components sha ll be galvanized steel. b. PVC coated steel channels, struts with stain le ss, accessories and components s hall be used in areas de s ignated "WET", "DAMP" and CDM S mith VCWR F So uth Flow Lift Stati on C ity Project No. I 00075 -2 CONST R UC TION S PEC IFI CAT ION DOCUMENTS A pril 2021 3. 26 05 29 HANGE RS AND SUPPO RT S FO R E LECTRI CAL SYSTEMS Page 4 of8 "CORROSIVE" where indicated and in outdoor locations unless noted otherwise. Conduit Racks: a . In dry indoor areas , conduit racks , accessories and components shall be galvanized steel. b. PVC coated steel conduit racks with stainless, accessories and components shall be shall be used in areas designated "WET", "DAMP" and "CORROSIVE" where indicated and in outdoor locations unless noted otherwise. 4. Conduit Hangers: a . In dry indoor areas, conduit clamps, rods , beam clamps, bracing, accessories and components shall be galvanized steel. b. Stainless steel conduit clamps, rods , beam clamps, bracing, accessories and components shall be used in areas designated "WET", "DAMP" and "CORROSIVE" where indicated and in outdoor locations. E . Steel Slotted Support Systems: Preformed steel channels and angles with mm1mum 13/32-inch-diameter holes at a maximum of 8 inches o.c . in at least one surface. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: a. b. C. B-line, an Eaton business. Thomas & Betts Corporation; A Member of the ABB Group . Unistrut; Part of Atkore International. 2 . Standard : Comply with MFMA-4 factory-fabricated components for field assembly. 3. Material for Channel , Fittings, and Accessories : Galvanized steel, Stainless steel , Type 316, PVC Coated Steel. 4. Channel Width: Selected for applicable load criteria 1-5 /8 inches. 5 . Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4 . 6. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4 . 7 . Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 8 . Protect finishes on exposed surfaces from damage by apply ing a strippable, temporary protective covering before shipping . F. Aluminum Slotted Support Sy stems: Extruded-aluminum channels and angles with mm,mum 13 /32-inch-diameter holes at a max imum of 8 inches o .c . in at least one surface. C DM Sm ith CONSTR UC TI ON S PEC IFI CAT ION DOCU MEN TS A pril 202 1 VCWR F So uth Flow Lift Stati o n C ity Proj ect No. I 00075 -2 26 0 5 29 HA NGER S AN D SU PPORTS FO R EL ECTRI CAL S YSTEMS Page 5 of 8 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Cooper Industries, Inc. b. Thomas & Betts Corporation; A Member of the ABB Group. c. Unistrut; Part of Atkore International. 2. Standard: Comply with MFMA-4 factory-fabricated components for field assembly . 3 . Channel Material : 6063-T5 aluminum alloy. 4. Fittings and Accessories Material: 5052-H32 aluminum alloy. 5. Channel Width: Selected for applicable load criteria ; 1-5 /8 inches. 6. Nonmetallic Coatings: Manufacturer's standard PVC , polyurethane , or polyester coating applied according to MFMA-4 . 7 . Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4. 8. Protect finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. G. Cond uit and Cable Support Devices: Steel and malleable-iron , Stainless -stee l hangers, clamps, and associated fittings , designed for types and sizes of raceway or cable to be supported. H. Support for Conductors in Vertical Conduit: Factory-fabricated assemb ly consisting of threaded body and insulating wedging plug or plugs for nonarmored electrica l conductors or cab les in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be made of malleable iron. I. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M steel plates, shapes, and bars ; black and ga lvanized . J . Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following : C DM Smith I. Powder-Actuated Fasteners: Threaded-steel stud , for use in hardened portland cement concrete, steel , or wood , with tension , shear, and pullout capacities appropriate for supported loads and building materials where used . a . Manufacturers : Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I) Hilti, Inc. 2) Simpson Strong-Ti e Co., Inc. 2. Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel , for use in hardened portland cement concrete , with tension , shear, and pullout capacities appropriate for supported loads and buildin g materials where used. CONST RUC TI ON S PEC IFICAT ION DOCU M EN T S A pril 202 1 VC WRF So uth Flo w Li ft St ati o n C ity Proj ect No. I 00075-2 2.3 A. B. 26 05 29 HANGE RS AND SUPPORTS FOR ELECTRICAL SYSTEMS Page 6 of8 a. Manufacturers: Subject to compliance with requirements, provide products by the following: I) Hilti, Inc. 3. Concrete Inserts: Steel or malleable-iron , slotted support system units are similar to MSS Type 18 units and comply with MFMA-4 or MSS SP-58 . 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. 5. Through Bolts: Structural type, hex head , and high strength. Comply with ASTM A 325. 6. Toggle Bolts: Stainless-steel springhead type. 7. Hanger Rods : Threaded steel. FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES Description: Welded or bolted structural-steel shapes , shop or field fabricated to fit dimensions of supported equipment. Materials: Comply with requirements in Section 05 50 00 "Metal Fabrications" for steel shapes and plates. PART 3 -EXECUTION 3 .1 A . APPLICATION Comply with the following standards for application and installation requirements of hangers and supports, except where requirements on Drawings or in this Section are stricter: I. NECA I. 2. NECA IOI 3. NECA 102 . 4. NECA 105. 5. NECAlll. B . Comply with requirements in Section 07 84 13 "Penetration Firestopping" for firestopping materials and installation for penetrations through fire-rated walls, ceilings, and assemblies. C. Comply with requirements for raceways and boxes specified m Section 26 05 33 "Raceways and Boxes for Electrical Systems." D . Maximum Support Spacing and Minimum Hanger Rod Size for Raceways: Space supports for RMC as required by NFPA 70 . Minimum rod size shall be 1/4 inch in diameter. C OM Smith VCWRF South Flow Lift Station C ity Project No . I 00075 -2 CONST RU CTION SPECIF ICAT ION DOCUMENTS Apri l 2021 3.2 3.3 26 0 5 29 HANGERS AN D SU PP O RTS FO R ELECT RI CAL SYSTEM S Page 7 o f 8 E . Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted support system , sized so capacity can be increased by at least 25 percent in future without exceeding specified de s ign load limits. A. B. C . D. E. A . 1. Secure raceways and cables to these supports with single-bolt conduit clamps using spring friction action for retention in support channel. SUPPORT INSTALLATION Comply with NECA 1 and NECA 101 for installation requirements except as specified in this article . Raceway Support Methods: In addition to methods described in NECA 1, RMC may be supported by openings through structure members, according to NFPA 70 . Strength of Support Assemblies: Where not indicated , select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb . Mounting and Anchorage of Surface-Mounted Equipment and Components : Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code : I . To Wood: Fasten with lag screws or through bolts. 2 . To New Concrete: Bolt to concrete inserts . 3 . To Masonry : Approved toggle-type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units . 4 . To Existing Concrete : Expansion anchor fa steners . 5 . Instead of expansion anchors , powder-actuated driven threaded studs provided with lock washers and nuts may be u sed in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick . 6. To Steel: Beam clamps (MSS SP-58 , Type 19 , 21 , 23 , 25 , or 27), compl y ing with MSS SP-69 . 7. To Light Steel: Sheet metal screws. 8. Items Mounted on Hollow Walls and Non structural Building Surfaces: Mount cabinets , panelboards, disconnect switches , control enclosures, pull and junction boxes , transformers, and other devices on slotted-channel racks attached to substrate by means that compl y with seismic-restraint strength and anchorage requirements. Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcin g bars . INSTALLATION OF FABRICATED METAL SUPPORTS Comply with installation requirements in Section 05 50 00 "Metal Fabrications" for site-fabricated metal supports. C OM S mith VCW RF So uth Flow Lift Stati on C ity Proj ect No . I 0007 5-2 C ONSTRUC TION S PEC IFI CATI ON DOCU M ENTS A pril 202 1 3.4 3.5 B. C. A. B . C. A. 26 05 29 HA NGE RS AN D SU PPORTS FOR ELECTRI CA L SYSTEMS Page 8 of8 Cut, fit , and place miscellaneous metal supports accurately in location , alignment, and elevation to support and anchor electrical materials and equipment. Field Welding: Comply with AWS Dl.1 /Dl.lM. CONCRETE BAS ES Construct concrete bases of dimensions indicated , but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of IO bolt diameters from edge of the base. Use 3000-psi , 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Section 03 30 00 "Cast-in- Place Concrete." Anchor equipment to concrete base as follows: I. Place and secure anchorage devices . Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions , and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equipment. 3. Install anchor bolts according to anchor-bolt manufacturer's written instructions . PAINTING Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports . Use same material s as use d for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces . 1. Apply paint by brush or spray to pro vide minimum dry film thickness of 2 .0 mil s. B . Touchup : Comply with requirements in Section 09 91 13 "Exterior Painting" and Section 09 91 23 "Interior Paintin g for cleaning and touchup painting of field we lds , bolted connections , and abraded areas of shop paint on mi sce llaneou s metal. C. Galvanized Surfaces: Clean welds, bolted connections , and abraded areas and apply ga lvanizing-repair paint to comply with ASTM A 780. END OF SECTION 26 05 29 COM Smith CONSTRUCTION S PECIF ICA T !ON DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 26 05 33 RACEWAYS AN D BOXES FOR ELECTRI CAL S YST EMS Page I o f 14 SECTION 26 05 33 -RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART I -GENERAL 1.1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to thi s Section . 1.2 SUMMARY A. Section Includes : I. Metal conduits and fittings . 2. Nonmetallic conduits and fittings . 3. Metal wireways and auxiliary gutters. 4. Nonmetal wireways and auxiliary gutters. 5 . Surface raceways. 6 . Boxes, enclosures, and cabinets. 7. Handholes and boxes for exterior underground cabling . B . Related Requirements : I . Section 07 84 13 "Penetration Firestoppin g" for firestopping at conduit and box entrances. 2. Section 26 05 43 "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction. 1.3 DEFINITIONS A. ARC: Aluminum rigid conduit. B. RNC: Rigid nonmetallic conduit. C. LFMC: Liquid tight flexible steel conduit. 1.4 ACTION SUBMITT ALS A. Product Data : For surface raceways , wireways and fittings , floor bo xes, hinged-cover enclosures, and cabinets. B . Shop Drawings: For custom enclosures and cabinets. Include plans , elevations , section s, and attachment details. C OM S mith CONST RU CTION SPECIF ICATI ON DOCUMENTS April 202 1 VCWRF So uth Flow Lift Station C ity Proj ect No. I 00075-2 1.5 A. INFORMATIONAL SUB MITT ALS 26 05 33 RACEWAYS AND BOXES FOR E LE C TRI CAL S YS TEMS Page 2 of 14 Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of items involved: I. Structural members in paths of conduit groups with common supports . 2. HV AC and plumbing items and architectural features in paths of conduit groups with common supports. B . Seismic Qualification Data: Certificates, for enclosures, cabinets, and conduit racks and their mounting provisions, including those for internal components, from manufacturer. 1. Basis for Certification : Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions . 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. 4. Detailed description of conduit support devices and interconnections on which the certification is based and their installation requirements . C. Source quality-control reports . PART 2 -PRODUCTS 2.1 A. B . 2.2 A. C OM Smith SYSTEM DESCRIPTION Raceway and boxes located as indicated on Drawings, and at other locations required for splices, taps , wire pulling, equipment connections, and compliance with regulatory requirements . Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system . Home runs indicated are to assist the contractor in identifying raceways to be installed concealed or exposed. Raceways identified to be installed exposed on the Drawings shall be run near the ceilings or along the walls of the areas through which they pass and shall be routed to avoid conflicts with HV AC ducts , cranes and hoists, lighting fixtures , doors and hatches. Raceways indicated to be run concealed shall be run in the center of concrete floor slabs, in partitions, or above hung ceilings, as required. METAL CONDUITS AND FITTINGS Metal Conduit: I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a . b. C. Allied Tube & Conduit; a part of Atkore International. Western Tube and Conduit Corporation. Wheatland Tube Company . CONSTR UCT ION SPECIFICAT ION DOCU M ENTS Apri l 2021 VCWRF South Flow Lift Stat ion C ity Project No. I 00075-2 26 05 33 RACEWAYS AN D BOXES FOR ELE CTRI CAL SYSTEMS Page 3 of 14 d. Patriot Aluminum Products, LLC. e. Thomas & Betts Ocal f. Anaconda Metal Hose. g. American Flexible Conduit Co. 2. Listing and Labeling: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 3. ARC: Comply with ANSI C80 .5 and UL 6A. 4. PVC-Coated Metal Conduit: PVC-coated rigid aluminum conduit. a. Comply with NEMA RN 1. b. Coating Thickness: 0.040 inch , minimum. 5. FMC: Comply with UL I ; aluminum. 6 . LFMC : Flexible steel conduit with PVC jacket and complying with UL 360. a. Suitable for use in Class /1 Division 2 locations. B . Metal Fittings: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following : a . Allied Tube & Conduit; a part of Atkore International. b . Western Tube and Conduit Corporation. c. Wheatland Tube Company. d . Crouse-Hinds Co. e. O.Z./Gedney Co. f. Appleton Electric Co. g. Thomas & Betts. 2. Comply with NEMA FB I and UL 5148 . 3. Li sting and Labeling: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 4. Fittings, General: Listed and labeled for type of conduit, location, and use . 5 . Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 1203 and NFPA 70. 6. Expansion Fittings: PVC or metal to match conduit type, complying with UL 651 , rated for environmental conditions where installed, and including flexible external bonding jumper. 7. Coating for Fittings for PVC-Coated Conduit: Minimum thickness of 0.040 inch , with overlapping sleeves protecting threaded joints. C. Joint Compound for ARC: Approved, as defined in NFPA 70 , by authorities having juris diction for us e in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity. 2.3 NONMETALLIC CONDUITS AND FITTINGS A. Nonmetallic Conduit: COM Smith CONST RUCT ION SPECIFICATION DOCUMENTS Apri l 2021 VCWRF South Flow Lift Station City Project No . I 00075-2 2.4 I. 26 05 33 RACEWAYS AN D BOXES FOR ELECTRI CAL SYSTEMS Page 4 of 14 Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a . CANTEX IN C. b . Carlon Corp. c . Allied Tube & Conduit d . Thomas & B etts. 2. Listing and Labeling: Nonmetallic conduit shall be li sted and labeled as defined in NFPA 70 , by a qualifi ed testing agency , and marked for intended location and application . 3 . RNC: Type E PC-4 0-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. 4. LFNC: Comply with UL 1660. B . Nonmetallic Fittings: C. A. I. Manufacturers: Subject to compliance w ith requirements , available manufacturers offering products that m ay be incorporated into the Work include, but are not limited to the following: a. b . C. d. C ANTEXINC. Carlon Corp. Allied Tube & Conduit Thomas & Betts. 2. Fittings, General: Li sted and labeled for type of conduit, location , and use . 3 . Fittings for RNC: Comply with NEMA TC 3 ; match to conduit or tubing ty pe and material. a. Fittings for LFNC: Comply w ith UL 514B. 4. Solvents and Adhesives: As recommende d by conduit manufacturer. Conduit Supports: Reference Section 26 05 29 Hangers and Supports for Electrical Systems for requirements. M E TAL WIREWAYS AND AUXILIARY GUTTERS Manufacturers: Subject to compliance w ith requirem e nts, available manufacturers offering products that may be incorporated into the Work include, but are not limited to th e following: 1. B-line, an Eaton business. 2 . Hoffman ; a brand of nVe nt. B. Description: Sheet metal , complying w ith UL 870 and NEMA 25 0 , Type 1, Type 4X unle ss otherwise indicated , and s ized accordin g to NFPA 7 0 . 1. Metal wi reways in sta ll ed o utd oors s hall b e li sted and labeled as defined in NFPA 7 0 , by a qualifi e d testing agency, a nd marked for inte nded location and application . CDM S mith VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 CONSTRUCTION SPECIFICAT ION DOCUMENTS Apri l 2021 2.5 2.6 C. D. E. A . 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL S Y STEM S Page 5 o f 14 Fittings and Accessories: Include covers , couplings, offsets , elbows , expansion joints, adapters, hold-down straps , end caps , and other fittings to match and mate with wireways as required for complete system. Wireway Covers: Hinged type unless otherwise indicated . Finish: Manufacturer's standard enamel finish. HAZARDOUS (CLASSIFIED) LOCATION BOXES Design explosion-proof boxes for Class 1, Group D , Division 1 hazardous locations. Provide cast iron with cadmium-zinc or hot-dipped g alvanized finish , stainless steel or hot-dipped galvanized bolts ; 1. Manufacturer: Provide products by one of the following: a . "Ty pe EJB ," by the Crouse-Hinds Company. b. Appleton Electric Co. c. The Pyle-National Co. d. Or equal. B. Design explosion-proof boxes for Class I , Group D , Division I hazardous locations, provided with 0-ring seals to meet NEMA 4 requirements. I. Boxes and Covers: Aluminum , with stainless steel hinges and stainless steel bolts . 2. Manufacturer: Provide products by one of the following : a. "T y pe EJB-N4," by the Crouse-Hinds Co. b. Appleton Electric Co . c . Adalet-PLM d . Or equal. MISCELLANEOUS FITTINGS A . Flexible Couplings : 1. Manufacturers: Provide products by one of the following: a. "Type ECGJH," by the Crouse-Hinds Co. b . Appleton Electric Co. c. Killark Electric Manufacturing Co . d. Or equal. B. Conduit Hubs : I . Manufacturers : Provide products by one of the following : a. Myers Electric Products , Inc. b. Or equal. C. Conduit Wall Seals For New Concrete Walls Below Grade: I . Products: Provide one of the following: C DM Smith VCWRF South Fl ow Lift Stati o n C ity Project No. I 00075 -2 CONSTR UCT ION S P EC IF ICAT ION DOC UMENTS A pri l 202 1 26 05 33 RACEWAYS AND BOXES FOR ELECT RI CAL SYSTEMS Page 6 of 14 a. O.Z ./Gedney Co., Type WSK; b. Linkseal. c. Spring C ity Electrical Manufacturing Co ., Type WDP . d . Or equal. D. Conduit Wall Seals For Cored Hol es: I . Produ cts: Prov ide one of th e following: a . Type CSMC as manufactured by the O .Z ./Gedney Co. b . Linkseal c. Rox tec d . Or equal. E. Conduit Wall And Floor Seals For Sleeved Openings: 1. Products: Provide one of the following: a. Type CSMI as manufactured by the O.Z./Gedn ey Co. b . Linkseal c. Roxtec d. Or equal. F. Combination Expansion-Deflection Fittings Embedded In Concrete : 1 . Products: Provide one of the following: a. Type XD as manufactured by the Crouse-Hinds Co. b. Type DX as manufactured by O .Z ./Gedney Co. c . Type OF as manufactured by Appleton Electric Co . d. Or equal. G . Combination Expan sio n-De flection Fittings In sta lled Exposed : I. Products: Provide one of the following : a. Type XJGD as m a nufactured by Crouse-Hinds Co. b. Type AXDX as manufactured by O.Z/Gedney Co. c. Type AFDF as manufactured by Hubbell/Kil/ark d . Or equal. H . Expl os ion Proof Fittings: I . Manufacturers: Prov id e products by one of the following: a. Crouse-Hinds Co. b. Appleton Electric Co. c. O.Z ./Gedney Co. d . Or equal. I. Conduit Sealing Bu s hin gs: 1. Products: Provide one of the following: COM Smith CONSTRUC TI ON SPEC IFI CAT ION DOCUMENTS April 2021 VCWRF South Flow Lift Statio n City Proje ct No . I 00075 -2 2.7 2.8 a. O .Z ./Gedney, Type CSB . b . Or equal. 26 05 33 RACEWAYS AN D BOXES FOR ELECT RJ CAL SYS TEMS Page 7 of 14 J. Grounding Bushings: Malleable iron with integral insulated throat rated for 300 degrees F , with solderless lugs . A. B . A. 1. Products: Prov ide one of the fo ll owing: a . Crou se Hinds/Cooper, Series HGLL. b. Appleton, Series GIB . c . O.Z ./Gedney, Type HBLG . d. Or eq ual. HARDWARE Conduit Mounting Equipment: I . In dry indoor areas, provide hangers, rods, backplates, beam clamps, channel, etc. fabricated from galvanized iron or steel. 2. In areas indicated "WET" or "CORROSIVE" on the Drawings and in outdoor location s use PVC coated stee l channel with stainless steel hardware. Furnish all supports, brackets, conduit s leeves, racks and bracing required. Provide boxes and hardware fabricated from ga lvanized zinc plated steel, except provide stainless steel in areas indicated as "WET" or "CORROSIVE" on the Drawings . BOXES, ENCLOSURES , AND CABINETS Manufacturers: Subject to compliance with requirements , prov ide products by one of the following: I. 2. 3. Crouse-Hinds, an Eaton bu s ines s. Hoffman; a brand of n Vent. 0-Z/Gedney; a brand of Emerson Industrial Automation. B . General Requirements for Boxes, Enclosures , and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be li ste d for use in wet location s. C. Sheet Metal Outlet and D evice Boxes: Comply with NEMA OS I and UL 514A . D . Cast-Metal Outlet and Device Boxes: Comply w ith NEMA FB I , aluminum , Type FD, with gasketed cover. E. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing 50 lb . Outlet boxes des igned for attachment of luminaire s weighing more than 50 lb s hall be listed and marked for the max imum allowab le weight. F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. G. Cast-Metal Access, Pull , and Junction Boxes: Comply with NEMA FB 1 and UL 1773 , c a st aluminum w ith gasket ed cover. COM Smith YCWRF So uth Flow Lift Stat ion C ity Proj ect No . 10 0075 -2 CONST RUCTION SPECIF ICAT ION DOCUMENTS April 202 1 26 05 33 RACEWAYS AN D BOXES FOR ELECTRICAL SYSTEMS Page 8 of 14 H. Box extensions used to accommodate new building finishes shall be of same material as recessed box. I. Device Box Dimensions: 4 inches square by 2-I /8 inches deep. J. Gangable boxes are allowed. K. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1, Type 4X with continuous-hinge cover with flush latch unless otherwise indicated. I. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Interior Panel s: Steel; all sides finished with manufacturer's standard enamel. L. Cabinets: I . NEMA 250, Type I , Type 4X aluminum box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. 2. Hinged door in front cover with flush latch and concealed hinge . 3. Key latch to match panel boards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment. 6. Nonmetallic cabinets shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. PART 3 -EXECUTION 3.1 RACEWAY APPLTCA TION A. Apply raceway products as specified below unles s otherwise indicated: TABLE 260533 1 R -aceway A r .pp 1cat1on Location/Circuit Type All locations -raceways containing cir- cuits above 600 Volts. All locations Class 2 and 3 signal wiring and 4-20 mA instrumentation cables, non-fiber (copper) data highway. Fire alarm , security, and communications system wiring non fiber (copper) COM Smith CONS TR UCT ION SPEC IFI CAT ION DOCUMENTS Apri l 2021 G "d r m e mes Raceway Type Exposed -Aluminum Rigid Conduit (ARC) conduit. Concealed -Do not embed within structure. If this is not possible, use Schedule 40 PVC conduit. Underground -PVC duct (as specified) in concrete rein- forced duct bank . A void running through corrosive locations . Ex11.osed-Aluminum RigJd Conduit (ARq conduit. Concealed -PVC-coated rig.id aluminum conduit. Underg_round -PVC coated aluminum conduit in con- crete rein(prced ductbank. Use PVC coated aluminum conduit (pr singJe conduit direct burial a11.11.lications. VCWRf South Flow Lift Station City Project No . 100075-2 26 05 33 RA CE WAYS AN D BOX ES FOR EL EC TRI C AL SYST EMS Page 9 o f 14 TABLE 260533 1 R -aceway A r f G ·d r ,pp 1ca IOD m e mes Location/Circuit Type Raceway Type All locations Exposed -ARC conduit. Concealed -Schedule 40 PVC conduit. Fiber Optic wiring systems (Fire alarm , Underground -Schedule 40 PVC conduit in concrete security, and communications system wir-reinforced duct bank. ing) Direct Burial applications (where specifically shown on the Drawings) -Schedule 40 PVC Clean , dry finished areas -offices, admin-Conceal raceways in walls above hung ceilings in rooms istrative areas , lobbies, control room , and areas that have finished interiors. Surface raceway lunch room, toilets, and laboratories , etc. for multiple receptacle , voice, and data outlets in labs and control rooms or in offices where specified. 3/4 or I -in ARC for lighting, switch , and receptacle cir- cuits exposed above hung ceilings or concealed in parti- tion walls. ARC above 1-in. Clean , dry non-finished areas -electrical Exposed conduit for power wiring, lighting, switch , and rooms, generator rooms , mechanical receptacle circuits -ARC. rooms, shops, dry storage, etc. Concealed conduit for power wiring, lighting, switch , and receptacle circuits -Schedule 40 PVC conduit when embedded within concrete floor slabs . PVC coated alu- minum when embedded within masonry block walls. Process areas -non-corrosive, non-Exposed conduit for power wiring, lighting, switch , and hazardous locations designated as DAMP receptacle circuits -ARC . or WET on the Drawings. Concealed conduit for power wiring, lighting, switch , and receptacle circuits -Schedule 40 PVC conduit when embedded within concrete floor slabs . PVC coated alu- minum when embedded within masonry block walls. Corrosive areas -Screening_ FacilitJ!..1 Exposed conduit for power wiring, lighting, switch , and underg_round vaults 1 and locations where receptacle circuits -PVC coated aluminum. desig_nated corrosive on the Drawing_s. Concealed conduit for power wiring, lighting, switch , and receptacle circuits -Schedule 40 PVC conduit when embedded within concrete floor slabs or structures . Hazardous areas -all locations -Class I , Exposed conduit for power wiring, lighting, switch , and Division 1 and 2 . receptacle circuits -PVC coated aluminum. Concealed conduit for power wiring, lighting, switch , and receptacle circuits -PVC coated aluminum. Outdoor areas -all locations. Exposed conduit for power wiring, lighting, switch , and receptacle circuits -ARC. PVC conduit shall not be used exposed . Concealed conduit for power wiring, lighting, switch , and receptacle circuits -Schedule 40 PVC conduit when embedded within concrete structures . B. Minimum Raceway Size: 3 /4-inch trade size. C . Raceway Fittings : Compatible with raceways and s uitable for use and location . C OM Smith CONSTRUCT ION S PEC IFICAT ION DOCUMENTS A pril 202 1 VCWRF So uth Flo w Lift Stati on C ity Project No. I 00075 -2 3.2 D . E . F. A. B . C. D. E. F . G . H . I. J . K . L. CDM Smith 26 05 33 RACEWAYS AND BOXES FOR ELECTRI CAL SYSTEMS Page 10 of 14 l . Rigid Aluminum Conduit: Use threaded rigid aluminum conduit fittings unless otherwise indicated. Comply with NEMA FB 2.10. 2. PVC Externally Coated , Rigid Aluminum Conduits: Use only fittings listed for use with this type of conduit. Patch and seal all joints, nicks , and scrapes in PVC coating after in stalling conduits and fitting s. Use sealant recommended by fitting manufacturer and apply in thicknes s and number of coats recommended by manufacturer. 3. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with NEMA FB 2.20. Do not install aluminum conduits , boxes , or fittings in contact with concrete or earth. Install surface raceways only where indicated on Drawings. Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F. INSTALLATION Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for hangers and supports. Comply with NECA l and NECA IO l for installation requirements except where requirements on Drawings or in thi s article are stricter. Comply with NECA I 02 for aluminum conduits. Comply with NFPA 70 limitations for types of raceways allowed in s pecific occupancies and number of floors. Do not install raceways or electrical items on any "explosion-relief' walls or rotating equipment. Do not fa sten conduits onto the bottom side of a metal deck roof. Keep raceways at least 6 inche s away from parallel run s of flues and steam or hot-water pipes . Install horizontal raceway run s above water and steam piping. Complete raceway installation before starting conductor installation. Arrange stub-ups so curved portions of bends are not visible above finished slab. Install no more than the equivalent of three 90-degree bend s in any conduit run except for control wiring conduits, for which fewer bend s are allowed . Support within 12 inches of changes in direction . Make bends in raceway using large -radiu s preformed ells. Field bending shall be according to NFPA 70 minimum radii requirements. Use only equipment specifically des igned for material and size in vo lve d. Conceal conduit within finished walls , ceilings , and floors unl ess otherwise indicated. In stall conduits parallel or perpendicular to building line s. Support conduit w ithin 12 inches of enclosures to which attached . Raceways E mbedded in Slabs: CONSTRUCT ION S PEC IFICAT ION DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Station Ci ty Project No . I 00075 -2 2 6 05 33 RACE WAYS A ND BOXES FOR ELECTRI CAL S YST EMS Page 11 of 14 1. Run conduit larger than I-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. Secure raceways to reinforcement at maximum 10-foot intervals. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Arrange raceways to keep a minimum of 2 inches of concrete cover in all directions. 4 . Do not embed threadless fittings in concrete unless specifically approved by Engineer for each specific location. M. Stub-Ups to Above Recessed Ceilings: 1. Use ARC for raceways. 2 . Use a conduit bushing or insulated fitting to terminate stub-ups not terminated in hubs or in an enclosure. N . Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive , or Outdoor Conditions: App ly li sted compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. 0. Coat field-cut threads on PVC-coated raceway with a corrosion-prevent in g conductive compound prior to assembly. P. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 A WG. Q. Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1 /4 turn more. R. Do not rely on locknuts to penetrate nonconductive coatings on enclosures . Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path. S. Cut conduit perpendicular to the length . For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length. T. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength . Leave at least 12 inches of slack at each end of pull w ire . Cap underground raceways designated as spare above grade alongside raceways in use. U. Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them with listed sealing compound. For concealed raceways , install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to NFPA 70. V. Install devices to seal raceway interiors at accessible locations . Locate seals so no fittings or boxes are between the seal and the following changes of environments . Seal the interior of all raceways at the following points: C OM Smith l. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where an underground service raceway enters a building or structure. 3. Conduit extending from interior to exterior of building. CON STR UC TION SPEC IFI CAT IO N DOCU M EN TS A pril 2021 VC WR F So uth Fl ow Lift Station C ity Proj ect No . I 000 75 -2 26 05 33 RA CE WAY S AN D BOXES FOR ELECTRI CAL SYSTEMS Page 12 of 14 4 . Conduit extending into pressurized duct and equipment. 5. Conduit extending into pressurized zones that are automatically controlled to maintain different pressure set points . 6. Where otherwise required by NFPA 70. W . Comply with manufacturer's written instructions for solvent welding RNC and fittings. X. Expansion-Joint Fittings: 1. Install in each run of aboveground RNC that is located where environmental temperature change may exceed 30 deg F and that has straight-run length that exceeds 25 feet. Install in each run of aboveground RMC conduit that is located where environmental temperature change may exceed I 00 deg F and that has straight-run length that exceeds 100 feet. 2. Install type and quantity of fittings that accommodate temperature change listed for each of the following locations : a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F temperature change. c. Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F temperature change . 3. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F of temperature change for PVC conduits. Install fitting(s) that provide expansion and contraction for at least 0.000078 inch per foot of length of straight run per deg F of temperature change for metal conduits. 4. Install expansion fittings at all locations where conduits cross building or structure expansion joints. 5. Install each expansion-joint fitting with position , mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of installation. Install conduit supports to allow for expansion movement. Y. Flexible Conduit Connections : Comply with NEMA RV 3 . Use a maximum of 36 inches of flexible conduit for equipment subject to vibration , noise transmission , or movement; and for transformers and motors. 1. Use LFMC in damp or wet locations subject to severe physical damage . 2 . Use LFMC or LFNC in damp or wet locations not subject to severe physical damage . Z . Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated , give priority to ADA requirements . Install boxes with height measured to center of box unless otherwise indicated. AA. Horizontally separate boxes mounted on opposite sides of walls , so they are not in the same vertical channel. BB. Locate boxes so that cover or plate will not span different building finishes . C O M Smith CONSTRUCTION SPECIFICAT ION DOCUMENTS A pril 202 1 VCW RF So uth Flow Lift Stati on C ity Proj ect No . I 0007 5-2 II. 3.3 26 05 33 RA CE WAYS AN D B OXES FOR ELECTRJ CAL SYST EM S Pagel3 o f14 CC . Support boxes of three gangs or more from more than one s ide by spanning tw o framing members or mounting on brackets specifically designed for the purpose . DD. Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits . EE. Set metal floor boxes level and flush with finished floor surface. FF . Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface. GG . In hazardous locations, seal conduits terminating at boxes enclosing circuit opening equipment at the entrance to the enclosure with approved compound filled sealing fittings to prevent passage of explosive or combustible gases through the conduits. Similarly seal all conduits leading from or entering hazardous locations at points of exit or entrance. Seal exposed conduits passing through hazardous locations at both the entrance to and the exit from the hazardous locations. A sealing compound installation schedule shall be presented to the Engineer for approval. Sign off on each installation and present the compound installation schedule to the Engineer for final sign-off. Each fitting shall be legibly marked with red paint to indicate that the sealing compound has been installed. HH . Install conduit sealing and drain fittings in all hazardous (classified) areas designated Class I , Division I , and Class I , Division 2. JJ . Use liquid-tight flexible metal conduit for all motor terminations , the primary and secondary of transformers, generator terminations and other equipment where vibration is present or may require removal. The length of liquid-tight flexible metal conduit shall not exceed 36 inches when used for vibration isolation and shall not exceed 72 inchesin length when attaching to luminaires. Non-metallic flexible conduit shall only be allowed for use with rigid PVC conduit systems . Flexible couplings shall be used in hazardous locations for all motor terminations and other equipment where vibration is present. SLEEVE AND PENETRATIONS SLEEVE-SEAL INSTALLATION FOR ELECTRICAL A . Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 26 05 44 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." 3 .4 FIRESTOPPING A. In stall firestopping at penetrations of fire-rated floor and wall assemblies . Compl y with requirements in Section 07 84 13 "Penetration Firestopping." 3.5 PROTECTION A. Protect coatings, fini s he s, and cabinets from damage and deterioration . C OM S mith CONSTR UC TI ON S PEC IFI CAT ION DOCUMENTS A pril 202 1 VC WRF So uth Flow Lift St ati on C ity Proj ect No . I 0007 5-2 26 05 33 RACEWAYS AND BOXES FOR ELECTRJCAL SYSTEMS Page 14 of 14 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC coatings or paint finishes w ith matching touchup coating recommended by manufacturer. END OF SECTION 26 05 33 COM Smith CONSTRUCTION SPEC IFICATION DOCUM ENTS Ap ril 2021 VCWRF South Flow Lift Stati on City Project No . I 00075 -2 26 05 43 UN DERGROUN D DUCTS AND RACEWAYS FOR ELECTRI CAL SYSTE MS Page I of 14 SECTION 26 05 43 -UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections , apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Metal conduits and fittings, including GRC and PVC-coated steel conduit. 2. Rigid nonmetallic duct. 3. Flexible nonmetallic duct. 4. Duct accessories. 5 . Precast concrete handholes. 6 . Polymer concrete handholes and boxes with polymer concrete cover. 7. High-density plastic boxes. 8. Precast manholes . 9. Cast-in-place manholes. I 0. Utility structure accessories. 1.3 DEFINITIONS A. Direct Buried: Duct or a duct bank that is buried in the ground, without any additional casing materials such as concrete. B . Duct: A single duct or multiple ducts . Duct may be either installed singly or as component of a duct bank. C. Duct Bank: I. Two or more ducts installed m parallel , with or without additional casing materials. 2. Multiple duct banks . D. GRC: Galvanized rigid (steel) conduit. E. Trafficways: Locations where vehicular or pedestrian traffic 1s a normal course of events . 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. C OM Smith CONSTRUCTION SPEC IFI CAT ION DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 26 05 43 UNDERGROUND DU C TS AND RACEWAYS FO R ELECTRICAL SYSTEMS Page 2 of 14 1. Include duct-bank material s, including spacers and miscellaneous components. 2 . Include duct, conduits, and their accessories, in cluding e lbows, end bells, bends, fittings , and solvent cement. 3. Include accessories for manholes, handholes , boxes . 4. Include underground-line warning tape. 5. Include warning planks. B . Shop Drawings: 1. Precast or Factory-Fabricated Underground Utility Structures: a. Include plans, e levations, sections, details , attachments to other work, and accessories. b . Include duct entry provisions, including locations and duct sizes. c. Include reinforcement detail s. d . Include frame and cover design and manhole chimneys. e. Include ladder details . f. Include grounding details. g. Include dimen s ioned locations of cable rack inserts, pulling-in and lifting irons, and sumps. h. Include joint details . 2. Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: a. Include dimensioned plans, section s, and elevations, and fabrication and installation detai Is. b . Include duct entry provisions, including locations and duct sizes. c. Include cover design . d . Include grounding details. e. Include dimensioned locations of cable rack inserts, and pulling-in and lifting irons. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: For duct and duct bank. Show duct profiles and coordination with other utilities and underground structures . I. Include plans and sections, drawn to scale, and s how bends and locations of expansion fittings. 2. Drawings s hall be signed and sealed by a qualified professional engineer. B . Qualification Data: For professional engineer and testing agency responsible for testing nonconcrete handholes and boxes. C. Product Certificates: For concrete and steel used m precast concrete manholes and handholes , as required by ASTM C 858 . D . Source quality-control reports. COM Smith CONSTRUCTION SPECIFICATION DOCUMENTS Apri l 202 1 VCWRF South Flow Lift Station C ity Project No. I 00075 -2 E. Field quality-control reports . 26 05 43 UNDERGROUND DUC TS A ND RA CEWAYS FOR ELECTRJ CAL SYSTEMS Page 3 o f 14 1.6 MAINTENANCE MATERlALS SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. B. Furnish cable-support stanchions, arms, insulators, and associated fasteners in quantities equal to 5 percent of quantity of each item installed. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated . 1.8 FIELD CONDITIONS A. Interruption of Existing Electrical Service: Do not interrupt electrical service to fac iliti es occupied by Owner or others unless permitted under the following conditions, and then only after arranging to provide temporary electrical service according to requirements indicated: I. Notify Owner no fewer than two days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written perm1ss10n. B . Ground Water: Assume ground-water level is at grade level unless a lower water table is noted on Drawings. PART 2 -PRODUCTS 2 .1 A. C OM Smith DUCT ACCESSORlES Duct Spacers: Factory-fabricated, rigid , PVC interlocking spacers ; sized for type and size of duct with which used and selected to provide minimum duct spacing indicated while supporting duct during concreting or backfilling. I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b . C. d . CANTEXINC. Carlon; a brand of Thomas & Betts Corporation . IPEX USA LLC. Allied Tube and Conduit CO NS TR UC TI ON S PE C IFI C ATI ON DOCU M EN T S April 202 1 VC WRF So uth Flo w Lift Stati o n C ity Proj ect No. I 00075-2 2 .2 B. C . A. B . 26 0 5 43 UNDERG ROUN D DUC T S AN D RA CEW A YS FO R EL ECTRI CAL SYST EMS Page 4 of 14 Underground-Line Warning Tape: Comply with requirements for underground-line warning tape specified in Section 260553 "Identification for E lectrical Systems ." Concrete Warning Planks: Nominal 12 by 24 by 3 inches in size, manufactured from 6000-psi concrete . I. Color: Red dy e added to concrete during batchin g. 2. Mark each plank with "ELECTRIC" in 2-inch-high , 3/8-inch- deep letters. PRECAST CONCRETE HANDHOLES AND BOXES Description: Factory-fabricated , reinforced-concrete, monolithically poured walls and bottom unless open-bottom enclosures are indicated . Frame and cover shall form top of enclos ure and shall have load rating consistent with that of handhole or box. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I. Oldcastle Precast, Inc. C. Comp ly with ASTM C 858 for design and manufacturing processes . D. Frame and Cover: Weatherproof cast-iron frame , with cast-iron cover with recessed cover hook eyes and tamper-resistant, captive, cover-securing bolts . E. Cover Finish : Nonskid finish shall have a minimum coefficient of friction of 0 .50. F. Cover Legend: Molded lettering, "ELECTRIC." G. Configuration: Units shall be designed for flush burial and have open bottom unless otherwise indicated. H. Extensions and Slabs: Designed to mate with bottom of enclosure . Same material as enclosure. 1. E xtension shall provide increased depth of I 2 inches . 2. Slab: Same dimensions as bottom of enclosure, and arranged to provide closure. I. Joint Sealant: Asphaltic-butyl material with adhesion , cohesion , flexibility , and durability properties necess ary to withstand maximum hydrostatic pressures at the installation location with the ground -water level at grade. J. Knockout Panels: Precast openings in wall s, arranged to match dimensions and elevations of approaching duct, plus an additional 12 inches vertically and horizontally to accommodate alignment variation s. I . Center window location. 2 . Knockout panels shall be located no le ss than 6 inches from interior surfaces of walls, floors , or frame s and covers of handholes, but clo se enough to corners to facilitate rackin g of cables on walls. C OM Smith VC WR F So uth Flow Lift Stati on C ity Project No. 10007 5-2 CONSTR UCT ION S PEC IFI CAT ION DOCUMENTS April 202 1 2 .3 26 05 43 UND ERGROUN D DUC T S AN D RA CEWA YS FO R EL EC TRI C AL SYST EMS Page 5 of 14 3. Knockout panel opening shall have cast-in-place, welded-wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct. 4. Knockout panels shall be framed with at least two additional No. 3 steel reinforcing bars in concrete around each opening. 5. Knockout panels shall be 1-1/2 to 2 inches thick. K. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct. L. A. B. I. Type and size shall match fittings to duct to be terminated. 2. Fittings shall align with elevations of approaching duct and be located near interior comers of handholes to facilitate racking of cable. Handholes 12 inches wide by 24 inches long and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured. PRECAST MANHOLES Description: One-piece units and units with interlocking mating sections, complete with accessories, hardware, and features . Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. 2. Christy Concrete Products. Oldcastle Precast, Inc. C. Comply with ASTM C 858 . D. Structural Design Loading: Comply with requirements tn "Underground Enclosure Application" Article. E. Knockout Panels: Precast openings in walls, arranged to match dimensions and elevations of approaching duct, plus an additional 12 inches vertically and horizontally to accommodate alignment variations. 1. Center window location. 2. Knockout panels shall be located no less than 6 inches from interior surfaces of walls, floors , or roofs of manholes, but close enough to comers to facilitate racking of cables on walls . 3. Knockout panel opening shall have cast-in-place, welded-wire fabric reinforcement for field cutting and bending to tie into concrete envelopes of duct. 4. Knockout panel shall be framed with at least two additional No. 3 steel reinforcing bars in concrete around each opening. 5. Knockout panels shall be 1-1 /2 to 2 inches thick. COM Smith VC WRF So uth Flow Lift Stati o n C ity Proj ect No. I 000 75 -2 CON STRUC TI ON SPEC IFI CATION DOCU M EN T S A pril 2 02 1 2.4 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRJCAL SYSTEMS Page 6 of 14 F. Duct Entrances in Manhole Walls : Cast end-bell or duct-terminating fitting in wall for each entering duct. I . Type and size shall match fittings to duct to be terminated. 2. Fittings shall align with elevations of approaching duct and be located near interior comers of manholes to facilitate racking of cable. G. Ground Rod Sleeve: Provide a 3-inch PVC s lee ve in manhole floors 2 inches from the wall adjacent to, but not underneath , the duct entering the structure . H. A. Joint Sealant: Asphaltic-butyl material with adhesion, cohesion, flexibility, and durability properties necessary to withstand maximum hydrostatic pressures at the installation location with the ground-water level at grade . SOURCE QUALITY CONTROL Test and inspect precast concrete utility structures according to ASTM C 1037 . I . Strength tests of complete boxes and covers shall be by an independent testing agency or manufacturer. A qualified registered profes s ional engineer shall certify tests by manufacturer. 2. Testing machine pressure gages shall have current calibration certification, complying with ISO 9000 and ISO 10012, and traceable to NIST standards . PART 3 -EXECUTION 3 .1 3.2 3.2 A. B. C. A. COM Smith PREPARATION Coordinate layout and installation of duct, duct bank, manholes, handholes, and boxes with final arrangement of other utilities , site grading, and surface features as determined in the field. Notify Engineer if there is a conflict between areas of excavation and existing structures or archaeological sites to remain . Coordinate elevations of duct and duct-bank entrances into manholes, handholes , and boxes with final locations and profiles of duct and duct banks, as determined by coordination with other utilities , underground obstructions, and surface features. Revise location s and elevations as required to suit field conditions and to ensure that duct and duct bank will drain to manholes and handholes, and as approved by Engineer. Clear and grub vegetation to be removed , and protect vegetation to remain according to Section 31 IO 00 "Site Clearing." Remove and stockpile topsoil for reapplication according to Section 31 IO 00 "Site Clearing." UNDERGROUND ENCLOSURE APPLICATION Handholes and Boxes for 600 V and Less: CONSTRU CT ION SPEC IFICATI ON DOCUMENTS Apri l 202 1 VCWRF So uth Flow Lift Station City Project No . I 00075 -2 3.3 26 05 43 UN DERGROUN D DUCTS AND RACE W AYS FO R ELECT RI CAL SYST EMS Pag e 7 of 14 1. Units in Roadways and Other Deliberate Traffic Paths: Precast concrete. AASHTO HB 17 , H-20 structural load rating. 2 . Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional , Nondeliberate Loading by Heavy Vehicles: Precast concrete, AASHTO HB 17 , H-2 0 structural load rating. 3 . Units in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles : Precast concrete, AASHTO HB 17 , H-20 structural load rating. 4 . Cover design load shall not exceed the design load of the hand hole or box. B . Manholes: Precast concrete. A. B . C. D. E . 1. Units Located in Roadways and Other Deliberate Traffic Paths by Heavy or Medium Vehicles: H-20 structural load rating according to AASHTO HB 17 . EARTHWORK Excavation and Backfill: Comply with Section 31 20 00 "Earthwork," but do not use heavy-duty, hy draulic-operated, compaction equipment. Restoration : Replace area after construction vehicle traffic m immediate area 1s complete . Restore surface features at areas disturbed by excavation , and re-establish original grades unless otherwise indicated . Replace removed sod immediately after backfilling is completed . Restore areas disturbed by trenching, storing of dirt, cable laying, and other work . Restore vegetation and include necessary topsoiling, fertilizin g, liming, seeding, sodding, sprigging, and mulching. Comply with Section 329200 "Turf and Grasse s " and Section 329300 "Plants." Cut and patch existing pavement in the path of underground duct, duct bank, and underground structures according to "Cutting and Patching" Article in Section 017300 "Execution." 3.4 DUCT AND DUCT-BANK INSTALLATION A. Where indicated on Drawings, install duct, spacers, and accessories into the duct-bank configuration shown. Duct installation requirements in this Section also appl y to duct bank. B. Install duct according to NEMA TCB 2. C . Slope: Pitch duct a minimum slope of 1 :300 down toward manholes and handholes and away from building s and equipment. Slope duct from a high point between two manholes, to drain in both directions. COM Smith CONST RUC TI ON S PEC IFICAT ION DOCUMENTS April 202 1 VCWR F So uth Flow Li ft Stati on City Project No . 100075 -2 26 05 43 UNDERGROUN D DUC T S AN D RA CE WAYS FOR ELECT RI CAL S YST EMS Pa ge 8 of 14 D. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bend s with a minimum radius of 48 inches , both horizontally and vert icall y , at other locations unless otherwise indicated . 1. Duct shall have max im um of three 90-degree bends or the total of all bends shall be no more 180 degrees between pull points. E. Joints: Use solvent-cemented joints in duct and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent duct do not lie in same plane. F . Installation Adjacent to High-Temperature Steam Lines: Where duct is installed parallel to underground steam lines , perform calculations showing the duct wi ll not be subject to environmental temperatures above 40 deg C. Where environmental temperatures are calculated to rise above 40 deg C , and anywhere the duct crosses above an underground steam line , install insulation blankets li sted for direct burial to isolate the duct bank from the steam line. G. End Bell Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches o.c. for 5-inch duct, and vary proportionately for other duct sizes. 1. Begin change from regular spacing to end-bell spacing 10 feet from the end bell , without reducing duct slope and without forming a trap in the line. 2. Expansion and Deflection Fittings: Install an expansion and deflection fitting in each duct in the area of disturbed earth adjacent to manhole or handhole. Install an expansion fitting near the center of all straight line direct-buried duct with calculated expansion of more than 3/4 inch . 3. Grout end bells into structure walls from both sides to provide watertight entrances. H . Terminator Entrances to Manholes and Concrete Handholes : Use manufactured , cast-in- place duct terminators, with entrances into structure spaced approximately 6 inches o .c. for 4-inch duct, and vary proportionately for other duct sizes . 1. Begin change from regular spacing to terminator spacing 10 feet from the terminator, without reducing duct line slope and without forming a trap in the line. 2. Expansion and Deflection Fittings: Install an expansion and deflection fitting in each duct in the area of disturbed earth adjacent to manhole or handhole. Install an expansion fitting near the center of all straight-line duct with calculated expansion of more than 3/4 inch. I. Building Wall Penetrations: Make a transition from underground duct to GRC at least IO feet outside the building wall , without reducing duct line slope away from the building and without forming a trap in the line. Use fitting s manufactured for RNC-to- GRC transition. In stall GRC penetration s of building walls as specified in Section 260544 "Sleeves and Sleeve Seals for E lectrical Raceways and Cab lin g." CDM Smith CONST RUCT ION SPEC IFICAT ION DOCUMENTS April 202 1 VC WR F So uth Flow Lift Station City Proj ect No . I 00075 -2 26 05 43 UND ERGROUND DUC T S AN D RA CEWA YS FOR EL ECTRICA L SY ST EM S Page 9 o f 14 J. Sealing: Provide temporary closure at terminations of duct with pulled cables. Seal spare duct at terminations. Use sealing compound and plugs to withstand at least 15- psig hydrostatic pressure. K. Pulling Cord: Install 200-lbf-test nylon cord in empty ducts. L. Concrete-Encased Ducts and Duct Bank: COM S mith 1. 2. 3. 4. 5. 6 . 7. 8 . Excavate trench bottom to provide firm and uniform support for duct. Prepare trench bottoms as specified in Section 312000 "Earth Moving" for pipes less than 6 inches in nominal diameter. Width: Excavate trench 3 inches wider than duct on each side . Depth: Install so top of duct envelope is at least 24 inches below finished grade in areas not subject to deliberate traffic , and at least 30 inches below finished grade in deliberate traffic paths for vehicles unless otherwise indicated. Support duct on duct spacers coordinated with duct size, duct spacing, and outdoor temperature. Spacer Installation: Place spacers close enough to prevent sagging and deforming of duct, with not less than four spacers per 20 feet of duct. Place spacers within 24 inches of duct ends. Stagger spacers approximately 6 inches between tiers. Secure spacers to earth and to duct to prevent floating during concreting. Tie entire assembly together using fabric straps ; do not use tie wires or reinforcing steel that may form conductive or magnetic loops around ducts or duct groups. Minimum Space between Duct: 3 inches between edge of duct and exterior envelope wall , 2 inches between ducts for like services, and 4 inches between power and communications ducts. Elbows: Use manufactured duct elbows for stub-ups, at building entrances, and at changes of direction in duct unless otherwise indicated. Extend encasement throughout length of elbow. Elbows: Use manufactured GRC elbows for stub-ups, at building entrances, and at changes of direction in duct run. a . Couple RNC duct to GRC with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. Stub-ups to Outdoor Equipment: Extend concrete-encased GRC horizontally a minimum of 60 inches from edge of base. Install insulated grounding bushings on terminations at equipment. 1) Stub-ups shall be minimum 4 inches above finished floor and minimum 3 inchesfrom conduit side to edge of slab c . Stub-ups to Indoor Equipment: Extend concrete-encased GRC horizontally a minimum of 60 inches from edge of wall. Install insulated grounding bu shings on terminations at equipment. 1) Stub-ups shall be minimum 4 inches above finished floor and no less than 3 inchesfrom conduit side to edge of slab 9. Reinforcement: Reinforce concrete-encased duct where crossing disturbed earth and where indicated . Arrange reinforcing rods and ties without forming conductive or magnetic loops around ducts or duct groups. CONSTR UC TI ON S PEC IFI CAT ION DOCUMENTS April 2021 VCWR F So uth Flow Lift Stati on C ity Project No . I 00075 -2 2 6 05 43 UN DE RGRO UN D DUCT S AN D RA CEWAYS FOR ELECTRI CAL S YST EMS Page 10 of 14 l 0. Forms: Use walls of trench to form side walls of duct bank where soil is self- supporting and concrete envelope can be poured without soil inclusions; otherwise , use forms . 11 . Concrete Cover: Install a minimum of 3 inches of concrete cover between edge of duct to exterior envelope wall , 2 inches between duct of like services, and 4 inches between power and communications ducts. 12 . Concreting Sequence: Pour each run of envelope between manholes or other terminations in one continuous operation. a . Start at one end and finish at the other, allowing for expansion and contraction of duct as its temperature changes during and after the pour. Use expansion fittings installed according to manufacturer's written instructions or use other specific measures to prevent expansion- contraction damage . b. If more than one pour is necessary, terminate each pour in a vertical plane and install 3/4-inch reinforcing-rod dowels extending a minimum of 18 inches into concrete on both s ides of joint near corners of envelope. 13. Pouring Concrete: Comply with requirements in "Concrete Placement" Article in Section 03 30 00 "Cast-in-Place Concrete." Place concrete carefully during pours to prevent voids under and between duct and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Allow concrete to flow around duct and rise up in middle, uniforml y filling all open spaces. Do not use power-driven agitating equipment unless specifically designed for duct- installation application. M. Direct-Buried Duct and Duct Bank: CDM Smith 1. Excavate trench bottom to provide firm and uniform support for duct. Comply with requirements in Section 3 1 20 00 "Earthwork" for preparation of trench bottom s for pipes less than 6 inches in nominal diameter. 2 . Width : Excavate trench 12 inches wider than duct on each side. 3. Width : Excavate trench 3 inches wider than duct on each side . 4. Depth: Install top of duct at lea st 36 inches below fini s hed grade unless otherwise indicated. 5 . Set elevation of bottom of duct bank below frost I ine. 6. Support ducts on duct s pacers coordinated with duct size, duct spacing, and outdoor temperature . 7 . Spacer Installation: Place spacers close enough to pre vent sagging and deforming of duct, with not le s s than four spacers per 2 0 feet of duct. Place spacers within 24 inches of duct ends . Stagger spacers approximately 6 inches between tiers. Secure spacers to earth and to ducts to prev ent floating during concreting . Tie entire assembly together using fabric strap s; do not use tie wires or reinforcing steel that may form conductive or mag netic loops around ducts or duct g roup s . 8. Install duct with a minimum of 3 inches between ducts for like services and 6 inches between power and communication s duct. 9 . Elbows: Install manufactured duct elbows for stub-up s, at building entrances , and at changes of direction in duct direction unless otherwise indicated. Encase elbows for stub-up ducts throughout length of elbow . 10 . Install manufactured GRC elbows for stub-up s, at building entrances, and at chan ge s of direction in duct. CONSTRUCT ION S PECIF ICAT ION DOCUMENTS A pril 202 1 VC WRF So uth Flow Li ft S tati on C ity Project No . I 00075 -2 3 .5 26 05 43 UNDERGRO UN D DUC T S AN D RA CEWAYS FO R ELECTRJ CAL SY ST EM S Page II ofl4 a. Couple RNC duct to GRC with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. Stub-ups to Outdoor Equipment: Extend concrete-encased GRC horizontally a minimum of 60 inches from edge of base. Install insulated grounding bushings on terminations at equipment. I) Stub-ups shall be minimum 4 inches above finished floor and minimum 3 inchesfrom conduit side to edge of slab c. Stub-ups to Indoor Equipment: Extend concrete-encased GRC horizontally a minimum of 60 inches from edge of wall. Install insulated grounding bushings on terminations at equipment. I) Stub-ups shall be minimum 4 inches above finished floor and no less than 3 inchesfrom conduit side to edge of slab 11. After installing first tier of duct, backfill and compact. Start at tie-in point and work toward end of duct run , leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand place backfill to 4 inches over duct and hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only. After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction . Comply with requirements m Section 312000 "Earth Moving" for installation of backfill materials . a . Place minimum 3 inches of sand as a bed for duct . Place sand to a minimum of 6 inches above top level of duct. b . Place minimum 6 inches of engineered fill above concrete encasement of duct. N. Warning Planks : Bury warning planks approximately 12 inches above direct-buried duct, placing them 24 inches o .c . Align planks along the width and along the centerline of duct or duct bank. Provide an additional plank for each I 2-inch increment of duct- bank width over a nominal 18 inches . Space additional planks I 2 inches apart, horizontally. 0. A. Underground-Line Warning Tape: Bury conducting underground line specified in Section 26 05 53 "Identification for Electrical System s " no less than I 2 inches above all concrete-encased duct and duct banks and approx imately I 2 inches below grade . Align tape parallel to and within 3 inches of centerline of duct bank . Provide an additional warning tape for each I 2-inch increment of duct-bank width over a nominal I 8 inches . Space additional tape s I 2 inches apart, horizontally. INST ALLA TI ON OF CONCRETE MANHOLES, HAND HOLES, AND BOXES Precast Concrete Handhole and Manhole In stallation : I . Comply with ASTM C 891 unless otherwise indicated . COM Smith YCWRF So uth Flow L ift Stati on C ity Project No . I 00075-2 CONST R UCT ION S PEC IFI CATION DOCUMENTS A pril 202 1 26 05 43 UN DERGROUN D D UC TS AND RACEW A YS FO R ELEC TRJ CAL SYST EMS Pa ge 12 o f 14 2. Install units level and plumb and with orientation and depth coordinated with connecting duct, to minimize bends and deflections required for proper entrances. 3. Unless otherwise indicated , support units on a level bed of crushed stone or gravel , graded from 1-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth . B. Elevations: I. Manhole Roof: Install with rooftop at least 15 inches below finished grade. 2. Manhole Frame: In paved areas and trafficways , set frames flush with finished grade. Set other manhole frames I inch above finished grade . 3 . Install handholes with bottom below frost line. 4. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch above finished grade. 5. Where indicated , cast handhole cover frame integrally with handhole structure. C . Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated . D . Manhole Access: Circular opening in manhole roof; sized to match cover size. I. Manholes with Fixed Ladders: Offset access opening from manhole centerlines to align with ladder. 2 . Install chimney, constructed of precast concrete collars and rings , to support cast- iron frame to connect cover with manhole roof opening . Provide moisture-tight masonry joints and waterproof grouting for frame to chimney . E. Dampproofing: Apply dampproofing to exterior surfaces of manholes and handholes after concrete has cured at least three days. Dampproofing materials and installation are specified in Section 07 11 13 "Bituminous Dampproofing." After ducts are connected and grouted , and before backfilling, dampproof joints and connections , and touch up abrasions and scars . Dampproof exterior of manhole chimney s after mortar has cured at least three days . F. Hardware: Install removable hardware, including pulling eyes, cable stanchions, and cable arms, and insulators, as required for installation and support of cables and conductors and as indicated . G. Fi xed Manhole Ladders: Arrange to provide for safe entry with maximum clearance from cables and other items in manholes. H . Field-Installed Bolting Anchors in Manholes and Concrete Handholes : Do not drill deeper than 3-7/8 inches for manholes and 2 inches for handholes , for anchor bolts in stalled in the field. Use a minimum of two anchors for each cable stanchion . 3 .6 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE A . Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting duct, to minimize bends and deflection s required for proper entrances. COM Smith CONST R UCT ION SPECIF ICATI ON DOCUMENTS A pril 202 1 VC WRF So uth Flo w Lift Stati on C ity Project No. I 00075 -2 3.7 3.8 26 05 43 UNDE RGROUND DU CTS AN D RA CEWAYS FOR ELECTRICAL SYSTEMS Page 13 of 14 Use box extension if required to match depths of duct, and seal joint between box and extension as recommended by manufacturer. B. Unless otherwise indicated , supp ort units on a leve l bed of crushed stone or gravel , graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas and trafficways , set cover flush with finished grade. Set covers of other handholes I inch above finished grade. D . Install handholes and boxes with bottom below frost line . E. Install removable hardware, including pulling eyes, cable stanchions, cable arms , and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in enclosure. F . Field cut openings for duct according to enclosure manufacturer's written instructions. Cut wall of enclosur e with a tool designed for material to be cut. Size holes for terminating fittings to be used , and seal around penetrations after fittings are installed. G. For enclosures installed in asphalt paving and subject to occasional , nondeliberate, heavy-vehicle loading, form and pour a concrete ring encircling, and in contact with , enclos ure and with top surface screeded to top of box cover frame. Bottom of ring shall rest on compacted earth . A. A. 1. Concrete: 3000 psi , 28-day strength, complying with Section 03 30 00 "Cast-in- Place Concrete," with a troweled finish. 2. Dimensions: IO inches wide by 12 inches deep . GROUNDING Ground underground ducts and utility structures according to Section 26 05 26 "Grounding and Bonding for Electrical Systems." FIELD QUALITY CONTROL Perform the following tests and inspections : 1. Demonstrate capabi li ty and compliance with requirements on completion of installation of underground duct, duct bank, and utility structures. 2. Pull solid aluminum or wood test mandrel through duct to prove joint inte g rity and adequate bend radii , and test for out-of-round duct. Prov ide a minimum 12- inch-long mandrel equal to duct size minus I /4 inch . If obstructions are indicated , remove obstructions and retest. 3. Test manhole and handhole grounding to ensure electrical continuity of grounding and bonding connections. Meas ure and report ground re sistance as specified in Section 26 05 26 "Grounding and Bonding for Electrical Systems ." C OM Smith VCWRF South Flow Lift Station C ity Proj ect No . I 00075 -2 CONSTR UCT ION SPEC IFI CA TIO N DO CUMENTS April 202 1 3.9 B . C . A. 26 05 4 3 UN DERG ROUN D DUCTS AN D RACE WA YS FO R ELECTRI C AL SYST EMS Page 14 of 14 Correct deficiencies and retest as specified abov e to demonstrate compliance. Prepare test and inspection reports. CLEANING Pull leather-was her-type duct cleaner, with graduated washer sizes, through full length of duct until duct cleaner indicates that duct is clear of dirt and debris . Follow with rubber duct swab for final cleaning and to assi st in spreading lubricant throughout ducts . B . Clean internal surfaces of manholes, including sump. 1. Sweep floor, removing dirt and debris. 2. Remove foreign material. END OF SECTION 26 05 43 C DM Smi th CONSTR UCT ION SPEC IFICAT ION DOCUMENTS A pril 202 1 VC WRF So uth Flow Lift Stati o n C ity Proj ect No . I 00075 -2 2 6 05 44 SLEE VES AN D SLEE VE SEALS FO R ELEC TRI CAL RA CEWA YS AND C ABUNG Page I of 4 SECTION 26 05 44 -SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING PART I -GENERAL I .1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section . 1.2 SUMMARY A. Section Includes: I. Sleeves for raceway and cable penetration of non-fire-rated construction walls and floors . 2 . Sleeve-seal systems. 3. Sleeve-seal fittings. 4. Grout. 5 . Silicone sealants. B. Related Requirements: 1. Section 0784 I 3 "Penetration Firestopping" for penetration firestopping installed in fire-resistance-rated walls, horizontal assemblies , and smoke barriers, with and without penetrating items. 1.3 ACTION SUBMITT ALS A. Product Data: For each type of product. PART 2 -PRODUCTS 2.1 A. SLEEVES Wall Sleeves: I. Steel Pipe Sleev es: ASTM A 53 /A 53M , Ty pe E , Grade B , Schedule 40, zmc coated, plain ends. 2. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe , with plain ends and integral waterstop unless otherwise indicated. B. PVC-Pipe Sleeves: ASTM D I 785 , Schedule 40. C. Molded-PVC Sleeves: With nailing flange for attaching to wooden forms . C OM Smith YC WR F So uth Flow Li ft Stati on C ity Project No. I 00075-2 CONSTRUCT ION SPEC IFICAT ION DOCUMENTS Fe bruary 2021 2 .2 2.3 26 05 44 SLEEV ES AND SLEEVE SEALS FOR ELECTRI CAL RA CE WAYS AND C ABLING Page 2 of 4 D. Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms. E. Sleeves for Rectangular Openings: A . A. 1. Material : Galvanized sheet steel. 2. Minimum Metal Thickness: a. For sleeve cross-section rectangle perimeter less than 50 inches and with no side larger than 16 inches, thickness shall be 0 .052 inch. b. For sleeve cross-section rectangle perimeter 50 inches or more and one or more sides larger than 16 inches, thickness shall be 0 .138 inch. SLEEVE-SEAL SYSTEMS Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. I . Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. Crouse-Hinds Roxtec, Inc . CALPICO, Inc. 2. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Stainless stee l. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. SLEEVE-SEAL FITTINGS Description: Manufactured plastic , s leeve-type, waterstop assembly made for embedding in concrete slab or wall. Unit sha ll have plastic or rubber waterstop collar with center opening to match piping OD. I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. d . HOLDRITE; Reliance Worldwide Company. Roxtec, Inc. Linkseal O.Z ./Gedney Co . C DM Smith VCWRF So uth Fl ow Lift Station City Project No. I 00075 -2 CONSTRU CTI ON SPEC IFI CAT IO N DOCUMENTS February 2021 2.4 2 .5 A . B. C. D . GROUT 26 05 44 SLEE VES AND SLEEVE S EALS FOR ELECTRJ CAL RACEWAYS AND CAB LI NG Page 3 of 4 Description: Nonshrink ; recommended for interior and exterior sealing openings in non- fire-rated walls or floors. Standard: ASTM C 1107 I C 1107M, Grade B , post-hardening and volume-adjusting, dry, hydraulic-cement grout. Design Mix: 5000-psi , 28-day compressive strength. Packaging: Premixed and factory packaged. SILICONE SEALANTS A. Silicone Sealants: Single-component, si licone-based, neutral-curing elastomeric sealants of grade indicated below. 1. Grade: Pourable (self-l eve lin g) formulation for openings m floors and other horizontal surfaces that are not fire rated . B. Si licone Foams: Multicomponent, s ilico ne-based liquid elastomers that, when mixed, expand and cure in place to produce a flexible , nonshrinking foam. PART 3 -EXECUTION 3.1 SLEEVE INSTALLATION FOR NON-FIRE-RA TED ELECTRICAL PENETRATIONS A . Comply with NECA I . B. Comply with NEMA VE 2 for cable tray and cable penetrations. C. S leeves for Conduits Penetrating Above-Grade Non-Fire-Rated Concrete and Masonry- Unit Floors and Walls: 1. Interior Penetrations of Non-Fire-Rated Walls and Floors: a. Seal annular s pace between s lee ve and raceway or cable, u s in g Jomt sealant appropriate for size, depth , and location of joint. Comply with requirements in Section 079200 "Joint Sealants." b. Seal s pace outside of s leeves with mortar or grout. Pack sealing material solid ly between sleeve and wall so no vo id s remain. Tool exposed s urfaces smooth; protect material wh il e curing. 2. Use pipe sleeves unle ss penetration arrangement requires rectangular s leeved openmg. 3. S ize pipe s leeves to provide 1/4-inch annular clear s pace b etween s leeve and raceway or cable unless s leeve seal is to be installed or unless seismic c riteria require different clearance . CDM Smi th VCWRF So uth Flow Lift Station C ity Project No. I 00075 -2 CONST RU CT ION SPECIFICAT ION DOCUMENTS Feb ru ary 2021 26 05 44 SLEE VES AN D SLEEVE SEALS FO R ELECTRI CAL RA C EWA YS AND CABLfN G Page 4 of 4 4. Install sleeves for wall penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. De burr after cutting. 5. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches above finished floor level. Install sleeves during erection of floors . D . Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies: 3.2 3 .3 E. F. G. A . B. A. B . C. D. 1. Use circular metal sleeves unless penetration arrangement requires rectangular sleeved opening. 2. Seal space outside of sleeves with approved joint compound for gypsum board assemblies. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work . Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. Underground , Exterior-Wall and Floor Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for installing sleeve-seal system . SLEEVE-SEAL-SYSTEM INSTALLATION Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at raceway entries into building. Install type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve . Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve . Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. SLEEVE-SEAL-FITTING INSTALLATION Install sleeve-seal fittings in new walls and slabs as they are constructed. Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls . Position waterstop flange to be centered in concrete slab or wall. Secure nailing flanges to concrete forms . Using grout, seal the space around outside of sleeve-seal fittings. END OF SECTION 26 05 44 C DM Smith CONSTRUCT ION SPEC IFICATI ON DOCUMENTS Fe bru ary 202 1 VC WRF South Fl o w Lift Stati on C ity Project No . I 000 75-2 26 05 48 .16 SEISMI C CONTROLS FOR EL EC TRI CA L SYST EMS Page I of& SECTION 26 05 48.16 -SEISMIC CONTROLS FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Restraint channel bracings . 2. Restraint cables. 3. Seismic-restraint accessories. 4 . Mechanical anchor bolts. 5. Adhesive anchor bolts. B. Related Requirements: 1. Section 26 05 29 "Hangers and Supports for Electrical Systems" for commonly used electrical supports and installation requirements. 1.3 ACTION SUB MITT ALS A. Product Data: For each type of product. 1. Illustrate and indicate style, material , strength , fastening provision , and finish for each type and size of seismic-restraint component used . a. Tabulate types and sizes of seismic restraints, complete with report numbers and rated strength in tension and shear as evaluated by an evaluation service member of ICC-ES. b. Annotate to indicate application of each product submitted and compliance with requirements . B. Delegated-Design Submittal: For each seismic-restraint device. COM Smith I . Obtain the services of a Professional Engineer to evaluate if seismic restraints are required for this project site. Clearly indicate whether seismic-restraint devices are required for this project. Include design calculations and details for selecting seismic restraints complying with performance requirements, design criteria, and analysis data signed and sealed by the qualified professional engineer responsible for their preparation. CON STR UCTI ON SP EC IFI CAT IO N DOCU MEN TS February 2021 YCWR F So uth Flow Lift Station City Proj ect No . I 0007 5-2 1.4 1.5 A. B. C. D. A. COM Smith 260548 .16 SE ISMI C CONTROLS FOR ELECTRJ CAL SYSTEMS Page 2 of8 2. Design Calculations: Calculate static and dynamic loading caused by equipment weight, operation , and seismic and wind forces required to select seismic and wind restraints and for designing vibration isolation bases. a . Coordinate design calculations with wind load calculations required for equipment mounted outdoors . Comply with requirements in other Sections for equipment mounted outdoors. 3. Seismic-and Wind-Restraint Details: a. Design Analysis: To support selection and arrangement of seismic and wind restraints . Include calculations of combined tensile and shear loads. b. Details: Indicate fabrication and arrangement. Detail attachments of restraints to the restrained items and to the structure. Show attachment locations, methods, and spacings . Identify components, list their strengths, and indicate directions and values of forces transmitted to the structure during seismic events. Indicate association with vibration isolation devices. c . Coordinate seismic-restraint and vibration isolation details with wind-restraint details required for equipment mounted outdoors. Comply with requirements in other Sections for equipment mounted outdoors. d. Preapproval and Evaluation Documentation: By an evaluation service member of ICC-ES , showing maximum ratings of restraint items and the basis for approval (tests or calculations). JNFORMA TIONAL SUBMITT ALS Coordination Drawings: Show coordination of seismic bracing for electrical components with other systems and equipment in the vicinity, including other supports and seismic restraints. Electrical components include: 1. Control and monitoring panels. 2 . Luminaires. 3. Motor control centers. 4. Panel boards. 5. Switchgear. 6. Transfonners. Qualification Data: For professional engineer and testing agency . Welding certificates. Field quality-control reports. QUALITY ASSURANCE Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated and that is acceptable to authorities having jurisdiction. CON STR UCTI ON SPEC IFI CAT ION DOCUM EN T S Fe bruary 2021 VC WRF South Flow Lift Station C ity Project No . I 00075-2 260548 .16 SEISMI C CONTRO LS FOR ELECTRI CAL SYSTEMS Page 3 of8 B. Comply with seismic-restraint requirements in the IBC unless requirements in this Section are more stringent. C . Welding Qualifications: Qualify procedures and personnel according to A WS Dl.1 /Dl.1 M , "Structural Welding Code -Steel." D. Seismic-restraint devices shall have horizontal and vertical load testing and analysis . They shall bear anchorage preapproval from OSHPD in addition to preapproval , showing maximum seismic-restraint ratings, by ICC-ES or another agency acceptable to authorities having jurisdiction. Ratings based on independent testing are preferred to ratings based on calculations. If preapproved ratings are not available, submittals based on independent testing are preferred. Calculations (including combining shear and tensile loads) that support seismic-restraint designs must be signed and sealed by a qualified professional engineer. E. Comply with NFPA 70. PART 2-PRODUCTS 2. I PERFORMANCE REQUIREMENTS 2 .2 A. Wind-Restraint Loading: I . Basic Wind Speed: I I 5 mph (ASCE 7-05). 2 . Building Classification Category: III. 3. Minimum 10 lb/sq . ft . multiplied by maximum area of component projected on vertical plane normal to wind direction and 45 degrees either side of normal. B. Seismic-Restraint Loading: A. I. Site Class as Defined in the IBC: A. 2. Assigned Seismic Risk Category as Defined in the IBC 2018: Ill. a . Component Importance Factor: I .5 . b. Component Response Modification Factor : I .5 . c. Component Amplification Factor: 2.5. 3. Design Spectral Response Acceleration at Short Periods (0 .2 Second): Sds=0.070g. 4. Design Spectral Response Acceleration at I .0-Second Period: Sdl=0.06. RESTRAINT CHANNEL BRACINGS Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I. B-line, an Eaton business. 2. Hilti, Inc . 3 . Unistrut; Part of Atkore International. C OM Smith VC WR F So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 CONST RUCTI ON SPEC IFI CAT ION DOCUMENT S Fe bruary 2021 2.3 2.4 2.5 B. A. 26 05 48 .16 SE ISMI C CON TROLS FOR ELEC TRICAL SYSTEMS Page 4 of8 Description: MFMA-4, shop-or field-fabricated bracing assembly made of slotted steel channels with accessories for attachment to braced component at one end and to building structure at the other end, with other matching components, and with corrosion-resistant coating; rated in tension , compression, and torsion forces. RESTRAINT CABLES Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: l. CADDY; a brand of nVent. 2. Vibration Mountings & Controls, Inc . B. Restraint Cables: ASTM A492 stainless-steel cables. End connections made of steel assemblies with thimbles, brackets, swivel , and bolts designed for restraining cable service; with a minimum of two clamping bolts for cable engagement. A. SEISMIC-RESTRAINT ACCESSORIES Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. B-line, an Eaton business. 2 . Kinetics Noise Control, Inc. 3. Mason Industries, Inc. B. Hanger-Rod Stiffener: Steel tube or steel slotted-support-system sleeve with internally bolted connections to hanger rod. C. Hinged and Swivel Brace Attachments: Multifunctional steel connectors for attaching hangers to rigid channel bracings and restraint cables. D. Bushings for Floor-Mounted Equipment Anchor Bolts: Neoprene bushings designed for rigid equipment mountings and matched to type and size of anchor bolts and studs. E. Bushing Assemblies for Wall-Mounted Equipment Anchorage: Assemblies of neoprene elements and steel sleeves designed for rigid equipment mountings and matched to type and size of attachment devices used. F . Resilient Isolation Washers and Bushings: One-piece, molded, oil-and water-resistant neoprene, with a flat washer face. A . MECHANICAL ANCHOR BOLTS Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I. B-line, an Eaton business. C OM Smith VC WRF So uth Fl ow Lift St ation C ity Proj ect No . 1000 75-2 CONS TRUCTI ON SPEC IFICA TI ON DOCU M EN T S Fe bruary 2021 2.6 B . A. 2 . Hilti, Inc . 260548 .16 SE ISM IC CONTROLS FOR ELECTRI CAL SYST EMS Page 5 o f8 Mechanical Anchor Bolts: Drilled-in and stud-wedge or female-wedge type in zinc-coated steel for interior applications and stainless steel for exterior applications. Select anchor bolts with strength required for anchor and as tested according to ASTM E488. ADHESIVE ANCHOR BOLTS Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following : 1. 2. 3. Hilti, Inc . Kinetics Noise Control, Inc. Mason Industries, Inc. B. Adhesive Anchor Bolts: Drilled-in and capsule anchor system containing PVC or urethane methacrylate-based resin and accelerator, or injected polymer or hybrid mortar adhesive. Provide anchor bolts and hardware with zinc-coated steel for interior applications and stainless steel for exterior applications. Select anchor bolts with strength required for anchor and as tested according to ASTM E488. PART 3 -EXECUTION 3.1 A. B . C. 3 .2 A. B . C . C OM Smith EXAMJNA TION Examine areas and equipment to receive vibration isolation and seismic-control devices for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Examine roughing-in for reinforcement and cast-in-place anchors to verify actual location s before installation . Proceed with installation only after unsatisfactory conditions have been corrected . APPLICATIONS Multiple Raceways or Cables: Secure raceways and cables to trapeze member with clamps approved for application by an evaluation service member of ICC-ES. Hanger-Rod Stiffeners: Install hanger-rod stiffeners where indicated or sc heduled on Drawings to receive them and where required to prevent buckling of hanger rods caused by seismic forces. Strength of Support and Seismic-Restraint Assemblies: Where not indicated , se lect s izes of components so strength will be adequate to carry pre se nt and future static and seismic loads within specified loading limits . CONSTRUCT IO N S PEC IFICA TION DOCUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Stati on C ity Proje ct No . I 00075-2 3.3 A. B . SEISMIC-RESTRAINT DEVICE INSTALLATION 26 05 48 .16 SE IS MI C CONT ROLS FOR E LEC TR1 CAL SYSTEMS Page 6 of8 Coordinate the location of embedded connection hardware with supported equipment attachment and mounting points and with requirements for concrete reinforcement and formwork specified in Section 033000 "Cast-in-Place Concrete ." Equipment and Hanger Restraints : 1. Install resilient, bolt-isolation washers on equipment anchor bolts where clearance between anchor and adjacent surface exceeds 0.125 inch . 2. Install seismic-restraint devices using methods approved by an evaluation service member oflCC-ES providing required submittals for component. C . Install cables so they do not bend across edges of adjacent equipment or building structure. D. Install bushing assemblies for mounting bolts for wall-mounted equipment, arranged to provide resilient media where equipment or equipment-mounting channels are attached to wall. E . Attachment to Structure: If specific attachment is not indicated , anchor bracing to structure at flanges of beams, at upper truss chords of bar joists, or at concrete members. F. Drilled-in Anchors: 1. Identify position of reinforcing steel and other embedded items prior to drilling holes for anchors . Do not damage existing reinforcing or embedded items during coring or drilling. Notify the structural engineer if reinforcing steel or other embedded items are encountered during drilling. Locate and avoid prestressed tendons, electrical and telecommunications conduit, and gas lines . 2. Do not drill holes in concrete or masonry until concrete, mortar, or grout has achieved full design strength . 3. Wedge Anchors: Protect threads from damage during anchor installation. Heavy-duty sleeve anchors shall be installed with sleeve fully engaged in the structural element to which anchor is to be fastened. 4 . Adhesive Anchors : Clean holes to remove loose material and drilling dust prior to installation of adhesive. Place adhesive in holes proceeding from the bottom of the hole and progressing toward the surface in such a manner as to avoid introduction of air pockets in the adhesive. 5. Set anchors to manufacturer's recommended torque using a torque wrench. 6 . Install zinc-coated steel anchors for interior and stainless-steel anchors for exterior applications. 3.4 ACCOMMODATION OF DIFFERENTIAL SEISMIC MOTION A. C OM Smith Install flexible connections in runs of raceways , cables , wireways , cable trays , and busways where they cross seismic joints, where adjacent sections or branches are supported by different structural elements, and where connection is tenninated to equipment that is anchored to a different structural element from the one supporting them as they approach equipment. CONST RUCTI ON S PEC IFICAT ION DOCUMENT S Fe bru ary 202 1 VC WRF So uth Fl o w Lift Stati on C ity Project No . I 00075-2 3.5 3.6 A. B . C. D. A. FIELD QUALITY CONTROL 26 05 48 .16 SE ISM IC CONTROLS FOR ELECTRI CAL SYSTEMS Page 7 of8 Testing Agency : Engage a qualified te sting agency to perform tests and inspection s. Perform the following tests and inspections : 1. Provide evidence of recent calibration of test equipment by a te sting agency acceptable to authorities having jurisdiction . 2. Schedule test with Owner, through Architect, before connecting anchorage device to restrained component (unless po stconnection testing has been approved), and with at least seven day s' advance notice. 3. Obtain Architect's approval before transmitting test loads to structure. Provide temporary load-spreading members . 4. Test at least four of each type and size of in stalled anchors and fasteners selected by Architect. 5. Test to 90 percent of rated proof load of device . Seismic controls will be considered defective if they do not pa ss tests and inspections. Prepare test and inspection reports. ADJUSTING Adjust restraints to permit free movement of equipment within normal mode of operation. END OF SECTION 26 05 48.16 C DM Smith CONSTRUCT ION SPECIF ICATION DOCUMENTS Feb ru ary 2021 YCWRF South Flow Lift Stati on C ity Project No . I 00075-2 26 05 48.16 SE ISM IC CONTROLS FOR ELECTRJ CAL SYSTEM S Page 8 of8 nns PAGE INTENTIONALLY LEFT BLANK C OM Smith CONST RUCTION SPECIFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Station C ity Project No. l 00075 -2 26 0 5 53 ID ENTIFI CATION FO R ELEC TRI C AL SYST EMS Pag e I o f 16 SECTION 26 05 53 -IDENTIFY CATION FOR ELECTRICAL SYSTEMS PART 1 -GENERAL I .1 RELATED DOCUMENTS A . Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I . Color and legend requirements for raceways, conductors, and warning label s and s igns. 2. Labels. 3 . Bands and tubes. 4. Tapes and stencils. 5. Tags. 6 . Signs . 7. Cable ties. 8. Paint for identification . 9 . Fasteners for labels and signs . 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. I . Include construction details, material descriptions , dimensions of individual components and profiles, and finishes for electrical identification products. B. Identification Schedule: For each piece of electrica l equipment and electrical system components to be an index of nomenclature for electrical equipment and system components used in identification signs and labels . Use same designations indicated on Drawings. C. Delegated-Design Submittal: For arc-flash hazard study. PART 2 -PRODUCTS 2 .1 A. B . C . C OM Smith PERFORMANCE REQUIREMENTS Comply with ASME A13.I and IEEE C2. Comply with NFPA 70 . Comply with 29 CFR 1910 .144 and 29 CFR 1910. 145 . CO NST RUCTI ON S PEC IFI CA TI ON DOCU MEN T S Fe bru ary 202 1 VC W RF So uth Flow Lift Stati on C ity Proj ect No. I 000 75-2 26 05 53 ID ENTIFI C ATION FOR ELECTRJCAL SYSTEMS Page 2 of 16 D. Comply with ANSI 2535.4 for safety signs and labels. E. Comply with NFPA 70E and Section 260573 .19 "Arc-Flash Hazard Analysis" requirements for arc-flash warning labels. F. Adhesive-attached labeling materials , including label stocks, laminating adhesives, and inks used by label printers , shall comply with UL 969. G. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes. 2.2 A. B. C OM Smith 1. Temperature Change: 120 deg F , ambient; 180 deg F, material surfaces. COLOR AND LEGEND REQUIREMENTS Raceways and Cables Carrying Circuits at 600 V or Less: 1. Black letters on an orange field . 2. Legend: Indicate voltage and system or service type. Color-Coding for Identification , 600 V or Less: Use colors listed below for conductors. 1. Color shall be factory applied or field applied for sizes larger than No . 8 A WG if authorities having jurisdiction permit. 2. Colors for 208/120-V Circuits: a. Phase A: Black. b. Phase B : Red. C. Phase C: Blue. d . Neutral: White . 3. Colors for 240/120-V Circuits (Single Phase): a. Phase A: Black . b. Phase B: Red . c. Neutral: White . 4. Colors for 240LV120-V Circuits (Three Phase, Four Wire, high leg , center tap): a. Phase A: Black. b . Phase B: Orange (high leg). c. Phase C: Blue d. Neutral: White. 5. Colors for 480/277-V Circuits: a. Phase A: Brown. b . Phase B : Orange . c. Phase C: Yellow. d . Neutral: Gray . CONSTRUCT ION SPECIF ICA TION DOCU MENTS February 202 1 VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 2.3 26 05 53 ID EN TIFI CATION FOR E LECTRI CAL SY ST EMS Page 3 of 16 6. Color for Equipment Grounds: Tinned-copper, Green , or Green with a yellow stripe. 7. Colors for Isolated Grounds: Green with white stripe. C . Raceways and Cables Carrying Circuits at More Than 600 V : I . Black letters on an orange field. 2. Legend: "DANGER-CONCEALED HIGH VOLTAGE WIRING." D. Warning Label Colors: 1. Identify system voltage with black letters on an orange background . E. Warning labels and signs shall include , but are not limited to , the following legends : I. Multiple Power Source Warning: "DANGER -ELECTRICAL SHOCK HAZARD-EQUIPMENT HAS MULTIPLE POWER SOURCES." 2 . Workspace Clearance Warning: "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." F. Equipment Identification and Source Nameplates: 1. Black letters on a white field. 2. Nameplates shall be engraved, laminated plastic, not less than 1/16-inch thick by V,i -inch by 2-1 /2-inch with 3/16-inch high lettering . 3 . All electrical equipment furnished under Divisions 26, 27, 28 and all equipment control panels furnished under other Divisions shall include equipment identification nameplates. Equipment includes switchgear, switchboards, motor control centers, panelboards, transformers, disconnect switches, separately mounted motor controllers, transfer switches, control panels, named terminal cabinets, etc . The designation of the equipment shall correspond to the designation shown on the Drawings. 4. Equipment identified in the previous paragraph above shall also include a nameplate with the power source identified G. Device Identification Labels : A. 1. Black letters on a white field . 2. Labels shall be self-adhesive type and machine generated with 1/4 -inch high letters . 3. All receptacles , wall switches, lighting fixtures , photo cells, emergency lights, exit lights, instruments, etc. shall be identified with the panel and circuit to w hich it is connected . LABELS Vinyl Wraparound Labels : Preprinted , flexible labels laminated with a clear, weather- and chemical-resistant coating and matching wraparound clear adhesive tape for securing label ends. C OM Smith VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 CO NS TR UCT ION S PEC IFI CA TI ON DOCU M ENTS Fe bruary 202 1 I. 26 05 53 IDENTIFICATION FOR ELECTR1CAL SYSTEMS Page 4 of 16 Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brady Corporation. b. Marking Services, Inc. c. Panduit Corp. B . Snap-around Labels: Slit, pretensioned , fle xi ble, preprinted, color-coded acrylic sleeves, with diameters sized to suit diameters and that stay in place by gripping action. I . Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. C. Self-Adhesive Wraparound Labels: Preprinted, 3-mil-thick, vinyl flexible label with acrylic pressure-sensitive adhesive. I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. 2. Self-Lamination: Clear; UV-, weather-and chemical-resistant; self-laminating, protective s hield over the legend. Labels sized such that the clear shield overlaps the entire printed legend . 3. Marker for Labels: Machine-printed, permanent, waterproof, black ink recommended by printer manufacturer. D. Self-Adhesive Label s: Vinyl , thermal , transfer-printed, 3-mil-thick, multicolor, weather-and UV-resistant, press ure-sensitive adhesive labels , configured for intended u se and location . COM Smith I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brad Cor oration. b . Ideal Industries Inc . c. Panduit Com. 2. Minimum Nominal Size: a . 1-1 /2 by 6 inches for raceway and conductors CONSTRUCTION SPECIFICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Station C ity Project No. I 00075-2 2.4 2.5 A . b . 3-1 /2 by 5 inches for equipment. 26 05 53 ID ENT IFI CATION FOR ELEC TRICAL SYST EMS Page 5 o f 16 c. As required by authorities having jurisdiction. BANDS AND TUBES Snap-around, Color-Coding Bands: Slit, pretensioned , flexible , solid-colored acrylic sleeves, 2 inches long , with diameters sized to suit diameters and that stay in place by gripping action . I. Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: a. b . C. B. Heat-Shrink Preprinted Tubes: Flame-retardant polyolefin tubes with machine-printed identification labels, sized to suit diameter and shrunk to fit firmly. Full shrink recovery occurs at a maximum of200 deg F. Comply with UL 224 . A. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: a. b. Brad Corgoration. Panduit Com. TAPES AND STENCILS Marker Tapes : Vinyl or vinyl-cloth , self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process . I . Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following : a. Carlton Industries , LP . b . Ideal Industries Inc. c. Panduit Com. B. Self-Adhesive Vinyl Tape: Colored , heavy duty, waterproof, fade resistant ; not less than 3 mils thick by I to 2 inches wide ; compounded for outdoor use. I . Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: a. Brad Corgoration. b. Carlton Industries LP. CDM Smith VC WRF So uth Flow Lift Stati on City Proj ect No. I 0007 5-2 CONS TR UC TION SPEC IFI CATI ON DOCU MEN TS Fe bru ary 202 1 c. Markin Services Inc . 26 05 53 ID EN TIFI CATION FOR E LECTRI CAL SYSTEMS Page 6 of 16 C . Tape and Stencil: 4-inch-wide black stripes on 10-inch centers placed diagonally over orange background and are I 2 inches wide. Stop stripes at le ge nds . I. Manufacturers : Subject to compliance w ith requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. LEM Products Inc . Markin Services Inc . Seton Identification Products· a Brad Co oration comQill!Y. D. Floor Marking Tape: 2-inch-wide, 5-mil pressure-se nsitive v inyl tape, with black and white stripes and clear vinyl overlay . I . Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a . Carlton Industries, LP. b . Seton Identification Products· a Brad Co oration com :!ill!Y· E . Underground-Line Warning Tape: CO M S mith I . Manufacturers: Subject to compliance w ith requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brad Cor oration . b . Ideal Industries, Inc. c. Markin Services Inc. 2. Tape: a. Recommended by manufacture r for the meth od of in sta llation and suitable to identify and locate undergro und electrical and communications utili ty lines by either conductive or inductive location techniques. b . Printing on tape s hall be permanent and shall not be damaged by burial operations. c. Tape material and ink shall be chemically inert and not subject to de gradation when exposed to acids, alkalis, and other destructi ve s ub stance s commonly found in soi ls. CONST R UCTION SPEC IFICAT ION DO CU M EN TS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 2.6 F. A. 26 05 53 ID ENT IFI CA TI ON FOR ELEC TRI CAL SYST EMS Page 7 o f 16 3. Color and Printing: a. Comply with ANSI 2535.1 , ANSI 2535.2, ANSI 2535.3 , ANSI 2535.4, and ANSI 2535 .5. b . Inscriptions for Red-Colored Tapes: "ELECTRIC LINE, HIGH VOLTAGE". c. Inscriptions for Orange-Colored Tapes: "TELEPHONE CABLE, CA TV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE". 4. Tag: Type ID: a. Detectable three-layer laminate, cons1st111g of a printed pigmented polyolefin film , a solid aluminum-foil core, and a clear protective film that allows inspection of the continuity of the conductive core; bright colored, continuous-printed on one side with the inscription of the utility, compounded for direct-burial service . b. Width : 3 inches . c. Overall Thickness: 5 mils. d. Foil Core Thickness: 0.35 mil. e. Weight: 28 lb/1000 sq. ft .. f. Tensile according to ASTM D 882 : 70 lbf and 4600 psi . Stenciled Legend : In nonfading, waterproof, black ink or paint. Minimum letter height shall be I inch. TAGS Metal Tags: Brass or aluminum , 2 by 2 by 0 .05 inch , with stamped legend , punched for use with self-locking cable tie fastener. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a . Brady Corgoration. b . Carlton Industries , LP. c. Markin Services Inc. B. Nonmetallic Preprinted Tags: Polyethylene tags, 0 .015 inch thick, color-coded for phase and voltage level , with factory printed permanent designations ; punched for use with self-locking cable tie fastener. I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brady Corgoration. b. Markin Services Inc. c . Panduit Com- COM Smith YCW RF So uth Fl ow Lift Stati on C ity Proj ect No . I 000 75 -2 CONSTR UC TION SPEC IFI CA TIO N DOCU MEN TS Fe bru ary 202 1 2.7 A. SIGNS Metal-Backed Butyrate Signs: 26 05 53 ID ENT IFI CAT ION FO R EL ECTRICAL SYSTEMS Page 8 of 16 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. 2. Weather-resistant, nonfading, preprinted , cellulose-acetate butyrate signs, with 0 .0396-inch galvanized-steel backing, punched and drilled for fasteners , and with colors, legend, and size required for application. 3. 1/4-inch grommets in comers for mounting . 4. Nominal Size: 10 by 14 inches. B . Laminated Acrylic or Melamine Plastic Signs: 2.8 A. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Brad Cor oration. b. Carlton Industries, LP. c . Markin Services Inc . 2 . Engraved legend. 3. Thickness: a. For signs up to 20 sq . in ., minimum 1/16 inch thick. b . For signs larger than 20 sq. in ., 1/8 inch thick . c. E ngraved le gend with black letters on white face. d . Punched or drilled for mechanical fasteners with 1/4-inch grommets 111 comers for mounting. e. Framed w ith mitered acrylic molding and arranged for attachment at applicable equipment. C ABLE TlES Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I . Idea l Industries Inc . 2 . Markin Services Inc. 3. Panduit Corr-. B . General-Purpose Cable Ties: Fungus inert, se lf-extingui s hing, one piece, self-locking, and Type 6 /6 nylon . CDM Smith VC WRF So uth Flow Lift Station C ity Project No. I 00075 -2 CONSTRUCT ION SPEC IFICAT ION DOCUMENTS February 2021 2.9 26 05 53 ID ENT IFI CAT IO N FOR ELEC TRJ CAL SYSTEMS Page 9 of 16 I . Minimum Width: 3/16 inch. 2. Tensile Strength at 73 Deg F according to ASTM D 638: 12 ,000 psi. 3 . Temperature Range: Minus 40 to plus I 85 deg F . 4. Color: Black, except where used for color-coding. C. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self-extinguishing, one piece, self-locking, and Type 6/6 nylon. 1. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 Deg F according to ASTM D 638: I 2 ,000 psi. 3. Temperature Range: Minus 40 to plus 185 deg F . 4. Color: Black. D. Plenum-Rated Cable Ties: Self-extinguishing, UV stabilized , one piece, and self- locking. A. B. I. Minimum Width: 3/16 inch. 2. Tensile Strength at 73 Deg F according to ASTM D 638: 7000 psi . 3. UL 94 Flame Rating: 94V-O. 4. Temperature Range: Minus 50 to plus 284 deg F. 5 . Color: Black. MISCELLANEOUS IDENTIFICATION PRODUCTS Paint: Comply with requirements in painting Sections for paint materials and application requirements. Retain paint system applicable for surface material and location (exterior or interior). Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 -EXECUTION 3 .1 A. 3.2 A . B. COM Smith PREPARATION Self-Adhesive Identification Products: Before applying electrical identification products, clean substrates of substances that could impair bond , using materials and methods recommended by manufacturer of identification product. fNSTALLATION Verify and coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. Use consistent designations throughout Project. Install identifying devices before installing acoustical ceilings and similar concealment. CONS TRU CTI ON SPEC IFI CAT ION DO CU MEN TS Februa ry 2021 VCWRF South Flow Lift Stati on City Proje ct No . I 00075-2 26 05 53 ID ENT IFI CAT ION FOR ELECTRICAL SYSTEMS Page 10 of 16 C. Verify identity of each item before installing identification products . D. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and operation and maintenance manual. E. Apply identification devices to surfaces that require finish after completing finish work. F. Install signs with approved legend to facilitate proper identification, operation, and maintenance of electrical systems and connected items. G. System Identification for Raceways and Cables under 600 V : Identification shall completely encircle cable or conduit. Place identification of two-color markings in contact, side by side. 1. Secure tight to surface of conductor, cable, or raceway . H. System Identification for Raceways and Cables over 600 V: Identification shall completely encircle cable or conduit. Place adjacent identification of two-color markings in contact, side by side. 1. Secure tight to surface of conductor, cable, or raceway . I. Auxiliary Electrical Systems Conductor Identification : Identify field-installed alann, control, and signal connections. J. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer. K . Elevated Components: Increase sizes of labels, signs, and letters to those appropriate for viewing from the floor. L. Accessible Fittings for Raceways : Identify the covers of each junction and pull box of the following systems with the wiring system legend and system voltage. System legends shall be as follows: I. "EMERGENCY POWER." 2. "POWER." 3. "UPS ." 4. M . Vinyl Wraparound Labels: I . Secure tight to surface of raceway or cable at a location with high visibility and accessibility. 2. Attach label s that are not se lf-adhesi ve type with clear vinyl tape, with adhesive appropriate to the location and substrate. N. Snap-around Labels: Secure tight to surface at a location with high visibility and accessibility. 0. Self-Adhesive Wraparound Labels: Secure ti g ht to s urface at a location with high visibility and accessibility. CDM Sm ith CONSTRUCTION SPECIF ICAT ION DO CU MENTS February 2021 VCWRF South Flow Lift Stati on City Project No . I 00075 -2 26 05 53 ID ENTIFI CATION FOR ELE CTRI CAL SYST EMS Pa ge I I o f 16 P. Self-Adhesive Labels: 1. On each item , install unique designation label that is consistent with w1rmg diagrams , schedules, and operation and maintenance manual. 2. Unless otherwise indicated , provide a single line of text with 1 /2-inch-high letters on 1-1 /2-inch-high label ; where two lines of text are required, use labels 2 inches high . Q. Snap-around Color-Coding Bands: Secure tight to surface at a location with high visibility and accessibility. R. Heat-Shrink, Preprinted Tubes : Secure tight to surface at a location with high visibility and accessibility . S. Marker Tapes: Secure tight to surface at a location with high visibility and accessibility. T. Self-Adhesive Vinyl Tape: Secure tight to surface at a location with high visibility and accessibility. 1. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. U. Tape and Stencil: Comply with requirements in painting Sections for surface preparation and paint application. V. Floor Marking Tape: Apply stripes to finished surfaces following manufacturer's written instructions. W . Underground Line Warning Tape: 1. During backfilling of trenches , install continuous underground-line warning tape directly above cable or raceway at 6 to 8 inches below finished grade . Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. 2. Limit use of underground-line warning tape to direct-buried cables . 3 . Install underground-line warning tape for direct-buried cables and cables m raceways . X . Metal Tags: I . Place in a location with high visibility and accessibility . 2. Secure using general-purpose cable ties . Y. Nonmetallic Preprinted Tags: I. Place in a location with high visibility and accessibility. 2. Secure using general-purpose cable ties . Z . Baked-Enamel Signs : COM Smith CONS TR UC TI ON SPEC IFICA TIO N DOCU MENT S Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No. I 00 075-2 3.3 26 05 53 ID ENT IFICAT ION FOR ELECTRICAL SYSTEMS Page 12 of 16 1. Attach signs that are not se lf-adhesi ve type with mechanical fasteners appropriate to the location and substrate. 2. Unless otherwise indicated, prov ide a s ingle line of text with 1/2-inch-high letters on minimum 1-1/2-inch-hi g h sign ; where two lines of text are required , use signs minimum 2 inches high . AA. Metal-Backed Butyrate Signs: 1. Attach signs that are not self-adhesive type with mech'anical fasteners appropriate to the location and substrate. 2. Unless otherwise indicated , provi de a si ngle line of text with 1/2-inch-high letters on 1-1 /2 -inch-high s ign ; where two lines of text are required , use labels 2 inches high . BB . Laminated Acrylic or Melamine Plastic Signs: I . Attach signs that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate . 2. Unless otherwise indicated , provide a s ingle line of text with 1/2-inch-high letters on 1-1 /2-inch-high sign ; where two lines of text are required , u se labels 2 inches high . CC. Cable Ties: General purpose, for attaching tags, except as li sted below: I . Outdoors: UV-stabilized ny lon . 2 . In Spaces Handling Environmental Air: Plenum rated . DD . Equipment Nameplates: A . B . C. D . 1. Nameplates s hall be screw mounted to NEMA 1 enclosures. 2 . Nameplates shall be bonded to all other enclosure types using an epoxy or similar waterproof adhesive . IDENTIFICATION SCHEDULE Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Install access doors or panel s to provide view of identifying devices. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, pull points, and locations of high visi bility. Identify by system and circuit des ig nation. Concealed Raceways, Duct Banks, More Than 600 V , within Buildings: Tape and stencil. Stencil legend "DANGER -CONCEALED HIGH-VOLTAGE WIRING" with 3-inch-high , black letters o n 2 0-inch centers. I . Locate identification at changes in direction , at penetrations of walls and floors, and at 10-foot maximum intervals . Accessible Raceways,, More Than 600 V: Vinyl wraparound labels . COM Smith VCWRF South Flow Lift Station City Project No . I 00075 -2 CONST RUCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 26 05 53 ID EN TIFI CA TION FOR ELEC TRI CAL SYSTEMS Pag e 13 of 16 I. Locate identification at changes in direction, at penetrations of walls and floors , at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. E. Accessible Fittings for Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive labels containing the wiring system legend and system voltage. System legends shall be as follows: 1. "EMERGENCY POWER." 2. "POWER." 3. "UPS." 4. F. Power-Circuit Conductor Identification , 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use vinyl wraparound labels to identify the phase. l. Locate identification at changes in direction , at penetrations of walls and floors , at 50-foot maximum intervals in straight runs , and at 25-foot maximum intervals in congested areas. G . Power-Circuit Conductor Identification , More Than 600 V: For conductors in vaults, pu ll and junction boxes, manholes , and handholes, use nonmetallic preprinted tags colored and marked to indicate phase, and a separate tag with the circuit designation. H. Control-Circuit Conductor Identification: For conductors and cables in pull and junction boxes, manholes , and handholes, use self-adh esive labels with the conductor or cable designation, origin , and destination. I. Control-Circuit Conductor Termination Identification: For identification at terminations, provide heat-shrink preprinted tubes with the conductor designation. J . Conductors to Be Extended in the Future: Attach marker tape to conductors and list source. K. Auxiliary Electrical Systems Conductor Identification: Self-adhesive vinyl tape that is uniform and consistent with system used by manufacturer for factory-installed connections. I . Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. L. Locations of Underground Lines: Underground-line warning tape for power, lighting, communication , and control wiring and optical-fiber cable. M. Concealed Raceways and Duct Banks, More Than 600 V , within Buildings: Apply floor marking tape to the following finished surfaces: CDM Smith I. Floor surface directly above conduits running beneath and within 12 inches of a floor that is in contact with earth or is framed above unexcavated space . 2 . Wall surfaces directly external to raceways concealed within wall. CON STR UC TION SPEC IFI CATIO N DO CU MENT S Febru ary 2021 YCWRF So uth Fl ow Lift Stati on City Proj ect No. I 000 75-2 26 05 53 ID EN TI FICATION FOR E L EC TRI CAL SYSTE MS Page 14 o f 16 3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings. N . Workspace Indication: Apply floor marking tape to finished surfaces. Show working clearances in the direction of access to live parts. Workspace shall comply with NFPA 70 and 29 CFR 1926.403 unless otherwise indicated . Do not install at flush- mounted panelboards and similar equipment in finished spaces. 0. Instructional Signs: Self-adhesive labels, including the color code for grounded and ungrounded conductors. P. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting : Metal-backed , butyrate warning signs. I. Apply to exterior of door, cover, or other access . 2 . For equipment with multiple power or control sources, apply to door or cover of equipment, including, but not limited to , the following : a. Power-transfer switches. b . Controls with external control power connections. C. Q. Arc Flash Warning Labeling: Self-adhesive labels. R. Operating Instruction Signs: Metal-backed , butyrate warning signs. S. Emergency Operating Instruction Signs : Metal-backed , butyrate warning signs with white legend on a red background with minimum 3/8-inch-high letters for emergency instructions at equipment used for power transfer. T. Equipment Identification Labels: C OM Smith I. Indoor Equipment: Metal-backed butyrate signs . 2. Outdoor Equipment: Laminated acrylic or melamine sign. 3. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be in the form of a engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets . c. Access doors and panels for concealed electrical items . d . Switchgear. e . Switchboards . f. Transformers: Label that includes tag designation indicated on Drawings for the transformer, feeder, and panelboards or equipment supplied by the secondary . g. Substations. h. Emergency system boxes and enclosures. 1. Motor-control centers . J. Enclosed switches. k. Enclosed circuit breakers. I. Enclosed controllers. m. Variable-speed controllers . CON STR UC TI ON S PEC IFI CATI ON DOCU M EN T S Fe bruary 2021 VC WRF So uth Fl ow Lift Stati on C ity Proje ct N o . I 0007 5-2 n. Push-button stations. o. Power-transfer equipment. p. Contactors. 26 05 53 ID EN TIFI CAT ION FOR ELECT RICAL SYSTEMS Page 15 of 16 q. Remote-controlled switches , dimmer modules, and control devices. r. Battery-inverter units . s. Battery racks. t. Power-generating unit s. u. Monitoring and control equipment. v. UPS equipment. w . U . Junction and Pull Box Nameplates: I. All voltages (e.g. 480 volts, 120 volts, etc.) within pull boxes, junction boxes etc. shall be identified on the front exterior cover. Provide Signs w ith red background with white engraved lettering. Provide lettering a minimum of I inch high . V . Panelboard Identification I . Label branch circuit wires with associated pole number using v in y l cloth wrap around labels. 2. Provide typed as built circuit directorie s giving location and nature of load served. Install circuit directories in each panelboard . 3. Provide each panel board with two nameplates. The first shall be provided by the panelboard manufacturer and shall identify the panel. The second shall be field installed by the Contractor to identi fy the panel 's up st ream power so urce. END OF SECTION 26 05 53 COM Smith CONST RU CT ION SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No. I 00075-2 26 05 53 ID ENTIFICATION FOR ELECTRJ CAL SYSTEMS Page 16 of 16 THIS PAGE INTENTIONALLY LEFT BLANK C DM Smith CONSTRU CTION SPEC IFI CATION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station Ci ty Proj ect No. I 00075-2 SECTION 26 05 73 -POWER SYSTEM STUDIES PART 1 -GENERAL 1.1 RELATED DOCUMENTS 26 05 73 POWER SYSTEM STUD IES Page I o f 12 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Divi s ion 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes a computer-based study for: 1. Short circuit report. 2. Protective device coordination report . 3. Motor starting report. 4. Arc flash report. 5. Harmonic analysis report. B. Study encompasses the partial power distribution system of the City of Fort Worth Village Creek Water Reclamation Facility. Facility is located at 4500 Wilma Ln , Arlington, TX . C. Study includes the upstream utility and existing Switchgear E DS breaker(s) SFAl and SFB I to the new equipment this contract. Obtain the latest study available from the Owner and update the file to include all new equipment. Coordinate with the Owner for power system study records. Equipment included , but not limited to : I . Substations and distribution . 2. Medium Voltage Pad-mounted Switchgear, Low vo ltage Switchgear, and panelboards . 3. Transformers 4. Motor control centers. 5. Variable frequenc y controllers. 6. Disconnect switches. 7 . 480V control panels. D. Obtain all data necessary to perform the stud y. Data included , but not limited to: I . Up to date one-line diagrams . 2. Equipment data. 3. Cable sizes and lengths. 4. Existing protective dev ice settings. 5. Electric utility information : available fault c urrent, protective device equipment information and settings , X/R ratios , transformer impedances and ratings. COM Smith CONSTRUCTION SPEC IFICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Stat ion City Project No. I 00075 -2 1.3 A . B . C. DEFINITIONS 26 05 73 POW ER SYSTEM STUDI ES Page 2 of 12 Boundary, Arc Flash: When an arc flash hazard exists, an approach limit from an arc source at which the incident energy equals 1.2 cal/cm2 (5 J/cm2 ). Boundary, Limited Approach: An approach limit at a distance from an exposed energized electrical conductor or circuit part within which a shock hazard exists. Boundary, Restricted Approach: An approach limit at a distance from an exposed energized electrical conductor or circuit part within which there is an increased likelihood of electric shock, due to electrical arc-over combined with inadvertent movement. D . Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed and salvaged , or removed and reinstalled. Existing to remain items shall remain functional throughout the construction period . E . Field Adjusting Agency : An independent electrical testing agency with full-time employees and the capability to adjust devices and conduct testing indicated and that is a member company of NETA. F. One-Line Diagram: A diagram that shows, by means of single lines and graphic symbols, the course of an electric circuit or system of circuits and the component devices or parts used therein . G. Power System Analysis Software Developer: An entity that commercially develops, maintains , and distributes computer software used for power system studies. H. Power Systems Analysis Specialist: Professional engineer in charge of performing the study and documenting recommendations , licensed in the state where Project is located . I. Preliminary Short Circuit Report: Report that includes the maximum available utility fault current, proposed equipment, and existing equipment to determine if new equipment may be released for manufacturing and existing equipment is adequate for the calculated short circuit levels. J. Protective Device: A device that senses when an abnormal current flow exists and then removes the affected portion of the circuit from the system. K. SCCR: Short-circuit current rating . L. Service: The conductors and equipment for delivering electric energy from the serving utility to the wiring system of the premises served. M . Single-Line Diagram : See "One-Line Diagram ." N. Supplier: The person , firm or corporation identified as such to provide the power system study and means the Supplier or it s authorized agent. See also Power Systems Analys is Specialist. C OM S mith VC W RF So uth Fl ow Lift Stati on C ity Proje ct No. I 000 75 -2 CONSTRUC TI ON S PEC IFICAT ION DOCU M EN T S Fe bruary 202 1 1.4 ACTION SUBMITTALS 26 05 73 POW ER SYST EM STUDI ES Pa ge 3 o f 12 A. Supplier qualifications per Quality Assurance paragraph . Submit prior to starting study. Include the following: 1. Brief description of each qualifying study. 2. Name of owner of installation on which study was performed with address , telephone number, and contact person . 3. Date of study. 4 . Any other information indicating the firm's experiences and ability to perform the work and business status . B. Preliminary Power System Study Report . Report must be approved prior to release for manufacture of major electrical equipment including but not limited to switchgear, switchboards , distribution panels , and motor control centers. Fault data from the utility must be included and not assumed or submittal will be rejected. C. Final Power System Study Report. Report must be approved prior to energization of new major electrical equipment. Revise study as required for changes during construction. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: I . For Power Systems Analysis Software Developer. 2 . For Power System Analysis Specialist. 3. For Field Adjusting Agency. B. Field quality-control reports. 1.6 CLOSEOUT SUB MITT ALS A. Final power system study updated with any changes made after equipment start-up . B . Digital computer files with full read-write access of the complete power system model and library. 1.7 QUALITY ASSURANCE A. Perform Study using commercially developed and distributed software designed specifically for power system analysis. B. Software algorithms shall comply with requirements of standards and guides specified in this Section. C. Manual calculations are unacceptable. CDM Smith CON STR UC TION SP EC IFI CATI ON DOCU MENTS Fe bru ary 20 21 VC WR F So uth Flow Lift Stati on City Proj ect No . I 00075 -2 26 05 73 POW ER SYSTEM STUDIES Page 4 of 12 D. Power System Analysis Software Qualifications: 1. Design computer program to perform short-circuit studies or have a function , component, or add-on module designed to perform short-circuit studies. 2. Develop computer program under the charge of a licensed professional engineer who holds IEEE Computer Society's Certified Software Development Professional certification. 3 . Complies with IEEE 399, IEEE 141 , IEEE 242, IEEE 519, IEEE 1015 , and IEEE 1584 as applicable to the project scope. E. Power Systems Analysis Specialist Qualifications: Professional engineer licensed in the state where Project is located and has regularly engaged in this electrical engineering study specialty for minimum of five (5) years and has performed at least three projects of similar complexity to this project within the last three (3) years. Perform all elements of the study under the direct supervision and control of this professional engineer. Specialist shall be the manufacturers of the equipment under evaluation. F. Power System Study Certification: Report shall be signed and sealed by Power Systems Analysis Specialist. G . Field Adjusting Agency Qualifications: 1. Employer of a NETA ETT-Certified Technician Level III or NICET Electrical Power Testing Level III certification responsible for all field adjusting of the Work. 2. A member company of NETA. 3. Acceptable to authorities having jurisdiction. 1.8 POWER SYSTEM STUDY MEETINGS A . Supplier's professional engineer responsible for the study to attend a meeting with the Engineer and Owner at the Owner's facility up to and including three times. B . Purpose of the three meetings are: I . Initial meeting discusses the study's scope and the Owner's operational and maintenance requirements prior to the preliminary study submittal. 2. Second meeting discusses the preliminary study and its recommendations. Based on this meeting, the Owner may request modifications to the studies' recommended protective settings to reduce the arc flash hazard or meet other operational objectives. 3. Third and final meeting presents the final study and its recommendations. C. Provide a minimum of three (3) week notice to the Owner and Engineer in advance of all projected meeting dates. CDM Smith CONS TRU CTION SPECIF ICA TION DO CU MENTS February 202 1 VCWRF So uth Flow Lift Station City Project No. I 00075-2 26 05 73 POW ER SYST EM STUDIES Page 5 of 12 PART 2 -PRODUCTS 2.1 2.2 A . A. B. C . D. POWER SYSTEM ANALYSIS SOFTWARE DEVELOPERS Acceptable Software : 1. SKM System Analysis , Inc .: Power*Tools. 2 . No equal. POWER SYSTEM STUDY REPORT GENERAL REQUIREMENTS Except for one-line diagrams, standard 8 ~-inch by I I -inch pages , with total pages numbered. Electronic PDF format copy with electronic bookmarks for each section . Signed and sealed by a professional engineer registered in the state in which the project is located. Organized in the following order: 1. Executive Summary. 2. Short Circuit Analysis. 3. Short Circuit Computer Printout. 4 . Protective Device Coordination. 5. Motor Startingf. 6. Arc Flash Hazard Analysi s . 7. Harmonic Analysis. 8. Utility Data. 9. One Line Diagrams. E. Information on one-line diagrams, legible when printed at 11-inch x 17-inch . Show the following: 1. Protective device designations and ampere ratings. 2. Conductor types, sizes, and lengths. 3. Transformer kilovolt ampere (kV A), impedance, and voltage ratings. 4 . Motor designations and kV A ratings. 5. Switchgear, switchboard , motor-control center, and panelboard designations and ratings . 6. Derating factors and environmental conditions. 7. Any revisions to electrical equipment required by the study . F . Identifiers between the one-line diagram , short circuit study, coordination study , and arc flash study to be the same. COM Smith VCW RF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 CONS TR UC TI ON SPEC IFICAT ION DOCUMENTS February 202 1 2.3 2.4 A. A . B. C. D. E. EXECUTIVE SUMMARY 26 05 73 POWER SYST EM STUDIES Pag e 6 of 12 Include summary of distribution system, major assumptions, adequacy of equipment to safely clear or close on any fault , identify problem areas and recommendations for resolving problem areas. SHORT CIRCUIT Comply with IEEE 399 and IEEE 551 (new 3002 series). Include normal powered configuration, and alternate modes of operation (i.e., bus ties closed). Include minimum and maximum possible fault conditions. Address three-phase bolted as well as ground fault conditions. Consider the fault contribution of all motors operating during the maximum demand condition of the motors. Calculate short-circuit momentary duties and interrupting duties at each medium voltage switchgear bus , low voltage switchgear bus, switchboard, motor control center, distribution panelboard , pertinent branch circuit panelboard and other significant locations throughout the systems. Include the X/R ratios, asymmetry factors , KV A and symmetrical fault-current in the short circuit tabulations. Provide a ground fault current study for the same system areas . Include in tabulations fault impedance, X/R ratios, asymmetry factors , motor contribution, short circuit KV A , and symmetrical and asymmetrical fault-currents . F . Include representation of the site power system , the base quantities selected , impedance source data, calculation methods and tabulations, one-line diagrams, conclusions and recommendations . G. Identify avai lable fault current at each bus and evaluate system elements including but not limited to equipment, protective devices , and cables. H. Base current transformers ' ratio and burden calculations on a 10 percent maximum ratio error per IEEE C57. J 3. Identify current transformers that will not allow the protective devices to operate within acceptable IEEE error margins and recommend corrective action . I. List momentary, interrupting, and /or withstand rating of all key elements of the distribution system along with the maximum available fault current in tabular form and clearly indicate the adequacy of the element with PASS /FAIL designation . J. Short Circuit Computer Printout: 1. Calculations shall be in sufficient detail for easy review . 2. Back up calculations shall become part of the final report . CDM Smith VCWRF So uth Flow Lift Stati on City Proj ect No . I 000 75-2 CON STRUC TI ON SPEC IFI CAT ION DOCUMEN TS February 20 21 2.5 A. B. C . PROTECTIVE DEVICE COORDINATION Comply with IEEE 242 (new 3004 series). 26 05 73 POWER SYSTE M STUDI E S Pag e 7 of 12 Utilize results from the short circuit study and balance the competing objectives of protection and continuity of service for the system specified, taking into account the basic factors of sensitivity, selectivity and speed . Show graphic indication of coordination between protective devices in the form of full color time-current coordination (TCC) plots with each protective device curve in a unique color for easy review. D. Provide separate TCC plots for each mode of operation. Provide separate TCC plots for "normal " and "stand by" operation. Show maximum fault values in each case. Both power sources shown on one plot is unacceptable. E . Provide separate TCC for phase over-current and ground fault. F. Show no more than six devices on one TCC. Of these six curves, two (the largest upstream device and the smallest downstream device) shall repeat curves shown on other coordination plots to provide cross-reference. Designate each TCC with a unique identifier and include each TCC identifier and descriptive title in the study 's table of contents. G. Include in each TCC the following as applicable : 1. TCC name and description. 2 . One-line diagram. 3 . Identifiers on one-line diagram and curves. 4. Significant motor starting characteristics . 5. Appropriate NEC protection points. 6 . Appropriate ANSI/IEEE protection points. 7. Magnetizing inrush points of transformers . 8. Transformer damage curves . 9 . Complete operating bands for low voltage circuit breaker trip devices and fuses. 10 . Relay coil taps, time-dial settings and pickup settings. 11. Significant symmetrical and asymmetrical fault currents. 12. Power cable withstand curves. H. Terminate device characteristic curve on TCC at a point reflecting the maximum symmetrical or asymmetrical fault current to which that device is exposed, based on the short circuit study. I. Select each primary protective device for a delta-to-wye-connected transformer so the characteristic or operating band is within the transformer parameters ; where feasible , include a parameter equivalent to 5 8 percent of the ANSI C3 7 .91 withstand curve to afford protection for secondary line-to-ground faults . J. Separate low voltage power circuit breakers from each other and the associated primary protective device , by a 16 percent current margin for coordination and protection in the event of line-to-line faults. C OM Smith VC WRF So uth Flow Li ft Station C ity Proje ct No . I 00075 -2 CONSTRUC TI ON S PEC IFI CATION DOCU M EN T S Fe bru ary 2021 26 05 73 POWER SYSTEM STU DI ES Page 8 of 12 K. Separate protective relays by a 0 .3-second time margin for the maximum 3 phase fault conditions to assure proper selectivity. L. Optimize settings for breakers and relays to provide the most effective protection practicable for all modes and power sources . M . Include at least all devices down to largest branch circuit and largest feeder circuit breaker in each motor control center and /or power distribution panelboard. Include all adjustable setting ground fault protective devices. N. Provide tabulations of recommended settings for all protective devices. Where devices are existing, highlight any changes from the existing setting to the proposed recommended setting. 0. Provide all information required to program/set multifunction solid state relays. 2.6 ARC FLASH HAZARD A. Comply with IEEE 1584 , NFPA 70 , and NFPA 70E as applicable. B . Utilize short circuit and protective de v ice coordination results to provide arc flash hazard anal ys is. Perform calculation s in accordance with IEEE 15 84 or NFP A 70E with the method identified within the report . C. Calculate the incident energy le ve ls at each faulted bus for each mode of operation and for both maximum and minimum fault currents . D . Include calculation s at line side and load side of main breakers , where applicable. E. Provide tabular report for all modes and conditions and include "worst case" summary. Use the "worst case" to generate the arc flash labels. Include : 1. Fault location. 2. Arcin g fault magnitude . 3. Protecti ve de v ice clearing time. 4. Duration of the arc. 5 . Arc flash boundary. 6 . Working distance. 7. Incident energy . F. Highlight any available incident energy over 40 cal/cm 2 and provide recommendations to mitigate the hazard. G . Arc Flash Label s 1. Machine printed , 4-inch x 4-inch (nominal), thermal transfer, high adhesion pol yes ter. 2. Prov ide UV re s istant laminate for outdoor labels. H. Arc Flash Label Information COM Smith CONSTRUCTION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075 -2 2.7 I. J . A . B. C. D . 1. Equipment name. 26 05 73 POW ER S YST EM STUDI ES Page 9 of 12 2. Identifier LINE or LOAD where equipment has potential different energy levels . 3. Arc flash hazard information: arc flash boundary and incident energy in cal/cm2 • 4 . Shock hazard information: limited approach and restricted approach boundaries. 5. Personal Protective Equipment (PPE) requirements. 6. Study Supplier, project number, and date . Provide arc flash label sample with preliminary report. Do not be print the labels until equipment is energized and protective devices set according to the approved final protective device coordination study. HARMONIC ANALYSIS Comply with IEEE 519 and IEEE 3002.8. Provide a harmonic analysis for all major harmonic producing equipment to determine the harmonic currents and voltages of the electrical distribution system. Include utility and alternate power sources, if applicable. Provide a harmonic current and voltage profile for the complete electrical distribution system . At a minimum , the voltage profile shall include voltage values at the utility service point, and at each switchgear/switchboard and motor control center bus. Provide calculations for all operating modes and the following conditions: 1. One profile for all duty equipment running with variable frequency controllers at full speed . 2. One profile for all duty equipment running with variable frequency controllers at 60% speed. E . Include in the analysis: 1. Explanation of analysis method . 2 . Explanation of analysis and recommendation s to meet the specified limits . 3. Calculations and/or computer printouts . 4 . Harmonic current and voltage profiles up to the fiftieth harmonic. PART 3 -EXECUTION 3 .1 A. C OM Smith POWER SYSTEM DAT A Obtain all data necessary for conduct of the study. I. Verify completeness of data supplied on one-line diagram . Call any discrepancies to Engineer's attention . 2 . For equipment included as Work of this Project, use characteristics submitted under provisions of action submittals and information submittals for this Project. CONSTR UCTI ON S PEC IFICATI ON DOCU M ENT S Fe bru ary 202 I VCWR F So uth Fl ow L ift Stati on C ity Proj e ct No. I 00075 -2 3 .2 26 05 73 POW ER SYSTEM ST UDI ES Page 10 o f 12 3. For equipment that is existing to remain , obtain required electrical distribution system data by field investigation and surveys conducted by qualified technicians and engineers. Qualifications of technicians and engineers shall be as defined by NFPA 70E. B. Gather and tabulate the required input data to support the power system study. C. Field data gathering for existing systems shall be under direct supervision and control of the engineer in charge of performing the study and shall be by the engineer or its representative who holds NETA ETT-Certified Technician Level III or NICET Electrical Power Testing Level III certification. D. Data included , but are not limited to , the following: A . B. C. D. E. I . Product data for overcurrent protective devices and existing settings. 2. Power sources and ties . 3. For switchgear, switchboards, panelboards, and motor control centers, ampacity and SCCR in amperes RMS symmetrical. 4. For transformers , kVA, primary and secondary voltages, connection type, impedance, X/R ratio , taps measured in percent, and phase shift. 5. For reactors , manufacturer and model designation , voltage rating, and impedance. 6 . For circuit breakers, trip units , and fuses , manufacturer and model designation. List type of breaker, type of trip , SCCR, current rating, and breaker settings. 7. For busways, manufacturer and model designation , current rating, impedance, lengths, and conductor material. 8. For motors , horsepower and NEMA MG I code letter designation . 9. Conductor sizes, lengths, number, conductor material , shield parameters for variable frequency drive cable, and conduit material (magnetic or nonmagnetic). 10 . For relays, manufacturer and model designation , current transformer ratios, potential transformer ratios, and relay settings. 11 . Derating factors. FIELD QUALITY CONTROL Do all testing and adjustment prior to the energization of new equipment. Test existing adjustable protective devices in accordance with NETA MTS. Test new adjustable protective devices in accordance with NETA A TS. Adjust existing and new protective devices according to approved coordination study. Testing and adjusting shall be by a full-time employee of the Field Adjusting Agency, who holds NETA ETT-Certified Technician Level III or NICET Electrical Power Testing Level III certification . F . After successful testing and adjustment, install calibration sticker with Field Adjusting Agency name, employee initial s, and date of calibration at each relay or protective device . C DM Smith YC WRF So uth Fl ow Lift Station C ity Proj ect No . 100075-2 CONSTRUCTION S PEC IFICAT ION DOCU M EN T S Fe bruary 2021 3.3 G. H. A. B. 26 05 73 POWER S YST EM STUDI E S Page 11 o f 12 After energization , minor adjustments to settings may be required to commission the equipment. Submit field report and list any changes made during field adjustment or commissioning for update for record submittal of study. ARC FLASH LABELING After the field adjustment of relays and protective devices, apply arc flash study labels . Apply arc flash labels on the front covers of the following equipment: I. Medium voltage switches. 2. Switchgear, switchboards, and panelboards. 3 . Motor control centers. 4. Variable frequency controllers. 5. Disconnect switches. 6 . 480V control panels. C. Apply arc-flash labels at each section for large equipment such as switchgear and motor control centers . D. Install LINE and LOAD arc-flash labels as applicable. E. Remove any previous arc flash study labels as applicable and install new labels under the direction of the Power System Analysis Specialist. END OF SECTION 26 05 73 C OM S mith CO NSTR UC TI ON SPECIFI C ATI ON DOCU M EN T S February 2021 VCW RF So uth Flow Li ft St ati o n C ity Proj ect No. I 00 0 75 -2 THIS PAGE INTENTIONALLY LEFT BLANK COM S mith CONSTRUCTION SPEC IFICAT ION DOC UMENTS Fe bruary 202 1 26 05 73 POWER SYSTEM STU DI ES Page 12 of 12 VCWRF So uth Flow L ift Station Ci ty Proj ect No. I 00075 -2 2 6 05 91 COORD INATED ELECTRJ CAL HOUSE (CEH) Page I o f8 SECTION 26 05 91 -COORDINATED ELECTRICAL HOUSE (CEH) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A . The specification includes requirements applicable to the provisions of a Coordinated Electrical House (CEH). B. Section includes electrical power and control equipment as specified herein , and as shown on the Drawings . C . Related Requirements: 1. Section 26 23 00 "Low Voltage Switchgear". 2. Section 26 24 19 "Motor Control Centers ". 3. Section 26 29 23 "Variable Frequency Motor Controllers ". 4 . Section 40 67 17 "Industrial Enclosures". 1.3 ACTION SUBMITTALS A . Product Data: For each type of product. C OM Smith 1. Any quality plans , forms , or procedures applicable to the manufacturer of the CEH. 2 . Structural drawings including: a. General notes. b . Building plan view . c . Building base skid details and installation information including equipment anchorage provisions. d. Building elevations . e. Stairs and landings details (if applicable). f . Certified structural calculations for building, stamped and signed by a professional engineer registered in the State in which the equipment will finally reside . 3. Electrical shop drawings including: a . Electrical notes . b . Building electrical plan , elevations , sections , showing conduit, cable tray , subfloor wireway , and any other means of wiring transit. Drawings shall al so include conduit fill. CONS TRUC TION S PEC IFI CATI ON DOCU M EN T S April 2021 VCWR F So uth Fl ow Lift Stati on C ity Proj ect No . I 0007 5-2 1.4 1.5 26 05 9 1 COORDrN AT ED ELECTRI C AL HOUSE (CE H) Page 2 of8 c. Shipping splits, weights , method if field assembly. d. Building services wiring diagrams. e. Grounding system plan. f. Interconnection wiring diagrams. 4. Heating and cooling calculations for sizing of HY AC units using an ASHRAE approved calculation method , such as Cooling Load Temperature Difference (CL TD) method or Radiant Time Series (RTS) method. B . Production Drawings: For each Coordinated Electrical House . C . Coordination Drawings : CEH Floor plans, drawn to scale, showing dimensioned layout, concrete slab, required working clearances , and required area above and around the electrical equipment. Show CEH switchgear layout and relationships between electrical components and adjacent structural and mechanical elements . Show support locations, type of support, and weight on each support. Indicate field measurements. D . A. B . A. Product Certificates for the CEH . INFORMATIONAL SUBMITT ALS Source quality-control reports. Field quality-control reports. CLOSEOUTSUBMITTALS Sample Warrant: For special warranty. B. Operation and Maintenance Data: For switchgear and switchgear components to include in emergency, operation , and maintenance manuals . In addition to items specified in Section O 1 78 23 "Operation and Maintenance Data", include the following: 1. Manufacturer 's written instructions for building preventative maintenance measures such as but not limited to maintaining electrical systems , heating and air conditioning systems, and general repairs to building . C . Final permit drawings stamped and signed by designer of record for permit review and approval. Manufacturer and Contractor are responsible for the design, engineering and fabrication of the buildings that meet all local code requirements and is sole ly responsible for there review and approval by the local code officials having jurisdiction. 1.6 MAINTENANCE MATERIAL SUBMJTTALS A. Furnish: 1. Touch-up paint: Three half-pint containers of paint matching the exterior finish. C OM Smith CONSTR UCTI ON S PEC IFI CATI ON DOCU MENTS A pril 2021 VCWRF So uth Flow Lift Stati on C ity Proje ct No . I 00075-2 26 05 91 COORDINATED ELECTRICAL HO USE (CEH) Page 3 of8 1.7 QUALITY REQUIREMENTS A. The CEH shall be manufactured under an established autonomous quality assurance program. The supplier shall have a designated quality assurance (QA) manager. I. When requested by the Engineer, provide all quality plans, forms , and procedures applicable to the manufacturer of the CEH. 1.8 QUALIFICATIONS A. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly . B. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.9 DELIVERY, STORAGE, AND HANDLING A. Section O 1 60 00 "Product Requirements": Product storage and handling requirements. B . The building and all components mounted thereon shall be designed for, and anchored sufficiently for, transportation to the job site. I.JO WARRANTY A. The equipment shall initially be warranted for a period of two (2) years commencing at the time of Engineer's acceptance or after 18 months of being shipped to the site, whichever occurs first. An extended warranty for three (3) years covering parts and labor shall be provided in addition to the regular one (1) year warranty commencing at the time of system acceptance by Village Creek Water Reclamation Facility. Equipment shall be free from defects in workmanship, design or material. If the equipment should fail during the warranty period due to a defective part(s), it shall be replaced and the unit(s) restored to service at no additional cost to the Owner. A qualified Field Service Engineer shall be provided , if required , for warranty repairs on site at no charge during the regular and extended warranty periods. All warranties shall be written in the name of the Village Creek Water Reclamation Facility. PART 2 -PRODUCTS 2.1 A. COM Smi th COORDINATED ELECTRICAL HOUSE (CEH) The CEH shall be designed and constructed for outdoor use , under wind and se1sm1c load conditions per the IBC or State guidelines for the specific project job site. CONSTRUCTIO N SPEC IFI CATION DOCUMENTS Apr il 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 26 05 91 COORDIN AT ED ELEC TRJ CAL HOUS E (CEH) Page 4 of8 B . The supplier shall furnish , install , interconnect, and test the equipment and materials specified herein , as well as any equipment specified in any related documents. C. The CEH shall be environmentall y controlled and shall consist of a coordinated grouping of electrical power and control equipment as specified herein and as shown on the Drawings . D. The skid shall be of welded construction . 1. Welded construction shall utilize ASTM-A36 minimum structural steel members , sized and arranged for proper strength , and able to withstand the stress and loads which will result when lifting the complete factory fabricated and equipped assemblies . Welding shall be in accordance with the requirements of A WSDl.1. Al l welding shall be performed by welders certified through the 4G position. Suppliers shall be prepared to show welders ' certificates. a. Deflection shall be L/240 . The building shall be suitable for installation on a concrete pad or on piers. b. The skid shall be equipped with two stainless steel ground pads located at opposite corners of the skid with provisions for NEMA hole pattern lug. c. The skid shall be provided with a minimum of 8-to IO-mil coverage of bituminous mastic undercoating where in contact with concrete. E . The floor shall be a minimum of 1/4-inch H.R. ASTM-A36 minimum smooth steel plate, welded to the perimeter and longitudinal and /or transverse structural members of the skid. The floor loading shall be no less than 250 PSF . 1. The floor shall be provided with gasketed floor cutouts where required for power and control cable entry/exit from the equipment. The cutouts shall be provided with 12 -gauge galvanized cover plates . F . Building construction: 1. Building walls, roof and ceiling shall be fabricated from G90 galvanized steel. Exterior walls, exterior roof and interior ceiling shall be self-framing, interlocking design , with maximum panel width of 16-inch . 2. Exterior walls shall be minimum of 18-gauge thickness for self-framing and interlocking design but rated to withstand the loading requirements of the project job site. 3. Interior walls shall be minimum 18-gauge thickness for self-framing and interlocking design but rated to withstand the loading requirements of the project job site. 4 . Exterior roof shall be minimum of 18-gauge thickness for self-framing and interlocking design but rated to withstand the loading requirements of the project job site. The roof shall be sloped at 1/4 -inch per linear foot and shall be sloped away from the personnel doors. Gutters and downspouts shall be provided when the roof slope is directly over personnel or rear access equipment doors. 5. Interior ceiling shall be minimum of 18-gauge thickness for self-framing and interlocking design but rated to withstand the loading requirements of the project job site G. For a building which must be shipped in multiple shipping sections , miscellaneous NEMA 12 junction boxes will be provided at the shipping s plits for easy breakdown of the building wiring for shipment and reconnection at the job site . Prior to shipment the open end/sides of each C OM Smith CONS TRUC TI ON SPEC IFI CATI ON DOCU M ENTS April 202 1 VC WR F So uth Flow Lift Station City Project No. 1000 75 -2 26 05 9 1 C OORDINATE D ELE CTRI C AL HOUS E (CEH) Page 5 of 8 shipping section will be crated (weatherproofed) for transit to the job site. The crating must be performed by a company recognized and experienced in the trade. H. Where wall bulkhead penetrations are required , the cutouts shall be completely framed with 1 /4- inch aluminum cover plates with neoprene gasket. All the penetrations shall be made in the walls prior to bending with the appropriate machinery. No manual cutting of wall penetrations viajigsaw, plasma torch , etc., shall be permitted . I. All fastening hardware shall be zinc plated, stainless steel or aluminum. Welding of galvanized steel and rivets shall not be the primary method of exterior fastening. J. The building shall be provided with a minimum of two entrance doors. The doors shall be double wall construction , with brushed aluminum panic hardware exit device , brushed aluminum mortise lever lockset and trim including cylinder lock , keying is to be as selected by Owner, brushed aluminum automatic closure with built-in hold open device, prime coat hinges , threshold built into door frame, neoprene gasket, weather-stripping, drip shields/water flashing , "DANGER, HIGH VOLTAGE, KEEP OUT" sign , and a 12-inch removable transom above the equipment door, when required. The personnel door shall be 36-inch by 84-inch . The equipment door shall be 48-inch by 84-inch . Door hardware to comply with NFPA 101. Latches shall not require more than 15 lbf to release the latch. K. For equipment requiring rear access, the supplier shall provide 14-guage minimum galvanized steel , gasketed and hinged equipment rear access doors, with 3-point latching system with galvanized padlockable handles, "DANGER IDGH VOLTAGE" sign , and drip shields/water flashing. L. The walls, roof and floor shall be fully insulated, with a mm1mum of R-13 + R-6.5 (continuous insulation) batt insulation at wall locations and a minimum of R-19 + R-11 (Liner System) at the roof. The walls and roof shall be provided with fiberglass batt type insulation. The floor shall be provided with polyurethane spray foam insulation, minimum R- 6. M . The building shall be provided with a paint system per the following: 1. The skid shall be prepared to the appropriate SSPC standard (SSPC-1, SSPC-2 , SSPC-3) for removal of rust and scale prior to painting. A 2-3 mil application of Zinc rich primer shall be provided 2. The floor shall be provided with a 2-3 mil application of "Red " epoxy iron oxide primer, followed by a 2-3 mil application of ANSI-61 gray epoxy, with a non-skid finish 3. The exterior and interior of the building shall be provided with a 0.3-0 .6 mil application of a vinyl wash primer, followed by a 2-3 mil application of white epoxy paint. N. The building shall be provided with wall-mounted package direct expansion (DX) type air condition unit with heat pump heating . The units shall be provided , and factory installed by the building manufacturer. The air conditioning unit shall be provided with , supply and return grilles , low ambient cooling controls which pennits operations down to O F, high and low refrigerant pressure overloads, compressor short cycle delay timer, phenolic coated coils for corrosion resistance, blank off panels to close the outside air intake, at least two stages of cooling, and integral controls, contractors, and overloads for fans , compressors, heaters . Manufactured unit(s) shall have AHRJ certification and UL listing. Unit cabinet shall be coated with a polyurethane primer and baked-on enamel finish coat, which will withstand 1000 hours C OM S mith YC WRF So uth Fl o w Lift Stati on CON STR UC TION S PEC IFICATION DOCU M EN T S C ity Proj e ct No . 100 075 -2 A pril 202 1 26 05 91 COORDINAT ED E LECTRI CAL HOUSE (CEH) Page 6 of8 of ASTM B 117 salt spray exposure test. EER efficiency of unit shall be greater than or equal to 10.0. 1. 2 . 3. 4 . 5. 6. Provide a thermostat of temperature controller with automatic switchover between heating and cooling modes. Cooling mode shall allow up to two stages of cooling per unit. All temperature set points shall be field adjustable. Switchover set point shall be field adjustable . The controller shall be wall mounted and shall accept 24VAC power from the air conditioning unit being controlled. The air conditioning units shall be sized per heating and cooling calculations which shall be provided by the building manufacturer for review by the Engineer. The air conditioning units shall be sized to meet the entire heating/cooling load of the prefabricated building. The sensible cooling capacity (not the total cooling capacity) of the air conditioning units shall be selected to meet the sensible load of the building at the ambient design conditions (ambient design conditions 105 F for summer and 20 F for winter). Cooling calculations shall include heat gained through the building envelope as well as heat rejection from equipment in the space. Heating calculations shall include heat loss through building envelope and shall assume no heat rejection from the equipment in the space. The indoor design conditions shall be a maximum of 85 degrees Fahrenheit in summer and a minimum of 55 degrees Fahrenheit in winter. The system shall be designed without outside air. Provide a redundant unit(s) at the same size as the other HVAC units in order to provide an N+l redundancv for the entire /1eatinglcooling load of the prefabricated building. Provide additional thermostat(s) and wiring as required for the redundant unit(s). Air conditioning heat pump units shall have a minimum energv e{ficiencv ratio (EER) ofll.O. 0 . The building shall be provided with portable, hand-carried fire extinguishers. I. NFPA compliance: Fabricate and label fire extinguisher to comply with NFPA 10 , "Portable Fire Extinguishers". 2. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to the authorities having jurisdiction. 3. Location and Travel Distance: Portable fire extinguishers shall be placed as required by applicable codes. Portable fire extinguishers shall be located in conspicuous locations where they will be readily accessible and immediately available for use. 4 . Hangers and brackets: Hand-held portable fire extinguishers not housed in cabinets shall be installed on the hangers and brackets supplied by the same extinguisher manufacturer. P. Miscellaneous: C OM Smith 1. The supplier shall furnish all electrical distribution equipment necessary for the proper operation of building services within and without the building. The operating voltage of all distribution equipment shall be 120/208V , three-phase. Reference the Drawings for additional information. 2. The building shall be provided with LED type interior fixtures , controlled via three-way wall switches to be located at each entry door. 3. The building shall be provided with 125 V , 20 A duplex receptacles at each entry door. CON STR UCT ION S PEC IFI CA TI ON DOCU M EN T S April 2021 VCWR F So uth Flow Lift Stati on C ity Project No . I 0007 5-2 4. 5. 6. 7. 8 . 26 05 91 COORDfNA T E D E L EC TRI CAL HO US E (CEH) Page 7 of 8 The building shall be provided with LED exterior lights at each entry door, controlled via photocell. All wiring and conduit shall conform to applicable Division 26 specifications . For all control interconnection wiring, both ends of the wire shall be provided with polyolefin sleeve type wire markers. Rigid aluminum conduit shall be utilized for interior and exterior applications. Any cable tray necessary shall be as specified under Section 26 05 33 "Raceways and Boxes for Electrical Systems." Provide a 1/4-inch x 2-inch copper ground bar running the length of the building, mounted approximately 6-inches above floor and connected to each end of the equipment ground bar. A #4/0 green insulated copper ground cable shall be provided from the ground bar to the exterior ground pads. A green insulated copper ground wire/cable will be provided from the ground bar to all auxiliary electrical equipment per NEC bonding requirements. PART 3 -EXECUTION 3.1 A . B. EXAMINATION Upon delivery of switchgear and miscellaneous systems and pnor to unloading, inspect equipment for damage. Unload switchgear and miscellaneous systems, observing packing label warnings and handling instructions . C . Proceed with installation only after unsatisfactory conditions have been corrected. 3 .2 FIELD QUALITY CONTROL 3.3 A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. The following testing and inspections shall be performed on the building: A. I. Continuity checks of all wiring installed by the supplier. 2. Operational check of all supplier furnished and installed electrical apparatuses . 3 . Switchgear shipping sections ' bus shall be re-spliced , torqued and meggered. 4. A certified test report shall be provided by the supplier's Quality Assurance Manager. SIGNS AND LABELS Comply with the installation requirements for labels and signs specified in Section 26 05 53 "Identification for Electrical Systems ." END OF SECTION 26 05 91 C OM Smith CONSTR UC TION S PEC IFI CA TI O N DOCU M EN TS A pril 202 1 YC WRF So uth Flow Lift Station C ity Proj e ct N o . I 00075-2 26 05 9 1 COORDINATED ELECTRICAL HOUSE (CEH) Page 8 of 8 TlllS PAGE INTENTIONALLY LEFT BLANK. C OM Smith CONSTR UCT ION SPECIFICATION DOCUMENTS A pril 202 1 VCWRF South Flow Lift Stat ion C ity Proj ect No . I 000 75 -2 26 08 00 COMMI SS IO N IN G OF ELECTRI CAL SYST EMS Page I o f6 SECTION 26 08 00 -COMMISSIONING OF ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes Cx process requirements for the following electrical components, systems, assemblies, and equipment: 1. Electrical equipment connected to Normal power systems, including the following: a. Pad mounted switchgear. b . Motor-control centers. c. Transformers. d . Branch-circuit panelboards . e . Grounding systems. 2 . Controls and instrumentation , including the following: a. Equipment monitoring systems . b . Energy monitoring and control systems. c. Electrical metering and metering system . 3. Systems testing and verification , including Normal power systems . B. Related Requirements: 1. Section O I 91 13 "General Commissioning Requirements" for general Cx process requirements and CxA responsibilities. 1.3 DEFINITIONS A . BoD: Basis-of-Design Document, as defined m Section OJ 91 13 "General Commiss ioning Requirements." B. Cx: Commissioning, as defined m Section 01 91 13 "General Commiss ioning Requirements ." C . CxA : Commi ss ioning Authority , as defined m Section 01 91 13 "General Commissioning Requirements." D. Essential Power Systems: A power system that a facility tran s itions to in the absence of Normal power. This power include s all systems class ified a s "standby " or "emergency," including "legally required." C OM Smith CONSTR UCT ION SPECIFI CA TI ON DOCUMENTS Fe bru ary 2021 VCWRF So uth Fl ow Lift Station C ity Proj ect No. I 00075 -2 1.4 E. F. G. H. I. A . B . Low Voltage: 600 V and below. Medium Voltage: 601 V and above. 26 08 00 COMMISSIONTNG OF ELECTRJCAL SYSTEMS Page 2 of6 Normal Power Systems: A power system that provides primary power to a facility. OPR: Owner's Project Requirements , as defined in Section 01 91 13 "General Commissioning Requirements." "Systems," "Assemblies," "Subsystems," "Equipment," and "Components": Where these terms are used together or separately , they shall mean "as-built" systems, assemblies, subsystems, equipment, and components. INFORMATIONAL SUBMITTALS Qualification Data: For electrical testing technician . Construction Checklists: Draft construction checklists will be created by CxA for Contractor review. C. Construction Checklists: Include the following and comply with requirements in Section 01 91 13 "General Commissioning Requirements" for construction checklists: 1. Instrumentation and control for electrical systems. 2. Low-voltage power cables. 3. Control voltage power cables. 4 . Electrical feeders and branch circuits. 5. Liquid-filled transformers. 6. Instrument transformers. 7. Motor-control centers. 8. Low-voltage motor starters. 9. Low-voltage surge protective devices. 10. Medium-voltage power cables. 11. Medium-voltage pad mounted switchgear. 12. Medium-voltage air switches. 13. Medium-voltage surge arrestors. 14. Protective relays . 15. Metering devices . 16. Molded-case circuit breakers. 1 7. Grounding systems. 18. Ground-fault protection systems. 19. Receptacles and devices . 20. Variable-frequency drives. 21. AC induction motors and generators. 22. UPS systems. 23 . Power factor correction equipment, including capacitors, dry-type reactors (both shunt and current-limiting), and liquid-filled reactors (both shunt and current- limiting). 24. Lighting. COM Smith VC WRF South Flow Lift Station C ity Project No. I 00075-2 CONSTRU C TION SPEC IFI CAT ION DOCU M ENTS February 2021 1.5 1.6 A . A . CLOSEOUT SUBMITT ALS 26 08 00 COMMISSIONING OF ELECTRJCAL SYSTEMS Page 3 of6 Operation and Maintenance Data: For electrical systems and components to include in operation and maintenance manuals . QUALITY ASSURANCE Electrical Testing Technician Qualifications : Technicians to perform electrical Construction Checklist verification tests, Construction Checklist verification test demonstrations , Cx tests , and Cx test demonstrations shall have the following minimum qualifications : I. Journey level or equivalent skill level. Vocational school four-year-program graduate or an Associate 's degree in electrical systems, or similar field. Degree may be offset by three years' experience as an apprentice or a journey-level electrician. Generally, required knowledge includes electrical and HV AC&R concepts, building operations, and application and use of tools and instrumentation to measure performance of electrical equipment, assemblies, and systems. 2. Minimum three years' experience installing, servicing, and operating systems manufactured by approved manufacturer. B . Testing Equipment and Instrumentation Quality and Calibration: For test equipment and instrumentation required to perform electrical Cx work, perform the following: I. Submit test equipment and instrumentation list. For each equipment or instrument, identify the following: a. Equipment/instrument identification number. b. Planned Cx application or use. c. Manufacturer, make , model, and serial number. d . Calibration history , including certificates from agencies that calibrate the equipment and instrumentation . 2. Test equipment and instrumentation shall meet the following criteria: a. Capable of testing and measuring performance within the s pecified acceptance criteria. b. Be calibrated at manufacturer's recommended intervals with current calibration tags permanently affixed to the instrument being used. c. Be maintained in good repair and operating condition throughout duration of use on Project. d. Be recalibrated/repaired if dropped or damaged in any way since last calibrated. C. Proprietary Test Instrumentation and Tools: I. Equipment Manufacturer's Proprietary Instrumentation and Tools : For in stalled equipment included in the Cx process , test instrumentation and tools manufactured or prescribed by equipment manufacturer to service , calibrate, adjust, repair, or otherwise work on its equipment or required as a condition of equipment warranty , perform the following: C DM Smith VCWRF So uth Flow Lift Station C ity Proj ect No. I 00075-2 CONSTR UCTION SPEC IFI CAT ION DOCUMENTS February 202 I 26 08 00 COMM ISS IONING OF ELECTRJCAL SYSTEMS Page 4 of6 a. Submit proprietary instrumentation and tools list. For each instrument or tool , identify the following: I) Instrument or tool identification number. 2) Equipment schedule designation of equipment for which the instrument or tool is required . 3) Manufacturer, make, model , and serial number. 4) Calibration history, including certificates from agencies that calibrate the instrument or tool , where appropriate. b. Include a separate list of proprietary test instrumentation and tools in operation and maintenance manuals . c. Electrical proprietary test instrumentation and tools become property of Owner at the time of Substantial Completion. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.1 3.2 3.3 A. A. B. C. D. A. CONSTRUCTION CHECKLISTS Prepare detailed construction checklists for electrical systems, subsystems, equipment, and components. Complete and submit construction checklists. CONSTRUCTION CHECKLIST REVIEW Review and provide written comments on draft construction checklists. CxA will create required draft construction checklists and provide them to Contractor. Return draft Construction Check list review comments within 10 days of receipt. When review comments have been resolved , CxA will provide final construction checklists, marked "Approved for Use, (date)." Use only construction checklists, marked "Approved for Use, (date)." GENERAL TESTING REQUIREMENTS Certify that electrical systems, subsystems, and equipment have been installed , calibrated, and started and that they are operating according to the Contract Documents and approved Shop Drawings and submittals. B . Certify that electrical instrumentation and control system s have been completed and calibrated, that they are operating according to the Contract Documents and approved Shop Drawings and submittals , and that pretest set points have been recorded. C. Set systems, subsystems, and equipment into operating mode to be tested according to approved test procedures (fo r example, normal s hutdown , normal auto position, normal manual position , unocc upi ed cycle, emergency power, and alarm conditions). COM Sm ith VCWRF Sou th Flow Lift Station City Project No . I 00075-2 CONSTRUCT ION SPECIF ICAT ION DO CUM ENTS February 202 I 26 08 00 COMMI SSION IN G OF ELECTRI C AL SY ST EMS Page 5 o f6 D . Measure capacities and effectiveness of systems, assemblies , subsystems, equipment, and components, including operational and control functions to verify compliance with acceptance criteria. E . Test systems, assemblies, subsystems, equipment, and components operating modes, interlocks, contro l responses, and responses to abnormal or emergency conditions, and response according to acceptance criteria. F. Construction Checklists: Prepare and submit detailed construction checklists for electrical systems, subsystems, equipment, and components. I. Contributors to development of construction checklists shall include , but are not limited to , the following : a. Electrical systems and equipment installers . b. Electrical instrumentation and controls installers. G. Perform tests using design conditions, whenever possible. I. Simulated conditions may, with approval of Engineer, be imposed using an artificial load when it is impractical to test under design conditions. Before simulating conditions, calibrate testing instruments. Provide equipment to simulate loads. Set simulated conditions as directed by CxA , and document simulated conditions and methods of simulation . After tests, return configurations and settings to normal operating conditions. 2. Cx test procedures may direct that set points be altered when simulating conditions is impractical. 3 . Cx test procedures may direct that sensor values be altered with a signal generator when design or simulating conditions and altering set points are impractical. H . If tests cannot be completed because of a deficiency outside the scope of the e lectrical system , document the deficiency and report it to Owner. After deficiencies are resolved, reschedule tests . I. If seasonal testing is specified, comp lete appropriate initial performance tests and documentation and schedule seasonal tests . J. Coordinate schedule with , and perform Cx activities at the direction of the CxA. K. Comply with Construction Checklist requirements, including material verification , installation checks, startup, and performance tests requirements specified in Sections specifying electrical systems and equipment. L. Provide technicians , instrumentation , tools, and equipment to complete and document the following: I . Performance tests. 2. Demonstration of a sample of performance tests. 3 . Cx tests . 4 . Cx test demonstrations. C DM Smith CON ST RUC TI ON S PEC IFI CA TI ON DOCU MEN TS Fe bruary 2021 VCW RF South Fl ow Lift Stati o n C ity Proj ect No . I 00075 -2 3.4 A. Cx TESTS FOR ELECTRICAL SYSTEMS Verification ofNormal Power System Operation: 26 08 00 C OMMJ SSION !NG OF ELEC TRI CAL SY ST EMS Page6of6 1. Prerequisites: Acceptance of results for construction checklists for Division 26 electrical components associated with Normal power system. 2. Equipment and Systems to Be Tested: Division 26 electrical equipment. 3. Test Purpose: Verify operation of Normal power system. 4. Test Conditions : Energize components of Normal power system , one at a time. 5 . Acceptance Criteria: Proper operation of Normal power system over a 24-hour period . B. Verification of Essential Power System Operation: 1. Prerequisites : a. Acceptance of results for construction checklists for Division 26 electrical components associated with Essential power system. b . Completion of "Verification of Normal Power System Operation" tests . 2. Equipment and Systems to Be Tested: Division 26 electrical equipment. 3. Test Purpose: Verify operation of Essential power system. 4. Test Conditions : a . Energize components of Normal power system . b. Simulate a failure of Normal power system. 5. Acceptance Criteria: Transfer of power from Normal to Essential power system within OPR. C . Test Purpose: Verify operation of control and monitoring systems for Normal and Essential power systems . D . Test Conditions: 1. Energize components of Normal power system. 2. Test operation of equipment. E. Acceptance Criteria: Operation of equipment according to OPR. END OF SECTION 26 08 00 C OM Smith CONSTR UCT ION SPEC IFICAT ION DOCU M EN TS Fe bruary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Project No . I 000 75-2 26 12 19 PAD-MOUNT ED, LIQ UID-FILL ED, MEDI UM-V OLTAGE TRANS FORM ERS Page I of 14 SECTION 26 12 19-PAD-MOUNTED, LIQUID-FILLED, MEDIUM-VOLTAGE TRANSFORMERS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes pad-mounted , liquid-filled , medium-voltage distribution transformers, with primary and secondary bushings within or without air-terminal enclosures. B. Related Requirements: 1. Section 26 05 13 "Medium-Voltage Cables" for requirement for terminating cables in incoming section of substation. 1.3 DEFINITIONS A. BIL: Basic Impulse Insulation Level. B. Bushing: An insulating structure including a central conductor, or providing a central passage for a conductor, with provision for mounting on a barrier, conducting or otherwise , for the purpose of insulating the conductor from the barrier and conducting current from one side of the barrier to the other. C . Bushing Elbow: An insulated device used to connect insulated conductors to separable insulated connectors on dead-front, pad-mounted transformers and to provide a fully insulated connection. This is also called an "elbow connector." D. Bushing Insert: That component of a separable insulated connector that is inserted into a bushing well to complete a dead-front, load break or nonload break, separable insulated connector (bushing). E. Bushing Well: A component of a separable insulated connector, either permanently welded or clamped to an enclosure wall or barrier, having a cavity that receives a replaceable component (bushing insert) to complete the separable insulated connector (bushing). F . Elbow Connector: See "bushing elbow" above. 1.4 ACTION SUB MITT ALS A. Product Data: For each type of product. COM Smith CON STRU CTIO N SPEC IFI CA TI ON DO CU MEN TS February 2021 VCWRF So uth Flow Lift Station City Proj ect No . I 00075-2 1.5 1.6 26 12 19 PAD-M OUN TED, LI QU ID-FIL LE D, ME DI UM-V OLTAGE TRANS FORM ERS Page 2 of 14 1. Include rated capacities, operating characteristics, and furnished specialties and accessories . B . Shop Drawings: For pad-mounted, liquid-filled , medium-voltage transformers. A . 1. Include plans and elevations showing major components and features. a. Include a plan view and cross section of equipment base, showing clearances, required workspace, and locations of penetrations for grounding and conduits. 2 . Include details of equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection . 3 . Include single-line diagram . 4 . Include list of materials. 5 . Include nameplate data. 6 . Manufacturer's published time-current curves of the transformer high-voltage fuses , with transformer damage curve, inrush curve, and thru fault current indicated. INFORMATIONAL SUBMITT ALS Coordination Drawings: l . Utilities site plan , drawn to scale, showing heavy equipment or truck access paths for maintenance and replacement. B . Qualification Data: For testing agency. C. Seismic Qualification Certificates: For transformer assembly, accessories, and components, from manufacturer. D. E . F . A. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity, and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. 4. Product Certificates: For transformers, signed by product manufacturer. Source quality-control reports. Field quality-control reports . MAINTENANCE MATERIAL SUBMITTALS Furnish the following extra material s, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents: CDM Smith VCWRF So uth Flow Li ft Station City Proj ect No . I 00075-2 CONS TR UCTI ON SPEC IFI CAT ION DOCU MENTS Fe bru ary 202 1 26 12 19 PAD-MOUNTED , LIQUID-FILL ED, MEDIUM-VOLT AGE TRANSFORM ERS Page 3 of 14 1. Three replacement power fuses or refills. 2 . One refinishing kit for field touch-up of paint. 3. One 15 gallon drum of insulating oil. 4. 1. 7 CLOSEOUT SUB MITT ALS A. Operation and Maintenance Data: For transformer and accessories to include in emergency, operation, and maintenance manuals. 1.8 QUALITY ASSURANCE A. Testing Agency Qualifications: Member company of NETA or an NRTL. 1. Testing Agency's Field Supervisor: Certified by NET A to supervise on-site testing. PART 2 -PRODUCTS 2 .1 2.2 A. B . C . A. SYSTEM DESCRIPTION Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70 , by a qualified testing agency, and marked for intended location and application. Comply with IEEE C2. Comply with IEEE C57.12.00. PERFORMANCE REQUIREMENTS Seismic Performance: The transformers shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 . 1. The term "withstand" means "the transformer will remain in place without se paration of an y parts when s ubjected to the seismic forces specified and the transformer will be fully operational after the seismic event." 2. Component Importance Factor: 1.0 . 3. Component Amplification Factor: 2 .5. 4. Component Response Modification Factor: 6 .0. B. Windings Material : Co pper. C. Surge Arresters: Comply with IEEE C62 .1 l , Di stribution Class; metal-oxid e-vari stor ty pe, full y shielded, separable-elbow type, s uitable for plugg ing into the inserts provided in the high- voltage section of the tran sfo rmer. Connected in each phase of incoming circuit and ahead of any disconnecting de v ice . COM Smith VCWRF So uth Fl ow Lift Statio n City Proj ect No . I 00075-2 CONST RU CT ION SPECIFICATION DOCUMENTS February 202 I 2.3 26 12 19 PAD-MOUNTE D, LIQUID-FILL ED, M EDIUM-VOLTAG E TRAN SFORM ERS Page 4 o f 14 D. Winding Connections: The connection of windings and tenninal markings shall comply with IEEE C57.12.70. E. Efficiency: Comply with 10 CFR 43 I , Subpart K . F. Insulation: Transfonner kVA rating shall be as follows: The average winding temperature rise above a 30 deg C ambient temperature shall not exceed 65 deg C and 80 deg C hottest-spot temperature rise at rated kV A when tested according to IEEE C57.12.90, using combination of connections and taps that give the highest average winding temperature rise. G. Tap Changer: External handle , for de-energized operation. H. Tank: Sealed, with welded-on cover. I. Enclosure Integrity: Comply with IEEE C57 . l 2 .28 for pad-mounted enclosures that contain energized electrical equipment in excess of 600 V that may be exposed to the public . J . Mounting: An integral skid mounting frame, suitable to allow skidding or rolling of transfonner in any direction , and with provision for anchoring frame to pad. K. Insulating Liquids: 1. 2 . Less-Flammable Liquids: a. Edible-Seed-Oil-Based Dielectric: Listed and labeled by an NRTL as complying with NFPA 70 requirements for fire point of not less than 300 deg C when tested according to ASTM D 92. Liquid shall be biodegradable and nontoxic, having passed the Organisation for Economic Co-operation and Development G .L.203 with zero mortality, and shall be certified by the U.S . Environmental Protection Agency as biodegradable, meeting Environmental Technology Verification requirements . L. Sound level shall comply with NEMA TR 1 requirements. M. Corrosion Protection : A . I. Transformer coating system shall be factory applied , complying with requirements of IEEE C57 .12 .29, in manufacturer's standard color green. 2. THREE-PHASE TRANSFORMERS l\lanufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following: I. ABB. Po,,er Grids Oi\ision . 2. Cooper Industries. Inc . 3. Prolcc GE: A Xignu.\. and General Electric Compall\ Joint Venture . C OM S mith VC WRF South Fl ow Lift Station C ity Project N o . I 00075-2 CON ST RU CTI ON S PEC IFICATI ON DOCU M ENTS Fe bruary 202 1 26 12 19 PAD-MOUNTE D, LI QU ID-FILL ED, M EDI UM-VO LT AGE TRANSFORM ERS Page 5 of 14 B . Description: 1. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70 , by a qualified testing agency , and marked for intended location and application. 2. Comply with IEEE C57 .12.26 . C. Compartment Construction : 1. Double-Compartment Construction: Individual compartments for high-and low-voltage sections, formed by steel isolating barriers that extend full height and depth of compartments, with hinged, lift-off doors and three-point latching, with a stop in the open position and provision for padlocking. D . Primary Fusing: Designed and rated to provide thermal protection of transformer by sensing overcurrent and high liquid temperature. 1. 150-kV BIL current-limiting fuses , conforming to requirements of IEEE C37.47. 2 . Interrupting Rating: 50,000 rms A symmetrical at system voltage. 3 . Fuse Assembly : Bayonet-type, liquid-immersed, expulsion fuses in series with liquid- immersed, partial-range, current-limiting fuses. Bayonet fuse shall sense both high currents and high oil temperature to provide thermal protection to the transformer. 4. Provide bayonet fuse assembly with an oil retention valve and an external drip shield inside the housing to eliminate or minimize oil spills. Valve shall close when fuse holder is removed and an external drip shield is installed . 5. Provide a conspicuously displayed warning adjacent to bayonet fuse(s), cautioning against removing or inserting fuses unless transformer has been de-energized and tank pressure has been released . E . High-Voltage Section : Dead-front design. C DM Smith 1. To connect primary cable, use separable insulated connectors; coordinated with and complying with requirements of Section 260513 "Medium-Voltage Cables." Bushings shall be one-piece units , with ampere and BIL ratings the same as connectors. 2. Bushing inserts and feed-through inserts: a . Conform to the requirements of IEEE 386. b . Rated at 200 A , with voltage class matching connectors. Provide a parking stand near each bushing well. Parking stands shall be equipped with insulated standoff bushings for parking of energized load-break elbow connectors on parking stands. c. Provide insulated protective caps for insulating and sealing out moi sture from unused bushing inserts and insulated standoff bushings. 3. Bushing wells configured for loop-feed application. 4. Access to liquid-immersed fuses. 5. Dead-front surge arresters. 6 . Tap-changer operator. 7. Load-Break Switch: CONSTRUCTI ON SPEC IFI CATI ON DOCU M ENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on C ity Proj ect No . I 0007 5-2 26 12 19 PAD-MOUNTED, LIQUID-FILL ED, MEDIUM-VOLTAGE TRANSFORMERS Page 6 of 14 a. Radial-feed , liquid-immersed type with voltage class and BIL matching that of separable connectors, with a continuous current rating and load-break rating of 200 amperes, and a make-and-latch rating of 12 kA rms symmetrical. 1) 8. Ground pad . F. Low-Voltage Section: 1. Bushings with spade terminals drilled for terminating the number of conductors indicated on the Drawings, and the lugs that comply with requirements of Section 260519 "Low- Voltage Electrical Power Conductors and Cables." G. Capacities and Characteristics: I . Power Rating (kV A): .As indicated on the Drawings. 2. Voltage Ratings: 12 ,4 70 V -480Y/277 Vas indicated on the Drawings. 3. Connection: a. Primary: Delta. b. Secondary: Grounded wye. 4. Taps: Two 2.5 percent, full-capacity taps above and two 2.5 percent, full capacity taps below rated primary voltage. 5. Transformer BIL (kV): a. Primary: Comply with IEEE C57.12.26 requirements . b. Secondary: 30kV. 6 . Minimum Tested Impedance (Percent at 85 deg C): 5.75. 7 . Comply with UL listing requirements for combination classification and listing for transformer and less-flammable insulating liquid. H . Transformer Accessories: 1. Drain and filter connection. 2. Filling and top filter press connections. 3. Pressure-vacuum gauge. 4. Dial-type analog thermometer with alarm contacts. 5. Magnetic liquid level indicator with high and low alarm contacts.] 6. Automatically resetting pressure-relief device. Device flow shall be as recommended by manufacturer. 7. Stainless-steel ground connection pads. 8 . Machine-engraved nameplate, made of anodized aluminum or stainless steel. 9. Furnish two distribution class lightning arresters mounted in the high voltage primary compartment for surge protection. SCHEDULE 1 - COM Smith CONSTRUCTION SPECIF ICATION DOCUMENTS February 202 1 VC WRF So uth Flow Lift Stat ion C ity Project No. I 00075-2 2.1 A. 2 .2 A . SERVICE CONDITIONS 26 12 19 PAD-MOUNT ED, LI QU ID-FILL ED, MEDI UM-VOLTAGE TRANSFORM ERS Pa ge 7 o f 14 Transformers shall be suitable for operation under service conditions specified as usual service conditions in IEEE C57.12.00, except for the following: I. Altitudes above 3300 feet. 2 . Cooling air temperature exceeds limits. 3. Excessive load current harmonic factor . 4. Operation above rated voltage or below rated frequency . 5. Exposure to explosive environments. 6 . Exposure to fumes, vapors, or dust. 7. Exposure to hot and humid climate or to excessive moisture, including steam , salt spray, and dripping water. 8. Exposure to seismic shock or to abnormal vibration , shock, or tilting . 9. Exposure to excessively high or low temperatures . 10. Unusual transportation or storage conditions . 11. Unusual grounding resistance conditions. WARNING LABELS AND SIGNS Comply with requirements for labels and signs specified in Section 260553 "Identification for Electrical Systems ." I. High-Voltage Warning Label: Provide self-adhesive warning signs on outside of high- voltage compartment door(s). Sign legend shall be "DANGER HIGH VOLTAGE" printed in two lines of nominal 2-inch-high letters. The word "DANGER" shall be in white letters on a red background and the words "HIGH VOLT AGE" shall be in black letters on a white background. 2. Arc Flash Warning Label: Provide self-adhesive warning signs on outside of high-voltage compartment door(s), warning of potential electrical arc flash hazards and appropriate personal protective equipment required. 2 .3 SOURCE QUALITY CONTROL A. Provide manufacturer's certificate that the transformer design tests comply with IEEE C57 .12.90. I . Perform the following factory-certified routine tests on each transformer for this Project: a. Resistance. b . Turns ratio, polarity, and phase relation. c. Transformer no-load losses and excitation current at I 00 percent of ratings . d. Transformer impedance voltage and load loss. e. Operation of all devices . f. Lightning impulse. g. Low frequency. h. Leak. CDM Smith CO NSTR UCTION SPEC IFI CA TI ON DOCU MEN TS Fe bruary 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 26 12 19 PA D-MOUNTED , LI QU ID-FILLE D , M E DI UM-VOLTAGE TRAN SF O RME R S Page 8 o f 14 PART 3 -EXECUTION 3 .1 A. EXAMINATION E xamine pad-mounted, liquid-filled , medium-voltage transformers upon delivery. 1. Upon delivery of tran sformers and prior to unloading, inspect equipment for any damage that may have occurred during shipment or storage. 2 . Verify that tie rod s and chains are undamaged and tight, and that all blocking and bracing is tight. Verify that there is no evidence of load shifting in transit, and that readings from transportation shock recorders, if equipped, are within manufacturer's recommendations. 3. Verify that there is no indication of external damage and no dents or scratches in doors and sill , tank walls , radiators and fins , or termination provisions. 4 . Verify that there is no evidence of insulating-liquid leakage on transformer surfaces, at weld seams , on high-or low-voltage bushing parts , and at transformer base. 5. Verify that there is positive pressure or vacuum on tank. Check pressure gauge ; it is required to read other than zero . 6 . Compare tran sformers and accessories recei ved with bill of materials to verify that shipment is complete . Verify that transformers and accessories conform with manufacturer's quotation and shop drawings. If shipment is incomplete or does not comply with Project requirements , notify manufacturer in writing immediately . 7 . Verify presence of polychlorinated bi pheny l content labeling. 8 . Unload transformers carefully, observing all packing label warnings and handling instructions. 9 . Open termination compartme nt doors and inspect components for damage or displaced parts, loose or broken connections, cracked or chipped insulators , bent mounting flanges , dirt or foreign material , and water or moisture . B . Handling: C OM Smith 1. Handle transformers carefully, in accordance with manufacturer recommendations, to avoid damage to enclosure, termination compartments, base, frame , tank , and internal components. Do not subject transformers to impact, jolting, jarring, or rough handling . 2 . Protect transformer termination compartments against entrance of dust, rain , and snow. 3. Tran s port transformers upright, to avoid internal stresses on core and coil mounting assembly and to prevent trapping air in windings. Do not tilt or tip transformers. 4 . Verify that transformer weights are within rated capacity of handling equipment. 5 . Use only manufacturer-recommended points for lifting, jacking, and pulling . Use all lifting lugs when lifting transformers . 6. Us e jacks only at corners of tank base plate. 7 . Use nylon straps of same length to balance and di stribute weight when handling transformers with a crane. 8 . Use spreaders or a lifting beam to obtain a v ertical lift and to protect tran sformer from straps bearing against enclo s ure . Lifting cable pull angles may not be greater than 15 degrees from vertical. 9 . Exerci se care not to damag e tank base structure when handling transformer us ing skids or rollers. U se s kid s to distribute stres se s over tank ba se w hen using rollers under large transformers . CONSTRUCTI ON SPECIFICAT ION DOCUMENTS Fe bruary 202 1 VCWR F So uth Flow L ift Stati o n C ity Project No. I 00 0 75-2 26 12 19 PAD-MOUNTED, LIQUID-FILLED, MEDIUM-VOLTAGE TRANSFORMERS Page 9 of 14 C. Storage: 1. Store transformers in accordance with manufacturer's recommendations. 2. Transformers may be stored outdoors . If possible, store transformers at final installation locations on concrete pads. If dry concrete surfaces are unavailable, use pallets of adequate strength to protect transformers from direct contact with ground. Ensure transformer is level. 3. Ensure that transformer storage location is clean and protected from severe conditions. Protect transformers from dirt, water, contamination , and physical damage. Do not store transformers in presence of corrosive or explosive gases. Protect transformers from weather when stored for more than three months . 4. Store transformers with compartment doors closed. 5. Regularly inspect transformers while in storage and maintain documentation of storage conditions, noting any discrepancies or adverse conditions. Verify that an effective pressure seal is maintained using pressure gauges. Visually check for insulating-liquid leaks and rust spots. D. Examine areas and space conditions for compliance with requirements for pad-mounted, liquid- filled , medium-voltage transformers and other conditions affecting performance of the Work. E. Examine roughing-in of conduits and grounding systems to verify the following: 1. Wiring entries comply with layout requirements. 2. Entries are within conduit-entry tolerances specified by manufacturer, and no feeders will cross section barriers to reach load or line lugs . F. Examine concrete bases for suitable conditions for transformer installation. G . Pre-Installation Checks: I. Verify removal of any shipping bracing after placement. 2. Remove a sample of insulating liquid according to ASTM D 923 . Insulating-liquid values shall comply with NET A ATS, Table l 00.4 . Sample shall be tested for the following: a. Dielectric Breakdown Voltage: ASTM D 877 or ASTM D 1816 . b . Acid Neutralization Number: ASTM D 974. c. Specific Gravity: ASTM D I 298. d. Interfacial Tension: ASTM D 971. e. Color: ASTM D 1500. f. Visual Condition: ASTM D 1524. g. Water in Insulating Liquids: Comply with ASTM D 1533 . h . Power Factor or Dissipation Factor: ASTM D 924. H. Verify that ground connections are in place and that requirements in Section 260526 "Grounding and Bonding for Electrical Systems" have been met. Maximum ground resistance shall be 5 ohms at transformer location. I. Proceed with installation only after unsatisfactory conditions have been corrected. C OM Smith CONSTRUCTION SPEC IFICAT ION DOCUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 3.2 3.3 A. B . C. D. A. INSTALLATION 26 12 19 PAD-MO UN TED, LI QU ID-FILL ED, MEDI UM-VOLTAGE TRANSF ORM ERS Page 10 of 14 Install transfonners on cast-in-place concrete equipment base(s). Comply with requirements for equipment bases and foundations specified in Section 033000 "Cast-in-Place Concrete." Transfonner shall be installed level and plumb and shall tilt less than 1.5 degrees while energized . Comply with requirements for vibration isolation and seismic control devices specified in Section 260529 "Hangers and Supports for Electrical Systems" and Section 260548.16 "Seismic Controls for Electrical Systems." Maintain minimum clearances and workspace at equipment according to manufacturer's written instructions and IEEE C2. CONNECTIONS Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Sy stems ." 1. For counterpoise , use tinned bare copper cable not smaller than No. 4/0 A WG , buried not less than 30 inches below grade interconnecting the grounding electrodes. Bond surge arrester and neutrals directly to transfonner enclosure and then to grounding electrode sy stem with bare copper conductors , sized as shown. Keep lead lengths as short as practicable, with no kinks or sharp bends . 2. Make joints in grounding conductors and loops by exothennic weld or compression connector. 3. Terminate all grounding and bonding conductors on a common equipment grounding tenninal on transformer enclosure. 4 . Complete transfonner tank grounding and lightning arrester connections prior to making any other electrical connections. B. Connect wiring according to Section 260519 "Low-Voltage Electrical Power Conductors and Cables." 1. Maintain air clearances between energized live parts and between live parts and ground for exposed connections in accordance with manufacturer recommendations. 2. Bundle associated phase , neutral , and equipment grounding conductors together within transformer enclosure. Arrange conductors such that there is not excessive strain that could cause loose connections . Allow adequate slack for expansion and contraction of conductors. C. Terminate medium-voltage cables in incoming section of transformers according to Section 260513 "Medium-Voltage Cables ." COM Smith VC WRF South Fl ow Lift Station City Proj ect No . I 000 75-2 CONST RUCTI ON SPEC IFICA TI ON DOCUM ENTS Fe bru ary 202 1 3.4 3.5 A. B. A . B . C. C OM Smith SIGNS AND LABELS 26 12 19 PAD-MOUN T ED, LI QUID-FILL ED, MEDI UM-VO LTAGE TRANSFO RM ER S Page II o fl4 Comply with installation requirements for labels and signs specified m Section 260553 "Identification for Electrical Systems." Install warning signs as required to comply with 29 CFR 1910.269. FIELD QUALITY CONTROL Testing Agency: Engage a qualified testing agency to perform tests and inspections . Manufacturer's Field Service: Engage a factory-authorized service representative to te st and inspect components, as s emblies, and equipment installations , including connections . Perform the following te sts and in s pections with the assistance of a factory-authorized s ervice representative: 1. General Field-Testing Requirements: a . Comply with provisions ofNFPA 70B Ch. "Testing and Test Methods ." b. Perform each visual and mechanical inspection and electrical test. Certify compliance with test parameters. c . After installing transformer but before primary is energized, verify that grounding system at the transformer is tested at specified value or less . d . After installing transformer and after electrical circuitry has been energized , test for compliance with requirements. e. Visual and Mechanical Inspection: I ) Verify equipment nameplate data complies with Contract Documents . 2) Inspect bolted electrical connections for high resi stance using one of the following two method s: a) Use a low-re s istance ohmmeter to compare bolted co nnection re s istance values to values of s imilar connections. Inve stigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest v alue . b) Verify tightness of acces sible bolted el ectrical connections by calibrated torque-wrench method according to manufacturer's published data or NETA ATS , Table 100 .12. Bolt-torque levels shall be according to manufacturer's publi s hed data. In ab sence of manufacturer's published data, use NETA ATS , Table I 00 .12 . f. Remove and replace malfunctioning units and rete st. g . Prepare test and in s pection reports. Record as-left set points of all adjustable devices. 2 . Medium-Voltage Surge Arrester Field Tests: CONSTR UCT ION SPECIF IC AT ION DOCU MENTS Fe bruary 202 1 YCWRF So uth Flow Lift St ati on C ity Project No . I 000 75 -2 C OM Smith 26 12 19 PAD-MOUNT ED, LI Q UID-FILLED, MEDIUM-VOLTA G E TRAN SFORMERS Page 12 of 14 a. Visual and Mechanical Inspection: 1) Inspect physical and mechanical condition. 2) Verify arresters are clean. 3) Verify that ground lead on each device is individually attached to a ground bus or ground electrode. b . Electrical Test: 1) Perform an insulation-resistance test on each arrester, phase terminal-to- ground. Apply voltage according to manufacturer's published data . In the absence of manufacturer's published data, comply with NET A ATS, Table 100.1. Replace units that fail to comply with recommended minimum insulation resistance listed in that table. 2) Perform a watts-loss test. Evaluate watts-loss values by comparison with similar units and test equipment manufacturer's published data. 3 . Liquid-Filled Transformer Field Tests: a. Visual and Mechanical Inspection: 1) Test dew point of tank gases if applicable. 2) Inspect anchorage, alignment, and grounding . 3) Verify bushings are clean. 4) Verify that alarm , control , and trip settings on temperature and level indicators are set and operate within manufacturer's recommended settings. 5) Verify that liquid level in tanks is within manufacturer's published tolerances. 6) Perform specific inspections and mechanical tests recommended by manufacturer. 7) Verify presence of transformer surge arresters and that their ratings are as specified . 8) Verify that as-left tap connections are as specified. b. Electrical Tests: 1) Perform insulation-resistance tests winding-to-winding and each winding- to-ground. Apply voltage according to manufacturer's published data. In the absence of manufacturer's published data, comply with NET A ATS , Table 100 .5. Calculate polarization index; the value of the index shall not be less than 1.0. 2) Perform power-factor or dissipation-factor tests on all windings according to test equipment manufacturer's published data . Maximum winding insulation power-factor/dissipation-factor values shall be according to manufacturer's published data. In the absence of manufacturer's published data, comply with NETA ATS , Table 100.3. 3) Measure core insulation resistance at 500-V de if the core is insulated and the core ground strap is removable. Core insulation-resistance values shall not be less than I megohm at 500-V de . CON STRUCTION SPEC IFI CA TI ON DOCUMENTS Fe bruary 202 1 YC WRF South Fl ow Lift Station C ity Proj ec t No . I 000 75-2 3.6 A. 26 12 19 PAD-MOUNT ED, LIQ UID-FILL ED, MEDI UM-VOLTAG E TRANSFORME RS Page 13 o f 14 4) Perform a power-factor or dissipation-factor tip-up test on windings greater than 2.5 kV. 5) Perform turns-ratio tests at tap positions. Turns-ratio test results shall not deviate by more than one-half percent from either adjacent coils or calculated ratio. If test fails , replace transformer. 6) Perform an excitation-current test on each phase . The typical excitation- current test data pattern for a three-legged core transformer is two similar current readings and one lower current reading. Investigate and correct if test shows a different pattern . 7) Measure resistance of each winding at each tap connection , and record temperature-corrected winding-resistance values in the Operations and Maintenance Manual. 8) Perform an applied-voltage test on high-and low-voltage windings-to- ground. Comply with IEEE C57.12.91 , Sections 10.2 and 10.9. This test is not required for single-phase transformers and for three-phase Y-Y- connected transformers. 9) Verify correct secondary voltage , phase-to-phase and phase-to-neutral , after energization and prior to loading. 10) Remove a sample of insulating liquid according to ASTM D 923 , and perform dissolved-gas analysis according to IEEE C57. l 04 or ASTM D 3612. FOLLOW-UP SERVICE Voltage Monitoring and Adjusting: After Substantial Completion, if requested by Owner, but not more than six months after Final Acceptance, perform the following voltage monitoring: 1. During a period of normal load cycles as evaluated by Owner, perform seven days of three-phase voltage recording at the outgoing section of each transformer. Use voltmeters with calibration traceable to the National Institute of Science and Technology standards and with a chart speed of not less than 1 inch per hour. Voltage unbalance greater than 1 percent between phases, or deviation of any phase voltage from the nominal value by more than plus or minus 5 percent during test period , is unacceptable. 2. Corrective Action: If test results are unacceptable , perform the following corrective action , as appropriate: a. Adjust transformer taps. b . Prepare written request for voltage adjustment by electric utility. 3. Retests: Repeat monitoring, after corrective action is performed , until satisfactory results are obtained. 4 . Report: a. Prepare a written report covering monitoring performed and corrective action taken . B. Infrared Inspection: Perfonn survey during periods of maximum possible loading. Remove all necessary covers prior to inspection. COM Smith VCWR F South Flow Lift Stati on City Project No . I 000 75 -2 CONSTR UCTIO N SPEC IFI CA TI ON DOCU MEN TS Fe bru ary 2021 3 .7 A. 2 6 12 19 PAD-MOUN TED, LI QU ID-FI LLED , MEDIUM -VO LTAGE TRANS FORMERS Page 14 of 14 1. After Substantial Completion , but not more than 60 days after Final Acceptance , perform infrared inspection of transformer's electrical power connections. 2. Instrument: Inspect distribution systems with imaging equipment capable of detecting a minimum temperature difference of 1 deg C at 30 deg C. 3. Record of Infrared In s pection: Prepare a certified report that identifies testing technician and equipment used , and lists results as follows : a. Description of equipment to be tested . b. Discrepancies. c. Temperature difference between area of concern and reference area. d . Probable cau se of temperature difference. e. Areas inspected . Identify inaccessible and unobservable areas and equipment. f . Identify load conditions at time of inspection . g. Provide photographs and thermograms of deficient area . 4. Act on inspection results according to recommendation s of NETA ATS , Table 100.18. Correct possible and probable deficiencies as soon as Owner's operations permit. Retest until deficiencies are corrected. DEMONSTRATION Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain systems. END OF SECTION 26 12 19 COM Smith CONSTRUCTI ON SPECIF ICATI ON DOCU MENTS Fe bru ary 202 1 VCWRF So uth Fl ow Lift Stati on City Proj ect No. I 00075 -2 26 13 29 MEDIUM-VOLTAGE, PAD-MOUNTE D SW ITCHGEAR Page I of 16 SECTION 26 13 29-MEDIUM-VOLTAGE, PAD-MOUNTED SWITCHGEAR PART I -GENERAL 1.1 1.2 1.3 A . A. A. B . C. D . E . F. COM Smith RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. SUMMARY Section includes switchgear consisting of a gas-tight tank containing SF6 gas, load- interrupter switches and resettable fault interrupters with v isible open gaps and integral visible grounds, and a microprocessor-based overcurrent control. Load-interrupter switch tenninals shall be equipped with bushings rated 200 amperes continuous, and fault-interrupter terminals shall be equipped with bushing wells rated 200 amperes continuous and bushings rated 200 amperes continuous to provide for elbow connection. Manual operating mechanisms and viewing windows shall be located on the opposite side of the tank from the bushings and bushing wells, so that operating personnel shall not be required to perform any routine operations in close proximity to high-voltage elbows and cables. DEFINITIONS BIL: Basic Impulse Insulation Level. Bushing: An insulating structure including a central conductor, or providing a central passage for a conductor, with provision for mounting on a barrier, conducting or otherwise, for insulating the conductor from the barrier and conducting current from one side of the barrier to the other. Bushing Elbow: An insulated device used to connect insulated conductors to separable insulated connectors on dead-front, pad-mounted switchgear and to provide a fully insulated connection. Also called an "elbow connector." Bushing Insert: That component of a separable insulated connector that is inserted into a bushing well to complete a dead-front, load break or non-load break, separable insulated connector (bushing). Bushing Well: A component of a separable insulated connector, either permanently welded or clamped to an enclosure wall or barrier, having a cavity that receives a replaceable component (bushing insert) to complete the se parable insulated connector (bushing). Fault Interrupter: A se lf-controlled mechanical switching device capable of makin g, carrying, and automatically interrupting an alternating current. It includes an assembly of control elements to detect overcurrents and control the fault interrupter. A fault CONSTRUCTION SPECIFI CAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Station C ity Proj ect No. I 00075 -2 26 13 29 ME DI UM-V OLTAGE , PAD-M OUNTED SWIT CHG EAR Page 2 of 16 interrupter always consists of a switching device , a control unit , and sensors for current and/or voltage sensing. G. NETA ATS: InterNational Electrical Testing Association , Acceptance Testing Specification . H . SCADA : Supervisory control and data acquisition . I. Way : A three-phase or single-phase circuit connection to the bus that may contain combinations of switches and protective devices or may be a solid bus. 1.4 ACTION SUBMITI ALS A. Product Data: For each type of product. 1. Include rated capacities, operating characteristics, and furnished specialties and accessories. 2 . Time-current characteristic curves for overcurrent protective devices. B. Shop Drawings : For pad-mounted switchgear. COM Smith 1. Include a tabulation of installed devices with features and ratings . 2 . Include dimensioned plans and elevations , showing dimensions, shipping sections, and weights of each assembled section. Elevations shall show major components and features , and they will mimic bus diagram . 3. Include a plan view and cross section of equipment base showing clearances, manufacturer's recommended workspace, and locations of penetrations for grounding and conduits . Show location of anchor bolts and le veling channels. 4 . Include details of equipment assemblies. Indicate dimensions, weights, loads , required clearances, method of field assembly , and location and size of each field connection. 5. Include number and size of cables per phase, ground and all cable terminal sizes. 6 . Include list of materials . 7. Locate accessory and spare equipment storage. 8 . Include copy of nameplate . 9 . Switchgear Ratings: a . Voltage. b. Continuous current. c . Short-circuit rating . d. BIL. I 0 . Design Calculations: Signed and sealed by a qualified professional engineer. Calculate requirements for selecting seismic re straints. 11. Relay settings. 12. Interface data with monitoring or control network. 13. Wiring Diagrams: For each sw itchgear assembly, include the following: a . Power, s ignal , and control wiring . CONST RUCT ION SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 VCW RF So uth Flow Li ft Stati on City Projec t No . I 00075 -2 26 13 29 M EDI U M-VO LTA G E, PAD-MO UNT ED SWITC H GEAR Page 3 of 16 b. Single-line and Three-line diagrams of current and future secondary circuits, showing device terminal numbers and internal diagrams. c. Schematic control diagrams. d. Diagrams showing connections of component devices and equipment. e. Schematic diagrams showing connections to remote devices including SCADA remote terminal unit. 1.5 INFORMATIONAL SUBMITT ALS 1.6 A . Coordination Drawings : 1. Dimensioned outline of switchgear, conduit entries, and grounding equipment locations. B. Qualification Data: For testing agency. C. Seismic Qualification Data: Certificates, for pad-mounted switchgear, from manufacturer. 1. Basis for Certification : Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3 . Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. D. Product Certificates: For pad-mounted switchgear. E . F. A. I. Applicable portions of IEEE C57 .12 .28 , covering enclosure integrity for pad- mounted equipment. 2. Interrupter ratings as listed in IEEE C37 .71 , C37.74, C37.73 . 3 . Coating system compliance with the IEEE standard listed in "Enclosure" Article . Source quality-control reports. Field quality-control reports. CLOSEOUT SUBMITT ALS Operation and Maintenance Data: 1. In addition to items specified m Section O I 78 23 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting overcurrent protective devices . b. Time-current curves , including selectable ranges for each type of overcurrent protective device. c. Record as-left set points of adjustable devices. C OM Smith VC WRF South Flo w Lift Stati o n C ity Proj ect No. I 00075 -2 CON STR UCTION S P ECIFI CATI ON DOCU M ENTS Fe bruary 2021 26 13 29 ME DI UM-VOLTAGE, PAD-MOUNTE D SWITC HG EAR Page 4 of 16 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: Accredited by NET A. 1. Testing Agency's Field Supervisor: Certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in "Field Quality Control" Article. 1.8 WARRANTY A. The Contractor shall furnish a manufacturer's extended written warranty for a period of not less than 3 years. The warranty must be submitted during the shop drawing phase. Approval of the shop drawings will be contingent on the receipt of the guarantee. If any part of the equipment should fail during the warranty period , it shall be replaced at no expense to the owner. PART 2-PRODUCTS 2.1 A. 2.2 A. B . C . 2.3 A. C OM Smith MANUFACTURERS Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. S&C Electric Com pan). 2. Cooper. 3 . G&W . SYSTEM DESCRIPTION Manufactured Unit: Pad-mounted switchgear, designed for application as shown on the Contract Drawings in an underground distribution system. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70 , by a qualified testing agency, and marked for intended location and application. Comply with IEEE C2. P E RFORMANCE REQUIREMENTS Seismic Performance: The switchgear shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 . CONSTRUCTI ON SPEC IFICAT ION DOCUMENTS Fe bru ary 2021 VC WRF So uth Flow Li ft Stati on C ity Project No. I 00075 -2 26 13 29 M E DI UM-VOLTAGE, PAD-MOUNT ED SW IT C HGEAR Page 5 o f 16 1. The term "withstand" means "the switchgear will remain in place without separation of any parts when subjected to the seismic forces specified and the switchgear will be fully operational after the seismic event." 2. Component Importance Factor: I .5. 3. Component Amplification Factor: 2 .5. 4. Component Response Modification Factor: 6 .0 . B . Service Conditions: 2.4 A. C OM S mith I . Switchgear shall be suitable for outdoor operation m a wastewater facility environment. RATINGS The ratings for the integrated pad-mounted gear shall be as designated below per ANSI Standard. 1. General: a. b. C. d . e . f . kV, Max. Impulse Level (BIL), kV Frequency, Hz Short Circuit Rating, kA RMS Sym. Main Bus, Continuous Amps . Number of Ways 2. Three Pole Load Interrupter Switches: a. b. C. d. e. f. g. h. Continuous Amperes Load Dropping Amps . kV , Max. Basic Impulse Level (KV) Short Circuit Interrupting rating, Sym (kA) Continuous and Load Break, Amps rating Fault-Close Current, Sym (kA) 3 times duty cycle IO times duty cycle Momentary and One Second Current Sym (kA) 3. Three Pole Vacuum Fault Interrupters: a. b. C. d. e . f. Continuous Current (A) Load Dropping current. kV, Max. Impulse level (BIL) Symmetrical interrupting rating (kA) Fault Closing Current, Sym. (kA) (IO times duty cycle) 15.5 95 60 25 600 3 (Three) 200A Same as continuous. 15.5 95 25 Same as switch continuous 25 16 25 200 Same as continuous current 15.5 95 25 25 CONSTR UCT ION S PEC IFI CA TI ON DOCUMENTS Fe bruary 202 1 VC WRF South Fl ow Lift Stati on C ity Proj ect No. I 000 75-2 2 .5 A. 2.6 B . C . D. E. A. B. COM Smith g. Fault Interrupting, Sym (kA) ( 10 times duty cycle) SWITCHGEAR ENCLOSURE 26 13 29 M EDI UM-VO LTAGE, PAD-MOUNT ED SWITC HG EAR Page 6 of 16 25 All enclosures shall be made of304 stainless steel , single welded , sized as shown on the Drawings, and manufactured to ANSI C37 .74 and C57. l 2.28 standards. 1. Structural design and anchorage adequate to resist loads imposed by 120-mph wind. Enclosures for switch tanks shall be mounted independent of the switch tank allowing removal for ease of cable installation or future replacement, if required. 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 S&C olive green (Munsell 7GY3.29/1.5) finish. The depth of the enclosure shall be modified as required to allow for the installation of surge arrestors and conductors as shown on the Drawings. Furnish nameplates for each device as indicated in drawings. All nameplates shall be engraved stainless steel , attached with stainless steel screws. There shall be a master nameplate that indicates equipment ratings , manufacturer's name, shop order number and general information. Switch Tanks (SF6) shall be constructed of 304 stainless steel; single welded , sized for the switch arrangement as shown on the Drawings, and manufactured to ANSI C37 .74 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 be made with manual operating mechanisms and viewing windows. Corrosion Protection: Enclosure coating system shall be factory applied , meeting the requirements of IEEE C57 .12.28 , in manufacturer's standard color green. SWITCHGEAR CONSTRUCTION Dead-front, front and rear access switchgear. Each disconnect switch in switched ways shall be in a sealed , single welded , dielectric filled stainless-steel tank, sized for the switch arrangement as shown on the Drawings, and manufactured to ANSI C37.74 and C57.12.28 standards . Switches shall be factory- filled with SF6 gas conforming to ASTM D2472. 1. Each tank shall contain the following: a . Provide enclosure with pressure gauge and self-sealing fill valve . b . Welded stainless steel tank with stainless steel fasteners c. Lifting provisions. d. Door lifting handle. e . Internal ground bus . CON STR UCT ION S PECIFI CAT ION DOCUMENTS Fe bru ary 20 21 VC WRF South Fl o w Lift Statio n C ity Project No. I 00 075-2 2.7 26 13 29 M EDI UM-VO LTA G E, PAD-MOUNTE D SWITC HG EAR Page 7 of 16 f. Dead break bushings for each cable, as shown on the Drawings . g. Parking stand for each cable with insulated parking bushing and cap . 2. Stainless steel 3-line diagram and corrosion-resistant nameplates. C. Construct switchgear assembly with switched ways that have front-accessible terminations for cables entering from below and with manual operating provisions. D. High-Voltage Bus: I. Bus and interconnections shall consist of copper bus bar, sized as shown on the Drawings . 2. Bus and interconnection shall withstand the stresses associated with short circuit currents up through the maximum rating of the pad-mounted switchgear. E. Viewing Windows: For each switch and vacuum interrupter, located adjacent to manual operating devices, and positioned to show switch contact position. F. Grounding: Provision to make grounding cable and wire connections at each way. A. B. C. l. 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. 4. Switchgear units shall have Two-Hole Ground Pad , one per way, located below bushings or bushing wells . LOAD INTERRUPTER SWITCHES Switch Configuration : All switches shall be front access design; as indicated on the one-line diagram. Switch contacts and cable entrances shall be contained in a single welded , 304 or 316 stainless steel tank as specified above. Three phase, group operated load interrupter switches shall be manually operated. 1. Each switching way 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 and shall be provided with latches for each position to assure load interrupting, fault closing, and momentary ratings. All switch positions shall be clearly identified , pad lockable, and adaptable to key lock schemes. 2. The operating mechanism shall be actuated from outside the switch tank with an operating handle. The operating shaft shall be made of stainless steel. C OM S mith VC WRF South Fl ow Lift Stati on C ity Proj ect No . I 00 07 5-2 CONSTRUCTION S PEC IFI CATION DOCU M EN T S Febru ary 202 1 2 .8 A. 2 6 13 29 MEDI UM-V OLTAG E, PAD-MO UN T ED SWIT CHGEAR Pag e 8 of 16 3. Each switch shall be provided with an integral ground position that is readily visible through the viewing window. 4. Operating mechanisms shall be equipped with an operation selector to prevent inadvertent operation from the closed position directly to the grounded position , or from the grounded position directl y to the closed position. The operation selector shall require physical movement to the proper position to permit the next operation. 5 . Operating shafts shall be padlockable in any position to prevent operation. 6. The operation selector shall be padlockable to prevent operation to the grounded position . 7 . 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 will increase with increasing current flow . Contact travel shall have sufficient open contact separation to assure efficient arc extinction and withstand field DC testing levels and maintain BIL levels . FAULT INTERRUPTER SWITCHES Design Ratings and Standards I . 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 C37.74. The vacuum interrupter assembly shall be rated as specified in this Section. 2 . Each vacuum interrupter shall have a load interrupter switch , as specified herein , connected in series and operated via the same handle. 3 . The fault interrupter, including the associated load-break switch , shall be a single integrated design so that operation between the closed and open positions or the open and grounded positions is accomplished with a single movement. B. Operating Mechanisms COM Smith I. Load-interrupter switches and fault interrupters shall be operated by means of a quick-make, quick-break mechanism . 2 . The manual handle s hall charge the operating mechanism for closing, opening, and grounding of the switches and fault interrupters . 3. A single, integrated operating mechanism shall fully operate each fault interrupter or load interrupter switch in a continuous movement, so that additional operations are not required to establish open or grounded positions. 4 . Operating mechanisms shall be equipped with an operation selector to prevent inadvertent operation from the closed position directly to the grounded position , or from the grounded position directly to the closed position. The operation selector shall require ph y sical movement to the proper position to permit the next operation . 5. Operating shafts shall be padlockable in an y position to prevent operation. 6 . The operation selector shall be padlockable to prevent operation to the grounded position . CONST RUCT ION SPEC IFICAT ION DOCU MENTS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on City Proj ect No . I 00075 -2 2.9 26 13 29 M EDI UM-VOLTAGE, PA D-M OUNT ED SW ITC HGEAR Page 9 of 16 7 . The operating mechanism shall indicate switch position which shall be clearly visible from the normal operating position . 8 . Key Interlocks: Arranged to prevent opening or closing of interlocked switches, except in a specified sequence. Include mountings and hardware for future installation of key interlocks. C. Controls: 1. Switch Status LEDs: "Open" and "closed" lights . Show status of disconnect switch using its auxiliary contact. 2. An electronic assembly shall be provided to sen s e load and fault current on each phase of the load tap circuits . The electronic control shall be powered from current transformers mounted inside the SF6 insulated switch tank. No external power source shall be required for over-current protection . 3 . The electronic control shall monitor the current on the individual phases of the tap circuits using input from the current transformers . Temperature range shall be -40 °C to + 70 °C. 4 . Control settings shall be field programmable by using a personal computer or dip switches. For computer programming, the personal computer shall be connected via a data port to the control. The data port shall be accessible from the exterior of the enclosure. Neither external power nor energization of the switchgear shall be required to set or alter control settings. Trip characteristics (TCC curves) shall be field selectable. Maximum time for power up and ready to trip when closing on a circuit shall be ten percent of the trip time or Y:? cycle, whichever is greater. Trip selection shall be selectable with the load taps energized. 5. Event records shall be capable for being easily extractable from the control us ing a personal computer connected to the data port . The event log shall capture the last 64 events recorded by the overcurrent control. 6. Devices shall be located in such a way as to not require shutdown of the switchgear to access or service. D. Overcurrent and Control : Field-adjustable microprocessor based overcurrent control in each phase at indicated locations to initiate fault interruption. A . B . I. Device Functions: 51 /50, 5 IN/SON , 51G/50G according to IEEE C37.2 . 2. Control Wiring: Factory installed , complete with bundling, lacing, and protection . a . Conductors across Hinges and for Interconnections between Shipping Units : Flexible conductors for No. 8 A WG and smaller. b . Conductors: Sized according to NFPA 70 for duty required. REMOTE TRIP AND ST A TUS Provide 3 sets of form 'C ' dry contacts from each Vista switchgear for each way for status (switch position) output. Refer to the Instrumentation Division Input Output Li st for monitored parameters . C DM S mith VC WRF So uth Fl ow Lift Stati on C ity Proj ect No. I 00075 -2 CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bruary 202 1 2.10 A. 2 .11 A. 2.12 A. 2.13 A. C DM Smith BUSHINGS 26 13 29 MEDI UM-VO LTAGE, PA D-MOUNTE D SWITC HG EAR Pag e 10 o f 16 Separable insulated connectors shall be used to connect primary cable. Comply with requirements in Section 26 05 13 "Medium-Voltage Cables." 1. Bushings: One-piece, 200A, BIL ratings the same as the connectors. Comply with IEEE 3 86 . 2. Supply a standoff bracket or parking stand for each bushing, mounted horizontally adjacent to each bushing. SURGE ARRESTERS Metal-oxide-varistor type, fully shielded , separable elbow type, suitable for plugging into the inserts. Comply with IEEE C62 .11 and IEEE 386 . WARNING LABELS AND SIGNS Comply with requirements in Section 26 05 53 "Identification for Electrical Systems" for labels and signs . 1. High-Voltage Warning Label: Self-adhesive labels on the outside of the high- voltage compartment door(s). Legend shall be "DANGER HIGH VOLTAGE" printed in two lines of minimum 2-inch high letters . The word "DANGER" shall be in white letters on a red background and the words "HIGH VOLTAGE" shall be in black letters on a white background. 2 . Arc-Flash Warning Label: Self-adhesive labels on the outside of the high-voltage compartment door(s), warning of potential electrical arc-flash hazards and appropriate personal protective equipment required. SOURCE QUALITY CONTROL Factory Tests : Comply with requirements in IEEE C37.60 and IEEE C37.74 for testing procedures. 1. Circuit Resistance Test: Verify that switchgear contacts have been properly aligned and current transfer points have been properly assembled . 2 . Power-frequency dry withstand voltage test. 3. Dielectric withstand test; one-minute dry power-frequency. 4 . Calibrate overcurrent devices for conformance to published time-current characteristic curves . 5. Sealed Tank Leak Test: a. Comply with IEC 62271-1 for test procedure for switchgear using SF6 . b . The test procedure for vacuum switchgear shall be as follows: 1) Each vacuum tube shall be identified by its serial number. Its vacuum pressure level shall be tested by the manufacturer of the vacuum interrupter. Document the test results. CONSTR UCT ION SPEC IFICATI ON DOCUMENTS Fe bru ary 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 26 13 29 MEDI UM-V OLTAGE , PAD-MO UN TED SWIT CHG EAR Pa ge 11 of 16 2) After assembly of the switchgear way, test the vacuum pressure level of the vacuum tubes by the routine dielectric test across the open contacts. The test voltage shall be stated by the manufacturer. The dielectric test shall be carried out after the mechanical routine test. 6. Operating tests shall verify the following: a. Switch position indicators and contacts are in the correct position for both the open and closed positions. b . Insulating medium quantity indicator (if provided) is functioning properly. c . Circuit configuration is shown correctly. d. Mechanical interlocks are in place and operative. e. Position and polarity of current transformers meets requirements. f. Control , secondary wiring, and accessory devices are connected correctly. g. Devices and relays operate as intended. PART 3 -EXECUTION 3.1 A. EXAMINATION Upon delivery of switchgear and prior to unloading, inspect equipment for damage. I. Examine tie rods and chains to verify they are undamaged and tight and that blocking and bracing are tight . 2. Verify that there is no evidence of load shifting in transit and that readings from transportation shock recorders, if equipped, are within manufacturer's recommendations. 3. Examine switchgear for external damage , including dents or scratches in doors and sill , and termination provisions . 4. Compare switchgear and accessories received with the bill of materials to verify that the shipment is complete . Verify that switchgear and accessories conform to the manufacturer's quotation and Shop Drawings . If the shipment is not complete or does not comply with project requirements , notify the manufacturer in writing immediately . 5. Unload switchgear, observing packing label warnings and handling instructions. 6 . Open compartment doors and inspect components for damage or displaced parts , loose or broken connections, cracked or chipped insulators , bent mounting flanges , dirt or foreign material , and water or moisture. B . Handling: CO M Smith I . Handle switchgear, according to manufacturer's recommendations ; avoid damage to the enclosure, termination compartments, base , frame , and internal components. Do not subject switchgear to impact, jolting, jarring, or rough handling. 2. Transport switchgear upright to avoid internal stresses on equipment mounting assemblies . Do not tilt or tip switchgear. CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 I VCWRF So uth Flow Lift Stati on City Proj ect No . I 00075 -2 3.2 26 13 29 MEDI UM-VO LTAG E, PAD-MOUNTED SWITCHG EAR Page 12 of 16 3. Use spreaders or a lifting beam to obtain a vertical lift and to protect switchgear from straps bearing against the enclosure. Lifting cable pull angles may not be greater than 15 degrees from vertical. 4. Do not damage structure when handling switchgear. C. Storage: 1. Switchgear may be stored outdoors. If possible, store switchgear at final installation locations on concrete pads. If dry concrete surfaces are not available , use pallets of adequate strength to protect switchgear from direct contact with the ground. Ensure switchgear is level. 2. Protect switchgear from physical damage. Do not store switchgear in the presence of corrosive or explosive gases. 3. Store switchgear with compartment doors closed . D. Examine roughing-in of conduits and grounding systems to verify the following: 1. Wiring entries comply with layout requirements. 2. Entries are within conduit-entry tolerances specified by manufacturer and no feeders have to cross section barriers to reach load or line lugs. E . Pre-Installation Checks: F . G. A. B. I. Verify removal of any shipping bracing after placement. Verify that ground connections are in place and that requirements in Section 26 05 26 "Grounding and Bonding for Electrical Systems" have been met. Maximum ground resistance shall be 5 ohms at switchgear location. Proceed with installation only after unsatisfactory conditions have been corrected. SWlTCHGEAR INSTALLATION Comply with NECA 1. Equipment Mounting: 1. Install switchgear on cast-in-place concrete equipment base(s). Comply with requirements for equipment bases and foundations specified in Section 03 30 00 "Cast-in-Place Concrete." 2 . Comply with requirements for vibration isolation and seismic control devices specified in Section 26 05 48.16 "Seismic Controls for Electrical Systems." C. Install level and plumb , tilting less than 1.5 degrees when energized. D . Maintain minimum clearances and workspace at equipment according to manufacturer's written instructions and NFPA 70 . E. Maintain minimum clearances and workspace at equipment according to manufacturer's written instructions and IEEE C2. C OM Smith VC WRF So uth Flow Lift Station C ity Proj ect No. I 00075 -2 CONST RUCT ION SPEC IFICATION DOCUMENTS February 2021 3 .3 3.4 3.5 A . CONNECTIONS 26 13 29 MEDI UM-V OLTAGE , PAD-M OUNTE D SWI TC HGE AR Page 13 o f 16 Ground equipment according to Section 26 05 26 "Grounding and Bonding for Electrical Systems ." 1. For counterpoise , use tinned copper cable not smaller than No. 4/0 A WG , buried not less than 30 inches below grade interconnecting the grounding electrodes . Bond surge arrester directly to the switchgear enclosure and then to the grounding electrode system with bare copper conductors, sized as shown. Keep lead lengths as short as practicable with no kinks or sharp bends . 2 . Make joints in grounding conductors and loops by exothermic weld or compression connector. 3. Terminate all grounding and bonding conductors on a common equipment grounding terminal on the switchgear enclosure. 4. Complete the switchgear grounding and surge protector connections prior to making any other electrical connections. B. Connect wiring according to Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables ." C . A. B. A. 1. Maintain air clearances between energized live parts and between live parts and ground for exposed connections m accordance with manufacturer recommendations . 2 . Bundle associated phase and equipment grounding conductors together within the switchgear enclosure. Arrange conductors such that there is not excessive strain on the connections that could cause loose connections . Allow adequate slack for expansion and contraction of conductors. Terminate medium-voltage cables in incoming section of switchgear according to Section 26 05 13 "Medium-Voltage Cables." SIGNS AND LABELS Comply with the installation requirements for labels and signs specified m Section 26 05 53 "Identification for Electrical Systems." Install warning signs as required to comply with OSHA 29 CFR 1910.269 . FIELD QUALITY CONTROL Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. B. General Field Testing Requirements: 1. Comply with the provi s ions of NFPA 70B , "Testing and Test Methods" chapter. 2 . Perform each visual and mechanical inspection and electrical te st. Certify compliance with test parameters. COM Smith VC WRF So uth Flow Lift Stati on City Proj ec t No . I 000 75-2 CONST RUCT ION SPEC IFI CA TI ON DOCU MEN TS Fe bru ary 20 21 26 13 29 ME DI UM-VO LTAG E, PAD-MOUNTE D SWITC HGEAR Page 14 of 16 3. After installing switchgear but before primary is energized, verify that grounding system at the switchgear is tested at the specified value or less. 4 . After installing switchgear and after electrical circuitry has been energized , test for compliance with requirements . C. Microprocessor-Based Protective Relay Field Tests : I. Visual and Mechanical Inspection: a . Record model number, style number, serial number, firmware revision , software revision , and rated control voltage. b. Verify operation of light-emitting diodes , display , and targets . c. Record passwords for each access level. d. Clean the front panel and remove foreign material from the case. e. Check tightness of connections. f. Verify that the frame is grounded according to manufacturer's instructions. g . Set the relay according to results in Section 26 05 73 "Power System Studies." h. Download settings from the relay. Print a copy of the settings for the report and compare the settings to those specified in the coordination study. 2 . Electrical Tests: a. Perform insulation-resistance tests from each circuit to the grounded frame according to manufacturer's published data. b. Apply voltage or current to analog inputs , and verify correct registration of the relay meter functions. c . Functional Operation : Check functional operation of each element used in the protection scheme. d . Control Verification : I) Functional Tests: a) Check operation of all active digital inputs. b) Check output contacts or silicone-controlled rectifiers , preferably by operating the controlled device , such as circuit breaker, auxiliary relay , or alarm . c) Check internal logic functions used in protection scheme. d) Upon completion of testing, reset min/max recorders , communications statistics, fault counters , sequence-of-events recorder, and event records . 2) In-Service Monitoring: After the equipment is initially energized , measure magnitude and phase angle of inputs and verify expected values . D. Ground Resistance Test: I . Visual and Mechanical In s pection : C OM Smith CONSTRUCT ION S PECIFI CATI ON DOCU M ENTS Fe bru ary 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect N o. I 00 075-2 3 .6 E. F. A . C DM S mith 2 6 13 29 M E DI UM-VO LTAGE, PA D-MOUNT ED S WITC HGE AR Page 15 of 16 a. Verify ground system complies with the Contract Documents and NFPA 70 "Grounding and Bonding" Article. b. Inspect physical and mechanical condition . Grounding system electrical and mechanical connections shall be free of corrosion. c. Inspect bolted electrical connections using a calibrated torque-wrench method according to manufacturer's published data or NETA A TS , Table I 00 .12 . Bolt-torque levels shall be according to manufacturer's published data. In the absence of manufacturer's published data, use NETA A TS , Table I 00.12. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value . d. Inspect anchorage. 2. Electrical Tests: a. Perform fall-of-potential or alternative test according to IEEE 81 on the main grounding electrode or system. The resistance between the main grounding electrode and ground shall be no more than 5 ohms. b. Perform point-to-point tests to determine the resistance between the main grounding system and all major electrical equipment frames , system neutral , and derived neutral points . Investigate point-to-point resistance values that exceed 0 .5 ohms. Compare equipment nameplate data with Contract Documents . c. Inspect bolted electrical connections for high resistance using a low- resistance ohmmeter to compare bolted connection resistance values to values of similar connections . Investigate values that deviate from tho se of s imilar bolted connections by more than 50 percent of the lowest value . d . Inspect physical and mechanical condition . e . Inspect anchorage . Switchgear will be considered defective if it does not pass tests and inspections . Prepare test and inspection reports . SYSTEM FUNCTION TESTS System function tests shall prove the correct interaction of sensing, processing, and action devices . Perform sy stem function tests after "Field Quality Control" tests have been completed and all components have passed s pecified tests. I. Develop test parameters and perform tests for evaluating performance of integral components and their functioning as a complete unit within design requirements and manufacturer's published data. 2 . Verify the correct operation of interlock safety devices for fail-safe functions in addition to design function. 3 . Verify the correct operation of sensing devices, alarms , and indicating devices. CONSTR UCTI ON SPEC IFICATI ON DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flo w Lift Stati on City Proj ect No. I 00075 -2 3.7 A. 3.8 A. FOLLOW-UP SERVlCE 26 13 29 MEDI UM-V OLTAGE , PAD-MOUN TE D SWIT CHG EAR Page 16 of 16 Infrared Inspection: Perform the survey during periods of maximum possible loading. Remove all necessary covers prior to the inspection. 1. After Substantial Completion, but not more than 60 days after Final Acceptance, perform infrared inspection of the electrical power connections of the switchgear. 2. Instrument: Inspect distribution systems with imaging equipment capable of detecting a minimum temperature difference of l deg Cat 30 deg C. 3 . Record oflnfrared Inspection: Prepare a certified report that identifies the testing technician and equipment used , and lists the results as follows: a. Description of equipment to be tested. b . Discrepancies. c. Temperature difference between the area of concern and the reference area. d. Probable cause of temperature difference. e . Areas inspected. Identify inaccessible and unobservable areas and equipment. f. Identify load conditions at time of inspection. g . Provide photographs and thermograms of the deficient area. 4 . Act on inspection results according to the recommendations of NETA ATS , Table l 00.18. Correct possible and probable deficiencies as soon as Owner's operations permit. Retest until deficiencies are corrected . DEMONSTRATION Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain systems . END OF SECTION 26 13 29 CDM Smith CONS TR UCTI ON SPEC IFICAT ION DOCU MEN TS Fe bru ary 202 I VCWR F So uth Flow Lift Stati on City Proj ect No . I 00 075 -2 SECTION 26 23 00-LOW-VOLTAGE SWITCHGEAR PART I -GENERAL 1.1 RELATED DOCUMENTS 26 23 00 LOW-VOLTAGE SWITCHGEAR Page I of26 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section . 1.2 SUMMARY A. Section includes metal-enclosed, low-voltage switchgear, with drawout power circuit breakers and metering and control accessories. 1. Switchgear structure . 2. Requirements for indoor sw itchgear. 3. Requirements for outdoor switc hgear. 4. Circuit breakers . 5. Zone-selective interlocking . 6. Surge suppression. 7. Control power supply, 120-V ac. 8 . Instrumentation and control. 9. Maintenance tools . l 0. Identification. 1 I. Source quality control. B. Related Requirements: I. Section 26 05 91 "Coordinated Electrical House" for switchgear installed in Coordinated Electrical House. 2 . Section 26 05 73 "Power System Studies." I .3 ACTION SUBMITT ALS A. Product Data : For each type of product. 1. Include construction details , material descriptions, dimensions of individual components and profiles , and finishes for switchgear. 2. Includ e rated capacities , operating characteristics, electrical characteristics, and furnished specialties and accessories . B. Shop Drawings: For low-vo ltage sw itchgear. COM Smith CONSTRUCTION S PEC IFI CATION DOCUMENTS April 2021 VCWRF South Flow Lift Stat ion C ity Project No . I 00075 -2 26 23 00 LOW-VOLTAGE SWITC HG EAR Page 2 of26 1. System Power One-Line Diagrams: Depict power sources, feeders , distribution components, and major loads. Include as-built data for low-voltage power switchgear and connections as follows: a. Frame size of each circuit breaker. b. Trip rating for each circuit breaker. c. Conduit and wire size for each feeder. 2. Include BOM, master drawing index, plans, elevations, sections, shipping splits , and mounting details. 3. Include details of equipment assemblies. Indicate dimensions, weights , loads , required clearances, method of field assembly , components, and location and size of each field connection. 4 . Wire Termination Diagrams and Schedules: Include diagrams for power, signal , and control wiring. Identify terminals and wiring designations and color-codes to facilitate installation , operation, and maintenance . Indicate recommended types, wire sizes, and circuiting arrangements for field-installed wiring, and show circuit protection features. Differentiate between manufacturer-installed and field-installed wiring. 5 . Block Diagram: Show interconnections between components specified in this Section and devices furnished with power distribution system components . Indicate data communication paths and identify networks , data buses, data gateways, concentrators, and other devices used. Describe characteristics of network and other data communication lines. 6. Indicate short-time and short-circuit current rating of switchgear assembly. 7 . Include features , characteristics, ratings , and factory settings of individual overcurrent protective devices and auxiliary components. 8 . Include mimic-bus diagram. 1.4 DELEGATED-DESIGN SUBMITT ALS A. For low-voltage switchgear. 1. Comply with Section 26 05 73 "Power System Studies." 1.5 INFORMATIONAL SUBMITT ALS A. Coordination Drawings: Floor plans showing dimensioned layout, required working clearances, and required area above and around the low-voltage switchgear where pipe and ducts are prohibited . B. Qualification Data: For testing agency. C . Seismic Qualification Data: Certificates, for switchgear, accessories, and components, from manufacturer. I. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. C OM Smith CONSTR UCT ION SPEC IFI CATIO N DOCU M EN TS A pril 2021 VC WRF So uth Fl ow Lift Station C ity Proje ct No. I 000 75-2 26 23 00 LOW-V OLTAGE SWITCHGEAR Page 3 of26 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3 . Detailed description of equipment anchorage devices on which the certification is base d and their installati on requirements. D. Source quality-control reports . E. Field quality-control reports. 1.6 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data: For equipment to include m emergency, operation , and maintenance manuals. I. In addition to items specified m Section 01 78 23 "Operation and Maintenance Data," include the following: a. Time-current curves (on full-size logarithmic paper) of the main secondary breaker and largest secondary feeder device . b. Lists of spare parts and replacement components recommended for storage at Project s ite. c. Detailed instructions covering operation under both normal and abnormal conditions. d . Hard copies of manufacturer's operating specifications , user's guides for software and hardware, and PDF files on a USB storage device of hard-copy Submittal. B . Software and Firmware Operational Documentation : 1. Software operating and upgrade manuals . 2. Program Software Backup: On USB media or compact disk , complete with data files. 3. Device address list. 4 . Printout of software application and graphic screens. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with label s describing contents. 1. Fuses: One for every three of each type and rating, but no fewer than three of each for the following: a. Potential transformers . b. Control power circuits. B . System Power Riser Diagram: For each sw itch gear, post on the wall at each location , using non - fugitive ink on high-quality paper. C DM S mith CONST RUC TION SPECIFICATION DOCUMENTS April 202 1 VCWRF So uth Flow Lift Station Ci ty Project No. I 00075 -2 26 23 00 LOW-VOLTAG E SWITC HGEAR Page 4 of26 1.8 QUALITY ASSURANCE A. Testing Agency Qualifications: Accredited by NET A. 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing. 1.9 DELIVERY, STORAGE, AND HANDLING A. Indoor Switchgear Storage: Store in a dry, clean location , placed on a level surface to prevent strain and possible distortion. During the construction period, provide protection against dust, dirt, falling objects, dripping water, water, excessive moisture, and other possible causes of damage to the equipment. Any temporary covering shall not restrict ventilation and may not be removed until the equipment is ready for installation . Take special precaution to keep the equipment sufficiently warm with adequate ventilation to prevent condensation during the storage period. Install temporary heating if necessary . B. When provisions for temporary power connection are provided as part of the switchgear assembly, provisions shall be included to prevent energization of primary buses or connections by means of backfeed through fuses or control power transformers connected to the primary buses or connections . C. Ventilation openings shall be left open to permit proper air circulation. 1.10 FIELD CONDITIONS A . Ambient Environment Ratings: 1. Ambient Temperature Rating: Not less than minus 22 deg F and not exceeding I 04 deg F. 2. Humidity Rating: Less than 95 percent (noncondensing). 3 . Altitude Rating: Not ex ceeding 6600 feet. 4 . The effect of solar radiation is insignificant. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. l\lanufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following : C OM Smith 1. 2. 3. 4. Eaton . ~quare D b\ Schneider Llectric l SA . Allen-Bradley by Rockwell Automation. GEbyABB CON STRUC TI ON S PEC IFI CATI ON DOCUMENTS A pril 202 1 VC WRF South Fl ow Lift Station C ity Proj ect No . I 00075 -2 2 .2 A. SYSTEM DESCRIPTION 26 23 00 LOW-V OLT AGE SWI TC HGEAR Page 5 of 26 Description: Metal-enclosed, low-voltage switchgear with drawout power circuit breakers, with accessories and metering components . l . Electrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70 , by a qualified testing agency, and marked for intended location and application. 2. Comply with IEEE C37 .20. l . 3 . Listed and labeled as complying with UL 1558 . 2.3 PERFORMANCE REQUIREMENTS A . Seismic Performance: Switchgear shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 . 1. The term "withstand" means "the assembly will remain in place without separation of any parts when subjected to the seismic forces s pecified and the assembly will be fully operational after the seismic event." 2. Component Importance Factor: 1.5 . 3 . B . Capacities and Characteristics: 1. Nominal System Voltage: 480 V, three wire, 60 Hz. 2. Rated Maximum Voltage: 635 V . 3. Rated Power Frequency: 60 Hz. 4. Rated Insulation Level: Power frequency with stand shall be not less than 2.2-kV rms . 5 . Rated Continuous Current: a . Main-Bus Continuous : As shown on the Drawings. b. Vertical Section Bus Riser: Equal to the frame s ize of the low-voltage power circuit breaker connected to that ri s er. 6 . Rated Short-Circuit Withstand Current: 65 ,000 A sy mmetrical. 7 . Short-Time and Short-Circuit Current: Match rating of integrated short-circuit current rating . 2.4 SWITCHGEAR STRUCTURE A . Bus isolation barriers shall be arranged to isolate line bus from load bu s at each main and tie circuit breaker. Extend section barriers between main and tie circuit breake r s to the rear of the section . B . Allow the following circuit-breaker functions to be performed when the compartment door is cl osed: CDM Smi th CONST RUCT ION SPEC IFICA TI ON DOCU MENTS April 202 1 VCWRF So uth Flow Li ft Stati on C ity Proj ect No. I 00075-2 1. Operate manual charging system. 2 . Open and close the circuit breaker . 3. Examine and adjust the trip unit. 4. Read the breaker nameplate. 26 23 00 LOW-VOLTAGE SW ITCHG EAR Page 6 of26 C . Install instrument compartments when additional space is required for metering and instrumentation. Allow for routing of instrumentation, control and communications wires, and cables. D. Switchgear Bus: 1. Use bus bars to connect compartments and vertical sections. Cable connections are not permitted . 2. Main Phase Bus: Uniform capacity the entire length of assembly. 3 . Ground Bus: Uniform capacity the entire length of assembly, with pressure connector terminations for feeder and branch-circuit ground conductors, minimum size 1/4 by 2 inches . 4. Vertical Section Bus Size: Comply with IEEE C37.20.I , including allowance for spare circuit breakers and spaces for future circuit breakers . 5 . Bus Material and Connections: a. Phase-Bus Material: Tin plated copper of 98 percent minimum conductivity, with copper feeder circuit-breaker line connections. b. Use copper for connecting circuit-breaker line to copper bus . c. Use copper for connecting circuit-breaker line to copper bus. d. Contact Surfaces of Buses: Silver plated . e . Feeder Circuit-Breaker Load Terminals: Silver-plated copper bus extensions equipped with press ure connectors for outgoing circuit conductors . 6 . Prov ide for future extensions from either end of main phas e , neutral , and ground bus by means of predrilled bolt-holes and connecting links. E. Circuit-Breaker Compartment: CO M Sm ith I . Drawout Features: Circuit-breaker mounting assembly equipped with a racking mechanism to position circuit breaker and hold it rigidly in connected , test, di sconnected, and withdrawn positions. Include the following features: a. Provide circuit-breaker racking system with po s itive stops at connected , test, disconnected, and withdrawn positions. b . Interlocks: Prevent racking of circuit breaker to or from connected position when it is closed , and prevent closure of circuit breaker unless it is in connected, test, or disconnected position . c . C ircuit-Breaker Pos itioning: Permit the racking of an open circuit breaker to or from connected, test, and disconnected positions only when the compartment door is closed unless li ve parts are covered by a full dead-front shield. Permit manual withdrawal of an open circuit breaker to a position for removal from the structure. When compartment door is open, statu s for connection dev ices for different positions includes the following: CONSTRUCTI ON SPECIFICATION DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Station C ity Proje ct No. I 00075 -2 2.5 2 .6 A. B. C. D. A. B. 26 23 00 LO W-VO LT AGE SWI TCHGEAR Page 7 o f26 l) Test Position: Primary disconnects disengaged, and secondary disconnect devices and ground contact engaged. 2) Disconnected Position: Primary and secondary devices and ground contact disengaged. d . Primary Disconnect: Mount on the stationary part of the compartment. Disconnect shall consist of a set of contacts extending to the rear through an insulating support barrier, and of corresponding moving finger contacts on the power circuit-breaker studs, which engage in only the connected position. Assembly shall provide multiple silver-to-silver full floating, spring-loaded, high-pressure-point contacts with uniform pressure on each finger. Load studs shall connect to bus extensions that terminate in solderless terminals in the rear cable compartment. e . Secondary Disconnect: Floating terminals mounted on the stationary part of the compartment that engage mating contacts at the front of breaker. f. Provide a verification of positive ground contact between the circuit breaker and its compartment when the accessory cover is removed while the circuit breaker is in connected, test, disconnected, and withdrawn positions. ADDITIONAL REQUIREMENTS FOR INDOOR SWITCHGEAR Enclosure Rating: Indoor NEMA I A. Enclosure Material: Steel. Enclosure Finish : IEEE C37.20. l , manufacturer's standard gray finish over a rust-inhibiting primer on phosphatizing-treated metal surfaces. Enclosure Rear Panels: Removable and hinged, to allow access to rear interior of switchgear. CIRCUIT BREAKERS Drawout type, unfused , power operated, with electromechanical or electronic trip devices. Comply with IEEE C3 7 .13 , IEEE C3 7. l 3a, and UL I 066 . Ratings: For continuous, interrupting, and short-time current ratings for each circuit breaker; voltage and frequency ratings same as switchgear. Comply with IEEE C37.16. I. Circuit breakers shall have 30-cycle short-time withstand ratings equal to their symmetrical interrupting ratings through 85 ,000 A , whether or not equipped with instantaneous trip protection. C. Operating Mechanism: Mechanically and electrically trip-free, stored-energy operating mechanism with the following features : l. Normal Closing Speed: Independent of both control and operator. 2. Slow Closing Speed: Optional with operator for inspection and adjustment. 3. Stored-Energy Mechanism: Electrically charged , and the operator's choice of manual charging. C OM Smith VC WRF So uth Fl ow Lift St ati on C ity Project No . I 0007 5-2 CONSTR UC TI ON SPEC IFI CATI ON DOCU MEN TS A pril 2021 26 23 00 LOW-VOLTAG E SWITC HGEAR Page 8 of26 a. Operating Handle: One for each circuit breaker capable of manual operation. b. Electric Close Button: One for each electrically operated circuit breaker. 4. Provide an interlock to discharge the stored energy mechanism before the circuit breaker can be withdrawn from its compartment. 5 . Operation counter. D. Operator Display: Located on the face of the circuit breaker. I . Electrical operation buttons to open and close the circuit breaker. Provide a clear lockable cover over the buttons. 2 . Indicating Lights: To indicate circuit breaker is open or closed, for main and bus tie circuit breakers interlocked either with each other or with external devices . An energized or hot condition shall be indicated by a red light. The de-energized, open , and safe condition shall be indicated by a green light. 3 . Indicator to show the position of the circuit-breaker contacts, status of the closing springs, and circuit-breaker position in its compartment. 4 . Provide a "charged-not OK to close" indicator when closing springs are charged but circuit breaker is not ready to close . E. Overcurrent Protective Tripping: Microprocessor-based, programmable, time-current shaping adjustments; complete with current transformers and sensors and the following features: 1. Programmable functions independent of each other in both action and adjustment. a . Long-time setting. b. Long-time-delay with selectable I2T or I4T curve shaping. c. Short-time setting. d. Short-time-delay with flat or selectable I2T curve shaping. e. Instantaneous trip . 2 . Field-adjustable, time-current characteristics . 3. Current Adjustability: Dial settings and rating plugs on trip units , or sensors on circuit breakers, or a combination of these methods. 4. Three bands , minimum , for long-time-and short-time-delay functions ; marked "minimum ," "intermediate," and "maximum." 5 . Pickup Points: a. Five minimum , for long-time-and short-time-trip functions. Equip short-time-trip function for switchable 1-squared-T operation. b. Five minimum , for instantaneous-trip functions. 6 . Arc flash reduction technology: allow a preset maintenance mode with an accelerated instantaneous override trip to reduce arc flash energy . F . Ground-Fault Protection: 1. 2 . Test Form : Provide each ground-fault relay with information sheets describing system- testing instructions, and with a test form ; comply with UL 1558 . G. Undervoltage Trip Devices: Adjustable time-delay and pickup voltage. C DM Smith CONSTR UCTI ON SPEC IFI CAT ION DOCU M ENTS April 202 1 VC WRF So uth Fl ow Lift St ation C ity Proj ec t No . I 000 75-2 2.7 2.8 26 23 00 LOW-VOLTAGE SWITCHGEAR Page 9 of26 H. Metering: 1. Accuracy: 0.5 percent of reading, complying with ANSI C 12.20. 2. Values shall be rms average over a period of one second . a. Current: Each phase ,and three-phase average. b. Voltage : L-L for each phase, L-L three-phase average, L-N each phase , and L-N three-phase average. c . Active Power (kW): Each phase and three-phase total. d. Reactive Power (kV Ar): Each phase and three-phase total. e. Apparent Power (kV A): Each phase and three-phase total. f. Power Factor: Each phase and three-phase total. g. Active Energy (kWh): Three-phase total. I. Auxiliary Contacts: J. K . L. A. A. 1. Contacts and switches required for normal circuit-breaker operation , sufficient for interlocking and remote indication of circuit-breaker position. 2 . Spare auxiliary switches , at least two, unless otherwise indicated. Each switch shall consist of two Type A and two Type B contacts wired through secondary disconnect devices to a terminal block in stationary circuit-breaker compartment. Arc Chutes: Readily removable from associated circuit breaker when it is in di sco nnected position , and arranged to permit inspection of contacts without removing circuit breaker from switchgear. Padlocking Provisions: For installing at least three padlocks on each circuit breaker to secure its enclosure and prevent movement of drawout mechanism . Key Interlocks : Arranged to prevent opening or closing of interlocked circuit breakers , except in a specified sequence. Include mountings and hardware for future installation of ke y interlocks. ZONE-SELECTIVE INTERLOCKING Trip units for indicated circuit breakers shall include zone-interlocking capability for the s hort- time delay and ground-fault delay trip functions for system coordination and arc energy reduction . Zone-interlocking system shall restrain the tripping of an upstream circuit breaker and allow the circuit breaker closest to the fault to trip with no intentional time delay . In the event that the downstream breaker does not trip , the upstream breaker shall trip after the preset time delay. Zone-interlock syste m shall be factory wired and tested for circuit breakers within the switchgear. SURGE SUPPRESSION Surge Suppression: Factory installed as an integral part of lo w-vo ltage sw itchgear, complying with UL 1449 SPD , Type 1, with the following features and accessories: I. Integra l di sco nnect switch. C OM S mith VCWRF South Flow Lift Stati on C ity Project No . I 00075-2 CONST RUCT ION S PEC IFICATION DOCUMENTS A pril 2021 2.9 A. 26 23 00 LO W-VOLT AGE SWI TC HGE AR Page 10 of 26 2. Internal thermal protection that disconnects the SPD before damaging internal suppressor components. 3 . Indicator light display for protection status . 4. Form-C contacts rated at 5-A 250-V ac , one NO and one NC, for remote monitoring of protection status . 5. Surge Counter. CONTROL POWER SUPPLY , 120 -Y AC Control Power Transformer: Supply 120-V control circuits through dry-type control power transformers, include secondary disconnect devices. 1. Place transformers larger than 3 kVA in separate compartments at the bottom of the vertical section, including the related primary and secondary fuses . 2 . Two control power transformers in separate compartments with necessary interlocking relays ; each transformer connected to line side of associated main circuit breaker. a . Secondary windings connected through relay(s) to control bus to affect an automatic transfer scheme. 3 . Control Power Fuses: Primary and secondary fuses provide current-limiting and overload protection. 2 .10 INSTRUMENTATION AND CONTROL A. Instrument Transformers: Comply with IEEE C57.13. Instrument transformers may not be used to power space conditioning equipment associated with outdoor switchgear, of for power to convenience receptacles and lighting. 1. Potential Transformers: Secondary voltage rating of 120 V and NEMA CJ2.11 Accuracy class of 0.3 with burdens of W. X, and Y. 2. Current Transformers: Burden and Accuracy class suitable for connected relays, meters, and instruments. 2 .11 POWER TRANSFER CONFIGURATIONS A. B. C. C OM Smith Relays: Comply with IEEE C37.90, types and settings as indicatedj with test blocks and plugs. Control Wiring: 1. Factory installed, complete with bundling, lacing, and protection. 2. Provide flexible conductors for No. 8 A WG and smaller, for conductors across hinges and for conductors for interconnections between shipping units. 3. Install plugs in control wiring at shipping splits. Three-Breaker Transfer Control: CON STR UC TI ON S PEC IFICAT ION DOCUM ENTS A pril 202 1 VCWRF So uth Fl ow Lift Stati on C ity Proj ec t No . I 00075 -2 2.12 A. B. C. D. E. 2.13 A. 26 23 00 LOW-VOLTAG E SWIT CHGE AR Page 11 o f26 1. Switchgear assembly, with two normally energized, medium-voltage power sources designated "Main 1" and "Main 2", each connected to its load bus. An NO bus tie circuit breaker can tie the two load buses. Three circuit breakers shall be manually controlled by a key interlock scheme. 2. Sequence of Operation: As shown on the Drawings. 3. Voltage transformers shall have primary and secondary protection and disconnecting means for sensing functions and control power. MAINTENANCE TOOLS Description: Furnish tools and miscellaneous items required for circuit-breaker and switchgear test, inspection , maintenance, and operation. Include the following: I. Portable test set for testing all functions of circuit-breaker, solid-state trip devices without removal from switchgear. 2. Relay and meter test plugs suitable for testing switchgear meters and switchgear class relays. 3. Portable test set for testing all functions of circuit-breaker, solid-state trip devices without removal from switchgear. 4. Racking handle to move circuit breaker manually between connected and disconnected positions. Circuit-Breaker Removal Apparatus: Overhead-circuit-breaker lifting device, track mounted at top front of switchgear and complete with hoist and lifting yokes matching each size of drawout circuit breaker installed. Spare-Fuse Cabinet: Identified and compartmented steel box or cabinet with lockable door. Storage for Manual: Include a rack or holder, near the operating instructions , for a copy of maintenance manual. IDENTIFICATION Compartment Nameplates: Engraved , laminated-acrylic , as described in Section 260553 "Identification for Electrical Systems," for each compartment, mounted with corrosion-resistant screws . B. Arc-Flash Warning Labels: COM Smith I. Comply with requirements in Section 260573 "Power System Studies." Produce a 3.5-by- 5-inch self-adhesive equipment label for each work location included in the analysis . 2. Comply with requirements in Section 260553 "Identification for Electrical Systems ." Produce a 3 .5-by-5-inch self-adhesive equipment label for each work location included in the analysis. Labels shall be machine printed , with no field-applied markings. CONS TR UC TI ON SPEC IFI CA TI ON DOCU MEN TS April 202 1 VC WRF So uth Flo w Lift Stati on C ity Project No . I 00075-2 2.14 A. 26 23 00 LOW-VOLTAG E SWITC HG EAR Pa ge 12 of26 a. Label shall have an orange header with the wording, "WARNING, ARC-FLASH HAZARD," and shall include the following information taken directly from the arc-flash hazard analysis: 1) Location designation. 2) Nominal voltage. 3) Flash protection boundary. 4) Hazard risk category. 5) Incident energy. 6) Working distance. 7) Engineering report number, revision number, and issue date. b. Labels shall be machine printed , with no field-applied markings. SOURCE QUALITY CONTROL Testing: Test and inspect low-voltage switchgear according to IEEE C37.20. l. Drawout circuit breakers need not be tested in the assembly if they are tested separately. 1. Dielectric Tests: Perform power-frequency withstand tests to demonstrate the ability of the insulation system to withstand the voltages listed in IEEE C37 .20. I. The voltage is to be increased gradually from zero to the required test value within 5 to IO seconds and shall be held at that value for one minute. 2. Perform mechanical operation tests to ensure proper functioning of operating mechanism, mechanical interlocks , and interchangeability of removable elements that are designed to be interchangeable. 3. Test the effectiveness of grounding of each metal-case instrument transformer frame or case. 4. Verify that control wiring is correct by verifying continuity . Perform electrical operation of component devices to ensure that they function properly and in the intended sequence. 5 . Perform the control wiring insulation tests. 6. Verify correct polarity of the connections between instrument transformers and meters and relays. B. All serial communications devices within the equipment shall be addressed at the factory and tested to verify reliable communications to the equipment's Ethernet gateway . C. Low-voltage switchgear assembly will be considered defective if it does not pass tests and in s pections . D. Prepare test and inspection reports. E . Owner will witness required factory tests. Notify Engineer at least 14 days before date of tests and indicate their approximate duration . C OM S mith CONSTR UC TI ON SPEC IFI CAT ION DOCUMENTS A pril 202 1 VC WR F So uth Fl ow Lift Stati on C ity Proj ect No. 10007 5-2 26 23 00 LOW-VOLTAGE SWITCHGEAR Page 13 of26 PART 3 -EXECUTION 3.1 A. B . EXAMINATION Examine areas and space conditions for compliance with requirements for secondary unit substatio ns and other conditions affecting performance of the Work . Examine roughing-in of conduits and grounding systems to verify the following: 1. Wiring entries comply with layout requirements. 2. Entries are within conduit-entry tolerances specified by manufacturer, and no feeders will have to cross the section barriers to reach load or line lu gs. C. Examine walls, floors , roofs, and concrete bases for suitable condition s where swit chgear will be installed . D. Verify that ground connections are in place and that requirements in Section 260526 "Grounding and Bonding for Electrical Systems" have been met. Maximum ground re s istance shall be five ohms at the switchgear location. E. On delivery of switchgear and prior to unloading, inspect equipment for damage . I . Verify that tie rods and chains are undamaged and tight, and that blocking and bracing are tight. 2. Verify that there is no evidence of load shifting in transit, and that readings from transportation shock recorders , if equipped, are within manufacturer's written instructions . 3. Examine switchgear for external damage, including dents or scratches in doors and s ill , and termination provisions . 4. Compare switchgear and accessories received with the bill of materials to verify that the shipment is complete. Verify that switchgear and accessories comp ly with manufacturer's written instructions and Shop Drawings. If the shipment is incomplete or does not comply with Project requirements, notify manufacturer in writing immediately. 5. Un load switchgear, observing packing label warnings and handling in structions. 6. Open compartment doors and inspect components for damage or displaced parts, loose or broken connections, cracked or chipped insulators, bent mounting flanges , dirt or foreign material , and water or moisture. F. Handling: I. Handle switch gear, according to manufacturer's written instructions; avoid damage to the enclosure, termination compartments, base, frame , tank , a nd internal components. Do not subject switchgear to imp act, jolting, jarring, or rough handling . 2. Protect switchgear compartments against the entrance of dust, rain, and snow . 3. Transport switchgear upright, to avoid internal stresses on equipment mounting assemb li es. Do not tilt or tip switchgear. COM Smith VCWRF So uth Flow Lift Stat io n City Project No . I 00075 -2 CONSTRUCTION SPECIF ICAT ION DOCUMENTS April 2021 G . 3.2 A. B . C . 3.3 A. B. C . D . 3.4 A . C OM Smith 26 23 00 LOW -VOLTAGE SWITC HGEAR Page 14 of26 4 . Use spreaders or a lifting beam to obtain a vertical lift and to protect switchgear from straps bearing against the enclosure. Lifting cable pull angles may not be greater than 15 degrees from vertical. 5. Do not damage structure when handling switchgear. Proceed with installation only after examinations are complete and unsatisfactory conditions have been corrected . INSTALLATION Install switchgear on cast-in-place concrete equipment base(s). Comply with requirements for equipment bases and foundations specified in Section 033000 "Cast-in-Place Concrete." Comply with requirements for vibration isolation and seismic-control devices specified in Section 260529 "Hangers and Supports for Electrical Systems" and Section 260548 .16 "Seismic Controls for Electrical Systems." Maintain minimum clearances and workspace at equipment according to manufacturer's written instructions and NFPA 70. CONNECTIONS Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems ." Grounding Connections at Exterior Locations: 1. Install tinned bare copper conductors not smaller than No. 4/0 A WG , for ground conductors buried not less than 30 inches below grade interconnecting the grounding electrodes. 2. Bond surge arrester and neutrals directl y to the switchgear enclosure and then to the grounding electrode system with bare copper conductors, sized as indicated . 3 . Keep lead lengths as short as practicable with no kinks or sharp bends. 4. Make joints in grounding conductors and loops by exothermic weld or compression connector. 5. Terminate all grounding and bonding conductors on a common equipment grounding terminal on the switchgear enclosure. Install supplemental terminal bars, lugs, and bonding jumpers as required to accommodate the number of conductors for termination . Complete switchgear grounding and surge-protector connections prior to making any other electrical connections. IDENTIFICATION Comply with the installation requirements for labels and s igns specified m Section 260553 "Identification for Electrical Systems ." CONSTR UC TI ON S PEC IFI C ATI ON DOCUMENTS April 202 1 VC WRF So uth Fl ow Lift Station C ity Proj ect No . I 0007 5-2 B. 3.5 A. B. C. D . C OM Smith 26 23 00 LOW-VO LTA GE S WI TC HGEA R Page 15 o f 26 Install warning signs as required to comply with OSHA 29 CFR 1910.269 . FJELD QUALITY CONTROL Testing Agency: Engage a qualified testing agency to perform tests and inspections. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies , and equipment installations, including connections. Perform tests and inspections with the assistance of a factory-authorized service representative. Tests and Inspections: 1. Comply with provisions of NFPA 70B, "Testing and Test Methods" Chapter and of NETA ATS. 2. After installing switchgear and after electrical circuitry has been energized , test for compliance with requirements. 3. Perform each visual and mechanical inspection and electrical test stated in NET A A TS. Certify compliance with test parameters. 4. Visual and Mechanical Inspection: a . Verify that fuse and circuit-breaker sizes and types correspond to Drawings and coordination study. b. Verify that current and voltage transformer ratios correspond to Drawings. c. Inspect bolted electrical connections for high resistance using one of the following two methods: 1) Use a low-resistance ohmmeter to compare bolted-connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method according to manufacturer's published data or NET A ATS, Table 100.12. Bolt-torque levels shall be according to manufacturer's published data. In the absence of manufacturer's published data, use NET A ATS, Table I 00.12. d. Confirm correct operation and sequencing of electrical and mechanical interlock systems. 1) Attempt closure on locked-open devices . Attempt to open locked-closed devices. 2) Make key exchange with devices operated in off-normal positions . e. Verify appropriate lubrication on moving current-carrying parts and on moving and sliding surfaces . f. Inspect insulators for evidence of physical damage or contaminated surfaces. g . Verify correct barrier and shutter installation and operation. h. Exercise active components. CONSTRUC TI ON S PEC IFI CATI ON DOCUMENTS April 2021 VC W RF So uth Flow Li ft Stati on C ity Proje ct No. I 00 0 75-2 COM Smith 26 23 00 LOW-VOLTAG E SWITCHG EAR Page 16 of26 1. Inspect mechanical indicating devices for correct operation. J. Verify that filters are in place and that vents are clear. k. Perform visual and mechanical inspection of instrument transformers according to "Instrument Transformer Field Tests" Paragraph . I. Inspect control power transformers . 1) Inspect for physical damage , cracked insulation , broken leads, tightness of connections, defective wiring, and overall general condition. 2) Verify that primary and secondary fuse or circuit-breaker ratings match Drawings. 3) Verify correct functioning of drawout disconnecting and grounding contacts and interlocks. 5 . Electrical Tests: a. Perform de voltage insulation-resistance tests on each bus section , phase-to-phase and phase-to-ground , for one minute . If the bus temperature is other than plus or minus 20 deg C, adjust the resulting resistance as provided in NETA ATS , Table 100.11 . 1) Insulation-resistance values of bus insulation shall be according to manufacturer's published data. In the absence of manufacturer's published data, comply with NET A ATS , Table 100.1 . Investigate and correct values of insulation resistance less than manufacturer's written instructions or NETA ATS , Table 100.1. 2) Do not proceed to the dielectric withstand voltage tests until insulation- resistance levels are raised above minimum values. b . Perform a dielectric withstand voltage test on each bus section , phase-to-ground with phases not under te st grounded , according to manufacturer's published data. If manufacturer has no reco mmendation for this test, it shall be conducted according to NETA ATS , Table I 00 .2. Apply the test voltage for one minute . 1) If no evidence of distress or insulation failure is observed by the end of the total time of voltage application during the dielectric withstand te st , the test specimen is considered to have passed the test. c. Perform insulation-resistance tests on control wiring for ground. Applied potential shall be 500-V de for 300-V rated cable and 1000-V de for 600-V rated cable . Test duration s hall be one minute. For units with solid-state components or control devices that cannot tolerate the applied voltage, follow the manufacturer's written instruction. 1) Minimum insulation-resistance va lues of control wmng shall not be less than 2 megohms. d . Control Power Transformers : I) Perform insulation-resi stance tests . Perform measurements from winding-to- winding and each winding-to-ground. Insulation-re s istance values of winding in s ulation shall be according to manufacturer's published data. In CONSTRUCTION SPECIF ICAT IO N DOCUMENTS April 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 26 23 00 LOW-V O LT AGE S WITC HGEAR Page 17 o f2 6 the absence of manufacturer's published data, comply with NET A A TS , Table I 00. l . Investigate and correct values of insulation resistance less than manufacturer's written instructions or NETA ATS, Table 100.1. 2) Perform secondary wiring integrity test . Disconnect transformer at secondary terminals and connect secondary wiring to a rated s econdary voltage source. Verify correct potential at all devices . 3) Verify correct secondary voltage by energizing the primary winding with system voltage. Measure secondary voltage with the secondary wiring disconnected . 4) Verify correct function of control transfer relays located in the switchgear with multiple control power sources . e. Voltage Transformers: 1) Perform secondary wmng integrity test. Verify correct potential at all devices . 2) Verify secondary voltages by energizing the primary winding with sy stem voltage. f. Perform current-injection tests on the entire current circuit m each section of switchgear. 1) Perform current tests by secondary injection with magnitudes such that a minimum 1.0-A current flows in the secondary circuit. Verify correct magnitude of current at each device in the circuit. 2) Perform current tests by primary injection with magnitudes such that a minimum 1.0-A current flows in the secondary circuit. Verify correct magnitude of current at each device in the circuit. g . Perform system function tests according to "System Function Tests" Article. h . Verify operation of space heaters. 1. Perform phasing checks on double -ended or dual-source switchgear to en s ure correct bus phasing from each source . E . Circuit-Breaker Field Tests: C OM Smith I . Visual and Mechanical Inspection : a . Inspect physical and mechanical condition . b. Inspect anchorage, alignment, and grounding. c . Verify that all maintenance devices are available for servicing and operating the breaker. d. Verify the unit is clean . e . Verify that the arc chutes are intact. f. Inspect moving and stationary contacts for condition and alignment. g . Verify that primary and secondary contact wipe and other dimensions vital to satisfactory operation of the breaker are correct. h . Perform mechanical operator and contact alignment tests on both the breaker and its operating mechanism according to manufacturer's published data . 1. Verify cell fit and element alignment. J. Verify racking mechanism operation. CONSTR UC TI ON SPEC IFICATI ON DOCUMENT S April 202 1 VCW R F So uth Flow Li ft Stati on C ity Project No . I 0007 5-2 C OM Smith 26 23 00 LOW-VO LTA GE SWITC HG EAR Page 18 of26 k. Verify appropriate lubrication on moving current-carrying parts and on moving and slidin g surfaces. I. Perform adjustments for final protective-device settings according to coordination study provided by Owner. m. Record as-found and as-left operation counter readings . 2. Electrical Tests: a . Perform insulation-resistance tests for one minute on each pole, phase-to-phase and phase-to ground with switch closed , and across each open pole. App ly voltage according to manufacturer's published data. In the absence of manufacturer's published data, use NETA A TS, Table 100.1. Insulation-resistance values shall be according to manufacturer's published data . In the absence of manufacturer's published data, comply with NETA ATS , Table 100.1. Values of insulation resistance less than Table 100 .1 or manufacturer's written instructions shall be investigated. b. Measure contact resistance across each power contact of the circuit breaker. Microhm or de millivolt drop values shall not exceed the high levels of the normal range as indicated in manufacturer's published data. In the absence of manufacturer's published data, investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest va lu e. c. Determine long-time pickup and delay by primary current injection. Long-time pickup values shall be as specified , and the trip characteristic shall not exceed manufacturer's published time-current characteristic tolerance band , including adjustment factors. If manufacturer's curves are unavailable, trip times shall not exceed the value shown in NETA ATS , Table 100.7. d . Determine short-time pickup and delay by primary current injection . Short-time pickup values shall be as specified , and the trip characteristic shall not exceed manufacturer's published time-current tolerance band. e . Determine ground-fault pickup and delay by primary current injection. Ground- fault pickup values shall be as specified, and the trip characteristic shall not exceed manufacturer's published time-current tolerance band. f. Determine instantaneous pickup value by primary current injection. Instantaneous pickup values shall be as specified and within manufacturer's published tolerances. In the absence of manufacturer's published data, comply with NETA ATS , Table 100.8. g . Test functions of the trip unit by means of secondary injection . Pickup values and trip characteristic shall be as s pecified and within manufacturer's published tolerances . h . Perform minimum pickup voltage tests on shunt trip and close coils according to manufacturer's published data . Minimum pickup voltage of the shunt trip and close coi ls shall comply with manufacturer's published data. In the absence of manufacturer's published data , comply with NETA A TS , Table 100.20 . 1. Measure fuse resistance . Investigate fuse-resistance values that deviate from each other by more than 15 percent. J . Verify correct operation of any auxiliary features , such as trip and pickup indicators, zone interlocking, electrical close and trip operation , trip-free operation, antipump function , and trip-unit battery condition. Reset trip logs and indicators. Auxiliary features s hall operate according to manufacturer's published data. k. Verify operation of charging mechanism. Charging mechanism shall operate according to manufacturer's published data. CONSTRUC TI ON SPEC IFI CAT ION DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No. I 00075-2 26 23 00 LOW-VOLTAG E SWITC HG EAR Page 19of26 F. Instrument Transformer Field Tests: C OM Smith 1. Visual and Mechanical Inspection: a. Verify that equipment nameplate data complies with the Contract Documents. b. Inspect physical and mechanical condition. c. Verify correct connection of transformers with system requirements. d. Verify that adequate clearances exist between primary and secondary circuit wmng. e. Verify that the unit is clean. f . Inspect bolted electrical connections for high resistance using one of the following two methods: 1) Use a low-resistance ohmmeter to compare bolted-connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method according to manufacturer's published data or NETA A TS, Table 100.12. Bolt-torque levels shall be according to manufacturer's published data. In the absence of manufacturer's published data, use NETA ATS, Table 100.12. g. Verify that required grounding and shorting connections provide contact. h. Verify correct operation of transformer withdrawal mechanism and grounding operation. t. Verify correct primary and secondary fuse sizes for voltage transformers . J. Verify appropriate lubrication on moving current-carrying parts and on movmg and sliding surfaces. 2 . Electrical Tests of Current Transformers: a. Perform insulation-resistance test of each current transformer and its secondary wiring for ground at 1000-V de for one minute . For units with solid-state components that cannot tolerate the applied voltage, follow manufacturer's written instructions. Investigate and correct values of insulation resistance less than manufacturer's written instructions or NETA A TS , Table 100.5. b. Perform a polarity test of each current transformer according to IEEE C57 .13.1. Polarity results shall agree with transformer markings. c. Perform a ratio-verification test using the voltage or current method according to IEEE C57.13.1. Ratio errors shall be according to IEEE C57 .13. d. Perform an excitation test on transformers used for relaying applications according to IEEEC57.13.1. Excitation results shall match the curve supplied by manufacturer or be according to IEEE C57. I 3.1. e . Measure current circuit burdens at transformer terminals according to IEEE C57.13.1. Measured burdens shall be compared to , and shall match , instrument transformer ratings. f. Perform insulation-resistance tests on the primary winding with the secondary grounded. Test voltages shall be according to NET A A TS , Table 100.5. C ONSTRUC TI ON SP EC IFI CATION DOCU MEN TS April 2021 VC WRF So uth Fl ow Lift Station C ity Proje ct N o . I 000 75-2 26 23 00 LOW-VOLTAGE SWITC HG EAR Page 20 of26 g. Perform dielectric withstand tests on the primary winding with the secondary grounded . Test voltages shall be according to NETA ATS, Table 100.9. h . Perform power-factor or dissipation-factor tests according to test equipment manufacturer's published data. 1. Verify that current transformer secondary circuits are grounded and have only one grounding point according to IEEE C57.13.3 . That grounding point should be located as specified by Engineer in Project Drawings. 3. Electrical Tests of Voltage Transformers: a . Perform insulation-resistance tests, winding-to-winding and winding-to-ground. Test voltages shall be applied for one minute according to NETA ATS Table I 00.5 . For units with solid-state components that cannot tolerate the applied voltage, follow manufacturer's written instructions. Investigate and correct values of insulation resistance less than manufacturer's written instructions or NETA ATS, Table 100.5. b. Perform a polarity test on each transformer to verify the polarity marks or H 1-X 1 relationship as applicable. Polarity results shall agree with transformer markings. c. Perform a turns-ratio test on all tap positions. Ratio errors shall be according to IEEE C57.13. d . Measure voltage circuit burdens at transformer terminals. Measured burdens shall be compared to , and shall match, instrument transformer ratings . e. Perform a dielectric withstand test on the primary windings with the secondary windings connected to ground. Dielectric voltage shall be according to NETA ATS , Table 100 .9. Test voltage shall be applied for one minute. If no evidence of distress or insulation failure is observed by the end of the total time of voltage application during the dielectric withstand test, the primary windings are considered to have passed the test. f. Perform power-factor or dissipation-factor tests according to test equipment manufacturer's published data. Power-factor or dissipation-factor values shall be according to manufacturer's published data. In the absence of manufacturer's published data, use test equipment manufacturer's published data. g . Verify that voltage transformer secondary circuits are grounded and have only one grounding point according to IEEE C57.13.3. Test results shall indicate that the circuits are grounded at only one point. G . Ground-Resistance Test: C DM Smith l. Visual and Mechanical Inspection : a . Verify that ground system complies with the Contract Documents and with NFPA 70 , Article 250, "Grounding and Bonding." b. Inspect physical and mechanical condition. Grounding system electrical and mechanical connections shall be free of corrosion . c. Inspect bolted electrical connections for high resistance using one of the following two methods: I) Use a low-resi stance ohmmeter to compare bolted-connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. C ONSTR UC TI ON S PEC IFI CATI ON DOCU M ENTS A pril 2021 VC WRF South Fl ow Lift Station C ity Proj ect No . I 000 75-2 26 23 00 LOW-VOLTAGE SWITCHGEAR Page 21 of26 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method according to manufacturer's published data or NETA ATS, Table 100.12. Bolt-torque levels shall be according to manufacturer's published data . In the absence of manufacturer's published data, use NET A ATS, Table I 00.12. d. Inspect anchorage. 2. Electrical Tests: a. Perform fall-of-potential or alternative test according to IEEE 81 on the main grounding electrode or system. Resistance between the main grounding electrode and ground shall be no more than 5 ohms. b. Perform point-to-point tests to determine the resistance between the main grounding system and all major electrical equipment frames , system neutral , and derived neutral points. Investigate point-to-point resistance values that exceed 0.5 ohms. Compare equipment nameplate data with the Contract Documents . c. Inspect physical and mechanical condition. d. Inspect bolted electrical connections for high resistance using one of the following two methods: I) Use a low-resistance ohmmeter to compare bolted-connection resistance value s to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2) Verify tightnes s of accessible bo lted electrical connections by calibrated torque-wrench method according to manufacturer's published data or NETA ATS , Table 100.12 . Bolt-torque levels shall be according to manufacturer's published data. In the absence of manufacturer's published data, use NET A ATS , Table 100.1 2 . H. Metering D evices Field Tests: COM Smith 1. Visual and Mechanical Inspection : a. In s pect ph ys ical and mechanical condition. b . Inspect bolted electrical connections for high re s istance us ing one of the following two method s: I) Use a lo w-resistance ohmmeter to compare bolted-connection resi stance values to values of s imilar co nnections . In vest igate values that deviate from those of s imilar bolted connections by more than 50 percent of the lowest value. 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method according to manufacturer's publi s hed data or NET A A TS , Table 100 .12 . Bolt-torque level s s hall be according to manufacturer's publi s hed data. In the absence of manufacturer's publi s hed data, use NETA A TS, Table I 00. 12. c. In s pect cover gasket, cover g lass, condition of s piral s pring, di sk clearance, contacts, and case s horting contacts, as applicable. CONSTRUCT ION SPECIFICATION DOCUMENTS Apr il 2021 VCWRF Sout h Flow Lift Station City Project No. I 00075 -2 d. Verify that the unit is clean. 26 23 00 LOW-VOLTAG E SWIT C HGEAR Page 22 o f26 e . Verify freedom of movement, end play, and alignment of rotating disk(s). 2 . Electrical Tests: a. Verify accuracy of meters at all cardinal points. Meter accuracy shall be according to manufacturer's published data. b. Calibrate meters according to manufacturer's published data . Calibration results shall be within manufacturer's published tolerances. c. Verify all instrument multipliers. Instrument multipliers shall be according to system design specifications. d. Verify that current transformer and voltage transformer secondary circuits are intact. Test results shall confirm the integrity of the secondary circuits of current and voltage transformers. I. Microprocessor-Based Protective Relay Field Tests: C OM Smith 1. Visual and Mechanical Inspection: a. Record model number, style number, serial number, firmware revision , software revision , and rated control voltage. b. Verify operation of LEDs , display, and targets. c. Record passwords for each access level. d. Clean the front panel and remove foreign material from the case. e. Check tightness of connections. f. Verify that the frame is grounded according to manufacturer's written instructions. g. Set the relay according to results in Section 260573 "Power System Studies ." h. Download settings from the relay. Print a copy of the settings for the report and compare the settings to those specified in the coordination study . 2. Electrical Tests : a. Perform insulation-resistance tests from each circuit to the grounded frame according to manufacturer's published data . b. Apply voltage or current to analog inputs , and verify correct registration of the relay meter functions. c . Check functional operation of each element used in the protection scheme as follows: I) ANSI No. 2/62 , Timing Relay: a) Determine time delay. b) Verify operation of instantaneous contacts. 2) ANSI No . 24 , Volts/Hertz Relay : a) Determine pickup frequency at rated voltage. b) Determine pickup frequency at a second voltage level. c) Determine time delay . 3) ANSI No . 25 , Sync Check Relay: CONSTR UC TI ON SPEC IFI CA TI ON DOCU M ENTS April 202 1 VC WRF So uth Flow Lift Stati o n C ity Project No . I 0007 5-2 C OM Sm ith a) Determine closing zone at rated voltage. 26 23 00 LOW -V OLTAGE SW ITCHGEAR Page 23 of26 b) Determine maximum vo ltage differential that permits closing at zero degrees. c) Determine set points of live line , live bus , dead line , and dead bus. d) Determine time delay. e) Verify control functions of dead bu s/live line , dead line/live bus, and dead bus/dead line . 4) ANSI No. 27, Undervoltage Relay : a) Determine dropout voltage. b) Determine time delay. c) Determine time delay at a second point on the timing curve for inverse time relays . 5) ANSI No. 32, Directional Power Relay: a) Determine minimum pickup at maximum torque angle. b) Determine closing zone . c) Determine maximum torque angle. d) Determine time delay . e) Verify time delay at a second point on the timing curve for inverse time relays . f) Plot the operating characteristic. 6) ANSI No. 46 , Current Balance Relay : a) Determine pickup of each unit. b) Determine percent s lop e. c) Determine time delay . 7) ANSI No . 46N , Negative Sequence Current Relay: a) Determine negative sequence alarm level. b) Determine negative sequence minimum trip level. c) Determine maximum time delay . d) Verify two points on the I-two-squared-T curve . 8) ANSI No. 47 , Phase Sequence or Phase Balance Voltage Relay: a) Determine positive sequence voltage to close the NO contact. b) Determine po s itive sequence voltage to open the NC contact (undervoltage trip). c) Verify negative sequence trip . d) Determine time delay to close the NO contact with s udden app li cation of 120 percent of pickup. e) Determine time delay to close the NC contact on remov a l of voltage when prev iously set to rated system voltage. 9) ANSI No. 50 , Instantaneous Overcurrent Relay: CONSTR UCT ION SPEC IFICAT ION DOCU M ENTS A pril 2021 VCWRF So uth Flow Lift Station C ity Proj ect No . I 00075 -2 a) Determine pickup. b) Determine dropout. c) Determine time delay. 10) ANSI No . 51 , Time Overcurrent: a) Determine minimum pickup. 26 23 00 LOW-VO LT AGE SWITC HG EAR Page 24 of26 b) Determine time delay at two points on the time current curve . 11) ANSI No. 64 , Ground Detector Relay: a) Determine maximum impedance to ground causing relay pickup . 12) ANSI No. 67 , Directional Overcurrent Relay: a) Determine directional unit minimum pickup at maximum torque angle. b) Determine closing zone. c) Determine maximum torque angle. d) Plot operating characteristics. e) Determine overcurrent unit pickup. f) Determine overcurrent unit time delay at two points on the time current curve. 13) ANSI No . 87 , Differential Relay : a) Determine operating unit pickup. b) Determine the operation of each restraint unit. c) Determine slope. d) Determine harmonic restraint. e) Determine instantaneous pickup . f) Plot operating characteristics for each restraint. d. Control Verification: 1) Functional Tests: a) Check operation of all active digital inputs. b) Check output contacts or SCRs, preferably by operating the controlled device, such as circuit breaker, auxiliary relay , or alarm . c) Check internal logic functions used in protection scheme. d) On completion of testing, reset minimum/maximum recorders , communications stat1st1cs , fault counters, sequence-of-events recorder, and event records. 2) In-Service Monitoring: After the equipment is initially energized, measure magnitude and phase angle of inputs and verify expected values . J. Ground-Fault Protection Field Tests: Evaluate the interconnected system according to switchgear manufacturer's written instruction s . C DM Smith CO NS TR UC TI ON S PEC IFICAT ION DOCUMENTS A pril 202 1 VC WRF South Fl ow Lift Station C ity Project No. I 0007 5-2 26 23 00 LOW-VOLTAG E SWITC HG EAR Page 25 of 26 I. Determine the proper location of the sensors around the bus of the circuit to be protected. This determination may be done visually, with knowledge of which bus is involved . 2. Verify the grounding points of the system to determine that ground paths do not exist that would bypass the sensors. Use high-voltage testers and resistance bridges. 3 . Test the installed system for correct response by application of full-scale current into the equipment to duplicate a ground-fault condition , or by equivalent means such as by simulated fault current generated by the following: a. A coil around the sensors. b. A separate test winding in the sensors. 4 . Record the test results on the test form provided with the instructions provided by manufacturer. K. Switchgear components will be considered defective if they do not pass tests and inspections . L. Remove and replace defective units and retest. M. Prepare test and inspection reports. Record as-left set points of adjustable devices. 3.6 SYSTEM FUNCTION TESTS 3.7 A. System function tests shall prove the correct interaction of sensing, processing, and action devices. Perform system function tests after field quality-control tests have been completed and all components have passed specified tests. B. C . A . 1. Develop test parameters and perform tests for the purpose of evaluating performance of integral components and their functioning as a complete unit within design requirements and manufacturer's published data. 2 . Verify the correct operation of interlock safety devices for fail-safe functions in addition to design function. 3 . Verify the correct operation of sensing devices , alarms, and indicating devices . Switchgear will be considered defective if it does not pass tests and inspections . Prepare test and inspection reports. FOLLOW-UP SERVICE Vo lta ge Monitoring and Adjusting: After Substantial Completion, but not more than six months after Final Acceptance, and if requested by Owner, perform the following voltage monitoring: 1. During a period of normal load cycles as evaluated by Owner, perform seven days of three-phase voltage recording at the outgoing section of each piece of switchgear. Use voltmeters with calibration traceable to NIST standards and with a chart speed of not less than I inch per hour. Voltage unbalance greater than 1 percent between phases, or deviation of phase voltage from the nominal value by more than plus or minus 5 percent during the test period, is unacceptable. C OM S mith VC WRF So uth Flow Lift Station C ity Proj ect No . I 00 075-2 C ONSTR UC TION S PEC IFI CA TI ON DOCU M EN T S A pril 2021 3.8 26 23 00 LOW-VOLTAG E SWITC HG EAR Page 26 of26 2 . Corrective Action: If test results are unacceptable, perform the following corrective action , as appropriate: a. Adjust switchgea r taps . b . Prepare written request for voltage adjustment by electric utility. 3 . Retests: Repeat monitoring, after corrective action has been performed , until specified results are obtained. 4. Report: a. Prepare a written report covering monitoring performed and corrective action taken. B . Infrared Inspection: Perform the survey during periods of maximum possible loading . Remove covers prior to inspection . A. I . After Substantial Completion , but not more than 60 days after Final Acceptance, perform infrared inspection of the electrical power connections of switchgear. 2 . Instrument: Inspect distribution systems with imaging equipment capable of detecting a minimum temperature difference of I deg Cat 30 deg C . 3 . Record of Infrared Inspection: Prepare a certified report that identifies the testing technician and equipment used and that lists the results as follows : a. Description of equipment to be tested. b. Discrepancies. c . Temperature difference between the area of concern and the reference area. d. Probable cause of temperature difference . e. Areas inspected . Identify inaccessible and unobservable areas and equipment. f. Identify load conditions at time of inspection. g. Provide photographs and thermograms of the deficient area. 4. Act on inspection results according to recommendations in NET A A TS , Table I 00 .18 . Correct possible and probable deficiencies as soon as Owner's operations permit. Retest until deficiencies are corrected . 5. Follow-up Infrared Scanning: Perform an additional follow -up infrared scan of each switch 11 months after date of Substantial Completion . DEMONSTRATION Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain switchgear. END OF SECTION 26 23 00 C OM Smith VC WR F So uth Fl ow Lift Stati on C ity Project No . I 00075 -2 CONSTR UCT ION SPEC IFICATION DOCUMENTS A pril 202 1 SECTION 26 24 I 9 -MOTOR CONTROL CENTERS PART I -GENERAL I. I RELATED DOCUMENTS 26 24 19 MOTOR-CONTROL CENTE RS Page I of22 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes Motor Control Centers (MCCs) for use with ac circuits rated 600 V and less, with combination controllers and having the following factory-installed components: I . Automatic power transfer. 2. Measurement and control. 3 . Active harmonic filter and power connection unit. 4. Variable frequency controllers. 5. Auxiliary devices. 6 . Panel boards . 7. Transformers. B. Related Requirements I. Section 26 05 73 "Power System Studies" for arc-flash analysis and arc-flash label requirements. 2. Section 26 05 91 "Coordinated Electrical House" for MCC installed in Coordinated Electrical House . 3. Section 26 29 23 "Variable-Frequency Motor Controllers" for variable frequency motor controller requirements. 4 . Section 26 43 13 "Surge Protection for Low-Voltage Electrical Power Circuits" for surge protective device requirements. 1.3 DEFINIT10NS A. CPT: Control power transformer. B . AHF: Active harmonic filter C. MCC: Motor-control center. D . MCCB: Molded-case circuit breaker. E. MCP : Motor-circuit protector. COM Smith CONST RUCT ION SPEC IFI CAT IO N DOCUMENTS Ap ril 2021 YCWRF South Flow Lift Station City Proje ct No . I 00075 -2 26 24 19 MOTOR-CONTROL CENTERS Page 2 o f22 F. OCPD: Overcurrent protective device. G. PID: Control action ; proportional plus integral plus derivative. H . PT: Potential transformer. l. SPD: Surge protective device. J . VFC: Variable-frequency controller. K . Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for remote-control , signaling power-limited circuits. I .4 ACTION SUBMITT ALS A . Product Data: For each type of product. I. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for MCCs. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories for each cell of the MCC . 3 . AHF sizing calculations shall be provided to confirm required harmonic mitigation and power factor correction performance for the AHFs proposed. 4 . AHF assembly rated input KVA and output KVA, topology, converter/inverter type, percent efficiency, operating characteristics, and electrical characteristics. B . Shop Drawings : For each MCC, manufacturer's approval , drawings as defined in UL 845 . In addition to requirements specified in UL 845 , include dimensioned plans, elevations, and sections; and conduit entry locations and sizes, mounting arrangements, and details, including required clearances and service space around equipment. C OM Smith I . Show tabulations of installed devices , equipment features , and ratings. Include the following: a. Each installed unit's type and details . b. Factory-installed devices. c. Enclosure types and details. d . Nameplate legends. e . Short-circuit current (withstand) rating of complete MCC, and for bus structure and each unit. f. Features, characteri stics, ratings, and factory settings of each installed controller and feeder device , and in stalled devices. g. Specified optional features and acces sories. 2. Schematic and Connection Wiring Diagrams: For power, signal , and control wiring for each installed controller. 3 . Nameplate legends . 4 . Vertical and horizontal bus capacities. 5 . Features, characteri stics, ratin gs, and factory settings o f each installed unit. 6 . CONSTR UCT ION S PEC IF ICAT ION DOCUMENTS A pril 2021 VCW R F So uth Flow Lift Stati on C ity Proj ect No. I 0007 5-2 1.5 A. B . C. D . E. INFORMATIONAL SUB MITT ALS Production Drawings: For each MCC, as defined in UL 845 . 26 24 19 MOTO R-CON TR OL CENTERS Page 3 of 22 Coordination Drawings: IPA Floor plans, drawn to scale, showing dimensioned lay out, required working clearances, and required area above and around MCCs where pipe and ducts are prohibited . Show IPA MCC layout and relationships between electrical components and adjacent structural and mechanical elements. Show support locations, type of support, and weight on each support. Indicate field measurements. Harmonic Analysis Report: project-specific calculations and statement of compliance with IEEE 519, latest re v is ion . Qualification Data: For testing agency. Seismic Qualification Data: Certificates, for MCCs, accessories, and components, from manufacturer. 1. Basis for Certification: Indicate whether w ithstand certification is based on actual test of assembled components or on calculation. 2 . Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions . 3 . Detailed description of equipment anchorage de v ices on which the certification is based and their installation requirements. F. Product Certificates: For each MCC. G . Source quality-control reports . H. Field quality-control reports . l. Load-Current and Overload Relay Heater List: Compile after motors have been installed , and arrange to demonstrate that selection of heaters s uit s actual motor nameplate full-load currents. J . Load-Current and List of Settings of Adju stable Overload Relays : Compile after motors have been installed , and arrange to demonstrate that switch settings for motor running overload protection suit actual motors to be protected. K. Sample Warranty: For special warranty. 1.6 CLOSEOUT SUBMITT ALS A . Operation and Maintenance Data: For MCCs, all installed dev ices , and components to include in emergency, operation, and maintenance manual s . COM Smith 1. In addition to items specified in Section O 1 78 23 "Operation and Maintenance Data," include the following: 2 . Manufacturer's Record Drawings : A s defined in UL 845. In addition to requirements s pecified in U L 845 , include field modification s and field-assigned CONST RUCT ION SPEC IFICAT ION DOCUMENTS April 202 1 YCW RF So uth Fl ow Lift Stati on City Projec t No . I 00075 -2 26 24 19 MOTOR-CONTROL CENTE RS Page 4 of22 wmng identification incorporated during construction by manufacturer, Contractor, or both. 3. Manufacturer's written instructions for testing and adjusting circuit breaker and MCP trip settings. 4. Manufacturer's written instructions for setting field-adjustable overload relays. 5. Manufacturer's written instructions for testing, adjusting, and reprogramming reduced-voltage, solid-state controllers. 6. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules . 7. Manufacturer's written instructions for setting field-adjustable timers, controls, and status and alarm points . 1. 7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 2. Control Power Fuses: Equal to IO percent of quantity installed for each size and type, but no fewer than two of each size and type. 3. Indicating Lights: Two of each type and color installed . 4. Auxiliary Contacts: Furnish one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed . 1.8 QUALITY ASSURANCE A. Testing Agency Qualifications : Member company ofNETA . 1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site testing . B . Source Limitations: Obtain MCCs and controllers of a single type from single source from single manufacturer. C. Electrical Components, Devices , and Accessories: Listed and labeled as defined m NFP A 70 , and marked for intended use. D. UL Compliance: MCCs shall comply with UL 845 and shall be listed and labeled by a qualified testing agency. 1.9 DELIVERY, STORAGE, AND HANDLING A . COM Smith CONSTRUCTION SPECIFICATION DOCUM ENTS Apri l 2021 YCWRF South Flow Lift Station City Proj ect No . I 00075 -2 B. Handle MCCs according to the following: 26 24 19 MOTO R-CONTROL C ENT ERS Page 5 of22 1. NECA 402, "Recommended Practice for Installing and Maintaining Motor Control Centers." 2 . NEMA ICS 2.3 , "Instructions for the Handling, Installation , Operation , and Maintenance of Motor Control Centers Rated Not More Than 600 Volts ." C. If MCCs are stored in space that is not permanently enclosed and air conditioned, remove loose packing and flammable materials from inside MCCs ; install temporary electric heating, with at least 250 W per vertical section. 1.10 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace MCC and SPD that fail in materials or workmanship within specified warranty period. B. Warranty Period: Five years from date of Substantial Completion. PART 2 -PRODUCTS 2. I 2.2 A. A . B. MANUFACTURERS Subject to compliance with requirements, provide products by one of the following: 1. 2. 3. 4. Eaton. Square D by Schneider Electric. Allen-Bradley by Rockwell Automation GEbyABB SYSTEM DESCRIPTION NEMA Compliance: Fabricate and label MCCs to comply with NEMA JCS 18 . Ambient Environment Ratings : 1. Ambient Temperature Rating: Not less than O deg F and not exceeding I 04 deg F , with an average value not exceeding 95 deg F over a 24-hour period. 2. Ambient Storage Temperature Rating: Not less than minus 4 deg F and not exceeding 140 deg F 3. Humidity Rating: Less than 95 percent (noncondensing). 4. Altitude Rating: Not exceeding 6600 feet , or 3300 feet if MCC includes solid- state devices . C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application . COM Smith YCWRf So uth Flow Lift Stati on C ity Project No . I 00075-2 CONST RUC TI ON S PEC IFICATION DOCU M EN T S April 202 1 2.3 2.4 2.5 A. A . B. A. B . PERFORMANCE REQUIREMENTS 26 24 19 MOTO R-CO NTROL CENTERS Pag e 6 of22 Seismic Performance: MCCs shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. I . The term "withstand" means "the system will remain in place without separation of any parts when subjected to the seismic forces specified and the system will be fully operational after the seismic event." 2 . Component Importance Factor: 1.0 . 3. Component Amplification Factor: 2.5 . 4. Component Response Modification Factor: 6 .0. MOTOR CONTROL CENTER ENCLOSURES Enclosures: Freestanding steel cabinets unless otherwise indicated. NEMA 250, Type I A unless otherwise indicated to comply with environmental conditions at installed location. Enclosure Finish: Factory-applied finish in manufacturer's standard gray finish over a rust-inhibiting primer on treated metal surface. MCC ASSEMBLY Structure: I . Units up to and including Size 3 shall have drawout mountings with connectors that automatically line up and connect with vertical-section buses while being racked into their normal , energized positions . 2. Units in Type B and Type C MCCs shall have pull-apart terminal strips for external control connections. Compartments: Modular; individual lift-off doors with concealed hinges and quick- captive screw fasteners. I . Interlock compartment door to require that the disconnecting means is "off' before door can be opened or closed, except by operating a concealed release device. 2. Compartment construction shall allow for removal of units without opening adjacent doors, disconnecting adjacent compartments, or disturbing operation of other units in MCC. 3 . The same-size compartments shall be interchangeable to allow rearrangement of units, such as replacing three single units with a unit requiring three spaces, without cutting or welding . C . Interchangeability: Compartments constructed to allow for removal of units without opening adjacent doors, disconnecting adjacent compartments, or disturbing operation of other units in MCC ; same-size compartments to permit interchangeability and ready rearrangement of units, s uch as replacin g three single units with a unit requiring three spaces, without cutting or welding. COM Smith V C WRF So uth Fl ow Lift Stati on City Proj ec t No . 10 007 5-2 CONS TR UCT ION SPEC IFI CA TI ON DOCU MENTS April 202 1 26 24 19 MOTOR-CONTR OL CE NT ERS Page 7 o f22 D. Wiring Spaces: I. Vertical wireways in each vertical section for vertical wirmg to each unit compartment; supports to hold wiring in place . E. Provisions for Future: I. Compartments marked "future" shall be bused , wired and equipped with guide rails or equivalent, and ready for insertion of drawout units. 2 . Compartments marked "spare" shall include provisions for connection to the vertical bus. F . Integrated Short-Circuit Rating: I. Short-Circuit Current Rating for Each Unit: Fully rated ; 65 kA . 2 . Short-Circuit Current Rating of MCC : Fully rated with its main overcurrent device ; 65 kA. G. Control Power: I. 120-V ac , supplied centrally from a CPT. 2. 120-V ac; obtained from CPT integral with controller; with primary and secondary fuses. The CPT shall be of sufficient capacity to operate integral devices and remotely located pilot, indicating, and control devices. H. Factory-Installed Wiring : Tin-plated , factory installed , with bundling, lacing, and protection included . Use tin-plated flexible conductors for No . 8 A WG and smaller, for conductors across hinges , and for conductors for interconnections between shipping units . I. COM Smith I. Wiring Class: NEMA ICS 18 , Class II , Type B, for starters larger than Size 3 Type B-D, for starters Size 3 and smaller. 2. Control and Load Wiring: Tin-plated, factory installed , with bundling, lacing, and protection included . Use tin-plated flexible conductors for No . 8 A WG and smaller, for conductors across hinges, and for conductors for interconnections between shipping units. Bus: I. 2. 3. 4. 5. Main Horizontal and Equipment Ground Buses: Uniform capacity for entire length of MCC's main and vertical section s . Provide for future extensions. Vertical Phase and Equipment Ground Buses: Uniform capacity for entire usable height of vertical sections , except for sections incorporating single units. Phase-Bus Material: Hard-drawn copper of 98 percent minimum conductivity tin-plated alloy, with mechanical connectors for outgoing conductors . Ground Bus: Hard-drawn copper of 98 percent minimum conductivity, with pressure connector for ground conductors, minimum size I /4-by-2 inches. Equip with mechanical connectors for outgoing conductors . Bus-Bar Insulation: Factory-applied , flame-retardant, tape wrapping of individual bus bars or flame-retardant, spray-applied insulation . Insulation temperature rating shall not be less than I 05 deg C . CONST RUC TI ON SPEC IFI CAT ION DOCU MENTS April 202 1 V CWRF So uth Flow Li ft Stati on City Proj ec t No . I 0007 5-2 2.6 A. 26 24 19 MOTOR-CONTROL CENTERS Page 8 of22 MAIN DISCONNECT AND OVERCURRENT PROTECTNE DEVICE(S) MCCB (to 2500 A): Fixed mounted , manually operated air-circuit breaker. Comply with UL 489. I. MCCB shall have quick-make, quick-break, over-center switching mechanism that is mechanically trip-free , its position shall be shown by the position of the handle, and manual push-to-trip push button . 2. Solid-state monitoring and tripping system to show system status monitoring, adjustable time-current protection , and shunt trip. a. Interchangeable current sensors and timing circuits for adjustable time- current protection settings and status signals. b . Trip-setting dials or interchangeable plugs· to establish the continuous trip of the circuit breaker. Plugs shall not be interchangeable between frames , and the breaker may not be closed without the plug. With neutral ground- fault sensor. c. Time-current adjustments to achieve protective-device coordination as follows: I) Adjustable long-time setting and delay. 2) Adjustable short-time setting and delay to shape the time-current curve. 3) Adjustable instantaneous setting. 4) Individually adjustable ground-fault setting and time delay. d. Built-in connector to test the long-time delay, instantaneous, and ground- fault functions of the breaker. Provide one test set for testing the installed circuit breakers 225-A frame and higher. e. Built-in digital ammeter display , showing load current and tripping cause . 3 . Switch operator power shall be from control power specified in "Assembly" Article. B. Surge Suppression : Factory installed as an integral part of the incoming feeder, complying with UL 1449 , SPD Type 2. 2.7 AUTOMATIC POWER TRANSFER ~ A. Contactor-type Automatic Transfer Switch C OM S mith 1. Switch Characteristics: Designed for continuous-duty repetitive transfer offull- rated current between active power sources. a . Switch Action: Double throwj mechanically held in both directions. b. Contacts: Silver composition or silver alloy for load-current switching. Con- /actor-style automatic transfer-switch units, rated 600 A and higher, shall have separate arcing contacts. c. Conductor Connectors: Suitable for use with conductor material and sizes. d. Material: tin-plated copper. e . Ground Lugs and Bus-Configured Terminators: Mechanical type. CONSTR UCTION S PEC IFI CATI ON DOCU M ENTS April 202 1 VC WRF So uth Flo w Lift Station C ity Proj ect No. I 0007 5-2 C OM Smith 26 24 19 MOTO R-CONTROL CENTERS Page 9 o f 22 f. Connectors shall be marked for conductor size and type according to UL 1008. 2 . Automatic Open-Transition Transfer Switches: Interlocked to prevent the load from being closed on both sources at the same time. a . Sources shall be mechanically and electrically interlocked to prevent closing both sources on the load at the same time. 3 . Sequence of Operation: a. The default operation shall be with the normal source closed and standby source open. On detection ofan undervoltage to the line side o{the normal source and after a field-adiustable time de/av, the main breaker shall open and, after an additional field-adiustable time de/av, the standby source shall close and restore power to the facility. b. On restoration of voltage to the line side of the normal source and after a field-adiustable time delav, the standby source shall open and, after a field- adiustable time de/av, the normal source shall close i{in the automatic re- turn mode, or shall await manual retransfer i{in the hold return mode. In the hold return mode, ifthe standby source fails and if the preferred source has been restored, the source transfer control shall initiate automatic re- transfer to the preferred source. 4 . Automatic Transfer-Switch Controller Features: a. Controller operates through a period of/oss of control power. b . Undervoltage Sensing for Each Phase of Normal and Standby Source: Sense low phase-to-ground voltage on each phase. Pickup voltage shall be adiustable from 85 to JOO percent of nominal, and dropout voltage shall be adiustable from 75 to 98 percent ofpickup value. Factory set for pickup at 90 percent and dropout at 85 percent. c. Voltage/Frequency Lockout Re/av: Prevent premature transfer to emergen- cy source. Pickup voltage shall be adiustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be ad- iustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. d . Time De/av for Retransfer to Normal Source: Adiustable from zero to 30 minutes, and factory set for 10 minutes. Override shall automatically defeat de/av on loss of voltage or sustained undervoltage ofemergencv source, provided normal supplv has been restored. e . Test Switch: Simulate normal-source failure. f. Switch-Position Pilot Lights: Indicate source to which load is connected. g. Source-Available Indicating Lights: Supervise sources via transfer-switch normal-and standby-source sensing circuits. I) Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." 2) Standby Power Supervision: Red light with nameplate engraved "Standby Source Available." h. Unassigned Auxiliary Contacts: Two normally open, single-pole, double- throw contacts for each switch position, rated JOA at 240-V ac. I. Transfer Override Switch: Overrides automatic retransfer control so trans- fer switch will remain connected to standby power source regardless of con- dition of normal source. Pilot light indicated override status. CONST RUC TION SPECIF ICAT ION DOCUMENTS A pril 2021 VCWRF So uth Flow Lift Station City Project No. 100075 -2 2.8 A. B. 26 24 19 MOTOR-CONTROL CENTERS Page 10 of22 J. Push button to initiate manual retransfer to the normal source when the transfer controller in in the automatic mode. k . Selector switch to select the normal source: Source 11 Source 2. I. Transfer-control automatic and manual selector. 1) Interlocked to prevent the load from being closed on both sources at the same time m. Meters and display to show the following: 1) Voltage and frequency of both sources. 2) A multiline display showing the following: a) Set points of timers, and voltage pickup and dropout set points. b) Date, time, and reason for minimum of the last 10 transfers. The display may show the information for one transfer at a tie using a scrolling control, with the others held in memory. c) When the control system is in the transferring process, the display shall show delay countdown in seconds. MAGNETIC CONTROLLERS Controller Units: Combination controllers. Disconnects: 1. MCP: a. UL 489, with interrupting capacity complying with available fault currents, instantaneous-only circuit breaker with front-mounted , field- adjustable, short-circuit trip coordinated with motor locked-rotor amperes. b. Lockable Handle: For three padlocks and interlocks with cover in closed position . C. Controllers: Comply with UL 508. 1. Full-Voltage Magnetic Controllers: Electrically held , full voltage, NEMA ICS 2, general purpose, Class A. a . Classification: Nonreversing . D. Overload Relays: 1. Solid-State Overload Relays: a. Switch or dial selectable for motor-running overload protection. b. Sensors in each phase. c . Class I 0/2 0 selectable tripping characteristic selected to protect motor against voltage and current unbalance and single phasing. d . UL I 053 Class II ground-fault protection , with start and run delays to prevent nuisance trip on starting. COM Smith VCWRF South Flow Lift Station C ity Project No. I 00075 -2 CONSTRUCTION SPEC IFI CATION DO CU M EN TS Ap ril 2021 2.9 A. B. 26 24 19 MOTOR-CONTROL CENTERS Page 11 of22 2. NC isolated overload alarm contact. 3 . External overload reset push button. VFC Controller Units: Combination controllers, cons1stmg of variable-frequency power converter that is factory packaged in an enclosure, with integral disconnecting means and ov ercurrent and overload protection ; listed and labeled by an NRTL as a complete unit; arranged for self-protection, protection, and variable-speed control of one or more three-phase induction motors by adjusting output voltage and frequency . Comply with NEMA ICS 7 , NEMA ICS 61800-2, and UL 508C . 1. Units suitable for operation of inverter-duty motors as defined by NEMA MG 1, Section IV, Part 31 , "Definite-Purpose Inverter-Fed Polyphase Motors." 2. Listed and labeled for integrated short-circuit current (withstand) rating by an NRTL acceptable to authorities having jurisdiction. Disconnects: I . MCCB : a. UL 489, with interrupting capacity to comply with available fault currents; thermal-magnetic MCCB, with inverse time-current element for lo w -level overloads and instantaneous magnetic trip element for short circuits. b . Front-mounted, adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. c. Lockable Handle: For three padlocks and interlocks with cover in closed position . 2. Disconnect Rating: Not less than 115 percent of VFC input current rating. C . Operating Requirements: C OM Smi th 1. Input AC Voltage Tolerance : Plus 10 and minus 10 percent of VFC input vo ltage rating . 2. Input AC Voltage Unbalance: Not exceeding 3 percent. 3. Input Frequency Tolerance: Plus or minu s 3 percent of VFC frequency rating . 4. Minimum Efficiency: 97 percent at 60 Hz, full load . 5 . Minimum Displacement Primary-Side Power Factor: 98 percent under any load or speed condition. 6. Overload Capability: a. For variable-torque controllers, 1.1 times the base load current for 60 seconds; minimum of 1.8 times th e base load current for three seconds . b. For constant-torque controllers, I .5 times the base load current for 60 seconds; minimum of 1.8 times the base lo ad current for three seconds. 7. Starting Torque: Minimum of 100 percent of rated torque from 3 to 60 Hz. 8. Speed Regulation: Plus or minus 5 percent. 9. Output Carrier Frequency: Field selectable. 10. Stop Modes: Programmable; includes fast , free-wheel , and de injection braking. CONSTRUCT IO N SPECIF ICAT ION DOCUMENTS A pril 202 1 YCWRF So uth Flow Lift Station C ity Project No. I 00075-2 11. Internal Adjustability Capabilities: a . Minimum Speed: 5 to 25 percent of maximum rpm . b. Maximum Speed: 80 to 100 percent of maximum rpm. c . Acceleration: 0 .1 to 999 .9 seconds. d . Deceleration: 0.1 to 999.9 seconds. 26 24 19 MOTOR-CONTROL CENTERS Page 12 of22 e. Current Limit: 30 to a minimum of I 50 percent of maximum rating . 12. Self-Protection and Reliability Features: a . Input transient protection by means of SPDs for three-phase protection against damage from supply voltage surges 10 percent or more above nominal line voltage. b . Loss of Input Signal Protection: Selectable response strategy including speed default to a percent of the most recent speed , a preset speed , or stop; with alarm. c. Under-and overvoltage trips . d. Inverter overcurrent trips. e. VFC and Motor Overload/Overtemperature Protection: Microprocessor- based thermal protection system for monitoring VFCs and motor thermal characteristics , and for providing VFC overtemperature and motor overload alarm and trip; settings selectable via the keypad ; NRTL approved and listed and labeled by an NRTL. f. Critical frequency rejection , with three selectable, adjustable deadbands. g. Instantaneous line-to-line and line-to-ground overcurrent trips . h. Loss-of-phase protection. 1. Reverse-phase protection. J. Short-circuit protection. k. Motor overtemperature fault. 13. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high-starting torque and increased torque at slow speeds . 14 . Motor Temperature Compensation at Slow Speeds: Adjustable current fall back based on output frequency for temperature protection of self-cooled , fan- ventilated motors at slow speeds. I 5 . Provide UL recognized factory wired input line reactors with 3 percent line impedance for all 6-pulse drives furnished under this section. 16 . Provide UL recognized or approved factory wired sine wave output filter comprised of passive components only where shown on the Drawings. D. Operator Station: C OM Smith 1. Inverter Logic: Microprocessor based , 32 bit, isolated from all power circuits. 2 . Isolated Control Interface: Allows VFCs to follow remote-control signal over a minimum 40:1 speed range. 3. Panel-mounted , manufacturer's standard front-accessible, sealed keypad and plain-English-language digital display ; allows complete programming, program copying, operating, monitoring, and diagnostic capability . CONSTR UCT ION S PEC IFI CAT ION DOCU M ENTS A pril 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No. I 000 75-2 26 24 19 MOTOR-CO NTROL CEN TERS Pag e 13 of22 a. Keypad: In addition to required programming and control keys, include keys for HAND, OFF, and AUTO modes. b . Security Access: Electronic security access to controls through identification and password with at least three levels of access: View only; view and operate ; and view, operate, and service . E. Displays: I . Historical Logging Information and Displays: a. Real-time clock with current time and date. b. Running log of total power versus time. c. Total run time. d . Fault log , maintaining last four faults with time and date stamp for each . 2. Indicating Devices: Digital display mounted flush in VFC door and connected to display VFC parameters including the following: a. Output frequency (Hz). b. Motor speed (rpm). c . Motor status (running, stop , fault). d. Motor current (amperes). e. Motor torque (percentage). f. Fault or alarming status (code). g . PID feedback signal (percentage). h . DC-link voltage (V de). 1. Set-point frequency (Hz). J . Motor output voltage (V ac). F. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction ; adjustable delay time between restart attempts . G . Power-Interruption Protection: To prevent motor from re-energizing after a power interruption until motor has stopped , unless "Bidirectional Autospeed Search" feature is available and engaged . H. Communication Port: Ethernet or equivalent connection Capable of connecting a printer and a notebook computer. 2 .10 A . B . CDM Smith ACTIVE HARMONIC FILTER AHF shall be defined as a power electronic device consisting of insulated gate bipolar transistors (IGBT) that switch into the AC lines to modulate its output to mitigate detrimental harmonic current and to correct the displaced reactive current (leading or lagging) and balance the current of the power source . The converter design shall be a three-lev el desi g n to optimize performance and minimize heat loss . CONS TR UCT ION SPEC IFICA TI ON DOCUMENTS April 202 1 YC WRF So uth Flow Lift Stati on City Project No . I 00075 -2 26 24 19 MOTOR-CON TROL CENTERS Page 14 of22 C. Performance Requirements: 1. Provide the following performance per the basis of design sizing calculation method for non-linear load s each with a minimum impedance of 3%: a. THD(v) to be not more than 5% as contributed by the loads at the location of each AHF . Use a THD(v) set point to optimize performance of the AHF and maintain the 5% THD(v) set point. b . THD(i) limited to 3% or less as long as AHF is 50% or more loaded and all nonlinear loads have 3% or larger input impedance at the rectifier. A THD(i) set point may be set to optimize THD(i) performance . c. Displacement power factor (PF) 0.95 or better at the location of each AHF. Power factor must not go leading due to AHF performance. In addition : 1) AHF to have a set point entry to maintain objective. 2) AHF to have optimized displacement correction such that overcorrection or crossover of the PF will not occur. d . AHF to provide negative sequence current correction to source current imbalance not more than 2% phase-to-phase after correction. D . AHF sizing and rating s: 1. Capable of operating with an input voltage of 380 vo lts AC to 480 volts AC, + 10 %, -15% at each nominal voltage . 2 . Capable of operating at an AC supply frequency of 50 Hz or 60 Hz,+/-3 Hz. 3. Phase rotation insensitive to detect phase rotation and align output accordingl y . 4. Heat los ses not to exceed more than 3 percent of the unit kV AR rating. 5. AHF amperage output amperage ratings shall be one of the following : a. A minimum of 60, 120 , 200 , or 300 amperes from 380 to 480 V AC . 6. Up to 10 units of any size combination paralleled to inject current according to the information received from one set of supply current transformers (CTs). Each unit field se lectable for operation as master or s lave . If one unit is offline for maintenance or faulted , the remaining units shall automatically adjust the total output to make up for the offline unit(s). E. Features : COM Smith I . Design AHF with a current limiting function to protect the JGBT's. a. When the current limit level is attained on any harmonic order, a message shall be displaye d indicating the output capacity is operating at maximum . b . Operation shall continue indefinitely at this reduced le ve l without trip or degradation of AHF . 2. AHF shall ha ve automatic restart capability upon power lo ss return and fault re sets . a. Fault trip limit shall occ ur after 5 re starts within a 5 minute period. CONSTR UCTION SPEC IFICAT ION DOCUMENTS Ap ril 202 1 VCWRF So uth Flow Lift Station C ity Proj ect No. I 00075 -2 26 24 19 MOTOR-C ONTROL C ENTERS Page 15 o f22 b. Automatic restart shall occur for the following faults and may include other faults: AC line overvoltage, AC line power loss, and AC line phase imbalance, over temperature, under temperature, and DC bus overvoltage. 3. Upon occurrence the fault trip limit, AHF shall stop output current production and lock out restart until the fault is manually cleared. 4 . AHF shall incorporate an over temperature output roll back that shall reduce the total output current to reduce power component heating in order to maintain maximum current correction at the elevated temperatures within the electrical system. a. AHF shall monitor the incoming air temperature and invoke a hard trip of the unit at l 24°F . b. Cooling Architecture: Separate cooling arrangement shall be made for the heat sinks . The clean and dry air intake for PCB 's should not mix with the air for the heat sinks. The heat sinks shall be mounted in a separate plenum . 5. Operator Interface: a. Door mounted human machine interface (HMJ) with touch screen control rated NEMA 4-12 (IP65), dust tight and liquid resistant. b. Run/stop control from every screen. c. Oscilloscope feature to display: 1) Three sets of data may at a time. 2) Up to twenty predefined parameters can be chosen for each curve. d. Performance trend curves displayed for: 1) load total RMS current 2) load RMS harmonic current per phase 3) AHF harmonic current output per phase 4) AC mains voltage per phase 5) THDi 6) TDD 7) load RMS reactive current 8) AHF RMS reactive current output e. Bar graphs shall be provided for display of the mains and load harmonic current amplitudes per harmonic order. f. Selected internal curves provided for diagnostic and performance checks F. Human Machine Interface 1. HMI to display: a . Operating and setup parameters and event/fault messages in plain English , no cryptic codes or symbols are permitted on the display. Display includes: b. Mains voltage and CT current. c. Parameter adjustment (password protected). C DM Smith CONSTR UCT ION S PEC IFI CATI ON DOCUMENT S A pril 202 1 VC WRF So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 2.11 A. 26 24 19 MOTOR-CONTROL CE NT ERS Pag e 16 of22 d. Event Jog with time and date stamp . Event log via the stop function or power-off. A minimum of 100 events to be stored. 2. External communications via an RJ45 connectors to include: a. Modbus TCP/IP remote run/stop and display of operating parameters, set up parameters and diagnostic functions. CONTROLLER-MOUNTED AUXILIARY DEVICES Control-Circuit and Pilot Devices: Factory installed in controller enclosure cover unless otherwise indicated . Comply with NEMA JCS 5 . I. Push Buttons, Pilot Lights, and Selector Switches: Heavy-duty, oiltight type . a . Push Buttons: Unguarded types; momentary contact unless otherwise indicated. b. Pilot Lights: LED types ; as shown on the Drawings; push to test. c. Selector Switches: Rotary type. B. Elapsed-Time Meters: Heavy duty with digital readout in hours ; nonresettable. C. Meters: Panel type, 2-1/2-inch minimum size with 90-or 120-degree scale and plus or minus 2 percent accuracy, with selector switches having an off position. D . Auxiliary Dry Contacts: Reversible NC/NO. E . Control Relays: 2 .12 A. I. Time Delay: Auxiliary and adjustable solid-state time-delay relays . MEASUREMENT AND CONTROL DEVICES Instrument Transformers: IEEE C57 .13 , NEMA EI 21.1 , and the following: 1. PTs: IEEE C57.13 ; 120 V , 60 Hz, single secondary ; disconnecting type with integral fuse mountings. Burden and accuracy shall be consistent with connected metering and relay devices. 2 . Current Transformers: IEEE C57. I 3 ; 5 A , 60 Hz, secondary;bar or window type; single secondary winding and secondary shorting device . Burden and accuracy shall be consistent with connected metering and relay devices. 3. CPTs : Dry type, mounted in separate compartments for units larger than 3 kV A. B . Multifunction Digital-Metering Monitor: Microprocessor-based unit suitable for three- or four-wire systems and with the following features : COM Smith 1. Listed or recognized by a nationally recognized testing laboratory. 2 . Inputs from sensors or 5-A current-transformer secondaries, and potential terminals rated to 600 V . CONS TR UCTI ON SPECIF ICAT ION DOCUMEN TS April 202 1 VCWRF So uth Flow Lift Station City Project No . I 0007 5-2 C. 2.13 A. B. C. D. 2.14 A. B. C. D. CDM Smith 26 24 19 MOTOR-CONTR OL CE NT ERS Page 17 o f22 3. Switch-selectable digital display of the following values with the indicated maximum accuracy tolerances: a. Phase Currents, Each Phase: Plus or minus l percent. b. Phase-to-Phase Voltages, Three Phase: Plus or minus l percent. c . Phase-to-Neutral Voltages, Three Phase: Plus or minus I percent. d. Three-Phase Real Power (Megawatts): Plus or minus 2 percent. e . Three-Phase Reactive Power (Megavars): Plus or minus 2 percent. f. Power Factor: Plus or minus 2 percent. g . Frequency: Plus or minus 0 .5 percent. h. Accumulated Energy, Megawatt Hours : Plus or minus 2 percent; accumulated values unaffected by power outages up to 72 hours . 1. Megawatt Demand: Plus or minus 2 percent; demand interval programmable from 5 to 60 minutes. 4. Mounting: Display and control unit flush or semiflush mounted m instrument compartment door. Control Power Fuses: Primary and secondary fuses for current-limiting and overload protection of transformer and fuses for protection of control circuits. PANELBOARDS Comply with NEMA PB I . Branch OCPDs for Circuit-Breaker Frame Sizes 125 A and Smaller: Bolt-on circuit breakers . Branch OCPDs for Circuit-Breaker Frame Sizes Larger Than 125 A : Bolt-on circuit breakers; or plug-in circuit breakers where individual positive-locking device requires mechanical release for removal. SPD internal to Panelboard when indicated on the Drawings. TRANSFORMERS Factory-assembled and -tested, air-cooled , two-winding, low-voltage dry-type transformers ; with primary circuit breaker. Comply with NEMA ST 20. Taps for Transformers Smaller Than 3 kV A : None. Taps for Transformers 7.5 to 24 kV A: One 5 percent tap above and one 5 percent tap below normal full capacity. Taps for Transformers 25 kVA and Larger: Two 2.5 percent taps above and two 2 .5 percent taps below normal full capacity. CONST RUCT ION SPEC IFICA TI ON DOCUMEN TS April 202 1 VC WR F So uth Flow Lift Stati on City Projec t No . I 00075 -2 E. F . G. 2.15 A. B. 26 24 19 MOTOR-CONTROL CE NT ERS Page 18 of22 Insulation Class: 220 deg C , UL-component-recognized insulation system with a maximum of 115 deg Crise above 40 deg C ambient temperature. Energy Efficiency for Transformers Rated I 5 kV A and Larger: 1. Complying with NEMA TP 1, Class 1 efficiency levels. 2. Tested according to NEMA TP 2. SOURCE QUALITY CONTROL MCC Testing: Test and inspect MCCs according to requirements in NEMA ICS I 8. VFC Testing: Test and inspect VFCs according to requirements in NEMA ICS 61800- 2. 1. Test each VFC while connected to a motor that is comparable to that for which the VFC is rated. 2. Verification of Performance: Rate VFCs according to operation of functions and features specified. 3. Coordinate with motor manufacturer to confirm compatibility . C . MCCs will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. PART 3 -EXECUTION 3.1 A . B. 3.2 A. B . C. D. E. COM Smith EXAMINATION Examine areas and surfaces to receive MCCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance of the Work. Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION NEMA Industrial Control and Systems Standards: Comply with parts of NEMA JCS 2.3 for installation and startup of MCCs. Continuity checks on all wiring . Operational check of all furnished and installed electrical apparatuses. A certified test report provided by the supplier 's Quality Assurance Manager. Seismic Bracing: Comply with requirements specified in Section 26 05 48. I 6 "Seismic Controls for Electrical Systems ." CO NSTR UC TI ON SPEC IFI CA TI ON DOCUMEN TS April 202 1 VC WRF South Flow Lift Station City Proje ct No. I 00075-2 3.3 3.4 3.5 F. G. A. B . A. B. C. A. B. COM Smith 26 24 19 MOTOR-CON TR OL CE NT ERS Page 19 of22 Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. Comply with NECA I. IDENTIFICATION Comply with requirements in Section 26 05 53 "Identification for Electrical Systems" for identification of MCC, MCC components, and control wiring. 1. Identify field-installed conductors, interconnecting wiring, and components. 2. Install required warning signs. 3. Label MCC and each cubicle with engraved nameplate. 4. Label each enclosure-mounted control and pilot device. 5. Mark up a set of manufacturer's connection wiring diagrams with field-assigned wiring identifications and return to manufacturer for inclusion in Record Drawings . Operating Instructions: Frame printed operating instructions for MCCs, including control sequences and emergency procedures . Fabricate frame of finished metal , and cover instructions with clear acrylic plastic. Mount on front of MCCs . CONTROL WIRING INSTALLATION Install wiring between enclosed controllers and remote devicesand facility's central- control system. Comply with requirements in Section 26 05 23 "Control-Voltage Electrical Power Cables." Bundle, train , and support wiring in enclosures . Connect selector switches and other automatic-control selection devices where applicable. 1. Connect selector switches to bypass only those manual-and automatic-control devices that have no safety functions when switch is in manual-control position. 2. Connect selector switches within enclosed controller circuit in both manual and automatic positions for safety-type control devices such as low-and high- pressure cutouts, high-temperature cutouts, and motor overload protectors. CONNECTIONS Comply with requirements for installation of conduit in Section 26 05 33 "Raceways and Boxes for Electrical Systems." Drawings indicate general arrangement of conduit, fittings , and specialties . Comply with requirements in Section 26 05 26 "Grounding and Bonding for Electrical System s ." CONST RUCT ION SPEC IFI CA TI ON DOCUMEN TS April 202 1 VC WRF So uth Flow Lift Stati on City Proj ect No . I 0007 5-2 3 .6 A. B. FIELD QUALITY CONTROL 26 24 19 MOTOR-CONTROL CENTERS Page 20 of22 Testing Agency: Engage a qualified testing agency to perform tests and inspections . Manufacturer's Field Service : E ngage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections . C. Perform tests and inspections with the assistance of a factory-authorized service representative . D . Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed controller, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. E. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NET A Acceptance Testing Specification. Certify compliance with test parameters. 2. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation . 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 4. Perform the following infrared (thermographic) sc an tests and inspection s and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance , perform an infrared scan of each multi pole enclosed controller. Remove front panels so joints and connections are accessible to portable scanner. b . Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each multipole enclosed controller 11 months after date of Substantial Completion. c. Instrum e nts and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values . Submit calibration record for device. 5. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. 6 . Mark up a set of manufacturer's drawings with all field modifications incorporated during construction and return to manufacturer for inclusion in Record Drawings . F. MCCs will be considered defective if they do not pass tests and inspections. G. Prepare test and inspection reports. COM Smith YCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 CONSTRUCT ION SPEC IFICAT ION DO CUMENTS Ap ril 202 1 3.7 3.8 3 .9 A . A. B. C. D. E. F . STARTUP SERVICE 26 24 19 MOTOR-CONT ROL CENTERS Page 21 of 22 Engage a factory-authorized service representative to perform startup service . 1. Complete installation and startup checks according to NETA Acceptance Testing Specification and manufacturer's written instructions . ADJUSTING Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload relay pickup and trip ranges. Adjust overload relay heaters or settings if power factor correction capacitors are connected to the load side of the overload relays. Adjust the trip settings of MCPs and thermal-magnetic circuit breakers with adjustable , instantaneous trip elements. Initially adjust to six times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush , adjust settings in increments until motors start without tripping. Do not exceed eight times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors if required). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. Set field-adjustable switches and program microprocessors for required start and stop sequences in reduced-voltage, solid-state controllers. Program microprocessors in VFCs for required operational sequences, status indications , alarms , event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. Set field-adjustable circuit-breaker trip ranges as specified in Section 26 05 73 "Power System Studies." DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain enclosed controllers, and to use and reprogram microprocessor-based , reduced-voltage, solid-state controllers . END OF SECTION 26 24 19 COM Smith CONST RUC TI ON SPEC IFI CAT ION DOCU MEN TS April 202 1 VCWRF South Flow Lift Stati on City Projec t No . I 00075 -2 THIS PAGE INTENTIONALLY LEFT BLANK CDM Smith CONSTRUCTION SPECJFICA TION DOCUMENTS April 2021 26 24 19 MOTOR-CONTROL CENTERS Page 22 of22 YCWRF South Flow Lift Station City Project No . 100075-2 SECTION 26 27 26 -WIRING DEVICES PART 1 -GENERAL 1.1 RELATED DOCUMENTS 26 27 26 WIR ING DEVI CES Page I of 8 A. Drawings and general provi s ions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to thi s Section. 1.2 SUMMARY A. Section Includes: 1 . Standard-grade receptacles, 125 V , 20 A. 2. GFC I receptacles, 125 V , 20 A. 3. Hazardous (clas sified) location GFCI receptacles . 4 . Hazardous (classified) location toggle switches, 120/277 V , 20 A. 1.3 A . B. C . D. 5 . Wall plates . DEFINITIONS AFCI: Arc-fault circuit interrupter. BAS : Building automation sy stem . EMI: Electromagnetic interference . GFCI : Ground-fault circuit interrupter. E. F . Pigtail: Short lead used to connect a device to a branch-circuit conductor. RFI: Radio-frequency interference . G . SPD : Surge protectiv e dev ice . 1.4 ACTION SUBMITT ALS A. Product Data: For each type of product. B . Shop Draw ings: List of legends and description of material s and proces s u sed for premarking wall plates . 1.5 INFORMATIONAL SUBMITT ALS A . Field quality-control re ports. COM Smith CONST RUCTI ON SPEC IFI CAT ION DOCU MEN TS Febru ary 202 1 VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 26 27 26 WIRING DEVICES Page 2 of8 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For wiring devices to include in all manufacturers' packing-label warnings and instruction manuals that include labeling conditions. PART 2 -PRODUCTS 2.1 2.2 A. B . C. D. E . GENERAL WIRING-DEVICE REQUIREMENTS Wiring Devices, Components, and Accessories: Listed and labeled as defined m NFPA 70 , by a qualified testing agency, and marked for intended location and use. Comply with NFPA 70. RoHS compliant. Comply with NEMA WD 1. Devices that are manufactured for use with modular plug-in connectors may be substituted under the following conditions: 1. Connectors shall comply with UL 2459 and shall be made with stranding building wire. 2. Devices shall comply with requirements in this Section. F. Devices for Owner-Furnished Equipment: 1. Receptacles: Match plug configurations. 2. Cord and Plug Sets: Match equipment requirements . G . Device Color: H. I. A . 1. Wiring Devices Connected to Normal Power System: Almond unless otherwise indicated or required by NFPA 70 or device listing . 2. Wiring Devices Connected to Essential Electrical System: Red. 3. SPD Devices: Blue . Wall Plate Color: For plastic covers, match device color. Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer. HEAVY DUTY SPECIFICATION-GRADE RECEPTACLES , 125 V , 20 A Duplex Receptacles, 125 V , 20 A: 1. Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: CDM Smith VC WRF So uth Flow Lift Stati o n C ity Project No . I 00075-2 CON STRU CTI ON SPEC IFI C ATI ON DOCU MEN TS Febru ary 2021 2.3 a. Hubbell Incor orated· Wirin Device-Kellems. b. Leviton Manufacturin Co. Inc . c. Pass & Se mour/Le rand Pass & Se mour . 2. Description: Two-pole, three-wire, and se lf-grounding. 3. Configuration: NEMA WD 6 , Configuration 5-20R . 4. Standards: Comp ly with UL 498 and FS W-C-596 . 26 27 2 6 WIRIN G DEVI CES Page 3 of 8 B. Tamper-and Weather-Resistant Duplex Receptacles , 125 V , 20 A: 1. Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b . C. Device-Kellems. 2 . Description: Two-pole , three-wire, and self-grounding . Integral shutters that operate only when a plug is inserted in the receptacle . Square face . 3. Configuration : NEMA WD 6 , Configuration 5-20R. 4. Standards : Comply with UL 498. 5 . Marking: Listed and labeled as complying with NFPA 70 , "Tamper-Resistant Receptacles" and "Receptacles in Damp or Wet Locations" artic les . C . Weather-and Corrosion-Resistant Receptacles , 120V, 20A: A. 1. Manufacturers: Pass & Se mour Crouse-Hinds · A m leton. 2. Description: Two-pole, three-wire , with cover. 3. Configuration : NEMA WD 1 and WD 5 , Configuration 5-20R. 4. Standards: Comply with UL 514A ; NEMA FB-1 . 5 . Marking: Listed and labeled as complying with NFPA 70 , "Receptacles in Damp or Wet and Corrosive Locations" Article. GFCI RECEPTACLES , 125 V , 20 A Tamper-and Weather-Resistant, GFCI Duplex Receptacles, 125 V , 20 A : 1. Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following: a. Eaton Arrow Hart . b. Hubbell Incorporated· Wirin Device-Kellems. c . Leviton Manufacturin Co . Inc . d. Pass & Se mour/Le rand Pass & Sey mour). 2 . Description: Integral GFCI with "Test" and "Reset" button s and LED indicator light. Two-pole, three-wire , a nd self-grounding . Integral shutters that operate onl y when a plug is inserted in the receptacle. Square face. C DM Smith VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 CONST RUC TIO N S PEC IFI CATI ON DOCU M EN TS Febru ary 202 1 3 . Configuration: NEMA WD 6 , Configuration 5-15R. 4 . Type: Feed through . 5 . Standards: Comply with UL 498 and UL 943 Class A. 26 27 26 WIRIN G DEVI C ES Pag e 4 of8 6. Marking: Listed and labeled as complying with NFPA 70 , "Tamper-Resistant Receptacles" and "Receptacles in Damp or Wet Locations" articles . 2.4 HAZARDOUS (CLASSIFIED) LOCATION GFCI RECEPTACLES A. Hazardous (Classified) Locations GFCI Receptacles : 1. Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. Eaton Arrow Hart . EGS/ A leton Electric . Killark. 2 . Description: Pin and sleeve receptacle with matching connector. 3 . Class I. a . Division : 2. 4. Raintight. 5 . Voltage: 120 V ac. 6 . Hertz: 60Hz. 7 . Amperage: 20, 30 A . 8 . Wires and Poles: Three wire, two pole . 9. Standards: Comply with NEMA FB 11 , 7CD, 9EFG, UL 943 and UL 1203. 2.5 HAZARDOUS (CLASSIFIED) LOCATION TOGGLE SWITCHES, 120/277 V , 20 A A . Single-Pole Switches, 120/277 V , 20 A : I. Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following: a. Eaton Arrow Hart . b. Hubbell Incorporated· Wirin Device-Kellems . c . Leviton Manufacturin Co. Inc . d . Pass & Se mour/Le rand Pass & Se mour . 2. Class I. a. Di v is ion : 2. 3 . Raintight. CDM Smi th CONST RUC TI ON SPEC IFICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flo w Li ft Stati on C ity Proj e ct No . I 000 75 -2 2.6 26 27 26 WlRlNG DEVJ CES Page 5 of8 4 . Standards: Comply with UL 20 , UL 1203 , MEMA/EEMAC 3 , 7CD, 9EFG, 12 and FS W-S-896 . B. Three-Way Switches, 120/277 V, 20 A: A. B. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to , the following: a. b. C. d. 2. Class I. a. Division: 2. 3. Raintight. Device-Kellems. 4 . Comply with UL 20 and FS W-S-896 . WALL PLATES Single Source: Obtain wall plates from same manufacturer of wiring devices. Single and combination types shall match corresponding wiring devices. 1. Plate-Securing Screws: Metal with head color to match plate finish. 2 . Material for Finished Spaces: 0.05-inch-thick, anodized aluminum . 3. Material for Unfinished Spaces: Galvanized steel. 4 . Material for Damp Locations: Cast aluminum with spring-loaded lift cover, and listed and labeled for use in wet and damp locations. C. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 4X, weather-resistant, die-cast aluminum with lockable cover. PART 3 -EXECUTION 3 .1 A. B. C DM Smith INST ALLA TI ON Comply with NECA 1, including mounting heights listed 111 that standard, unless otherwise indicated. Coordination with Other Trades: I . Protect installed devices and their boxes . Do not place wall finish materials over device boxes, and do not cut holes for boxes with routers that are guided by riding against outside of boxes. CONS TR UC TI ON SPEC IFI CATIO N DOCU M EN T S Fe bru ary 2021 VCW RF So uth Fl ow Lift Stati on C ity Proj ect No. I 000 75-2 26 27 26 WIRING DEVIC ES Page 6 of8 2. Keep outlet boxes free of plaster, drywall joint compound , mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors , and cables . 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation , including painting, is complete. C. Conductors: I . Do not strip insulation from conductors until right before they are spliced or terminated on devices . 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall comply with NFPA 70 , Article 300 , without pigtails . 4. Existing Conductors: a. Cut back and pigtail , or replace all damaged conductors. b . Straighten conductors that remain and remove corrosion and foreign matter. c. Pigtailing existing conductors is permitted , provided the outlet box is large enough. D . Device Installation : I . Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors . 3 . Do not remove surface protection , such as plastic film and smudge covers, until the la st possible moment. 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length . 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to thre e -fourths of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by manufacturer. 7. When conductors larger than No . 12 A WG are installed on 15-or 20-A circuits, splice No. 12 A WG pigtails for device connections. 8 . Tighten unused terminal sc rew s on the device. 9. Wh e n mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting sc rews in yo kes , allowing metal-to-m etal contact. E. Receptacle Orientation : 1. Install ground pin of ve rticall y mounte d receptacles up , and on horizontally mounted receptacles to the right. COM Sm ith CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 2021 VCWRF South Flow Lift Station City Proje ct No I 00075 -2 3 .2 3.3 3.4 F. G. H. A. A. B. C. A. B. C. 26 27 26 WIRTN G DEVI CES Page 7 of 8 Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening. Arrangement of Devices: Unless otherwise indicated, mount flush , with long dimension vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates . Adjust locations of floor service outlets and service poles to suit arrangement of partitions and furnishings . GFCIRECEPTACLES Install non-feed-through GFCI receptacles where protection of downstream receptacles is not required. IDENTIFICATION Comply with Section 260553 "Identification for Electrical Systems." Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black-filled lettering on face of plate , and durable wire markers or tags inside outlet boxes. Essential Electrical System: Mark receptacles supplied from the essential electrical sy stem to allow easy identification using a self-adhesive label. FIELD QUALITY CONTROL Test Instruments: Use instruments that comply with UL 1436. Test Instrument for Receptacles: Digital wiring analyzer with digital readout or illuminated digital-display indicators of measurement. Perform the following tests and inspections with the assistance of a factory-authorized service representative: 1. Test Instruments: U se instruments that comply with UL 1436. 2. Test Instrument for Receptacles: Digital wiring analy zer with digital readout or illuminated digital-display indicators of measurement. D . Tests for Receptacles: I . Line Voltage: Acceptable range is 105 to 132 V . 2. Percent Voltage Drop under 15-A Load : A value of 6 percent or higher 1s unacceptable . 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4 . GFCI Trip : Test for tripping values specified in UL 1436 and UL 943 . 5. Using the test plug, verify that the device and it s outlet box are securely mounted. COM Smith CONS TR UC TI ON SPEC IFI CAT ION DOCU MENTS Fe bru ary 2021 VCW RF So uth Flow Li ft Stati on C ity Proj e ct No . I 00075 -2 26 27 26 WIRING DEVI CE S Page 8 of8 6 . Tests shall be diagnostic , indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault-current path , defective devices , or similar problems. Correct circuit conditions and remove malfunctioning units and replace with new ones , and retest as specified above . E. Wiring device will be considered defective if it does not pass tests and inspections. F. Prepare test and inspection reports. END OF SECTION 26 27 26 CDM Smith CONS TR UC TI ON SPEC IFI CAT ION DOCUMENTS Fe bru ary 20 21 VCWRF So uth Flow Lift Stati on City Proj ect No. I 00 075-2 26 28 16 ENCLOSED SWITCHES AND CIR CU IT BREAKERS Page I of 10 SECTION 26 28 16-ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 2 -GENERAL 2.4 A. 2.5 A. 2.6 A. 2.7 B. C. A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division O 1 Specification Sections, apply to this Section. SUMMARY Section Includes: 1. Nonfusible switches. 2. Fusible switches. 3. Enclosures. DEFINITIONS NC: Normally closed . NO: Normally open . SPOT: Single pole, double throw. ACTION SUB MITT ALS Product Data: For each type of enclosed switch, circuit breaker, accessory , and component indicated . Include nameplate ratings , dimensioned elevations, sections, weights, and manufacturers' technical data on features, performance, electrical characteristics, ratings, accessories, and finishes . I. Enclosure types and details for types other than NEMA 250, Type I . 2. Current and voltage ratings. 3 . Short-circuit current ratings (interrupting and withstand, as appropriate). 4. Detail features, characteristics, ratings , and factory settings of individual overcurrent protective devices, accessories , and auxiliary components. B . Shop Drawings: For enclosed switches and circuit breakers. I . Include plans, elevations, sections, details , and attachments to other work. 2. Include wiring diagrams for power, s ignal , and control wiring. 2.8 A. COM Smith INFORMATIONAL SUBMITT ALS Qualification Data: For qualified testing agency. CONSTRUCT ION SPECIF ICAT IO N DOCUMENTS February 2021 VCWRF So uth Flow Lift Stat ion City Project No . I 00075-2 26 28 16 ENC LOSE D SWITC HES AND C IRC UI T BRE AK ERS Pa ge 2 of IO B. Seismic Qualification Data: Certificates, for enclosed switches and circuit breakers, accessories, and components, from manufacturer. C. 2.9 A. 2.10 A. 2.11 A . 2.12 A. 2.13 A. COM Smith 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements . Field quality-control reports. CLOSEOUT SUB MITT ALS Operation and Maintenance Data: For enclosed switches to include in emergency, operation, and maintenance manuals. 1. In addition to items specified in Section O 1 78 23 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting enclosed switches and circuit breakers. MAINTENANCE MATERIAL SUBMITT ALS Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. QUALITY ASSURANCE Testing Agency Qualifications: Accredited by NETA. 1. Testing Agency's Field Supervisor: Currently certified by NET A to supervise on- site testing. FIELD CONDITIONS Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: 1. Ambient Temperature: Not less than minus 22 deg F and not exceeding 104 degF. 2. Altitude: Not exceeding 6600 feet. WARRANTY Manufacturer's Warranty: Manufacturer and Installer agree to repair or replace components that fail in materials or workmanship within specified warranty period. 1. Warranty Period: One year(s) from date of Substantial Completion . CON STRUC TI ON SPEC IFI CA TION DOCU M EN T S Fe bruary 2021 VC WRF So uth Fl ow Lift Stati on City Proj ect No . I 00075-2 26 28 16 ENC LOSED SWIT CHES AN D CIR CU IT BREAK ERS Pag e 3 o f 10 PART 3 -PRODUCTS 3.4 A. 3 .5 A. B. C. D . 3.6 A. B . PERFORMANCE REQUIREMENTS Seismic Performance: Enclosed switches and circuit breakers shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 . 1. The term "withstand" means "the unit will remain in place without separation of any parts from the device when subjected to the seismic forces specified and the unit will be fully operational after the seismic event." GENERAL REQUIREMENTS Source Limitations: Obtain enclosed switches , components, and accessories , within same product category, from single manufacturer. Product Selection for Restricted Space: Drawings indicate maximum dimensions for enclosed switches and circuit breakers, including clearances between enclosures, and adjacent surfaces and other items . Comply with indicated maximum dimensions. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70 , by UL or a NRTL if approved by the Owner and/or Engineer, and marked for intended location and application. Comply with NFPA 70. FUSIBLE SWITCHES Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following : 1. Eaton . 2 . 3. 4 . Sguare D· b NEMA Type 7/9 : 1. Single throw. 2. Three pole . 3. 600-V ac . 4 . 200 A and smaller. 5 . UL 98 and NEMA KS 1, horsepower rated , with clips or bolt pads to accommodate specified fuses. 6 . UL 1203 , NEMA 7BCD, 9EFG, rated for Class I , Division 2 locations 7. Lockable handle with capability to accept three padlocks, and interlocked with cover in closed position. C. Accessorie s : COM Smith CONS TRU CTIO N SPEC IFI CA TI ON DO CU MEN TS Fe bru ary 202 I YCWRF So uth Flow Lift Stati on City Proj ect No . I 000 75 -2 3 .7 A . B . C. D . 3.8 A. B . CDM Smith 1. 2. 3. 4. 5 . 26 28 16 ENC LOSE D SWIT CHES AND CIRC UIT BREAK ERS Page 4 of 10 Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. Isolated Ground Kit: Internally mounted ; insulated , labeled for copper and aluminum neutral conductors. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are specified . Hookstick Handle: Allows use of a hookstick to operate the handle. Lugs: Mechanical type, suitable for number, size, and conductor material. NONFUSIBLE SWITCHES Manufacturers : Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I. 2. 3. 4 . Eaton. General Electric Com ement Division. NEMA Type 7 /9 , Three Pole, Single Throw, 600-V ac , 1200 A and Smaller: UL 98 and NEMA KS 1, UL 1203, NEMA 7BCD, 9EFG, rated for Class I , Division 2 locations, horsepower rated , lockable handle with capability to accept three padlocks , and interlocked with cover in closed position . Type HD, Heavy Duty, Three Pole, Single Throw, 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, rated for wet locations horsepower rated , lockable handle with capability to accept three padlocks , and interlocked with cover in closed position Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum ground conductors. 2. Isolated Ground Kit: Internally mounted ; insulated , labeled for copper and aluminum neutral conductors . 3. Hookstick Handle: Allows use of a hookstick to operate the handle . 4. Lugs: Mechanical type, suitable for number, size, and conductor material. ENCLOSURES Enclosed Switches and Circuit Breakers: UL 489, NEMA KS 1, NEMA 250 , and UL 50 , to comply with environmental conditions at installed location . Enclosure Finish: The enclosure shall be gray baked enamel paint or Owner approved color and paint, electrodeposited on cleaned , phosphatized galvannealed steel (NEMA 250 Types 3R, 12),aType 316 stainless steel (NEMA 250 Type 4-4X 316 stainless steel), or copper-free cast aluminum alloy (NEMA 250 Types 7 , 9). CONST RUCTI ON SPEC IFI CA TI ON DOCUMEN TS Fe bru ary 20 21 VCWRF So uth Flow Lift St ati on City Proj ect No . I 000 75-2 26 28 16 ENC LOSE D SW ITC HES AND CIR CU IT BR EAKE RS Page 5 o f 10 C . Conduit Entry: NEMA 250 Types 4 , 4X, and 12 enclosures shall contain no knockouts . NEMA 250 Types 7 and 9 enclosures shall be provided with threaded conduit openings in both endwall s. D. NEMA 250 Type 7/9 enclosures shall be furnished with a breather and drain kit to allow their u se in outdoor and wet location applications. PART 4-EXECUTION 4.4 A. B . 4 .5 A . 4 .6 A. COM Smith EXAMINATION Examine elements and surfaces to receive enclosed switches and circuit breakers for compliance with installation tolerances and other conditions affecting performance of the Work. Proceed with in stallation only after unsatisfactory condition s have been corrected. 1. Commencement of work shall indicate Installer's acceptance of the areas and condition s a s satisfactory . PREPARATION Interruption of E x isting Electric Service: Do not interrupt electric service to facilitie s occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electric service according to requirements indicated: 1. Noti fy Owner no fe w er than seven day s in adv ance of proposed interruption of electric service. 2. Indicate method of providing temporary electric service. 3 . Do not proceed with interruption of electric service without Owner's written perm1ss1on. 4 . Comply with NFPA 70E . ENC LOSURE ENVIRONMENTAL RATING APPLICATIONS Enclosed Switches and Circuit Breakers : Prov ide enclosures at in stalled locations w ith the following en v ironmental ratin gs . I . Indoor, Dry and Clean Locations: NEMA 250, Ty pe 1. 2. Outdoor Locations: NEMA 250, Type 4X. 3 . Other Wet or Damp, Indoor Locations: NEMA 250, Type 4X. 4 . Hazardou s Areas Indicated on Drawings : NEMA 250, Type 7 with cover attac hed by T y pe 316 stainle ss steel b o lt s . CONS TR UCT ION SPEC IFICAT ION DOCU MENTS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on City Proj ect No. I 00075-2 4.7 4.8 4 .9 A. B . C. D. E. F . A. A. INSTALLATION 26 28 16 ENC LOSED SWITC H ES AN D C IR CUlT BREAK ERS Page 6 o f 10 Coordinate layout and installation of switches, circuit breakers, and components with equipment served and adjacent surfaces. Maintain required workspace clearances and required clearances for equipment access doors and panels. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated . Comply with mounting and anchoring requirements specified m Section 260548.16 "Seismic Controls for Electrical Systems." Temporary Lifting Provisions: Remove temporary lifting of eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. Install fuses in fusible devices. Comply with NFPA 70 and NECA I. IDENTIFICATION Comply with requirements in Section 260553 "Identification for Electrical Systems ." 1. Identify field-installed conductors , interconnecting wiring, and components; provide warning signs. 2. Label each enclosure with engraved metal or laminated-plastic nameplate . FIELD QUALITY CONTROL Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Testing Agency: Engage a qualified testing agency to perform tests and inspections. C . Manufacturer's Field Service : Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections . D . Perform tests and inspections with the assistance of a factory-authorized service representative . E. Tests and Inspections for Switches: 1. Visual and Mechanical Inspection: a . Inspect physical and mechanical condition . b. Inspect anchorage, ali g nment, grounding, and clearances. c. Verify that the unit is clean . d. Verify blade alignment, blade penetration , travel stops, and mechanical operation. C OM Smith VCWRF So uth Flow Lift Stati on C ity Proj ect No. I 000 75 -2 CONSTRUCT ION SPEC IFI CAT ION DOCU MEN TS Fe bruary 202 1 26 28 16 ENCLOSED SWITC HES AND C IRCUIT BREAK E RS Page 7 of 10 e. Verify that each fuse has adequate mechanical support and contact integrity. f. Inspect bolted electrical connections for high resistance using one of the two following methods: 1) Use a low-resistance ohmmeter. a) Compare bolted connection resistance values to values of simi lar connections . Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value. 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturer's published data or NETA ATS Table 100 .12 . a) Bolt-torque levels shall be in accordance with manufacturer's published data. In the absence of manufacturer's published data, use NETA ATS Table 100.12. g. Verify that operation and sequencing of interlocking systems 1s as described in the Specifications and shown on the Drawings. h. Verify correct phase barrier installation. 1. Verify lubrication of moving current-carrying parts and moving and sliding surfaces. 2 . Electrical Tests: a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter. Compare bolted connection resistance values to values of similar connections . Investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. b. Measure contact resistance across each switchblade fuseholder. Drop values shall not exceed the high level of the manufacturer's published data. If manufacturer's published data are not available, investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowe st value. c. Perform insulation-resistance tests for one minute on each pole, phase-to- phase and phase-to-ground with switch closed, and across each open pole. Apply voltage in accordance with manufacturer's published data. In the absence of manufacturer's published data, use Table 100.1 from the NETA A TS . Investigate values of insulation resistance less than those published in Table 100.1 or as recommended in manufacturer's published data. d . Measure fuse resistance. Investigate fuse-resistance values that deviate from each other by more than 15 percent. e. Perform ground fault test according to NETA ATS 7.14 "Ground Fault Protection Systems, Low-Voltage." F . Tests and Inspections for Molded Case Circuit Breakers : 1. Visual and Mechanical Inspection : COM Smith CONSTRUCTION SPECIFICATION DOCUMENTS Fe bruary 202 1 YCWRF So uth Flow Lift Station C ity Project No. I 00075 -2 C DM Smith 26 28 16 EN C LOS E D SWITC HES AND C IRC UIT BREAKERS Page 8 of JO a. Verify that equipment nameplate data are as described in the Specifications and shown on the Drawings. b . Inspect physical and mechanical condition . c . Inspect anchorage, alignment, grounding, and clearances. d. Verify that the unit is clean. e. Inspect bolted electrical connections for high resistance using one of the two following methods: I) Use a low-resistance ohmmeter. a) Compare bolted connection resistance values to values of similar connections. Investigate values that deviate from those of similar bolted connections by more than 50 percent of the lowest value . 2) Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturer's published data or NETA A TS Table 100 .12. a) Bolt-torque levels shall be in accordance with manufacturer's published data. In the absence of manufacturer's published data, use NETA ATS Table 100.12. f. Inspect operating mechanism, contacts, and chutes in unsealed units. g. Perform adjustments for final protective device settings in accordance with the coordination study . 2. Electrical Tests: a. Perform resistance measurements through bolted connections with a low- resistance ohmmeter. Compare bolted connection resistance values to values of similar connections. Investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. b . Perform insulation-resistance tests for one minute on each pole, phase-to- phase and phase-to-ground with circuit breaker closed , and across each open pole . Apply voltage in accordance with manufacturer's published data. In the absence of manufacturer's published data, use Table I 00.1 from the NETA A TS. Investigate values of insulation resistance less than those published in Table 100.1 or as recommended in manufacturer's published data. c. Perform a contact/pole resistance test. Drop values shall not exceed the high level of the manufacturer's published data. If manufacturer's published data are not available, investigate values that deviate from adjacent poles or similar switches by more than 50 percent of the lowest value. d. Perform insulation resistance tests on all control wiring with respect to ground. Applied potential shall be 500-V de for 300-V rated cable and 1000-V de for 600-V rated cable. Test duration shall be one minute. For units with solid state components, follow manufacturer's recommendation. Insulation resistance values shall be no less than two megohms. e . Verify operation of charging mechanism. Investigate units that do not function as designed . CONSTRUC TI ON SPEC IFI CAT ION DOCU M EN T S Febru ary 2021 VC WRF South Flow Lift Stati on C ity Proj ect No. I 000 75-2 26 28 16 ENC LOSE D SWIT C H ES AN D C IR CUIT BREAKERS Page 9 o f 10 3. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 4. Perform the following infrared scan tests and inspections and prepare an Initial and Follow-up report: a. Initial Infrared Scanning: After Substantial Completion , but not more than 60 days after Final Acceptance, perform an infrared scan of each enclosed switch. Remove front panels so joints and connections are accessible to portable scanner. b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each enclosed switch and circuit breaker 11 months after date of Substantial Completion . c. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect s ignificant deviations from normal values. Provide calibration record for device. 5. Test and adjust controls , remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. G . Enclosed switches will be considered defective if they do not pass tests and inspections. H . Prepare test and inspection reports . 4 .10 A. 1. Test procedures used. 2. Include identification of each enclosed switch and circuit breaker tested and describe test results . 3. List deficiencies detected , remedial action taken , and observations after remedial action . ADJUSTING Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION 26 28 16 C OM Smi th CON STRUC TI ON SPEC IFI CATION DOCU M ENTS Fe bruary 2 021 VC WRF South Fl ow Lift Stati on C ity Proj ect No. I 00 0 75 -2 26 28 16 ENCLOSED SWITC HES AN D C IRCUIT BREAKERS Page I O of I O THIS PAGE INTENTIONALLY LEFT BLANK COM Smith CONST RUCT ION SPECIF ICAT ION DOCUMENTS Fe bru ary 202 1 VCWRF So uth Flow Li ft St ati on City Proj ect No. I 00075 -2 26 29 23 VARIABLE-FREQUENCY MOTOR CONTROLL ERS Page I of 14 SECTION 26 29 23 -VARIABLE-FREQUENCY MOTOR CONTROLLERS PART I -GENERAL 1.1 RELATED DOCUMENTS A . Draw ings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section . 1.2 SUMMARY 1.3 1.4 A . Section includes separate ly enclosed, preassembled, combination VFCs, rated 600 V and less , for speed control of three-phase, squirrel -cage induction motors. B. Related Requirements : A. B. C. D. E. F . G. H. I. J . K. A. 1. Section 26 05 91 "Coordinated Electrical House" for VFCs install ed m Coordinated E lectrical House. DEFINITIONS CPT: Control power transformer. DDC : Direct digital control. EMI: Electromagnetic interference. LED: Light-emitting diode. NC: Normally closed . NO: Normally open. OCPD: Overcurrent protective device . PID: Control action , proportional p lus integral plus derivative . RFI: Radio-frequency interference . VFC: Variab le-frequency motor controller. See VFD. VFD: Variable-frequency drive. Used interchangeably with the term VFC . ACTION SUBMITTALS Product Data: For each type and rating of VFC indicated. 1. Inc lude dimensions and finishes for VFCs. COM Smith VCWRF So uth Flow Lift Stati on C ity Project No . I 00075-2 CONSTRUCT ION S PEC IFI CATION DOCUMENTS Fe bru ary 2021 26 29 23 V ARJ ABL E-FREQUENC Y MOTOR C ONTROLLERS Page 2 of 14 2 . Include rated capacities , operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings : For each VFC indicated . 1. Include mounting and attachment details. 2. Include details of equipment assemblies . Indicate dimensions, weights , loads , required clearances , method of field assembly , components, and location and size of each field connection . 3. Include diagrams for power, s ignal , and control wiring . 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Floor plans , drawn to scale, showing dimensioned layout on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Required working clearances and required area above and around VFCs. 2. Show VFC layout and relationships between electrical components and adjacent structural and mechanical elements. 3. Show support locations, type of support, and weight on each support . 4 . Indicate field measurements . B. Qualification Data: For testing agency . C . Seismic Qualification Data: Certificates, for each VFC , accessories , and components, from manufacturer. 1. Certificate of compliance. 2. Dimensioned Outline Drawings of Equipment Unit : Identify center of gravity and locate and describe mounting and anchorage provisions . 3 . Detailed description of equipment anchorage devices on which the certification is based , and their installation requirements. D. Product Certificates: For each VFC from manufacturer. E. Provide an electrical system harmonic study (anal y sis) for the new electrical system. All de sign parameters li sted in this Section are preliminary and shall be verified by thi s vendor with the power company prior to submitting the harmonic analysi s for review and approval. The harmonic analysis submitted to the Engineer for re v iew and approval shall be accompanied by a letter which certifies that the parameters (i.e. utility system symmetrical short circuit availability for each source of s upply) are current and from whom they were obtained. F . The VFD s upplier shall s ubmit written confirmation that the motor characteristics (i.e. torque type , FLA, etc .) hav e been coordinated with the supplier of th e driven equipment and that the VFD s being supplied are matched properly for the driven load . G . Source quality-control report s . H. F ield quality-control reports. I. Sample Warranty : F or s pecial warranty. C OM Smith CONS TRUCT ION SPEC IFI CATION DOCUMENTS Fe bru ary 202 1 VC WRF So uth Flow Li ft Stati on City Project No. I 00075 -2 26 29 23 VARIABLE -F REQ UENC Y MOTOR C ON TROLLERS Pag e 3 of 14 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For VFCs to include m emergency, operation, and maintenance manuals . 1. In addition to items specified in Section 01 78 23 "Operation and Maintenance Data," include the following: a. Manufacturer's written instructions for testing and adjusting thermal-magnetic circuit breaker and motor-circuit protector trip settings. b . Manufacturer's written instructions for setting field-adjustable overload relays . c. Manufacturer's written instructions for testing, adjusting, and reprogramming microprocessor control modules. d. Manufacturer's written instructions for setting field-adjustable timers, controls, and status and alarm points. e. Load-Current and Overload-Relay Heater List: Compile after motors have been installed , and arrange to demonstrate that selection of heaters suits actual motor nameplate, full-load currents. f. Load-Current and List of Settings of Adjustable Overload Relays: Compile after motors have been installed , and arrange to demonstrate that switch settings for motor-running overload protection suit actual motors to be protected. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Power Fuses : Equal to 10 percent of quantity installed for each size and type , but no fewer than three of each size and type. 2. Control Power Fuses : Equal to 10 percent of quantity installed for each size and type , but no fewer than two of each size and type . 3 . Indicating Lights : Two of each type and color installed . 4 . Auxiliary Contacts: Furni sh one spare(s) for each size and type of magnetic controller installed. 5. Power Contacts: Furnish three spares for each size and type of magnetic contactor installed. 1.8 QUALITY ASSURANCE A . Testing Agency Qualifications: Accredited by NET A . 1. Testing Agency 's Field Supervisor: Currently certified by NET A to supervise on-s ite testing. 1.9 DELIVERY, STORAGE, AND HANDLING A. If stored in space that is not permanently enclosed and air conditioned , remove loo se packing and flammable materials from inside controllers and install temporary electric heating , with at least 250 W per controller. C OM S mith CONSTRUCTION SPECIFI CAT ION DOCUMENTS Fe bruary 202 1 VCWRF South Fl ow Lift Stati o n C ity Proj ect No . I 00075 -2 26 29 23 VARIA BL E-FREQ UENCY MOTOR CONT ROLL ERS Page 4 of 14 B. Product Selection for Restricted Space: Drawings indicate maximum dimensions for VFCs, including clearances between VFCs, and adjacent surfaces and other items . 1.10 WARRANTY A. Special Warranty : Manufacturer agrees to repair or replace VFCs that fail m materials or workmanship within specified warranty period . 1. Warranty Period : Five years from date of Substantial Completion. PART 2-PRODUCTS 2.1 2 .2 A . A . MANUFACTURERS Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include , but are not limited to the following: 1. Eaton. 2. Square D by Schneider Electric. 3. Allen-Bradley by Rockwell Automation SYSTEM DESCRIPTION General Requirements for VFCs: 1. VFCs and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application . 2 . Comply with NEMA JCS 7, NEMA JCS 61800-2 , and UL 508A . B . Application: Variable torque. C. VFC Description : Variable-frequency motor controller, consisting of power converter that employs pulse-width-modulated inverter, factory built and tested in an enclosure, with integral di sconnecting means and overcurrent and overload protection ; listed and labeled by an NRTL as a complete unit; arranged to provide self-protection , protection , and variable-speed control of one or more three-phase induction motors by adjusting output voltage and frequency. 1. Units suitable for operation ofNEMA MG 1, Design A and Design B motors, as defined by NEMA MG 1, Section IV , Part 30, "Application Considerations for Constant Speed Motors Used on a Sinusoidal Bus with Harmonic Content and General Purpose Motors Used with Adjustable-Voltage or Adjustable-Frequency Controls or Both ." 2. Units suitable for operation of in verter-duty motors as defined by NEMA MG 1, Section IV , Part 31 , "Definite-Purpose Inverter-Fed Polyphase Motors." 3. Listed and labeled for integrated short-circuit current (w ithstand) rating by an NRTL acceptable to authorities having jurisdiction . D . Design and Rating: Match load type, such as fans , blow ers, and pumps; and type of connection u s ed betwe en motor and load s uch as direct or through a po wer-transmission connection . C DM Smith VCWRF So uth Flo w Li ft Stati on C ity Proj ect No . I 00075 -2 CONST RUCT ION S PEC IFICAT ION DOC UMENTS Fe bru ary 2021 26 29 23 VARIABLE-FREQUENCY MOTOR CON TROLL ERS Pag e 5 of 14 E. Output Rating: Three phase; 10 to 60 Hz, with voltage proportional to frequency throughout voltage range; maximum voltage equals input voltage. F. Unit Operating Requirements: 1. Input AC Voltage Tolerance: Plus 10 and minus 10 percent of VFC input v oltage rating. 2. Input AC Voltage Unbalance: Not exceeding 3 percent. 3. Input Frequency Tolerance: Plus or minus 3 percent ofVFC frequency rating . 4. Minimum Efficiency: 97 percent at 60 Hz, full load. 5. Minimum Displacement Primary-Side Power Factor: 98 percent under any load or speed condition. 6. Minimum Short-Circuit Current (Withstand) Rating: 65 kA. 7. Ambient Temperature Rating: Not less than 32 deg F and not exceeding 104 deg F. 8. Humidity Rating: Less than 95 percent (noncondensing). 9 . Altitude Rating: Not exceeding 3300 feet. 10. Vibration Withstand: Comply with NEMA ICS 61800-2 . 11. Overload Capability: 1.5 times the base load current for 60 seconds; minimum of 1.8 times the base load current for three seconds. 12. Starting Torque: Minimum 100 percent of rated torque from 3 to 60 Hz. 13. Speed Regulation: Plus or minus 5 percent. 14. Output Carrier Frequency: Selectable; 0.5 to 15 kHz. 15. Stop Modes: Programmable; includes fast , free-wheel, and de injection braking . G. Inverter Logic: Microprocessor based, 32 bit, isolated from all power circuits. H. Isolated Control Interface: Allows VFCs to follow remote-control signal over a minimum 40: 1 speed range. I . Signal: Electrical. I. Internal Adjustability Capabilities: 1. Minimum Speed: 5 to 25 percent of maximum rpm . 2. Maximum Speed: 80 to 100 percent of maximum rpm. 3. Acceleration: 0.1 to 999.9 seconds. 4 . Deceleration: 0 .1 to 999 .9 seconds. 5 . Current Limit: 30 to minimum of 150 percent of maximum rating. J. Self-Protection and Reliability Features: CDM Smith 1. Surge Suppression: Factory installed as an integral part of the VFC, complying with UL 1449 SPD, Type 1 or Type 2. 2 . Loss of Input Signal Protection: Selectable response strategy, including speed default to a percent of the most recent speed, a preset speed, or stop; with alarm. 3. Under-and overvoltage trips. 4. Inverter overcurrent trips. 5. VFC and Motor-Overload/Overtemperature Protection: Microprocessor-based thennal protection system for monitoring VFCs and motor thermal characteristics, and for providing VFC overtemperature and motor-overload alarm and trip ; settings selectable via the keypad . 6. Critical frequency rejection , with three selectable, adjustable deadbands. 7. Instantaneous line-to-line and line-to-ground overcurrent trips. 8. Loss-of-phase protection. CONST RUC TIO N SPECIFICATION DOCUMENTS Fe bru ary 202 l VCWRF South Flow Lift Stati on City Project No . I 00075-2 2.3 9. Reverse-phase protection. 10. Short-circuit protection. 11. Motor-overtemperature fault. 26 29 23 VARIA BL E-FREQUENCY MOTOR CONTROLLERS Page 6 of 14 K. Automatic Reset/Restart: Attempt three restarts after drive fault or on return of power after an interruption and before shutting down for manual reset or fault correction; adjustable delay time between restart attempts. L. Power-Interruption Protection: To prevent motor from re-energizing after a power interruption until motor has stopped , unless "Bidirectional Autospeed Search" feature is available and engaged. M. Bidirectional Autospeed Search: Capable of starting VFC into rotating loads spinning in either direction and returning motor to set speed in proper direction , without causing damage to drive, motor, or load. N. Torque Boost: Automatically varies starting and continuous torque to at least 1.5 times the minimum torque to ensure high-starting torque and increased torque at slow speeds. 0. Motor Temperature Compensation at Slow Speeds: Adjustable current fall-back based on output frequency for temperature protection of self-cooled, fan-ventilated motors at slow speeds. P. Integral Input Disconnecting Means and OCPD: UL 489, thermal-magnetic molded-case circuit breaker with pad-lockable, door-mounted handle mechanism. A. I . Disconnect Rating: Not less than 115 percent of VFC input current rating. 2. Auxiliary Contacts: NO or NC, arranged to activate before switch blades open. 3. Auxiliary contacts "a" and "b" arranged to activate with circuit-breaker handle. 4. NC alarm contact that operates only when circuit breaker has tripped. PERFORMANCE REQUIREMENTS Seismic Performance: VFCs shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 . The designated VFCs shall be tested and certified by an NRTL as meeting the ICC-ES AC 156 test procedure requirements . I. The term "withstand" means "the unit will remain in place without separation of any parts when subjected to the seismic forces specified and the unit will be fully operational after the seismic event." 2.4 CONTROLS AND INDICATION A. B. COM Smith Controls shall , as a minimum , perform the control logic indicated on the Contract Drawings and as specified herein. Status Lights: Door-mounted LED indicators displaying the following conditions: 1. Power on . 2. Run . 3. Overvoltage. 4. Line fault. CONSTRUCTI ON SPEC IFI CATION DO CU MENTS February 2021 VC WRF South Flow Lift Station C ity Project No . I 00075-2 5. Overcurrent. 6. External fault. 26 29 23 V ARlABL E-FRE QUE NCY MOTOR CON TRO LLERS Page 7 of 14 C. Panel-Mounted Operator Station : Manufacturer's standard front-accessible , sealed keypad and plain-English-language digital display ; allows complete programming, program copying, operating, monitoring, and diagnostic capability. 1. Keypad: In addition to required programming and control keys , include keys for HAND, OFF , and AUTO modes . 2. Security Access: Provide electronic security access to controls through identification and password with at least three levels of access: View only ; view and operate ; and view, operate , and service. a. Control Authority: Supports at least four conditions: Off, local manual control at VFC , local automatic control at VFC , and automatic control through a remote source . D. Historical Logging Information and Displays: 1. Real-time clock with current time and date. 2 . Running log of total power versus time. 3. Total run time . 4. Fault log , maintaining last four faults with time and date stamp for each. E . Indicating Devices: Digital display and additional readout devices as required , mounted flush in VFC door and connected to display VFC parameters including, but not limited to: I. Output frequency (Hz). 2. Motor speed (rpm). 3 . Motor status (running, stop , fault). 4. Motor current (amperes). 5. Motor torque (percent). 6. Fault or alarming status (code). 7. PID feedback signal (percent). 8 . DC-link voltage (V de). 9 . Set point frequency (Hz). 10. Motor output voltage (V ac). F. Control Signal Interfaces: COM Smith 1. Electric Input Signal Interface: a . A minimum of two programmable analog inputs: 4-to 20-mA de. b. A minimum of six multifunction programmable digital inputs. 2 . Remote Signal Inputs: Capability to accept any of the following speed-setting input signals from the SCADA or other control systems: a. 0-to I 0-V de . b . 4-to 20-mA de . c. Potentiometer using up /down digital inputs. d. Fixed frequencies using digital inputs. CONS TR UCT ION SPEC IFI CA TI ON DOCU MENTS Fe bru ary 2021 VC WR F So uth Flow Lift Stati on C ity Proj ect No . I 00075 -2 2.5 2.6 26 29 23 VARIABL E-FRE QUENC Y MOTOR C ONTROLL ERS Page 8 of 14 3 . Output Signal Interface: A minimum of one programmable analog output signal(s) (4- to 20-mA de), which can be configured for any of the following : a. Output frequency (Hz). b. Output current (load). c . DC-link voltage (V de). d. Motor torque (percent). e . Motor speed (rpm). f. Set point frequency (Hz). 4 . Remote Indication Interface: A mm1mum of two programmable dry-circuit relay outputs (120-V ac, 1 A) for remote indication of the following : a. Motor running . b . Set point speed reached. c. Fault and warning indication (overtemperature or overcurrent). d. PIO high-or low-speed limits reached . G . PIO Control Interface : Provides closed-loop set point, differential feedback control in response to dual feedback signals. Allows for closed-loop control of fans and pumps for pressure, flow, or temperature regulation. A . B. C . D. A. B. 1. Number of Loops: One. 18-PULSE VFD AND FILTERING Input Line Conditioning: Based on the manufacturer's harmonic analysis study and report, provide input filtering , as required, to limit total demand (harmonic current) distortion and total harmonic voltage demand at the defined point of common coupling to meet IEEE 519 recommendations. Provide a phase shifting transformer for a clean power 18-pulse or higher converter bridge. Factory wire and mount the phase shifting transformer within the VFD enclosure as an integral part of the VFD assembly. Transformers external to the VFD enclosure are not acceptable . Provide an 18-pulse minimum converter section utilizing diodes . The converter shall be a clean power controller which inherently provides constant DC voltage to the inverter section with minimal harmonics to flow back to the incoming power source. Output Filtering: Provide a sine wave type motor protection filter where shown on the Drawings. The filter shall be comprised of passive components only. The filter shall limit total harmonic voltage distortion in the waveform feeding the motor to 5 percent typical at full load and 60 Hz. It shall function on drives with carrier frequencies from 2 to 8 kHz and motor leads up to 15 ,000 feet. It shall be UL Listed and have a maximum insertion loss of 10 percent of rated maximum voltage. The filters shall be UL recognized or approved , installed in the VFD enclosure, and shall be factory wired. Filter shall be MTE Series SWA or equal. OPTIONAL FEATURES Remote Indicating Circuit Terminals: Mode selection, controller status, and controller fault. Remote digital operator kit. COM Smith VCWR F So uth Flow Lift Stati on C ity Proj ect No. I 00075 -2 CONSTR UC TI ON SPEC IFICATI ON DOCUMENTS Fe bruary 202 I 2.7 2 .8 C. A. A. 26 29 23 VARIABLE-FREQUENCY MOTOR CONTROLL ERS Page 9 of 14 Communication Port: RS-232 port, USB 2.0 port, or equivalent connection capable of connecting a printer and a notebook computer. ENCLOSURES VFC Enclosures : NEMA 250 , to comply with environmental conditions at installed location . 1. Dry and Clean Indoor Locations: Type I . ACCESSORIES General Requirements for Control-Circuit and Pilot Devices: NEMA ICS 5; factory installed in VFC enclosure cover unless otherwise indicated . 1. Push Buttons: Unguarded. 2. Pilot Lights: Push to test. 3 . Selector Switches: Rotary type . 4. Stop and Lockout Push-Button Station: Momentary-break, push-button station with a factory-applied hasp arranged so padlock can be used to lock push button in depressed position with control circuit open . B. Control Relays: Auxiliary and adjustable solid-state time-delay relays. C. Phase-Failure, Phase-Reversal , and Undervoltage and Overvoltage Relays: Solid-state sensing circuit with isolated output contacts for hard-wired connections . Provide adjustab le undervoltage, overvoltage, and time-delay settings. 1. Current Transformers: Continuous current rating, basic impulse insulating level (BIL) rating, burden , and accuracy c lass suitable for connected circuitry . Comply with IEEE C57.13. D . Supplemental Digital Meters: I . Elapsed-time meter . 2. Kilowatt meter. 3. Kilowatt-hour meter . E. or in unconditioned interior s paces subject to humidity and temperature swings. F. Cooling Fan and Exhaust System: For NEMA 250 , Type 1 ; UL 508 component recognized: Supply fan , with stainless-steel intake and exhaust grills and filters ; 120-V ac ; obtained from integral CPT . G. Spare control-wiring terminal blocks ; wired. 2.9 ADDITIONAL CONSTRUCTION REQUIREMENTS A. Disconnect handle height shall not exceed NEC requirements with VFC is located on 4-inch high housekeeping pad . C OM Smith CONST RUCT ION SPEC IFICATION DOCUMENTS Feb ru ary 202 1 VC WRF So uth Flow Lift Station C ity Project No . I 00075 -2 26 29 23 VARIABL E-FREQU ENCY MOTOR CONTROLL ERS Page 10 of 14 B. VFC 's shall utilize 115 VAC control power for operator devices , cooling fans , motor space heaters and external control circuits . Control power transformer shall be fused on the primary and secondary. Control circuits shall be isolated from power circuits. C. VFC shall include a copper ground bus. D . All bus and exposed copper shall be tin plated . E . All floor mounted enclosures shall have complete 18" (minimum) clear space in bottom of the cubical for line , motor and field cable terminations. All wall mounted enclosures shall have complete 12" (minimum) clear space in bottom of the enclosure for line , motor and field cable terminations. F. A switchable fluorescent light shall be provided within each floor mounted section of the enclosure. G. Barriers shall be provided on terminals that remain energized with the power disconnect OFF. H. All circuit boards shall be conformal coated to help protect them from hydrogen sulfide gases . I. Identification 2 .10 A. 1. All wiring shall be numbered at each end with typed sleeve type labels at each termination . Labels shall correspond to the wiring diagrams. Wiring less than 6 inches may be numbered at only one end . 2 . Provide warning signs on terminals that are energized with the power disconnect OFF. 3 . Provide 2-inch by 5-inch , nominal , engraved three-layer laminated plastic master nameplates on each VFD fastened with stainless steel screws or rivets. Nameplates shall be black letters with white background core, 3/8-inch high lettering and shall indicate equipment designation as shown on the Drawings . 4. Provide legend plates or I-inch by 3-inch engraved nameplates with 1/4-inch lettering for identification of pilot devices and meters . 5. Provide permanent warning signs as follows : a. "DANGER -HIGH VOLTAGE -KEEP OUT" on all enclosure doors. b. "WARNING -HAZARD OF ELECTRIC SHOCK -DISCONNECT POWER BEFORE OPENING OR WORKING ON THIS UNIT". SOURCE QUALITY CONTROL Testing: Test and inspect VFCs according to requirements in NEMA ICS 61800-2 . 1. Test each VFC while connected to its specified motor. 2 . Verification of Performance: Rate VFCs according to operation of functions and features specified. B . VF Cs will be considered defective if they do not pass tests and inspections. C . Prepare te st and inspection report s . COM Smith CONST RUCT ION SPEC IFI CAT ION DOCUMENTS Fe bru ary 202 1 VCW RF So uth Fl ow Lift Stati on City Proj ect No . I 00075 -2 26 29 23 VARIABLE-FREQUENCY MOTOR CONTROLLERS Page 11 of 14 PART 3 -EXECUTION 3.1 3.2 3.3 3.4 A. B. C. D. E. A . A . B. C . A. C OM Smith EX.AMINA TION Examine areas, surfaces, and substrates to receive VFCs, with Installer present, for compliance with requirements for installation tolerances, and other conditions affecting performance of the Work. Examine VFC before installation. Reject VFCs that are wet, moisture damaged, or mold damaged . Examine roughing-in for conduit systems to verify actual locations of conduit connections before VFC installation . Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION Comply with NECA 1. CONTROL WIRING INSTALLATION Install wiring between VFCs and remote devices and facility's central-control system . Comply with requirements in Section 26 05 23 "Control-Voltage Electrical Power Cables." Bundle, train, and support wiring in enclosures . Connect selector switches and other automatic-control devices where applicable. 1. Connect selector switches to bypass only those manual-and automatic-control devices that have no safety functions when switches are in manual-control position. 2. Connect selector switches with control circuit in both manual and automatic positions for safety-type control devices such as low-and high-pressure cutouts, high-temperature cutouts, and motor-overload protectors. IDENTIFICATION Identify VFCs, components, and control wiring. Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components ; provide warning signs. 2. Label each VFC with engraved nameplate. 3. Label each enclosure-mounted control and pilot device. CONSTRUCTION SPEC IFICAT ION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Proje ct No . I 00075 -2 3 .5 B. A. B. 26 29 23 VARIABL E-FREQUE NC Y MOTOR C ONTROLLERS Page 12 of 14 Operating Instructions: Frame printed operating instructions for VFCs, including control sequences and emergency procedures . Fabricate frame of finished metal, and cover instructions with clear acrylic plastic. Mount on front of VFC units. FJELD QUALITY CONTROL Perform tests and inspections with the assistance of a factory-authorized service representative . Acceptance Testing Preparation: 1. Test insulation resistance for each VFC element, bus , component, connecting supply, feeder, and control circuit. 2 . Test continuity of each circuit. C. Tests and Inspections: 1. Inspect VFC, wiring, components, connections, and equipment installation . Test and adjust controllers , components, and equipment. 2. Test insulation resistance for each VFC element, component, connecting motor supply, feeder, and control circuits. 3. Test continuity of each circuit. 4. Verify that voltages at VFC locations are within 10 percent of motor nameplate rated voltages. If outside this range for any motor, notify Owner before starting the motor(s). 5. Test each motor for proper phase rotation. 6 . Perform tests according to the Inspection and Test Procedures for Adjustable Speed Drives stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 7. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest . 8 . Perform the following infrared (thermographic) scan tests and inspections, and prepare reports : a. Initial Infrared Scanning: After Substantial Completion , but not more than 60 days after Final Acceptance, perform an infrared scan of each VFC. Remove front panels so joints and connections are accessib le to portable scanner. b. Follow-up Infrared Scanning: Perform an additional fo ll ow-up infrared scan of each VFC 11 months after date of Substantial Completion. c . Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 9 . Test and adjust controls, remote monitoring, and safeties . Replace damaged and malfunctioning controls and equ ipm ent. D. VFCs will be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports , including a certified report that identifies the VFC and describes scanning results . Include notation of deficiencies detected , remedial action taken , and observations made after remedial action. COM Smith VC WRF So uth Flow Lift Stati o n C ity Proje ct No . I 00075-2 CON STR UCTI ON SPEC IFI CATI ON DOCU MEN TS Febru ary 202 1 3.6 3.7 3 .8 A. A. B. C. D . E. F. A. STARTUP SERVICE 26 29 23 VARIABLE-FREQ UE NC Y MOTOR CONTROLLERS Page 13 of 14 Engage a factory-authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions . 2. Field test all the hardwired discrete and analog connections and any software communication (Ethernet, Profibus, ControlNet, Modibus etc) that are connect to remote control equipment when the VFC is placed in remote. The manufacturer shall at a minimum verify with the proper testing equipment that the following can be achieved: a. The drive can be started and stopped remotely b. The drive can have its speed changed remotely c. The remote equipment can read the VFC discrete status information. d. The remote equipment can read the VFC speed feedback information. ADJUSTING Program microprocessors for required operational sequences, status indications, alarms, event recording, and display features. Clear events memory after final acceptance testing and prior to Substantial Completion. Set field-adjustable switches, auxiliary relays, time-delay relays, timers, and overload-relay pickup and trip ranges . Adjust the trip settings of instantaneous-only circuit breakers and thermal-magnetic circuit breakers with adjustable, instantaneous trip elements. Initially adjust to 6 times the motor nameplate full-load amperes and attempt to start motors several times, allowing for motor cool-down between starts. If tripping occurs on motor inrush , adjust settings in increments until motors start without tripping . Do not exceed 8 times the motor full-load amperes (or 11 times for NEMA Premium Efficient motors ifrequired). Where these maximum settings do not allow starting of a motor, notify Owner before increasing settings. Set the taps on reduced-voltage autotransformer controllers. Set field-adjustable circuit-breaker trip ranges as specified in Section 260573 "Power System Studies." Set field-adjustable pressure switches. PROTECTION Temporary Heating: Apply temporary heat to maintain temperature according to manufacturer's written instructions until controllers are ready to be energized and placed into service. B. Replace VFCs whose interiors have been exposed to water or other liquids prior to Substantial Completion. C OM Smith VC WRF So uth Fl ow Li ft Stati on C ity Proje ct No . I 000 75-2 CONS TR UCT ION S PEC IFI CATI ON DOCU MEN TS Fe bru ary 2021 3.9 A. 3.10 A. B. DEMONSTRATION 26 29 23 V ARJABL E-FREQ UE NCY MOTOR CONT ROLL ERS Page 14 of 14 Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, reprogram , and maintain VFCs. CLEANING 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. Replace all cabinet ventilation filters upon commencement of the Contract warranty period. END OF SECTION 26 29 23 COM Smith CONSTRUCT ION SPECIF ICAT ION DOCUMENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stati on City Project No . I 00075-2 26 43 13 SU RG E PROTECTION FOR LOW-VOLTAGE ELECTRI CAL POWER C IR CU ITS Page I of6 SECTION 26 43 13 -SURGE PROTECTION FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 A. Section includes field-mounted SPDs for low-voltage (120 to 600 V) power distribution and control equipment. B . Related Requirements: A. B . C. D. E. F. G . H . 1. Section 26 24 19 "Motor Control Centers" for factory-installed SPDs . DEFINITIONS Inominal : Nominal discharge current. MCOY: Maximum continuous operating voltage. Mode(s), also Modes of Protection: The pair of electrical connections where the VPR applies . MOY : Metal-oxide varistor; an electronic component with a significant non-ohmic current-voltage characteristic . OCPD : Overcurrent protective device. SCCR: Short-circuit current rating. SPD: Surge protective device. VPR: Voltage protection rating. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. COM Smith CONSTR UCT IO N SPECIFICATION DOCUMENTS Ap ril 2021 VCWRF South Flow Lift Station C ity Project No. I 00075-2 26 43 13 SURGE PROTECTION FOR LOW-VOLTAGE ELECTRJCAL POWER C IRCUJTS Page 2 of6 2. Copy of UL Category Code VZCA certification, as a minimum , listing the tested values for VPRs, lnominal ratings , MCOVs, type designations, OCPD requirements, model numbers, system voltages, and modes of protection. 1.5 INFORMATIONAL SUBMITTALS A . Field quality-control reports . B . Sample Warranty: For manufacturer's special warranty. 1 .6 CLOSEOUT SUBMlTT ALS A. Maintenance Data: For SPDs to include in maintenance manuals. 1. 7 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to replace or replace SPDs that fail in materials or workmanship within specified warranty period. I. Warranty Period: Five years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 A . B. C. D. 2.2 A. GENERAL SPD REQUIREMENTS SPD with Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. Comply with NFPA 70 . Comply with UL 1449. MCOY of the SPD shall be the nominal system voltage. MOTOR CONTROL CENTER SUPPRESSOR Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following : 1. 2. 3. 4. Eaton. Schneider Electric USA, Inc . Rockwell Automations GEhyABB B. SPDs: Comply with UL 1449, Type 2. COM Smith CONSTRUCTION SPEC IFI CAT ION DOCUMENTS A pril 2021 VCWRF Sou th Flow Lift Station C ity Project No. I 00075-2 2.3 26 43 13 SU RGE PROT EC TI ON FO R LO W-V OL TAGE ELECT RI CAL POWER CIR CU IT S Page 3 of6 C. SPDs: Listed and labeled by an NRTL acceptable to authorities hav ing jurisdiction as comply ing with UL 1449, T y pe 2 D. E. F. G . A . 1. SPDs with the following features and accessories: a. Integral disconnect switch. b. Internal thermal protection that disconnects the SPD before damag in g internal suppressor components. c. Indicator light display for protection status. d . Form-C contacts rated at 5 A and 250-V ac , one normally open and one normall y closed , for remote monitoring of protection status . e . Surge counter. Peak Surge Current Rating: The minimum single-pulse surge current withstand rating per phase shall not be less than 200 kA. The peak surge current rating shall be the arithmetic sum of the ratings of the individual MOV s in a given mode . Svstem Voltage Line-Neutral Line-Ground N-Ground Line-Line 120 (2W+G) 700 700 700 n/a 240 (2W+G) 1200 1200 1200 n/a 120/240 (3W+G) 700 700 700 1200 120/208Y (4W+G) 700 700 700 1200 277/480Y (4W+G) 1200 1200 1200 2000 240~ (3W+G) n/a 1200 n/a 1200 Protection modes and UL 1449 VPR for grounded wye circuits with 480Y/277 V , three- phase, four-wire circuits shall not ex ceed the following : 1. Line to Neutral: 1200 V for 480Y/277 V. 2 . Line to Ground: 1200 V for 480Y /277 V . 3 . Line to Line: 2000 V for 480Y/277 V . SCCR: Equal or exceed 200 kA . Inominal Rating: 20 kA. PANEL SUPPRESSORS Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the follo w ing : l. 2 . 3. 4. Eaton. Schneider E lectric USA, Inc. Rockwell Automations GEbyABB B. SPDs: Comply with UL 1449 , Type 2 . 1. Include LED indicator lights for power and protection status. CDM Smith VC WR F So uth Flow Lift Statio n City Projec t No . I 00075-2 CONS TR UCT ION SPEC IFI CAT ION DOCU MENTS Apr il 202 1 2.4 2.5 26 43 13 SURGE PROTECTION FOR LOW-VOLTAG E ELECTRJ CAL POWE R C IR CU IT S Page 4 of6 2. Internal thermal protection that disconnects the SPD before damaging internal suppressor components. 3. Include Form-C contacts rated at 5 A and 250-V ac, one normally open and one normally closed, for remote monitoring of protection status. Contacts shall reverse on failure of any surge diversion module or on opening of any current- limiting device. Coordinate with buildin g power monitoring and control system . C. Peak Surge Current Rating : The minimum single-pulse surge current withstand rating per phase shall not be less than 100 kA. The peak surge current rating shall be the arithmetic sum of the ratings of the individual MOVs in a given mode. D . Comply with UL 1283. E. Protection modes and UL 1449 VPR for grounded wye circuits with 480Y/277 V , three- phase, four-wire circuits shall not exceed the following: 1. Line to Neutral: 1200 V for 480Y/277 V. 2. Line to Ground: 1200 V for 480Y/277 V. 3. Neutral to Ground: 1200 V for 480Y/277 V. 4 . Line to Line: 2000 V for 480Y/277 V F. Protection modes and UL 1449 VPR for 240/120-V, s ingle-phase , three-wire circuits shall not exceed the following: G. H. A. B . A. B . 1. Line to Neutral: 700 V . 2 . Line to Ground: 700 V . 3. Neutral to Ground: 700 V . 4. Line to Line: 1200 V. SCCR: Equal or exceed 200 kA. Inominal Ratin g: 2 0 kA . ENCLOSURES Indoor Enclosures: NEMA 250, Type 1. Outdoor Enclosures: NEMA 250, Type 4XSS. COND UCTORS AND CABLES Power Wiring: Same size as SPD lead s, complying with Section 26 05 19 "Low- Voltage E lectrical Power Conductors and Cables." Class 2 Control Cables: Multi conductor cable w ith copper conductors not smaller than No. 18 A WG, complying with Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables." CDM Smi th VCWRF South Flow Lift Statio n C ity Proj ect No. I 00075-2 CONSTRUCTION S PEC IFI CAT ION DOCUMENTS A pril 2021 26 43 13 SU RGE PROTECTI ON FO R LO W-VOLTAGE ELECTRI CAL PO WE R C IR CU IT S Page 5 o f 6 C. Class I Control Cables: Multiconductor cable with copper conductors not smaller than No . 14 A WG, complying with Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables ." PART 3 -EXECUTION 3 .1 3.2 3 .3 A. B. C . D. E. A. B. C. A . C DM Smith INSTALLATION Comply with NECA I . Install an OCPD or disconnect as required to comply with the UL listing of the SPD. Install SPDs with conductors between suppressor and points of attachment as short and straight as possible, and adjust circuit-breaker positions to achieve shortest and straightest leads. Do not splice and extend SPD lead s unles s specifically permitted by manufacturer. Do not exceed manufacturer's recommended lead length. Do not bond neutral and ground. Use crimped connectors and splices only. Wire nuts are unacceptable . Wiring: 1. Power Wiring: Comply with wiring methods in Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables ." 2 . Control s : Comply with wiring methods in Section 2 6 05 19 "Low-Voltage Electrical Power Conductors and Cables ." FIELD QUALITY CONTROL Perform the following tests and inspections with the assistance of a factory-authorized service representative. I . Compare equipment nameplate data for compliance w ith Drawings and Specifications . 2. Inspect anchorage, alignment, grounding, and clearances. 3 . Verify that electrical wiring installation complies with manufacturer's written in stallation requirements . An SPD w ill be cons idered defecti v e if it does not pas s tests and inspection s. Prepare test and inspection reports. STARTUP SERVICE Complete startup checks accordin g to manufacturer's written instruction s. CONSTR UC TI ON S PEC IFI CATI ON DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Stat ion C ity Project No . I 00075 -2 B. C . 3 .4 A. 26 43 13 SU RGE PROT ECT ION FO R LOW-VOLTAGE ELECT RI CAL PO WER C IR CU ITS Page 6 of6 Do not perform insulation-resistance tests of the distribution wiring equipment with SPDs installed . Disconnect SPD s before conducting insulation-resistance tests , and reconnect them immediately after the testin g is over. E nergize SPDs after power sy stem has been energ ized , stabilized , and tested. DEMONSTRATION Train Owner's maintenance personnel to operate and maintain SPDs . END OF SECTION 26 43 13 C OM Smith CONSTRUCT ION SPEC IF ICAT ION DOC UMEN TS April 202 1 VCWRF South Fl ow Lift Stati on C ity Project No. I 00 075 -2 26 51 19 LED INTERIOR LIGHTING Page I of 10 SECTION 26 51 19 -LED INTERIOR LIGHTING PART I -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 A. Section includes the following types of LED luminaires : A. B . C. D. E. F. G. 1. L inear industrial. 2. Wall mount. DEFINITIONS CCT: Correlated color temperature . CRI: Color Rendering Index. Fixture: See "Luminaire." IP: International Protection or Ingress Protection Rating. LED: Light-emitting diode. Lumen: Measured output of lamp and luminaire, or both . Luminaire: Complete lighting unit, including lamp , reflector, and housing . 1.4 ACTION SUBMITT ALS A. Product Data: For each type of product. CDM Smith I . Arrange in order of luminaire designation. 2. Include data on features , accessories , and finishes. 3. Include physical description and dimensions of luminaires. 4. Include emergency lighting units, including batteries and chargers. 5. Include life , output (lumens , CCT, and CRI), and energy-efficiency data . 6. Photometric data and adjustment factors based on laboratory tests , complying w ith JES "Lighting Measurements Testing and Calculation Guides " for each luminaire type. The adjustment factors shall be for lamps and accessories identical to those indicated for the luminaire as applied in this Project. CONSTRUCT ION SPECIF ICATION DOCUM EN TS Febru ary 2021 VCWRF South Flow Lift Station City Project No. I 00075-2 1.5 26 51 19 LED rNTERJOR LIGHTrNG Page 2 of 10 a. Manufacturers' Certified Data: Photometric data certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for E nergy Efficient Lighting Products . b . Testing Agency Certified Data: For indicated luminaires, photometric data certified by a qualified independent testing agency. Photometric data for remaining luminaires s hall be certified by manufacturer. B . Shop Drawings: For nonstandard or custom luminaires. I . Include plans, elevations, sections, and mounting and attachment details. 2. Include details of luminaire assemblies. Indicate dimensions, weights, loads , required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. C. Product Schedule: For luminaires and lamp s . Use same designations indicated on Drawings . A. INFORMATIONAL SUBMITT ALS Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the item s involved: I. Luminaires. 2 . Suspended ceiling components. 3. Structural members to which equipment or luminaires will be attached. 4. B . Qualification Data: For testing laboratory providin g photometr ic data for luminaires . C. Seismic Qualification Data: For luminaires, accessories , and components, from manufacturer. I. Basi s for Certification: Indicate w hether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mountin g and anchorage provi s ion s. 3. Detailed description of equipment anchorage de v ices o n which the certification is base d and their installation requirements . D. Product Certificates: For each type of luminaire. E. Product Test Reports: For each type of luminaire, for tests performed by a qualified testin g agency. F. Sample warranty. CDM Sm ith VCWRF South Flow Lift Stat io n C ity Project No. l 00075-2 CONSTRUCTION SPECIF ICAT ION DOCUMENTS Feb ru ary 202 1 26 51 19 LED fNTERJOR LIGHTfNG Page 3 of 10 1.6 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data: For luminaires and lighting systems to include in operation and maintenance manuals. I. Provide a list of all lamp types used on Project; use ANSI and manufacturers' codes. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: Ten for every 100 of each type and rating installed . Furnish at least one of each type. 2. Diffusers and Lenses: One for every 100 of each type and rating installed. Furnish at least one of each type. 3. Globes and Guards: One for every 20 of each type and rating installed . Furnish at least one of each type. 1.8 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Luminaire manufacturer's laboratory that is accredited under the NVLAP for Energy Efficient Lighting Products. B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency , with the experience and capability to conduct the testing indicated , that is an NRTL as defined by OSHA in 29 CFR 1910 .7, accredited under the NVLAP for Energy Efficient Lighting Products, and complying with the applicable JES testing standards. C. Provide luminaires from a single manufacturer for each luminaire type. D. Each luminaire type shall be binned within a three-step MacAdam Ellipse to ensure color consistency among luminaires. E. Mockups: For interior luminaires in room or module mockups, complete with power and control connections. COM Smi th 1. Obtain Engineer's approval of luminaires in mockup s before starting installations. 2. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work . 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer s pecifically approves such deviations in writing . 4. Subject to compliance with requirements , approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. CONSTRUCTION SPECIF ICA TIO N DO CUMENTS Feb ru ary 2021 VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 26 51 19 LED IN TE RJOR LIGHTING Page 4 of 10 1.9 DELIVERY, STORAGE, AND HANDLING A. Protect finishes of exposed surfaces by applying a strippable, temporary protective covering before shipping. I .JO WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period. B. Warranty Period: Five year(s) from date of Substantial Completion. PART 2 -PRODUCTS 2.1 A. B. PERFORMANCE REQUIREMENTS Seismic Performance: Luminaires shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. Seismic Performance: Luminaires and lamps shall be labeled vibration and shock resistant. I. The term "withstand" means "the luminaire will remain in place without separation of any parts when subjected to the seismic forces specified and the luminaire will be fully operational during and after the seismic event." C. Ambient Temperature: 5 to I 04 deg F. 2.2 D. A . B . C. D. E . COM Smith I. Relative Humidity: Zero to 100 percent. Altitude: Sea level to I 000 feet. LUMINAIRE REQUlREMENTS Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application . Factory-Applied Labels: Comply with UL 1598 . Locate labels where they will be readily visible to service personnel , but not seen from normal viewing angles . UL Compliance: comply with UL 844 for luminaires in hazardous locations Lamp Rating: Lamp marked for use in Class 1, Division 2, Group D locations. NRTL Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by an NRTL. CON ST RUCTI ON SPEC IFI CA TI ON DOCU MENTS February 202 1 VCWRF So uth Flow Lift Station City Proj ec t No. I 00075-2 2.3 F. A. 26 51 19 LED INTERJOR LIGHTING Page 5 of 10 FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global. LINEAR INDUSTRIAL. Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. 2. Cooper Lighting, an Eaton business. Hubbell-Killark Lighting B. Lamp: 1. Minimum 7151 Im. 2. Minimum allowable efficacy of 80 lm /W. 3. CRI of minimum 70. CCT of 4000 K . 4 . Rated lamp life of 50,000 hours to L 70. 5 . Dimmable from I 00 percent to O percent of maximum light output. 6. Internal driver. 7. User-Replaceable Lamps: a. Bulb shape complying with ANSI C78.79. b. Lamp base complying with ANSI C8 l .6 l. 8 . Lens Thickness: At least 0 .125-inch minimum unless otherwise indicated. C . Housings: 1. Extruded-aluminum housing and heat sink. 2. Powder-coat finish. D. Housing and Heat Sink Rating: 1. Class 1, Division 2 Group(s) A , B, C , D. 2. NEMA4X. 3. IP 54. 4. IP 66 . 5 . Marine and wet locations. 6. CSA C22.2 No 137. 7 . UL 844. 8 . UL 1598 . 9. UL 924. E. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping. Components are designed to prevent doors , frames , lenses , diffusers, and other components from falling accidentally during relamping and when secured in operating po s ition . COM Smith VCWRF So uth Flow Lift Station C ity Project No . I 00075-2 CONSTRUCTION SPEC IFICAT ION DOCUM ENTS February 202 1 2.4 26 51 19 LED INT ERIOR LIGHTING Page 6 of 10 F . Diffusers and Globes: 1 . Diffuse glass. 2. Acrylic Diffusers: One hundred percent virgin acrylic plastic, with high resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. 3 . Glass: Annealed crystal glass unless otherwise indicated . 4 . Lens Thickness: At least 0.125-inch minimum unless otherwise indicated . G. With integral mounting provisions. H . Standards: A. 1. ENERGY ST AR certified. 2. RoHS compliant. WALL MOUNT Manufacturers: Subject to compliance with requirements , available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1 . Cooper Lighting, an Eaton business. 2 . Hubbell-Killark Lighting B. Nominal Operating Voltage: 120 V ac. C. Lamp: I. Minimum 6741 Im . 2. Minimum allowable efficacy of 80 lm /W. 3 . CRI of minimum 70. CCT of 4000 K . 4. Rated lamp life of 50 ,000 hours to L70. 5. Dimmable from l 00 percent to O percent of maximum light output. 6 . Internal driver. 7. User-Replaceable Lamps: a . Bulb shape complying with ANSI C78.79. b . Lamp base complying with ANSI C8 l .6 l. 8. Lens Thickness: At least 0.125-inch minimum unless otherwise indicated . D. Housings: 1. Extruded-aluminum housing and heat sink. 2. powder-coat finish. 3. Universal mounting bracket. 4. Integral junction box with conduit fittings . E . Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping. Components are C OM Smith VC WRF So uth Fl ow Lift Station C ity Proj ect No . I 00075-2 CON STRUCTI ON SPEC IFI CAT IO N DOCU M EN TS Febru ary 202 1 2.5 2 .6 26 51 19 LE D INT ERIOR LIGHTING Page 7 of 10 designed to prevent doors, frames , lenses , diffusers, and other components from falling accidentally during relamping and when secured in operating position. F. Diffusers and Globes: 1. Diffuse glass . 2. Acrylic Diffusers: One hundred percent v1rgm acrylic plastic, with high resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. 3. Glass: Annealed crystal glass unless otherwise indicated. 4 . Lens Thickness: At least 0 .125-inch minimum unless otherwise indicated . G. Standards: 1. ENERGY ST AR certified. 2. RoHS compliant. 3. Class I , Division 2 , Groups A , B , C , D. 4 . UL 844 . 5. UL 1598 . MATERIALS A. Metal Parts: 1. Free of burrs and sharp comers and edges . 2 . Sheet metal components shall be steel unless otherwise indicated . 3 . Form and support to prevent warping and sagging . B. Steel : I . ASTM A 36/A 36M for carbon structural steel. 2 . ASTM A 568/A 568M for sheet steel. C . Stainless Steel: D. E . A. 1. I . Manufacturer's standard grade. 2. 2 . Manufacturer's standard type, ASTM A 240/240 M. Galvanized Steel: ASTM A 653 /A 653M . Aluminum: ASTM B 209. METAL FIN1SHES Variations in fini s hes are unacceptable in the same piece. Variations in fini s hes of adjoining components are acceptable if they are within the range of approved Samples and if they can be and are a s sembled or installed to minimize contrast. C OM S mith VCW RF So uth Flow Lift Stati on C ity Project No. I 00075 -2 CONST RUCTI ON S PECIFI CAT ION DOCU M ENTS Fe bruary 202 1 2 .7 A. B. C. D. E. LUMINAIRE SUPPORT 26 51 19 LED fNT ERIOR LIGHTfNG Page 8 of 10 Comply with requirements in Section 26 05 29 "Hangers and Supports for Electrical Systems" for channel and angle iron supports and nonmetallic channel and angle supports. Single-Stem Hangers: 1/2-inch steel tubing with swive l ball fittings and ceiling canopy . Finish same as luminaire . Wires : ASTM A 641/A 641 M, Class 3 , soft temper, zinc-coated steel , 12 gage. Rod Hangers : 3/16-inch minimum diameter, cadmium -plated , threaded steel rod. Hook Hangers: Integrated assembly matched to luminaire, line voltage, and equipment with threaded attachment, cord, and locking-type plug. PART 3 -EXECUTION 3 .1 A. B. C. 3.2 A. 3.3 A . B. C. C OM Smith EXAMJNA TION Examine substrates, areas , and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Examine roughing-in for luminaire to verify actual locations of luminaire and electrical connections before luminaire installation. Proceed with installation only after unsatisfactory conditions have been corrected. TEMPORARY LIGHTING If approved by the Engineer, use selected permanent luminaires for temporary lighting. When construction is sufficiently complete, clean luminaires used for temporary light ing. INSTALLATION Comply with NECA 1. Install luminaires level , plumb, and square with cei lings and walls unless otherwise indicated. Supports: 1. Sized and rated for luminaire weight. 2 . Able to maintain luminaire position after cleaning and relamping. 3. Provide support for luminaire without causing deflection of ceiling or wall. CONSTRUCTI ON SPEC IFICATI ON DOCU M EN T S Fe bruary 202 1 VC WRF So uth Fl ow Lift Station C ity Proj ect No. I 00075 -2 3.4 3 .5 26 51 19 LE D INT ERIOR LIGHTING Page 9 of 10 4 . Luminaire-mounting devices shall be capable of supporting a horizontal force of 100 percent of luminaire weight and a vertical force of 400 percent of luminaire weight. D. Flush-Mounted Luminaires: 1. Secured to outlet box. 2. Attached to ceiling structural members at four points equally spaced around circumference of luminaire . 3. Trim ring flush with finished surface . E. Wall-Mounted Luminaires: 1. Attached to a minimum 20 gauge backing plate attached to wall structural members. 2. Do not attach luminaires directly to gypsum board. F. Suspended Luminaires: G. A. A. 1. Ceiling Mount: a. Two 5/32-inch-diameter adjustable aircraft cable supports. 2. Pendants and Rods: Where longer than 48 inches , brace to limit swinging. 3. Stem-Mounted, Single-Unit Luminaires: Suspend with twin-stem hangers. Support with approved outlet box and accessories that hold stem and provide damping of luminaire oscillations. Support outlet box vertically to building structure using approved devices. 4. Connect rods to building structure. Comply with requirements in Section 26 05 19 "Low-Voltage Electrical Power Conductors and Cables" for wiring connections . IDENTIFICATION Identify system components, wiring, cabling, and terminals . Comply with requirements for identification specified in Section 26 05 53 "Identification for Electrical Systems." FIELD QUALITY CONTROL Perform the following tests and inspections: I. Operational Test: After installing luminaires, switches, and accessories , and after electrical circuitry has been energized , test units to confirm proper operation . 2. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery power and retransfer to normal. B . Luminaire will be considered defective if it does not pass operation tests and inspections . C OM Smith VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . I 00 075-2 CONSTRUCTI ON SP EC IFI CATI ON DOCU M EN T S Fe bruary 202 1 C. 3.6 A. Prepare test and inspection reports. ADJUSTING 26 51 19 LED fNTERJOR LIGHTfNG Page 10 of 10 Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting the direction of aim of luminaires to suit occupied conditions. Make up to two visits to Project during other-than-normal hours for this purpose. Some of this work may be required during hours of darkness. 1. During adjustment visits , inspect all luminaires . Replace drivers or luminaires that are defective. 2. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. 3. Adjust the aim of luminaires in the presence of the Engineer or Engineer END OF SECTION 26 51 19 CDM Sm ith CONSTRUCTION SPECIFICAT ION DOCUMENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No. I 00075 -2 SECTION 26 52 13 -EMERGENCY AND EXJT LIGHTING PART I -GENERAL 1.1 RELATED DOCUMENTS 26 52 13 EMERGENCY AND EXIT LIGHTING Page I of 10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O I Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I. Emergency lighting units . 2. Exit signs. 3 . Luminaire supports. 1.3 DEFINITIONS A. CCT: Correlated color temperature . B. CRI: Color Rendering Index . C. Emergency Lighting Unit: A lighting unit with internal or external emergency battery powered supply and the mean s for controlling and charging the battery and unit operation . D. Fixture: See "Luminaire" Paragraph. E. Lumen: Measured output of lamp and luminaire, or both . F. Luminaire: Complete lighting unit, including lamp, reflector, and housing . I .4 ACTION SUBMITTALS A. Product Data: For each type of emergency lighting unit, exit sign, and emergency lighting s upport. COM Smi th I. Include data on features , accessories , and finishe s. 2. Include phy s ical description of the unit and dimensions. 3. Battery and charger for light units. 4. Include life , output of luminaire (lumens , CCT, and CRI), and energy-efficienc y data . 5 . Include photometric data and adjustment factors based on laboratory tests , complying with IES LM-45 , for each luminaire type. CONSTRUCTION S PEC IFICAT ION DOCUMENTS Feb ru ary 2021 VCWRF South Flow Lift Station C ity Project No . I 00075 -2 1.5 26 52 13 E MER GEN C Y AN D EXIT LIGHTING Page 2 of 10 a . Testing Agency Certified Data: For indicated luminaires and signs, photometric data certified by a qualified independent testing agency . Photometric data for remaining luminaires and signs shall be certified by manufacturer. b . Manufacturers' Certified Data: Photometric data certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Shop Drawings: For nonstandard or custom luminaires. 1. Include plans, elevations, sections, and mounting and attachment details . 2 . Include details of equipment assemblies . Indicate dimensions, weights, loads , required clearances, method of field assembly, components, and location and size of each field connection. 3 . Include diagrams for power, signal , and control wiring. C. Product Schedule: A. 1. For emergency lighting units . Use same designations indicated on Drawings . 2. For exit signs. Use same designations indicated on Drawings. INFORMATIONAL SUBMITT ALS Coordination Drawings: Reflected ceiling plan(s) and other details, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Luminaires. 2. Suspended ceiling components. 3 . Structural members to which equipment will be attached. 4. Size and location of initial access modules for acoustical tile . B. Qualification Data: For testing laboratory providing photometric data for luminaires . C. Product Certificates: For each type of luminaire . D. Seismic Qualification Data: For luminaires , accessones, and components, from manufacturer. 1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation . 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions. 3 . Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. 4. Provide seismic qualification certificate for each piece of equipment. E. Product Test Reports: For each luminaire for tests performed by a qualified testing agency. C OM S mith VC WRF So uth Fl ow Lift Stati on C ity Project No . I 00075-2 CONSTR UCTI ON SPEC IFI CATION DOCU M EN T S Fe bruary 2021 26 52 13 EME RGENC Y AN D EXI T LI GHT ING Page 3 of IO F. Sample Warranty: For manufacturer's special warranty. 1.6 CLOSEOUT SUBMITT ALS A. Operation and Maintenance Data : For luminaires and lighting systems to include m emergency, operation , and maintenance manuals. 1. Provide a list of all lamp types used on Project; use ANSI and manufacturers' codes . 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: IO for every I 00 of each type and rating installed . Furnish at least one of each type . 2. Luminaire-mounted , emergency battery pack : One for every 20 emergency lighting units. Furnish at least one of each type. 3. Diffusers and Lenses : One for every 100 of each type and rating installed. Furnish at least one of each type . 4 . Globes and Guards: One for every 20 of each type and rating installed. Furnish at least one of each type. 1.8 QUALITY ASSURANCE A . Luminaire Photometric Data Testing Laboratory Qualifications: Luminaire manufacturer's laboratory that is accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated , that is an NRTL as defined by OSHA in 29 CFR 1910.7, accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products, and complying with the applicable JES testing standards. C. FM Global Compliance : Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global. D . Mockups: For interior luminaires in room or module mockups , complete with power and control connections. C OM S mith I. Obtain Engineer's approval of luminaires and signs in mockups before starting installations. 2. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work . CONST RUC TI ON SPEC IFI CA TI ON DOCU MEN TS Fe bru ary 202 1 VCWRF So uth Flow Lift Stati on C ity Proj ect No . I 000 75 -2 26 52 13 EMERG ENCY AN D EXIT LIGHTfNG Page 4 of 10 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing . 4. Subject to compliance with requirements , approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.9 DELIVERY, STORAGE, AND HANDLING A. Protect finishes of exposed surfaces by applying a strippable, temporary protective covering before shipping . 1.10 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two year(s) from date of Substantial Completion. B. Special Warranty for Emergency Lighting Batteries: Manufacturer's standard form in which manufacturer of battery-powered emergency lighting unit agrees to repair or replace components of rechargeable batteries that fail in materials or workmanship within specified warranty period. I. Warranty Period for Emergency Power Unit Batteries: Five years from date of Substantial Completion. Full warranty shall apply for first year and prorated warranty for the remaining four years . 2 . Warranty Period for Self-Powered Exit Sign Batteries: Two years from date of Substantial Completion. Full warranty shall apply for first year and prorated warranty for the remaining six years . PART 2-PRODUCTS 2.1 A. 2.2 A . CDM Smith PERFORMANCE REQUIREMENTS Seismic Performance: Luminaires shall withstand the effects of earthquake motions determined according to ASCE/SEI 7 . Luminaires and lamps shall be labeled vibration and shock resistant. 1. The term "withstand" means "the luminaire will remain in place without separation of any parts when subjected to the seismic forces specified and the luminaire will be fully operational during and after the seismic event." GENERAL REQUIREMENTS FOR EMERGENCY LIGHTING Electrical Components, Dev ices , and Accessories : Li sted and labeled as defined in NFPA 70 , by a qualified testing agency, and marked for intended location and application . CONSTR UC TI ON SPEC IFICAT ION DOCU MEN TS February 2021 VCW RF So uth Fl ow Lift Station City Proj ect No. I 00075-2 26 52 13 EMERGENC Y AN D EXIT LIGHTING Page 5 o f 10 B. NRTL Compliance: Fabricate and label emergency lighting units , exit signs, and batteries to comply with UL 924. C . Comply with NFPA 70 and NFPA 101. D. Comply with NEMA LE 4 for recessed luminaires. E . Comply with UL 844 for luminaires in hazardous locations F. Comply with UL 1203 Explosion -Proof/Dust-Ignition Proof Electrical Enclosures. G. Lamp Base: Comply with ANSI C81 .61. H. Bulb Shape: Complying with ANSI C79.l. I. Internal Type Emergency Power Unit: Self-contained, modular, battery-inverter unit, factory mounted within luminaire body. COM Smith I. Emergency Connection: Operate one lamp(s) continuously at an output of 80 lumens each upon loss of normal power. Connect unswitched circuit to battery- inverter unit and switched circuit to luminaire ballast. 2. Operation: Relay automatically turns lamp on when power-supply circuit voltage drops to 80 percent of nominal voltage or below . Lamp automatically disconnects from battery when voltage approaches deep-discharge level. When normal voltage is restored , relay disconnects lamps from battery , and battery is automatically recharged and floated on charger. 3. Environmental Limitations: Rate equipment for continuous operation under the following conditions unless otherwise indicated: a. Ambient Temperature: Less than O deg F or exceeding I 04 deg F , with an average value exceeding 95 deg F over a 24-hour period. b. Ambient Storage Temperature: Not less than minus 4 deg F and not exceeding 140 deg F . c. Humidity: More than 95 percent (condensing). d . Altitude: Exceeding 3300 feet. 4. Test Push-Button and Indicator Light: Visible and accessible without opening luminaire or entering ceiling space. a . Push Button : Push-to-test type, in unit housing, simulates loss of normal power and demonstrates unit operability. b. Indicator Light: LED indicates normal power on. Normal glow indicates trickle charge ; bright glow indicates charging at end of discharge cycle . 5. Battery: Sealed, maintenance-free , nickel-cadmium type . 6. Charger: Fully automatic, solid-state , constant-current type with sealed power transfer relay. 7. Remote Test: Switch in handheld remote device aimed in direction of tested unit initiates coded infrared signal. Signal reception by factory-installed infrared receiver in tested unit triggers simulation of loss of its normal power supply, providing visual confirmation of either proper or failed emergency response . CONS TR UCTI ON SPEC IFI CA TIO N DOCU MEN TS Fe bru ary 202 1 YCWRF So uth Flow Lift Stati on C ity Proj ect No . I 000 75-2 2.3 26 52 13 EMERGENCY AND EXJT LIGHTING Page 6 of 10 8. Integral Self-Test: Factory-installed electronic device automatically initiates code-required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and a flashing red LED. J. External Type: Self-contained, modular, battery-inverter unit, suitable for powering one or more lamps, remote mounted from luminaire. A. B . 1. Emergency Connection: Operate one LED lamp continuously . Connect unswitched circuit to battery-inverter unit and switched circuit to luminaire. 2. Operation: Relay automatically turns lamp on when power-supply circuit voltage drops to 80 percent of nominal voltage or below. Lamp automatically disconnects from battery when voltage approaches deep-discharge level. When normal voltage is restored, relay disconnects lamps from battery , and battery is automatically recharged and floated on charger. 3. Battery: Sealed, maintenance-free, nickel-cadmium type. 4. Charger: Fully automatic, solid-state, constant-current type. 5. Housing: NEMA 250, Type 4 enclosure listed for installation inside, on top of, or remote from luminaire. Remote assembly shall be located no less than half the distance recommended by the emergency power unit manufacturer, whichever is less. 6. Test Push Button : Push-to-test type, in unit housing, simulates loss of normal power and demonstrates unit operability. 7. LED Indicator Light: Indicates normal power on . Normal glow indicates trickle charge; bright glow indicates charging at end of discharge cycle. 8. Integral Self-Test: Factory-installed electronic device automatically initiates code-required test of unit emergency operation at required intervals. Test failure is annunciated by an integral audible alarm and a flashing red LED. EMERGENCY LIGHTING General Requirements for Emergency Lighting Units: Self-contained units. Emergency Lighting Unit: I. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a . b. C. l lubbell-KillarJ... Lighting . 1:,aton ( LightinQ.). Lithonia Lightinl!: AcuitY Brands Li!.d1ti11Q., Inc . 2. Emergency Lighting Unit: as indicated on Light Fixture Schedule shown on Drawings. 3. Operating at nominal voltage of 120 V ac. 4. Wall with universal junction box adaptor. 5 . Copper free aluminum alloy with backed powder epoxy/polyester finish , electrostatically applied for corrosion protection housing, rated for Class I , Division 2 , Group D locations. 6. Two LED lamp heads . COM Smith VCWRF So uth Flow Lift Station City Project No . I 00075-2 CONSTRUCT IO N SPECIFICATION DO CU MENTS February 202 1 2.4 2.5 A. B. A. 7. External emergency power unit. EXIT SIGNS 26 52 13 EMERG ENCY AND EXJT LIGHTING Page 7 of 10 General Requirements for Exit Signs: Comply with UL 924; for sign colors, visibility, luminance, and lettering size , comply with authorities having jurisdiction . [nternally Lighted Signs: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. Eaton (Lighting). Hubbell Incorporated (Hubbell Industrial Lighting). Lithonia Lighting; Acuit\ Brand~ Lighting, Inc . 2. Operating at nominal voltage of 120 V ac. 3 . Lamps for AC Operation: LEDs; 50,000 hours minimum rated lamp life. 4. Self-Powered Exit Signs (Battery Type): Internal emergency power unit. 5. Die cast aluminum housing, rated for Class I , Division 2, Group D locations. 6. Sign Configurations: a . Comply with requirements above for self-powered exit signs, and provide additional capacity. MATERIALS Metal Parts: 1. Free of burrs and sharp corners and edges. 2. Sheet metal components shall be steel unless otherwise indicated . 3. Form and support to prevent warping and sagging. B . Doors, Frames, and Other Internal Access: 1. Smooth operating, free of light leakage under operating conditions. 2. Designed to permit relamping without use of tools. 3. Designed to prevent doors, frames , lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. C. Diffusers and Globes: I . Diffuse glass. 2. Glass: Annealed crystal glass unless otherwis e indicated. 3 . Acrylic: I 00 percent virgin acrylic plastic , with high resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation . 4. Lens Thickness: At least 0.125 inch minimum unles s otherwise indicated . CDM Smith VCWRF So uth Flow Lift Statio n C ity Project No . 100075 -2 CONSTR UCT IO N SPEC IFICAT ION DOCUMENTS Feb ru ary 202 1 26 52 13 EMERGENCY AND EXIT LIGHTfNG Page 8 of 10 D . Housings: E. 2.6 A. 2.7 A. B. 1. Extruded aluminum housing and heat sink . 2. powder coat finish . Conduit: Rigid galvanized steel , minimum 3/4 inch in diameter. MET AL FINISHES Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. LUMINAIRE SUPPORT COMPONENTS Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for channel and angle iron supports and nonmetallic channel and angle supports. Support Wires: ASTM A 641 I A 641 M , Class 3 , soft temper, zinc-coated steel, 12 gage . PART 3 -EXECUTION 3 .1 3.2 A. B. C. D. A. B . EXAMINATION Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for conditions affecting performance of luminaires. Examine roughing-in for luminaire to verify actual location s of luminaire and electrical connections before luminaire installation. Examine walls, floors , roofs, and ceilings for s uitable conditions where emergency lighting luminaires will be installed . Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION Comply with NECA I. Install luminaires le ve l, plumb, and square with ceilings and walls unless otherwise indicated . C. In sta ll lamps in each luminaire . C OM Smith CONSTR UCT ION SPECIFI CAT ION DOCU M ENTS February 2021 VCWRF So uth Flow Lift Station C ity Project No. I 00075-2 3.3 3.4 26 52 13 EMERGENCY AND EXIT LIGH TING Page 9 of 10 D. Supports: 1. Sized and rated for luminaire and emergency power unit weight. 2. Able to maintain luminaire position when testing emergency power unit. 3. Provide support for luminaire and emergency power unit without causing deflection of ceiling or wall. 4. Luminaire-mounting devices shall be capable of supporting a horizontal force of 100 percent of luminaire and emergency power unit weight and vertical force of 400 percent of luminaire weight. E. Wall-Mounted Luminaire Support: 1. Attached to structural members in walls. Attached to a minimum 20-gage backing plate attached to wall structural members . F. Suspended Luminaire Support: I. Pendants and Rods: Where longer than 48 inches , brace to limit swinging. 2. Stem-Mounted, Single-Unit Luminaires: Suspend with twin-stem hangers . Support with approved outlet box and accessories that hold stem and provide damping of luminaire oscillations. Support outlet box vertically to building structure using approved devices. 3. Continuous Rows of Luminaires: Use tubing or stem for wiring at one point and tubing or rod for suspension for each unit length of luminaire chassis, including one at each end. 4. Do not use ceiling grid as support for pendant luminaires. Connect support wires or rods to building structure. G. Ceiling Grid Mounted Luminaires: A. A. I. Secure to any required outlet box. 2. Secure emergency power unit using approved fasteners in a minimum of four locations , spaced near corners of emergency power unit. 3. Use approved devices and support components to connect luminaire to ceiling grid and building structure in a minimum of four locations, spaced near corners of luminaire. IDENTIFICATION Identify system components, wiring, cab lin g, and terminals. Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." FIELD QUALITY CONTROL Perform the following tests and inspections: I. Test for Emergency Lighting: Interrupt power supply to demonstrate proper operation. Verify transfer from normal power to battery power and retransfer to normal. COM Smith VCWRF South Flow Lift Station City Project No . I 00075-2 CONS TRUCTION SPEC IFI CAT ION DOCUMENTS Feb rua ry 2021 3.5 3.6 26 52 13 EMERGENCY AND EXJT LIGHTING Page 10 of 10 B . Luminaire will be considered defecti ve if it does not pass operation te sts and inspections. C. A. A. Prepare test and inspection reports. STARTUP SERV1CE Perform startup service: l . Charge emergency power units and batteries minimum of one hour and depress switch to conduct short-duration test. 2. Charge emergency power units and batteries minimum of 24 hours and conduct one-hour discharge test. ADJUSTING Adjustments: Within 12 months of date of Substantial Completion, provide on-site v isit to do the following: l. Inspect all luminaires . Replace lamps, emergency power units, batteries , signs, or luminaire s that are defecti ve. a. Parts and supplies shall be manufacturer's authorized re placement parts and supplies. 2. Conduct short-duration tests on all emergency lighting . END OF SECTION 2 6 52 13 CDM Smith CONSTRUCTION SPEC IFICATION DOCUMENTS February 2021 YCWRF South Flow Lift Station City Project No. I 00075 -2 2 6 56 19 LED EXTERJ O R LI G HTIN G Page I o f 12 SECTION 26 56 19 -LED EXTERIOR LIGHTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division O 1 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 A. Section Includes : A . B. C. D. E. F . 1. E xterior solid-state luminaires that are designed for and exclusively use LED lamp technology. 2 . Luminaire supports . 3. Luminaire-mounted photoelectric relays. DEFINITIONS CCT: Correlated color temperature. CRI : Color rendering index. Fi xture: See "Luminaire ." IP : International Protection or Ingress Protection Rating. Lumen: Measured output of lamp and luminaire, or both. Luminaire: Complete lighting unit, including lamp, reflector, and housing. I .4 ACTION SUBMITTALS A. Product Data: For each type of luminaire . COM Sm ith 1. Arrange in order of luminaire designation . 2. Include data on features , accessories , and fini s hes. 3 . Include ph ys ical des cription and dimension s of luminaire. 4 . Lamps include life , output (lumens, CCT, and CRI), and energy -efficiency data. 5 . Photometric data and adjustment factors bas ed on laboratory t ests, comply in g with JES Lighting Measurements Testing and Calculation Guides, of each luminaire type . The adjustment factors shall be for lamp s and accessorie s identical to those indicated for the luminaire a s applied in thi s Proj e ct. CONSTR UCTI ON SPECIFICATI ON DOCU M ENTS Feb ru ary 202 1 VCWRF So uth Flow Lift Stat io n C ity Project No . I 00075 -2 1.5 1.6 26 56 19 LED EXTERIOR LIGHTfNG Page 2 of 12 a. Manufacturer's Certified Data: Photometric data certified by manufacturer's laboratory with a current accreditation under the NVLAP for Energy Efficient Lighting Products. b. Testing Agency Certified Data: For indicated luminaires, photometric data certified by a qualified independent testing agency. Photometric data for remaining luminaires shall be certified by manufacturer. 6. Wiring diagrams for power, control , and signal wiring. 7. Photoelectric relays . 8. Means of attaching luminaires to supports and indication that the attachment is suitable for components involved . B. Shop Drawings: For nonstandard or custom luminaires. 1. Include plans, elevations, sections, and mounting and attachment details . 2. Include details of luminaire assemblies. Indicate dimensions, weights, loads , required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. C. Product Schedule : For luminaires and lamps . Use same designations indicated on Drawings. A. A. DELEGATED-DESIGN SUBMITTALS Luminaire Supports: 1. Include design calculations for luminaire supports and seismic restraints . INFORMATIONAL SUBMITTALS Coordination Drawings: Plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved : I . Luminaires. 2. Structural members to which equipment and luminaires will be attached . B . Qualification Data : For testing laboratory providing photometric data for luminaires. C. Seismic Qualification Data: For luminaires , accessories, and components , from manufacturer. I . Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation. 2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions . 3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements. COM Smith VCWRF South Flow Lift Station City Project No . 100075-2 CONSTRUCTION SPECIF ICAT ION DOCUMENTS February 202 1 26 56 19 LED EXTERJOR LIGHTING Page 3 of 12 D . Product Certificates: For each type of the following: 1. Luminaire. 2. Photoelectric relay. E. Product Test Reports: For each luminaire, for tests performed by a qualified testing agency. F. Source quality-control reports. G. Sample warranty. 1.7 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For luminaires and photoelectric relays to include in operation and maintenance manuals. 1. Provide a list of all lamp types used on Project. Use ANSI and manufacturers' codes. 2 . Provide a list of all photoelectric relay types used on Project; use manufacturers' codes . 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents . 1. Lamps : Ten for every 100 of each type and rating installed. Furnish at least one of each type. 2. Glass, Acrylic, and Plastic Lenses, Covers, and Other Optical Parts : One for every 100 of each type and rating installed . Furnish at least one of each type . 3. Diffusers and Lenses: One for every 1 OOof each type and rating installed. Furnish at least one of each type. 4 . Globes and Guards: One for every 20of each type and rating installed. Furnish at least one of each type. 1.9 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Luminaire manufacturers' laboratory that is accredited under the NVLAP for Energy Efficient Lighting Products. B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910 .7, accredited under the NVLAP for Energy Efficient Lighting Products and complying with applicable IES testing standards. C. Provide luminaires from a single manufacturer for each luminaire type. COM Smith VCWRF Sou th Flow Lift St ati on CONST RUC TI ON SPECIFICATION DOCUMENTS C ity Project No . I 00075-2 February 2021 26 56 19 LED EXTE RI OR LI GHTfN G Page 4 of 12 D. Each luminaire type shall be binned within a three-step MacAdam Ellipse to ensure color consistency among luminaires . E . Installer Qualifications: An authorized representative who is trained and approved by manufacturer. F . Mockups: For e xterior luminaires, complete with power and control connections. 1.10 A. 1.11 A. B . 1.12 A. CDM Smith 1. Obtain Engineer's approval of luminaires in mockups before starting installations. 2. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed work. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. DELIVERY, STORAGE, AND HANDLING Protect finishes of exposed surfaces by applying a strippab le , temporary protective covering prior to shipping. FIELD CONDITIONS Verify existing and proposed utility structures prior to the start of work associated with luminaire installation . Mark locations of exterior luminaires for approval by Engineer prior to the start of luminaire installation. WARRANTY Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period . 1. Failures include, but are not limited to, the following: a. Structural failures , including luminaire support components. b . Faulty operation of luminaires and accessories. c . Deterioration of metals, metal finishes , and other materials beyond normal weathering. 2. Warranty Period: 2 year(s) from date of Substantial Completion. CONS TR UC TI ON SPEC IFI CAT ION DOCU MENTS Febru ary 20 21 VCWRF So uth Fl ow Lift Stati on City Proj ec t No . I 00 075-2 26 56 19 LED EXTE RIOR LI GHTING Pa ge 5 of 12 PART 2 -PRODUCTS 2 .1 A. B. PERFORMANCE REQUIREMENTS Seismic Performance: Luminaires shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. Seismic Performance: Luminaires and lamps shall be labeled vibration and shock resistant. 1. The term "withstand" means "the luminaire will remain in place without separation of any parts when subjected to the seismic forces specified and the luminaire will be fully operational during and after the seismic event." 2.2 LUMINAIRE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70 , by a qualified testing agency, and marked for intended location and application. B . NRTL Compliance: Luminaires shall be listed and labeled for indicated class and division of hazard by an NRTL. C. FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global. D . UL Compliance: Comply with UL 1598 and listed for wet location. E. UL Compliance: comply with UL 844 for luminaires in hazardous locations. F. Lamp base complying with ANSI C81.61. G. Bulb shape complying with ANSI C79.1. H. CRI of minimum 70 . CCT of minimum 4000 K. I. L 70 lamp life of 50,000 hours . J . Lamps dimmable from 100 percent to O percent of maximum light output. K. Internal driver. L. Nominal Operating Voltage: 120 V ac. M. Lamp Rating: Lamp marked for outdoor use and in Class 1, Division 2 , Group D locations . N . Source Limitations : Obtain luminaires from single source from a single manufacturer. CDM Smith CONSTRUCT ION SPEC IFI CA TI ON DO CU MENTS February 202 1 VCWRF So uth Flow Lift Stat ion City Project No . I 00075 -2 2.3 2.4 0. A. 26 56 19 LED EXTERJOR LIGHTfNG Page 6 of 12 Source Limitations: For luminaires, obtain each color, grade, finish , type, and variety of luminaire from single source with resources to provide products of consistent quality in appearance and phys ical properties. LUMINAIRE-MOUNTED PHOTOELECTRIC RELAYS Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: I. 2. 3. Eaton (Lighting). Lithonia Lighting: Acuit) Brands Lighting. Inc . Schneider Electric USA, Inc . B. Comply with UL 773 or UL 773A . C. Suitable for outdoor installation. D . Contact Relays: Factory mounted, single throw, designed to fail in the on position, and factory set to turn light unit on at 1.5 to 3 fc and off at 4.5 to IO fc with 15-second minimum time delay. Relay shall have directional lens in front of photocell to prevent artificial light sources from causing false turnoff. A. I. Relay with locking-type receptacle s hall comply with ANSI Cl36.10. 2. Adjustable window slide for adjusting on-off set points. LUMINAIRE TYPES Area and Site: 1. Manufacturer~: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b . C. l.:alon ( Lighting). Hubbell Incorporated (Kim Li!.!.htin!.!.). Lithonia Li!.!.hting: Acuit) Brands Lighti11!.!:. Inc . 2 . Luminaire Shape: Round . 3. Mounting: Pole with extruded-aluminum stanchion arm. 4 . Luminaire-Mounting Height: As shown on the Drawings . 5. Di stribution: Type III. 6. Diffusers and Globes: Diffuse g lass. 7. Housings: a. Extruded-aluminum housing and heat si nk . b . Clear pow der-coat finish. COM Smith VCWRF South Flow Lift Station City Project No I 00075 -2 CONSTRUCT ION SPECIF ICAT ION DOCUMENTS February 202 1 2.5 2 6 56 19 LE D EXTERI O R LI G HTING Page 7 of 12 B. Canopy: A. B. C . D . 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. b. C. Eaton ( Lighting). Hubbell Incorporated (Kim Lighting). Lithonia Lighting: Acuity Brands Lighting. Inc . 2 . Shape: Round . 3. Dimensions: 12 inches in diameter. 4 . Diffusers and Globes: Diffuse glass. 5. Housings: a. Extruded-aluminum housing and heat sink. b. Clear powder-coat finish. MATERIALS Metal Parts: Free of burrs and sharp corners and edges. Sheet Metal Components: Corrosion-resistant aluminum . Form and support to prevent warping and sagging. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools . Designed to prevent doors, frames , lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position . Doors shall be removable for cleaning or replacing lenses. Diffusers and Globes: l . Acrylic Diffusers: 100 percent virgm acrylic plastic, with high resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation . 2. Glass: Annealed crystal glass unless otherwise indicated . 3. Lens Thicknes s: At least 0 .125 inch minimum unless otherwise indicated . E. Lens and Refractor Gaskets: Use heat-and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors . F. Reflecting surfaces shall have minimum reflectance as follows unless otherwise indicated: 1. White Surfaces: 85 percent. 2 . Specular Surfaces : 83 percent. 3. Diffusing Specular Surfaces: 75 percent. COM Smith VCWRF South Flow Lift Stat io n C ity Proj ect No . I 000 75 -2 CONSTR UC TI ON S PEC IFI CATI ON DOCU M ENTS Fe bru ary 202 1 2.6 2.7 26 56 19 L ED EXTERIOR LIGHTING Page 8 of 12 G. Housings: 1. Rigidly fanned , weather-and light-tight enclosure that will not warp, sag, or deform in use. 2 . Provide filter/breather for enclosed luminaires. H. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps . Labels shall be located where they will be readily visible to service personnel , but not seen from nonnal viewing angles when lamps are in place. A. B. C. A. 1. Label shall include the following lamp characteristics: a. "USE ONLY" and include specific lamp type. b. Lamp diameter, shape, size, wattage and coating. c. CCT and CRI for all luminaires. FINISHES Variations in Finishes: Noticeable variations in same piece are unacceptable . Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and - tested luminaire before shipping. Where indicated, match finish process and color of pole or support materials . Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes . 1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes . 2. Natural Satin Finish: Provide fine , directional , medium satin polish (AA-M32); buff complying with AA-M20 requirements; and seal aluminum surfaces with clear, hard-coat wax. LUMINAIRE SUPPORT COMPONENTS Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for channel and angle iron supports and nonmetallic channel and angle supports . COM Smith VCWR F South Fl ow Lift Stati on C ity Proj ect No. I 00075-2 CON STR UCT ION S PEC IFI CATI ON DOCU M EN T S Fe bru ary 202 1 26 56 19 LE D EXTE RI OR LI GHTING Pa ge 9 of 12 PART 3 -EXECUTION 3.1 3.2 3.3 A. B. C. D. A. A . B . C . D. E. EXAMINATION Examine substrates, areas, and conditions, with Installer pres ent, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Examine roughing-in for luminaire electrical conduit to verify actual locations of conduit connections before luminaire installation . Examine walls, roofs, and canopy ceilings and overhang ceilings for suitable conditions where luminaires will be installed. Proceed with installation only after unsatisfactory conditions have been corrected . TEMPORARY LIGHTING If approved by the Engineer, use selected permanent luminaires for temporary lighting . When construction is substantially complete, clean luminaires used for temporary lighting and install new lamps. GENERAL INSTALLATION REQUIREMENTS Comply with NECA I. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer. Install lamps in each luminaire. Fasten luminaire to structural s upport . Supports: 1. Sized and rated for luminaire weight. 2. Able to maintain luminaire position after cleaning and relamping. 3. Support luminaires without causing deflection of finished surface . 4 . Luminaire-mounting devices shall be capable of supporting a horizontal force of I 00 percent of luminaire weight and a vertical forc e of 400 percent of luminaire weight. F. Wall-Mounted Luminaire Support: 1. Attached to a minimum I /8 inch backing plate attached to wall structural members . G. Wiring Method : Install cables in raceways. Conce al raceway s and cables. CDM Smith VCWRF So uth Flow Lift Stati on City Project No . I 00075 -2 CONST RUCT ION SPEC IFI CA TI ON DOCUMENTS Fe bru ary 202 1 3.4 3.5 3.6 H. I. J. K. A . B. A. A. 26 56 19 LED EXT ERIOR LIGHTING Page 10 of 12 Install luminaires level , plumb, and square with finished grade unless otherwise indicated. lnstall luminaires at height and aiming angle as indicated on Drawings. Coordinate layout and installation of )um inaires with other construction. Adjust luminaires that require field adjustment or aiming. Include adjustment of photoelectric device to prevent false operation of relay by artificial light sources, favoring a north orientation . Comply with requirements in Section 260519 "Low-Voltage Electrical Power Conductors and Cables" and Section 260533 "Raceways and Boxes for Electrical Systems" for wiring connections and wiring methods. CORROSION PREVENTION Aluminum: Do not use in contact with earth or concrete . When in direct contact with a dissimilar metal , protect aluminum by insulating fittings or treatment. Steel Conduits: Comply with Section 260533 "Raceways and Boxes for Electrical Systems ." In concrete foundations , wrap conduit with 0.010-inch-thick, pipe-wrapping plastic tape applied with a 50 percent overlap. IDENTIFICATION Identify system components, wiring, cabling, and terminals . Comply with requirements for identification specified in Section 260553 "Identification for Electrical Systems." FIELD QUALITY CONTROL Inspect each installed luminaire for damage . Replace damaged luminaires and components. B. Perform the following tests and inspections: 1. Operational Test: After installing luminaires , switches, and accessories, and after electrical circuitry has been energized , test units to confirm proper operation. 2. Verify operation of photoelectric controls. C. Illumination Tests: 1. Measure light intensities at night. Use photometers with calibration referenced to NIST standards . Comply with the following JES testing guide(s): a. JES LM-5 . b . IES LM-50. C. JES LM-52. d. JES LM-64 . e . JES LM-72 . COM Smith VCWRF So uth Flow Lift Stati on City Proj ect No . I 00075-2 CONSTRU CTI ON SP EC IFI CA TI ON DOCU MEN TS Febru ary 2021 3.7 3.8 D. E. A. A. 26 56 19 LED EXT ERIOR LI GHTIN G Pa ge I I of 12 2 . Operational Test: After installing luminaires , switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation . Luminaire will be considered defective if it does not pass tests and inspections. Prepare a written report of tests, inspections , observations, and verifications indicating and interpreting results. If adjustments are made to lighting system , retest to demonstrate compliance with standards. DEMONSTRATION Train Owner's maintenance personnel to adjust, operate, and maintain luminaires and photocell relays . ADJUSTING Occupancy Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting the direction of aim of luminaires to suit occupied conditions. Make up to two visits to Project during other-than-normal hours for this purpose. Some of this work may be required during hours of darkness. 1. During adjustment visits, inspect all luminaires. Replace lamps or luminaires that are defective. 2 . Parts and supplies shall be manufacturer's authorized replacement parts and supplies . 3 . Adjust the aim of luminaires in the presence of the Engineer. END OF SECTION 26 56 19 COM Smith CONS TR UCTI ON SPEC IFI CA TI ON DOCU MENTS Febru ary 20 21 YCW RF So uth Flow Lift Stati on City Proj ec t No . I 00 075 -2 THIS PAGE INTENTIONALLY LEFT BLANK C DM Smith CONSTRUCTION SPECIFI CAT ION DOCUMENTS Fe bruary 202 1 26 56 19 LED EXTERIOR LIGHTING Page 12 of 12 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 Division 27 Communications THIS PAGE INTENTIONALLY LEFT BLANK 27 15 23 COMMUN ICATIONS OPTICAL FIBER HORIZONTAL CABUNG Page I of 10 SECTION 27 15 23 -COMMUNICATIONS OPTICAL FIBER HORIZONTAL CABLING PART 1 -GENERAL 1. I RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: I . 62.5/125 micrometer, multimode, optical fiber cable (OMl ). 2. Optical fiber cable connecting hardware, patch panels , and cross-connects. 3. Grounding. 4. Cabling identification products. B . Related Requirements: 1. Section 26 27 26 "Wiring Dev ices." 2. Section 26 05 29 "Hangers and Supports for Electrical Systems" 1.3 DEFINITIONS A. BTCSI : Building Industry Consulting Service International. B . Cross-Connect: A facility enabling the termination of cable elements and their interconnection or cross-connection. C. RCDD: Registered Communications Distribution Designer. 1.4 OPTICAL FIBER CABLING DESCRIPTION A. Optical fiber cabling system shall provide interconnections between communications equipment rooms , main terminal space, and entrance facilities in the telecommunications cabling system structure. Cabling system consists of backbone cables, intermediate and main cross-connects, terminations , and patch cords or jumpers used for backbone-to-backbone cross-connection. B. Backbone cabling cross-connects may be located in communications equipment rooms or at entrance facilities . Bridged taps and splitters shall not be used as part of backbone cabling. 1.5 ACTION SUBMITTALS A. Product Data : For each type of product. CITY OF FORT WORTH CONSTRUCTION SPECIFICAT ION DOCUMENTS Apri l 2021 YCWRF So uth Flow Lift Station C ity Project No. I 00075 -2 27 15 23 COMMUNICATIONS OPTICAL FIB ER HORJZONTAL CABLING Page 2 of 10 B . Shop Drawings: 1.6 1.7 1. Rev ise subparagraphs below to reflect Owner's requirements . Retain one of two "System Labeling Schedules" s ubparagraphs below. 2. System Labeling Schedules: Electronic copy of labeling schedules, m software and format selected by Owner. 3 . System Labeling Schedules: Electronic copy of labeling schedules that are part of the cabling and asset identification system of the software. 4 . Cabling administration Drawings and printouts . 5. Wiring diagrams and installation details of patch panel termination and the fiber optic path. 6 . Cross-connects and patch panels. Detail mounting assemblies and show elevations and physical relationship between the installed components. C. Fiber optic cable testing plan . A . B . C. D. A. INFORMATIONAL SUBMITTALS Qualification Data: For Installer, installation supervisor, and field inspector. Product Certificates: For each type of product. Source quality-control reports. Field quality-control reports. CLOSEOUTSUBMITTALS Maintenance Data: For optical fiber cable, splices , and connectors to include in maintenance manuals. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra material s that match products installed and that are packaged with protective covering for storage and identified with labels de sc ribing contents . 1. Jacks: The greater of a minimum 10 or 15 percent of each type provided . 2 . Plugs: The greater of a minimum 10 or 15 percent of each type provided. 3 . Patch panel cord: The greater of a minimum 10 or 15 percent of each type provided . I .9 Q U ALITY ASSURANCE A. In staller Qualifications: Cabling Installer must have personnel certified by BICSI on staff. C ITY OF FORT WORT H CONSTR UCT ION S PEC IFICATI ON DOCUMENTS A pril 202 1 VCWRF So uth Flow Lift Stati on C ity Project No. I 00075-2 27 15 23 COMM UN ICATIONS OPTI CA L FIB ER HORI Z O NT AL CABLING Page 3 of 10 1. Layout Responsibility: Preparation of Shop Drawings and Cabling Administration Drawings, Cabling Administration Drawings, and field testing program development by a RCDD. 2. Installation Supervision: Installation shall be under the direct supervision of Technician, who shall be present at all times when Work of this Section is performed at Project site. 1.10 DELIVERY, STORAGE, AND HANDLING A. Test cables upon receipt at Project site. 1. Test optical fiber cable to determine the continuity of the strand end to end. Use optical fiber flashlight or optical loss test set. 2 . Test optical fiber cable while on reels. Use an optical time domain reflectometer to verify the cable length and locate cable defects, splices , and connector, including the loss value of each. Retain test data and include the record in maintenance data . 1.11 PROJECT CONDITIONS A. Environmental Limitations: Do not deliver or install cables and connecting materials until wet work in spaces is complete and dry , and temporary HV AC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period. 1.12 COORDINATION A. Coordinate layout and installation of telecommunications pathways and cabling with Owner's telecommunications equipment and service suppliers. 1.13 WARRANTY A . Furnish two-year manufacturer 's warranty for communications optical fiber horizontal cabling and accessories . Warranty to begin from the date of Final Acceptance as defined in Division 00 of Contract Documents. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General Performance: Horizontal cabling system shall comply with transmission standards in TlA-568-C .1, when tested according to test procedures of this standard. 8 . C . Telecommunication s Pathways and Spaces: Comply with TIA-569-D . Grounding: Comply with TIA-607-8. C ITY OF FORT WORT H CONSTR UC TI ON S PEC IFICAT ION DOCU M ENTS A pril 2021 VCWRF So uth Flow Lift Station C ity Project No . I 00075 -2 27 15 23 COMMUNI CATIONS O PTICAL FIBER HORLZONT AL C ABUNG Page 4 of I O 2.2 62.5/125 MICROMETER, MULTIMODE, OPTICAL FIBER CABLE (OMl) A. Description: 1. One (1) Multimode, 62.5/125-micrometer, 24 strand fiber , nonconductive tight buffer, optical fiber cables. 2. Outdoor; Heavy Duty-MFPT; Cable Tray Rated. 3 . Fibers and buffer tubes shall be color coded with distinct and recognizable colors in accordance with ElA/TlA-598-B. B. Manufacturer: 1. CommScope, Inc . 2 . Corning Cable Systems. 3. General cable 4. Or Equal. C. Standards: 1. Comply with ICEA S-83-596 for mechanical properties. 2. Comply with TIA-568-C.3 for performance specifications. 3. Comply with TIA-492AAAA for detailed specifications. D . Maximum Attenuation : 3.50 dB /km at 850 nm ; 1.0 dB/km at 1300 nm . E. Minimum Overfilled Modal Bandwidth-length Product: 200 MHz-km at 850 nm ; 500 MHz-km at 1300 nm . F . Jacket: 1. Jacket Color: Orange . 2. Cable cordage jacket, fiber, unit, and group color shall be according to TlA-598-D. 3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not to exceed 40 inches (1000 mm). G. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 444, UL 1651 , and NFP A 70 for the following types: 1. Plenum Rated , Nonconductive: Type OFNP, complying with NFPA 262 . 2.3 OPTICAL FIBER CABLE HARDWARE A . Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Corning Cable Systems. 2 . Optical Cable Corporation. 3 . Or Equal. B . Standards: C ITY OF FORT WORTH CONSTR UCT IO S PECIFICATION DOCUMENTS April 202 1 YCWRF South Flow Lift Station City Project No. I 00075 -2 27 15 23 COMM UN ICATION S OPTI CAL FIB ER HORIZONTAL CABLTNG Page 5 of 10 1. Comply with Fiber Optic Connector lntermateability Standard (FOCIS) specifications of the TIA-604 series . 2. Comply with TIA-568-C.3. C. Cross-Connects and Patch Panels: Modular panels housing multiple-numbered , duplex cable connectors . 1. Number of Connectors per Field: One for each fiber of cable or cables assigned to field , plus spares and blank positions adequate to suit specified expansion criteria. D. Fiber Optic Patch Panels 1. 2. 3 . 4 . 5 . 6. 7 . 8 . 9. Patch panel shall be suitable for wall mounting, comprised of internal mounting plate, cable holders, slack cable take up/organizer blocks, patch block with connectors, and ground lugs . Panels shall be NEMA 4X, Type 316 stainless steel construction for outdoors; and NEMA 12 , Type 316 stainless steel or fiberglass for indoor use. The patch panels shall be sized to handle the number of fibers as required. All fibers shall be terminated in the patch panel. All patch panels listed in table below shall be located in panels listed in the table. Where shown on the plans or in the related specification Sections, the fiber optic cable shall terminate inside a communications cabinet on a termination patch panel. All fiber sub-cables within the exposed buffer tube shall be terminated with fan-out kits with pre- connectorized pigtails . The patch panel shall have a fiber capacity equal to the total number of fibers (connected and spare) for all cables to be connected . Provide the following patch panels: Patch Panel Location Minimum Connector Name Size Stvle FOPP-LS Lift Station PLC Panel 24-Pair ST (PLC-LS) Unused buffer tubes shall be uncut and looped within the patch panel for continuous routing of the fiber buffer tube within the cable assembly. Patch panels shall be designed for either rack mounting on a standard equipment rack or housed in an enclosure for direct wall mounting. The patch panel shall contain "ST" type bayonet. All unused couplings shall have protective dust covers . All panels shall be furnished with locking doors. Factory-terminated, tight-buffered , aramid-reinforced fiber optic jumper assemblies or interconnect cables, standard 3.0-mm O.D., shall connect the optical cable terminations to the patch panel couplings. The termination patch panel shall be equipped with a suitable means for routing and securing of cables and shall provide a suitable means of protection for the mounted fiber connectors to prevent damage to fibers and connectors during all regular operation and maintenance functions. All cables shall be provided with strain relief. Bend diameters on cable fibers and jumpers must be greater than four inches at all times to ensure optical and mechanical integrity of the optical fibers . Termination panels shall be equipped with splice trays (where applicable) and holders for pigtail and through fiber splicing. Termination panels shall be provided with all hardware, options, and accessories to provide for a complete installation of the fiber optic system. CITY OF FO RT WORTH VCWRF So uth Flow Lift Stati on City Projec t No . I 0007 5-2 CONSTR UC TI ON SPEC IFI CAT ION DOCU MEN TS April 202 1 2.4 2.5 27 15 23 COMM UN ICATIONS O PTICAL FIB ER HORIZONTAL CAB LIN G Pag e 6 of IO 10 . Panels shall be as manufactured by Corning Cable Systems LANscape or equal. E . Patch Cords: Factory-made, single-fiber cables in 36-inch (900-mm) lengths. F. Connector Type: Type ST complying with TIA-604-2-B , connectors. I. Fusion-spliced pigtails are acceptable. 2. Epoxy Polish connections are acceptable . 3. Unicam-type mechanical connectors are not acceptable. G. Plugs and Plug Assemblies: A. A. B . C. D . E . 1. Male ; color-coded modular telecommunications connector designed for termination of a single optical fiber cable . 2. Insertion loss not more than 0.25 dB. 3. Marked to indicate transmission performance. IDENTIFICATION PRODUCTS Comply with TIA-606-B and UL 969 for a system of labeling materials , including label stocks, laminating adhesives, and inks used by label printers. SOURCE QUALITY CONTROL Testing Agency : Engage a qualified testing agency to evaluate cables and provide minimum requirements as follows: 1. Contractor's experience and resumes for the personnel installing and testing the fiber optic system including factory training certifications . 2. Information on five successfully performed cable installations of comparable size and complexity with name, address, and telephone number of facility owner, name of project and completion date , and type of conduit system and length of cable pulled. Factory test multimode optical fiber cables according to TIA-526-14-B and TIA-568-C.3. Factory test pre-terminated optical fiber cable assemblies according to TIA-526-14-B and TIA- 568-C .3 . Cable will be considered defective if it does not pass tests and inspections . Prepare test and inspection reports . PART 3 -EXECUTION 3 .1 WIRING METHODS A . Wiring Method : Install cables in raceway s and cable trays except within consoles , cabinets, desks , and counters and except in accessible ceiling spaces, in attics, and in gypsum board C ITY O F FO RT WO RT H CON STR UCTI ON SPEC IFI CATION DOCUMENTS April 2021 VCWRF South Flow Lift Stati on City Proj ect No . 1000 75-2 3.2 A. B. 27 15 23 COMM UN ICATIONS OPTIC AL FIB ER HORJ ZONTAL CABLfNG Page 7 o f 10 partitions where unenclosed wiring method may be used . Conceal raceway and cables except in unfinished spaces. INSTALLATION OF OPTICAL FIBER CABLES Comply with NECA 1, NECA 301 and NECA/BICSI 568. General Requirements for Optical Fiber Cabling Installation: 1. Comply with TIA-568-C .1 and TIA-568-C.3. 2. Comply with BICSI ITSIMM , Ch . 6 , "Cable Termination Practices." 3. Terminate all cables; no cable shall contain unterminated elements. Make terminations only at indicated outlets, terminals, cross-connects, and patch panels. 4. Cables may not be spliced. Secure and support cables at intervals not exceeding 30 inches (760 mm) and not more than 6 inches (150 mm) from cabinets, boxes, fittings , outlets, racks , frames , and terminals. 5. Install lacing bars to restrain cables, to prevent straining connections, and to prevent bending cables to smaller radii than minimums recommended by manufacturer. 6. Bundle, lace, and train cable to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIMM , "Cabling Termination Practices" Chapter. Use lacing bars and distribution spools. 7. Do not install bruised, kinked , scored, deformed, or abraded cable. Do not splice cable between termination, tap , or junction points. Remove and discard cable if damaged during installation and replace it with new cable. 8. Cold-Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating . 9 . In the communications equipment room , provide a I 0-foot-(3-m-) long service loop on each end of cable . 10. Pulling Cable: Comply with BICSI ITSIMM, Ch. 4 , "Pulling Cable." Monitor cable pull tensions. 11 . Cable may be terminated on connecting hardware that is rack or cabinet mounted. C. Open-Cable Installation : 1. Install cabling with horizontal and vertical cable guides in telecommunications spaces with terminating hardware and interconnection equipment. 2 . Cable shall not be run through structural members or in contact with pipes, ducts , or other potentially damaging items. D. Installation of Cable Routed Exposed under Raised Floors: I. Install plenum-rated cable only. 2 . Install cabling after the flooring system has been installed in raised floor areas. 3. Coil cable 6 feet long not less than 12 inches in diameter below each feed point. E . Group connecting hardware for cables into separate logical fields. CITY OF FORT WORTH YCWRF South Fl ow Lift Station City Proj ect No . I 000 75-2 CO NSTR UC TI ON SPEC IFI CAT IO N DOCU MEN TS April 2021 3 .3 GROUNDING 27 15 23 COMM UN ICATI ONS OPTI CAL FIB ER HO RI Z ONTAL CA BLfNG Pag e 8 of 10 A. Install grounding according to BICSI ITSIMM, "Grounding (Earthing), Bonding, and Electrical Protection" Chapter. B . Comply with TIA-607-B and NECA/BICSI-607. C . Locate grounding bus bar to minimize the length of bonding conductors. Fasten to wall allowing at least 2-inch (50-mm) clearance behind the grounding bus bar. Connect grounding bus bar with a minimum No . 4 A WG grounding electrode conductor from grounding bus bar to suitable electrical building ground . D. Bond metallic equipment to the grounding bus bar, using not smaller than No. 6 A WG equipment grounding conductor. 3.4 IDENTIFICATION A. Identify system components, wiring, and cabling complying with TIA-606-B . B. Cable Schedule: Install in a prominent location in each equipment room and wiring closet. List incoming and outgoing cables and their designations, origins, and destinations. Protect with rigid frame and clear plastic cover. Furnish an electronic copy of final comprehensive schedules for Project. C . Cabling Administration Drawings: Show building floor plans with cabling administration-point labeling. Identify labeling convention and show labels for telecommunications closets, horizontal pathways and cables , entrance pathways and cables, terminal hardware and positions, horizontal cables, work areas and workstation terminal positions, grounding buses and pathways, and equipment grounding conductors. D. Cable and Wire Identification: 1. Label each cable within 4 inches of each termination and tap, where it is accessible in a cabinet or junction or outlet box, and elsewhere as indicated. 2 . Each wire connected to building-mounted devices is not required to be numbered at device if color of wire is consistent with associated wire connected and numbered within panel or cabinet. 3. Exposed Cables and Cables in Cable Tray s and Wire Troughs: Label each cable at intervals not exceeding 15 feet. 4. Label each unit and field within distribution racks and frames. 5 . Identification within Connector Fields in Equipment Rooms and Wiring Closets: Label each connector and each discrete unit of cable-terminating and connecting hardware. Where similar jacks and plugs are used for both voice and data communication cabling, use a different color for jacks and plugs of each service. E . Labels shall be preprinted or computer-printed (not handwritten) type with printing area and font color that contrasts with cable jacket color but still complies with requirements in TIA 606- B , for the following : I . Flex ible v inyl or pol yester that flexes as cables are bent. C ITY OF FORT WO RT H C ONSTR UCTION S PEC IF ICATI ON DOCU M ENTS A pril 202 1 VC WRF So uth Fl ow Lift Stati on C ity Proj ect No . I 00075-2 3.5 A. B . C. D . FIELD QUALITY CONTROL 27 15 23 COMMUNICAT IONS OPTICAL FIB ER HORIZONTAL CABUNG Page 9 of 10 Testing Agency: Engage a qualified testing agency to perform tests and inspections . Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect components, assemblies, and equipment installations, including connections. Perform tests and inspections with the assistance of a factory-authorized service representative. Tests and Inspections: 1. Visually inspect optical fiber jacket materials for NRTL certification markings . Inspect cabling terminations in communications equipment rooms for compliance with color- coding for pin assignments and inspect cabling connections for compliance with TIA- 568-C. l . 2. Visually inspect cable placement, cable termination , grounding and bonding, equipment and patch cords, and labeling of all components . 3. Optical Fiber Cable Tests: a. Test instruments shall meet or exceed applicable requirements in TIA-568-C.1. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration. b. Link End-to-End Attenuation Tests: 1) Horizontal and Multimode Horizontal Link Measurements: Test at 850 or 1300 nm in one direction according to TIA-526-14-B, Method B , One Reference Jumper. 2) Attenuation test re s ults for horizontal links shall be less than 2.0 dB. Attenuation test results shall be less than those calculated according to equation in TIA-568-C.1 . E. Data for each measurement shall be documented . Data for submittals shall be printed in a summary report that is formatted similar to Table I 0.1 in BICSI TDMM, or transferred from the instrument to the computer, saved as text files , and printed and submitted. F. Remove and replace cabling where test results indicate that it does not comply with specified requirements. G. End-to-end cabling will be considered defective if it does not pass tests and inspections. H. Prepare test and inspection reports. END OF SECTION 27 15 23 CIT Y OF FORT WORTH VCW RF So uth Flow Lift Statio n City Proje ct No . I 00075-2 CONS TRU CTION SPECIFICATION DOCUMENTS April 202 1 27 15 23 COMMUN ICATIONS O PT ICAL FIB ER HO RIZONTAL CABLING Page 10 o f 10 THlS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WO RT H CONST RUCTION SPECIF ICAT ION DOCUMENTS April 202 1 VCWRF So uth Flow Lift St ati on C ity Project No. I 000 75-2